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
20233423.tiff
Conivac+Ian05}- January 23, 2025 FACILITIES DEPARTMENT PHONE: (970) 4002020 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 — Human Services Buildings A, B and C (2023-3423) In 2023, Obands Janitorial Company was awarded the custodial services contract for the Human Services buildings A, B and C. The bid permitted the option for annual renewal for the period of February 1, 2025, through January 31, 2026. The Facilities Department is recommending approval of this annual renewal. Sincerely, Patrick O'Neill Director cones ,'``""��--��,,,, �o��� Cali I/z9/z5 ` v2ai2s � 2023-3423 CONT(4ACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF FACILITIES AND OBANDS JANITORIAL COMPANY This Agreement Extension/Renewal ("Renewal"), made and entered into Z l ay of Jar ►U& 2025, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department -6f 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. 2023-3423, approved on December 18, 2023. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will', end on January 31, 2025. The parties agree to extend ;the Original Agreement for an additional One (1) year period, which will begin February 1, 2025, and will end on January 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. The total new cost is $6,65.00 per month or $80,340.00 per year. All other terms and conditiods 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: Oband's Janitorial Company Eddy Obando BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO PerryL.L./ k, Chair ZAN 2 9 9.225 ATTEST: Weld County Clerk to the Board BY: l.l�l Deputy Clerk to the Board ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 01 /20/2025 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 100 Knox Ct Unit B � Denver CO 802191401 CONTACT Jesus Cruz NAME: AHCNNo, E:q: 303-934-9432 (Tit. No): statefarm.com E8DRESS: Iosus.cruz-navarro.yr4z@statefarm.com ADDREYfGay INSURER(S) AFFORDING COVERAGE NAIL # 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 : VERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE 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 TT TYPE OF INSURANCE ADD SUB INSD WVD POLICY NUMBER POLICY EFF (PTA= POLICY EXP (MM/DD/YYY1� LIMITS COMMERCIAL GENERAL LIABILITY ICLAIMS -MADE E OCCUR EACH OCCURRENCE $ PREM SES Ea occurrence) $ MED EXP (Any one person) $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY E72i LOC OTHER: PRODUCTS - COMP/OP AGG $ A AUTOMOBILE LIABILITY ANY AUTO OWNED _ AUTOS ONLY HIRED AUTOS ONLY SCHEDULED %� AUTOS NON -OWNED AUTOS ONLY N N 607 2053-820-06 08/20/2024 02/20/2025 COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ 100,000 BODILY INJURY (Per accident) $ 300,000 PROPERTY DAMAGE (Per accident) $ 100,000 UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE Y / N OFFICERIMEMBER EXCLUDED? � (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A I STATUTE I I ERH $ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ 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 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE This form was system -generated on 01/20/2025 . 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 ACOR(' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 01/20/2025 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 100 Knox Ct Unit B 0). Denver CO 802191401 CONTACT Jesus Cruz NAME: (VI,. Erdr. 303-934-9432 I Mt, No): E-eRESS: jesus.cruz-navarro.y14z@statefarrn.com ADDesus.cruz-navarro.yf4zL% statefarm.com INSURER(S) AFFORDING COVERAGE NAIL # 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. LTR TYPE OF INSURANCE Tr ADD SUB Mg yyV PPOLICY NUMBER POLICY EFF (MfVf3 YY1) POLICY EXP ;al= LIMITS COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE El OCCUR EACH OCCURRENCE $ PREM SES (Ea occur encel $ MED EXP (Any one person) $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY II JECOT- LOC OTHER: PRODUCTS - COMP/OP AGG $ AUTOMOBILE A LIABILITY ANY AUTO OWNED =Tom, HIRED AUTOS ONLY SCHEDULED X AUTOS NON -OWNED AUTOS ONLY N N 607 2049-B20-06 08/20/2024 02/20/2025 COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ 100,000 BODILY INJURY (Per accident) $ 300,000 PROPERTY DAMAGE (Per accident) $ 100,000 UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICERIMEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A I STATUTE I I ERH $ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ 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 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE This form was system -generated on 01/20/2025 . 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 ACORN® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 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 NAME: Karla Mina rcNNc, Extl (720) 925-5787 I �p t. No): coaRess: firstchoiceinsrne@gmail.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER a : UNITED STATES LIABILITY INS CO 25895 INSURED - °band'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. ILTR TYPE OF INSURANCE AUULaunK INSD WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY vs (MM/DD/4,- LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR Y Y GL 1058788D 06/30/2024 06/30/2025 EACH OCCURRENCE $ 1,000,000 PREMISES (Eatoccurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEM_ AGGREGATE LIMIT APPLIES PER: XPOLICY78-i D D LOC OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 AUTOMOBILE LIABILITY ANY AUTO WNED - 'MESON, AUTOS ONLY - HIRED AUTOS ONLY -21P-E° AUTOS - NON -OWNED AUTOS ONLY GOMtlINtU SINGLE LIMI i (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) F'ROPtHIY UAMAGt (Per accident) $ $ UMBRELLA LIAR EXCES. UAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS- LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION ut OPERATIONS below N /A I STATUTE I lee" 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. 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. 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 PINNIACOL 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 ACCPRE) CERTIFICATE OF LIABILITY INSURANCE DATE (Mroom 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 EM): (Atc, No): E , ,o• ADDRESS: INSURER(S) 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 : CATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY EXCLUSIONS AND CONDITIONS OF SUCH LTR TYPE OF INSURANCE TV OF INSURANCE PERTAIN, POLICIES. ADDL SUER INSR WVD LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY LIMITS SHOWN MAY HAVE BEEN REDUCED ---- POLICY NUMBER ISSUED TO CONTRACT THE POLICIES BY (MM/DD/YYYY) RCA THE INSURED OR OTHER DESCRIBED PAID CLAIMS. POLICY EXP (MM/DD/YYYY) NAMED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, miffs COMMERCIAL GENERAL UABIUTY EACH OCCURRENCE $ ICLAIMS -MADE DOCCUR 'AMSES (Ea occurtence) I MED UP Any one person) $ PERSONAL 8 ADV INJURY $ GENII AGGREGATE UMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑ 78-- El LOC PRODUCTS - COMP/OP AGG $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ ~ANY AUTO BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS ONLY NON-0MED AUTOS ONLY PROPERTY DAMAGE (Per accident) $ _ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LI CLAIMS -MADE AGGREGATE $ IAR DED I I RETENTION $ $ WORKERS COMPENSATIONIAND X STATUTE '.. ER EMPLOYERS' UABIUTY ANYPROPRIETOR/PARTNER/EXECUTNE Y / N A 4076604 01/01/2025 01/01/2026 E.L. EACH ACCIDENT $ 100,000 OFFICER MEMBEREXCLUDED? (Mandatory in NH) N / A 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, maybe attached if more space is required) Unless otherwise stated in the policy provisions, coverage in Colorado only. TE HOLDER CANCELLATION 2455318 Weld County, Colorado SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1105 H Street PO 0CC 758 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEUVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80632 cnaibauer@weldgov.com AUTHORIZED REPRESENTATIVE Pinnacol Assurance 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) Ct F Entity Information Entity Name * OBAND'S JANITORIAL COMPANY Entity ID* @00031031 Q New Entity? Contract Name* Contract ID CUSTODIAL SERVICES FOR HUMAN SERVICES 9054 BUILDINGS A, B AND C Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description* PROVIDE CUSTODIAL SERVICES FOR HUMAN SERVICES BUILDINGS A, B AND C Contract Description 2 Parent Contract ID Requires Board Approval YES Department Project # Contract Type* Department Requested BOCC Agenda Due Date RENEWAL BUILDINGS AND Date* 01/25/2025 GROUNDS 01/29/2025 Amount* $80,340.00 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-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 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" 01/05/2026 Committed Delivery Date Renewal Date" 02/01/2026 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 01/24/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 01/29/2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 01/27/2025 01/27/2025 Tyler Ref # AG 012925 Originator CNAIBAUER Conte c+ ttU 1(083 SERVICE AGREEMENT BETWEEN WELD COUNTY AND OBANDS JANITORIAL COMPANY CUSTODIAL SERVICES -HUMAN SERVICES BUILDINGS A.B. & C THIS AGREEMENT is made and entered into this 18th day of December, 2023, 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. B2300207. 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 Con7,11--'P lz/18123 66L cc 5C1 OnSase, RJR lalaOIa3 2 on -3q73 SCC0Z5 written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for . work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $6.500.00 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 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 Comnanv By: Name: Title: )= t bandy residente 72_/// of C�onan�re Date Signature WELD COZY: ATTEST: _AetrAs.J 6. 4 ' tit Weld • u ► ty Clerk to the B 8 BOARD OF COUNTY COMMISSIONERS UNTY, CAL DO erry L. B , Chair Pro-Tem EEO 1 8 2023 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17TH AVENUE GREELEY, CO 80631 DATE: OCTOBER 19, 2023 BID NUMBER: B2300207 DESCRIPTION: CUSTODIAL SERVICES - HUMAN SERVICES BUILDINGS A, B & C DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: NOVEMBER 6, 2023 BID OPENING DATE: NOVEMBER 20, 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 - HUMAN SERVICES BUILDINGS A, B & C A mandatory pre -bid conference will be held on November 6, 2023 at 4:00 PM at the Weld County Human Services Building C front lobby located at 315 A 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: November 20, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on November 20, 2023 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 105 040 835# 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. Did Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bidsjtweldgov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to Bid Net Direct is 500 MB. I B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative; followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person 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 this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsignec bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarced. Bidders are expected to examine the conditions, specifications, and all instructions contained hereir , 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 JVeld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors. and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract. with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upor 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 fisca. year. BID REQUEST #B2300207 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto. shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2300207 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 sha I continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written not ce. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enrichec 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 :he particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel 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 b dder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. 0. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. BID REQUEST #62300207 Page 4 Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-241 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement_ Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #62300207 Page 5 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful txdder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insuran:e 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 tie above -described policies by canceled or should any coverage be reduced before the expiration date Hereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance ccverages 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 ierein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or otter deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents. and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees: employees, agents, and volunteers for losses arising from the work performed by the BID REQUEST #E2300207 Page 6 successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract. and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000;000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2300207 Page 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: CUSTODIAL SERVICES — Human Services Buildings A, B, & C Weld County is seeking bids to perform custodial services for its Human Services buildings located in Greeley, CO. The le 'puddings are expected to be cleaned per the frequencies and requirements detailed in this bid request unless otherwise noted. All work must be performed five nights per week during the following hours: Sunday: 3PM through Midnight, Monday through Thursday.. 6PM through Midnight. SPECIFICATIONS 1. Regular Services. The following is the Task Schedule for Regular Services: A. General. Private Offices, Lobbies and Lounges: Daily • Empty wastebaskets and replace liners as needed • Clean and disinfect tables • Dust all exposed filing cabinets, tables, bookcases, shelves, and cubicle tops. • Clean and disinfect drinking fountains • Spot clean reception lobby glass, front doors, partition and interior door glass including cubicles, office doors, and hallways • Dust mop resilient/hard surface floors • Damp mop resilient/hard surface floors • Spot vacuum carpeted floors to remove all visible debris • Spot clean spills and stains on carpeted and resilient/hard surface floors • Remove bags of shredded paper left outside of the shredder machines Weekly • Damp clean chair and desk legs • Low dust all horizontal surfaces below 36" including sills. ledges, moldings. shelves, picture frames, ducts, radiators, etc. • High dust all horizontal surfaces above 72" including shelves, moldings, ledges, etc. • Dust venetian blinds • Remove dust and cobwebs from ceiling areas • Vacuum wall-to-wall — including underneath desks in cubicles and offices • Damp mop chair mats B. Restrooms, Locker rooms, Showers: Daily • Clean, disinfect, and polish all vitreous fixtures including toilet bowls, urinals, and sinks • Clean all glass and mirrors • Empty, clean, and disinfect all containers and disposals, insert liners as required • Spot -clean all walls, doors, kick plates, light switches. stall divider walls, and partitions • Refill all dispensers to normal limits (no air fresheners) • Sweep. damp mop resilient/hard surface floors with disinfectant (HALT) BID REQUEST #E2300207 Page 8 Weekly • Low dust all horizontal surfaces below 36" • High dust all horizontal surfaces above 72" • Flush floor drains C. Eating Areas (Lunchroom, cafeteria, dining room, kitchen, vending): Daily • Damp clean and disinfect tabletops, seats and back of chairs • Clean, polish and refill napkin holders • Empty all containers and disposals — spot clean exterior • Refill all dispensers to normal limits • Clean and disinfect drinking fountains • Spot clean doors, frames, light switches, kick and push plates, handles, walls and glass • Dust mop resilient/hard surface floors • Damp mop resilient/hard surface floors with disinfectant cleaner (HALT) • Vacuum entire carpeted areas • Spot clean spills and stains on carpeted and resilient/hard surface floors Weekly • Damp clean pedestals or legs • Low dust horizontal surfaces below 36" • High dust horizontal surfaces above 72" • Clean entire interior glass in partitions and doors D. Building Entrances (Up to 10 feet outside of entry doors): Daily • Sweep sidewalk • Vacuum walk -off mats • Clean entry door glass • Empty outside trash (some of these are beyond 10 feet) • Stairwells — dust all horizontal surfaces, spot clean walls, wipe down hand railings, sweep and mop stairs and landings E. Elevators: Daily • SweepNacuum • Spot clean doors and walls • Clean spots and spills from carpet/floors Weekly • Wipe down entire doors and walls (stainless steel clean as needed) F. Janitor Closets Daily • Keep clean and orderly • Completely turn off all faucets before leaving facility (y -connectors are NOT faucets) • Keep all products and equipment away from hot water heaters and fixed ladders BID REQUEST #B2300207 Page 9 2. Other Considerations: A. Janitox closets are equipped with HALT disinfectant dispensers. Weld County will supply the HALT and this product must be used daily in the areas and on the floors where disinfectant is required. 3. General Operating Instructions. The following is a listing of General Operating Instructions: A. Notify the Weld County Custodian Supervisor of any irregularities (e.g., defective plumbing, unlocked doors, lights left on, etc.) and/or hazards such as damaged floor mats, etc. B. At the end of shift, turn off all lights except those to be left on, close windows and lock all doors, set alarm. C. Contact Security each time you enter and exit all buildings after-hours. D. You are NOT required to service Bio-Hazard trash containers or recycling containers. E. You are NOT required to service office shredding machines, but if the shredding is left outside the steredder, you need to take it out with the rest of the trash. F. If boxes or other small items are marked "trash," you need to take it out with the rest of the trash. Large items marked "trash" such as chairs and boxes filled with heavy books should be left alone. G. If an individual office door is closed and locked, do not enter it; if it is closed but not locked, it must be entered and serviced. H. Perform monthly building walk-through reviews with Weld County Custodial Supervisor. I. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. J. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in which facility. K. The Contractor shall establish and implement adequate methods of ensuring that all keys/access cards entrusted to the Contractor by the County are not lost or misplaced and are not used by unauthorized persons. No keys issued to the Contractor shall be duplicated. The Contractor shall report the occurrence of a lost key immediately to the Custodial Supervisor or Superintendent. Costs associated with key replacement and any need to re -key locks will be the sole responsibility of the Contractor. L. The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or equipment provided for County use only. When the Contractor's employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit, and the Contractor shall be notified that such employee shall not be allowed entrance to the facility in the future until reauthorized by the Director of Facilities. M. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effect vely communicate with all members of their staff so that there is no breakdown in passing work -elated requests/information between custodians and the Weld County staff. Contractor will ensure that all employees working within County facilities can read and understand warning signs that are written in English. N. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. O. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the work to be done under the contract and assure that all workers will receive the compensation for compensable injuries. A copy of the workers compensation policy is required to be submitted to the County as part of this proposal. P. Contractor shall be allowed job -related use (e.g., calling Security for check in/out procedures) of Coun:y telephones at no cost to the Contractor. Q. Contractor may store supplies, materials, and equipment in storage areas within the County buildiig facilities as designated by the Custodial Supervisor. Contractor agrees to keep his portion of this storage area in accordance with applicable fire and safety regulations. R. Contractor employees must wear appropriate clothing. BID REQUEST #62300207 Page 10 S. Successful respondent/vendor will be required to complete Colorado Bureau of Investigation (CBI) criminal record checks on all employees who work on County property for this contract. Any fees for checks will be paid by contractor. Employees who have been convicted of a theft in the past 5 -years or a violent or serious felony will not be permitted to work in County facilities. Provide results of all background checks to the Facilities Director for review. Provide background check results for any additional personnel hired during the course of this contract to the Facilities Director for review. Background checks must be updated annually. T. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 4. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 5. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment. B. Supervision of cleaning crews. C. Uniforms for cleaning staff with company logo and badge — this could be an apron or t -shirt. D. Safety Data Sheets (SDS) on all products used in buildings. 6. Consumable items. A listing of current consumables is identified in the following table. You are required to maintain these items for each building that you service. This is to be done by completing an inventory of each item and submitting an order to a Weld County contact person weekly. The order will be delivered to a specific supply building. You are required to meet the truck to receive these weekly shipments and see to it that they are secured inside this building. You will supply all the other buildings from this supply building. Product Toilet tissue Jumbo Jr. 2 -ply Toilet tissue Universal 2 -ply Multi -Fold towels EnMotion Roll towels -10" Hard Roll towels - 8" Hand Soap - GoJo Foam - 2 mil Sanitary Napkins (4") Tampons Wax Paler liners 24X33 trash liners 30X37 trash liners 40X48 trash liners Urinal Screens HALT Disinfectant SQUARE FEET Building Location Approximate Cleanable Sq. Ft. Human Services Building A 315 "A" N. 11th Ave. 25,200 Human Services Building B 315 "B" N. 11th Ave. 27,370 315 "C" N. 11th Ave. 41,000 Human Services Building C 60 REQUEST #62300207 Page 11 PRICING Provide total pricing for Custodial Services per month and labor estimates per day for Custodial Services for all the buildings identified in this bid: Building Location Bid Price per Building Estimate Labor Hours per Dam_ Building A 315 N. 11th Ave. $ Building B 315 N . 11th Ave. $ i Building C 315 N. 11th Ave. $ TOTAL BID PRICE FOR ALL $ BUILDINGS PER MONTH Annual Escalation increase percent per year of additional yearly renewal CONTRACT TERM Initial contract term is February 1, 2024, through January 31, 2025. 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 #E2300207 Page 12 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on November 20, 2023: on or before the bid opening 1) Pages 8 thru 13 of the Bid Specifications and/or Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County. only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2300207 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bki proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2300207. 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 nct limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract. with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld county reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL FAX TAX ID # DATE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 7. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0323 BID REQUEST #B2300207 Page 14 ADDENDC ! #1 BID REQUEST NO. B2300207 CUSTODIAL SERVICES HUMAN SERVICES BLDG A, B & C Currently Reads: BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid opening deadline of 10:00 AM on November 20, 2023: on or before the bid 1) Pages 8 thru 13 of the Bid Specifications and/or Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Change: Change this to read - BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid opening deadline of 10:00 AM on November 20, 2023: on or before the bid 1) Pages 8 thru 14 of the Bid Specifications and/or Scope of Work. 2) W9; if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. *•" We need signed copy submitted with your bid Thank you,t* Addendum received by. FIRM ADDRESS CITY AND STATE BY EMAIL November 14, 2023 November 13, 2023 Questions and answers for Human Services Custodial RFB #B2300207 1. Question: Can you please provide the number of observed holidays that won't require cleaning services? Answer: There will be 12 observed holidays for 2024 that won't require cleaning. 2. Question: Are we responsible for the cleaning chemicals or will those be provided by Weld County? Answer: Weld County has HALT disinfectant dispensers installed in all the janitor closets. We will keep these supplied with the HALT disinfectant. The contractor is responsible for all other cleaning chemicals including toilet bowl cleaner and glass cleaner. The contractor is also responsible for all cleaning equipment and supplies needed for cleaning the buildings. 3. Question: Do you prefer the bid besubmittedto—bids@weldgov.comnoruploadedtoBidnet? Answer: The preferred method to submit bids is bids@weldgov.com. Exhibit B OBAND'S • JANITORIAL CO. Complete Janitorial Services/ building Maintenance Commercial, Residential, Construction Clean -Up Window Cleaning, Carpet Oeaning, 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 servicesPobandsianitorial.com Web address OBAND'S JANITORIAL COMPA LLC Obando President Au a. Salida Q. Aurora. Co. 80013 720-317-9235 720-402-0476 720-876-1180 Established: May 1996 obandjanitorial2@gmall.com www.obandsianitorial.com STAFF RESOURCES: 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 L'brena Ramirez -Supervisor Person legally authorized to bind Contractor/sign contract obandlanitorial2@gmail.com 720-4O2-0476 ,,� OBAND'S arfts JANfI'ORIAI, CO. OBAND'S JANITORIAL COMPANY 2861 S. Salida Ct. Aurora, Co. 80013 720-317-9235 -720-402-0476 Email: obandjanitorial2@gmail,corr CUSTODIAL SERVICES/ WELD COUNTY HUMAN SERVICES BUILDINGS A, B & C REQUEST PROPOSAL NO. B2300207 DUE DATE: NOVEMBER 20, 2023 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: CUSTODIAL SERVICES — Human Services Buildings A, B, & C Weld County is seeking bids to perform custodial services for its Human Services buildings located in Greeley, CO. The buildings are expected to be cleaned per the frequencies and requirements detailed In this bid request unless otherwise noted. All work must be performed five nights per week during the following hours: Sunday: 3PM through Midnight, Monday through Thursday: 6PM through Midnight. SPECIFICATIONS 1. Regular Services. The following is the Task Schedule for Regular Services: A. General, Private Offices, Lobbies and Lounges: Deily • Empty wastebaskets and replace liners as needed • Clean and disinfect tables • Dust all exposed filing cabinets, tables, bookcases, shelves, and cubicle tops. • Clean and disinfect drinking fountains • Spot clean reception lobby glass, front doors, partition and interior door glass including cubicles, office doors, and hallways • Dust mop resilient/hard surface floors • Damp mop resilient/hard surface floors • Spot vacuum carpeted floors to remove all visible debris • Spot clean spills and stains on carpeted and resilient/hard surface floors • Remove bags of shredded paper left outside of the shredder machines Weekly • Damp clean chair and desk legs • Low dust all horizontal surfaces below 36" including sills, ledges, moldings, shelves, picture frames, ducts, radiators, etc. • High dust all horizontal surfaces above 72" including shelves, moldings, ledges, etc. • Dust venetian blinds • Remove dust and cobwebs from ceiling areas • Vacuum wall-to-wall — including underneath desks in cubicles and offices • Damp mop chair mats B. Restrooms, Locker rooms, Showers: Daiiy Clean, disinfect, and polish all vitreous fixtures including toilet bowls, urinals, and sinks • Clean all glass and mirrors • Empty, clean, and disinfect all containers and disposals, insert liners as required • Spot -clean all walls, doors, kick plates, light switches, stall divider walls, and partitions • Refill all dispensers to normal limits (no air fresheners) • Sweep, damp mop resilient/hard surface floors with disinfectant (HALT) BID REQUEST #82300207 Page 8 Weekly • Low dust all horizontal surfaces below 36" • High dust all horizontal surfaces above 72" • Flush floor drains C. Eating Areas (Lunchroom, cafeteria, dining room, kitchen, vending): Daily • Damp clean and disinfect tabletops, seats and back of chairs • Clean, polish and refit napkin holders • Empty all containers and disposals — spot clean exterior • Refill all dispensers to normal limits • Clean and disinfect drinking fountains • Spot clean doors, frames, light switches, kick and push plates, handles, walls and glass • Dust mop resilient/hard surface floors • Damp mop resilient/hard surface floors with disinfectant cleaner (HALT) • Vacuum entire carpeted areas • Spot clean spills and stains on carpeted and resilient/hard surface floors Weekly • Damp dean pedestals or legs • Low dust horizontal surfaces below 36" • High dust horizontal surfaces above 72" • Clean entire interior glass in partitions and doors D. Building Entrances (Up to 10 feet outside of entry doors): Daily • Sweep sidewalk • Vacuum walk -off mats • Clean entry door glass • Empty outside trash (some of these are beyond 10 feet) • Stairwells — dust all horizontal surfaces, spot clean walls, wipe down hand railings, sweep and mop stairs and landings E. Elevators: Daily • SweepNacuum • Spot dean doors and walls • Clean spots and spills from carpet/floors Weeks • Wipe down entire doors and walls (stainless steel clean as needed) F. Janitor Closets Daily • Keep dean and orderly • Completely tum off all faucets before leaving facility (y -connectors are NOT faucets) • Keep all products and equipment away from hot water heaters and fixed ladders BID REQUEST#82300207 Page 9 PRICING Provide total pricing for Custodial Services per month and labor estimates per day for Custodial Services for all the buildings identified in this bid: Bui din I Location Bid Price E'er Building Estimate Labor Hours oar Day Building A 315 N. 11"' Ave. $ 1,700.00 3 Building B 315 N. 11. Ave. $ 1,850.00 3.5 Building C 315 N. 11Th Ave. $ 2,950.00 5.5 TOTAL BID PRICE FOR ALL BUILDINGS PER MONTH $ 6,500.00 Annual Escalation increase percent per year of additional yearly renewal CONTRACT TERM Initial contract tern is February 1, 2024, through January 31, 2025. This bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. 3 % BID REQUEST #B 301-6267 Page 12 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in tie Request for Bid for Request No. #82300207. 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, at 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 ail 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 Oband's Janitorial Company BUSINESS ADDRESS 2881 S. Salida Ct. CITY, STATE, ZIP CODE Aurora, Co. 80013 TELEPHONE NO 720317'9235 FAX TAX ID # 20-8729430 PRINTED NAME AND TI E Eddy Oban President SIGNATUREE-MAIL o barjdjanitorial2@gmail.com DATE ii/.1..L3 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-035514000. 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 GS0323 BID REQUEST #82300207 Page 14 ***We need signed copy submitted with your bid. Thank you!*** Addendum received by: November 14, 2023 0band's Janitorial Company FIRM 2881 S. Saida Ct. ADDRESS Aurora, Co. 80013 CITY AND STATE (21_4 BY obannitoria12@gmall.com EMAIL. oxtzt. gioxiisi 04410%,011% JANITORIALCO. SCHEDULING/JANITORIAL SERVICES HUMAN SERVICES BUILDING A BUILDING JANITORIAL SERVICES 5 DAYS PER WEEK FREQUENCY/HOURS Human Services -A 2 Employees 5 Days per week 4 hours 1 Supervisor Daily Open 3 Employees -5 Days per week - Sunday through Thursday SCHEDULING/JANITORIAL SERVICES HUMAN SERVICES BUILDING B BUILDING JANITORIAL SERVICES 5 DAYS PER WEEK FREQUENCY/HOURS Human Services -B 2 Employees 5 Days per week 4.5 hours 1 Supervisor Daily Open 3 Employees -5 Days per week - Sunday through Thursday SCHEDULING/JANITORIAL SERVICES HUMAN SERVICES BUILDING C BUILDING JANITORIAL SERVICES 5 DAYS PER WEEK FREQUENCY/HOURS Human Services -C 2 Employees 5 Days per week 6 hours 1 Supervisor Daily Open mpioyees -5 Days per week - Sunday through Thursday OBAND'S • • •.•• • JANITORIAL CO. QUAUIY CONTROL/HUMAN SERVICES 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 0band's principals of our mission statement. Safety Tips 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 indude: • Full service, fully staffed risk management Department • Pre -Employment screening • Initial and ongoing safely training • Incentive based, safely audit and safety incentive programs .ACOR CERTIFICATE OF LIABILITY INSURANCE I �TB,T.IAD�YYYYI oV16i2023 This CERTIFICATE IS ISSUED AS A MATTER OF RIFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. This CERTIFICATE DOES NOT AFF1RMATWELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE MUCK BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING EJSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE MOLDER, IMPORTANT: M Me mattes* holder Is an ADDITIONAL INSURED. Ma polley(iq) must have ADDITIONAL INSURED provisions or be endomed. if SUBROGATION IS WAIVED, subjaef to the team and conditions of the poky, certain poftCAS may raquAe an endorsement. A statement on this certificate dots not confer d as 10 Ma Cerlikkale holder in Rau or such endonamange). FROMM Faineant Assurance 7501 E. Lorry Blvd. Denver. CO 80230.7006 D: ammo Oband's Janetonal Company LLC 2001 S Salida Cl Aurora, CO 80013 ERAGEB INSURERf. AFFORD*. COMRADE q RA:PinnacoIAss uranap DASUROR NAIL 41190 DISIONN NOMA It: THIS IS TO CERTIFY THAT THE POLICIES OF UIISURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR DE: POLICY PERIOD INDICATED. NOTWTHSTANDINO ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO MICH THIS CERTIFICATE MAY SE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND COMMONS OF SUCH POUpVB. LIMITS MOAN MAY HAVE BEEN REDUCED BY PAID CLAIMS. lilt. TYR.OFMIURANCa sue w+ro ROLMNUMBER II(s916M��j COWAIRDIAE.DDNR ALLGEMJTY UMrle EACH OCCURRENCE CGRIMM _ CLAIUSMADE OCCURI I IMMIWILffoommaem L— ANTD...mom Rusen, ppm AGGREGATE LORI APPLIES PER - PERSONA. S ACV INJURY ,s,... GENERAL AtIOREQATE f _ .. _.. .... POUCY Lc. PRODUCTS • COADVOP AGO I I ODOM �ACTWNnslEuAe,umr �_, ANYMlflD NA ONLYF Amos ONLY AN.UTZB.... AVM ONLY swoLEUM g BODILY INJURY tR.r POP. S - ( ' BODILY swum s.a.e.. a.e..q ' e g ` MORELLA OAR OCCUR me cusesAmbei EACH OCCURRENCEUMW ADOREGACE ORO 1 i MENU,. WORM.* COIMPLROARON ABYaIL NeOY816'UAvuouBLITY A a�cuJo�r `""E ❑ N!A � aa'RRATEDIJsoeaw x ! MAXI EEiE I 1 ` 4078804 0110112023 , 010172024 e�EacHAccEaeavr 6100,000 IEL. masa.SD BARONE $100,000 I ELDame .Pot.LwsT $ 000.000 DEDOUPTI0N or OFRIATI0 N5 rLOCATIONO1 YETNCLES EACDRD NM, AagIU...I Remarks W.A. ow, WARM:1W s moo space N mans► Unless otherwise stated in the policy provisions. Coverage In Colorado only. 2305300 Weld County, CO. 1150001 Greeley, CO 80631-9586 sgResaman@wetdgov.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE MIME POLICY PROVISIONS. AURRI EnmPEE WSENTATNE Pinnace! Assurance ACORD Z6 (2016!03) M 1988.2016 ACORD CORPORATION. AN rights reserved. The ACORD name and logo are registered marks of ACORD ACORN provided by Forms Boss. www.FormsBoss.com: (o) Impressive Publishing a00-200-1977 ACCPRIDr CERTIFICATE OF LIABILITY INSURANCE DATE pawooIYYYYI 11/2/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLJCIES - BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IIIWORTANT: S the calficate hobby IS an ADDITIONAL INSURED, the poOey(lIR) mint have ADDITIONAL RJSURED 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 holler In Ileu of such endarsament(s). PRODUCER First Choice Insurance 16847 E. [IffAnn Aurora CO 80013 f Karla Mina f,';y�., E. (720) 925-5787 1IAIr!, Nes , -, :• OratchoieeinsmcfsgmoiIcorn mama) APFORDEN3 COVERAGE NAIL a Munn A; UNITED STATES LIABILITY INS CO 25895 INSURED ObourS Jaoilorial Company L. 2861 S Salida Cr Aurora CO 80013 INSURER e : INSURER C : INSURER D : INSURER E : ...a p ; 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED CLAIMS. TYPE OF INSURANCE %MVO POLICY NUMEER rr,,BYPAID (MUM l ' 3 UMRS X 60MNMlC1ALGENERAL UAIIIUTY GL 1058788C 06/30/2023 06/30/2024 EACH OCCURRENCE $ 1,000,000 untirkCNS•MADE PREMISESC (Eaoesoanee) S I00,000 MED EXP (Any one person) $ 5,000 PERSONAL d ADV INJURY $ 1,000,000 A GENERAL AGGREGATE $ 2,000,000 GENT. AGGREGATE UMRAPPLIES PER: POLICY ❑M ELOC OTHER: PRODUCTS -COMP/OPAGG S $ -- -` _ AUYGM091LP -ANY - UABafrY AUTO OWNED AUTOS ONLY HIRf� AUTOS ONLY - SCHEDULED ALTOS NON OWNED AUTOS ONLY WAgeranlNW.t um; $ BODILY INJURY (Par pawn, $ 8ODFLY INJURY (Per aoddoo& $ rspe It (P!r I UMBRELLA UAE OOCUR EXCESS ... CLABAS4AADE EACH OCCURRENCE $ AGGREGATE $ DED J R s AETErON WORNdrS irGle AND EMPLOYERS. LABILITY ANY PROO F.. RIP ECUTIVE Q LNrypyBan PESiiRIP'RON OFOPERATION3 below N, a S ATUTE ' ER tti E.L EACH ACCIDENT $ EJ_DISEASE -EA EMPLOYEE 5 E.L. DISEASE - POLICY LIMIT S DESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES (AGGRO W7, Additional Remarks Schedule, maybe attached If more apace le required( CERTIFICATE HOLDER CANCELLATION Weld County 11500 Slice. Greeley CO 50631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORISED REPRE80rrATIVE Isar -La- M ACORD 25 (2016103) S► 19SN-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Sale()) Insurance,. Liberty Mutual Company POLICY NUMBER: Y9615877 AUTOMOBILE POLICY DECLARATIONS (CONTINUED) You may pay your premium in full or in installments. There is no installment fee for the following billing plans: Full Pay. Installment fees for all other billing plans are listed below. If more than one policy is billed on the installment bill, only the highest fee is charged. The fee ist $2.00 per installment for recurring automatic deduction (EFT) $5.00 per installment for recurring credit card or debit card $6.00 per installment for all other payment methods YOU SAVED $1,516.90 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 COVERAGE WITH LIMITS OF $100,000 PER PERSON/5300,000 PER ACCIDENT. WE CHARGE ONE PREMIUM FOR THIS COVERAGE REGARDLESS OF THE NUMBER OF VEHICLES ON YOUR POLICY. YOUR PREMIUM IS $619.30. POLICY FORMS APPLICABLE TO THIS POLICY: SA-2890/COEP 8/20, SA-1701/EP 9/90, 5A-3133/EP 10/21, SA-1005/COEP 4/18 Policy underwritten by SAFECO INSURANCE COMPANY OF AMERICA (a stock insurance company). Administrative office: 175 Berkeley St., Boston, MA 02116 Mailing Address: PO Box 704000, Salt Lake City, UT 84170-4000 REPRINTED FROM THE ARCHIVE THE ORIGINAL TRANSACTION MAY INCLUDE ADOMONAL FORMS °^ Safeco Insurance NAMED ENSURED: EDDY OBANDO SONIA OBANDO 2861 S SALIDA CT AURORA CO 80013-2178 POLICY NUMBER: Y9615877 AUTOMOBILE POLICY DECLARATIONS RENEWAL AGENT: VELA INSURANCE 5285 W LOUISIANA AVE LAKEWOOD CO 80232-5938 POLICY PERIOD FROM: JULY 7 2023 TO: JULY 7 2024 at 12:01 A.M. standard time at the address of the insured as stated herein. AGENT TELEPHONE: (720) 550-6527 RATED DRIVERS EDDY °BANDO, SONIA OBANDO 2022 VOLKSWAGEN ATLAS SEL 4 DOOR ID# 1V2BP2CA7NC521354 2013 FORD F150 SUPERCREW 4 DOOR PICK-UP ID# 1FTFW1ET5DFB37374 Insurance is afforded only for the coverages for which limits of liability or premium charges are indicated. (COVERAGES LIABILITY: BODILY INJURY PROPERTY DAMAGE MEDICAL PAYMENTS 2022 VOLK LIMITS J PREMIUMS' 2013 FORD LIMITS' PREMIUMS' 0100,000 $ 231.20 Each Person 5300,000 Each Occurrence 0100,000 174.50 Each Occurrence 55,000 52.90 COMPREHENSIVE Actual Cash Value 586.60 Less $500 Deductible COLLISION Actual Cash Value 558.10 less 8500 Deductible ADDITIONAL COVERAGES: LOSS OF USE SSO Per Day/01500 Max ROADSI)E ASSIST 0100,000 0 216,'' Each Person $300,000 Each Occurrence 0100,000 174.40 Each Occurrence 05,000 29.30 Actual Cash Value Less 0500 Deductible Actual Cash Value Less $500 Deductible 311.70 249.60 26.70 SSO Per Day/01500 Max 13.80 8.40 16.90 TOTAL $ 1,638.40 TOTAL $ 1,011.90 You may pay your premium in full or in installments. There is no installment fee for the following billing plans: Full Pay. Installment fees for all other billing plans are listed below. If more than one policy is billed on the installment bill, only the highest fee is charged. The fee is: $2.00 per installment for recurring automatic deduction (EFT) $5.00 per installment for recurring credit card or debit card $6.00 per installment for all other payment methods -CONTINUED- 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 Parent Contract ID HUMAN SERVICES BUILDING A,B, & C CUSTODIAL CARE 7683 Contract Status Contract Lead * Requires Board Approval CTB REVIEW SGEESAMAN YES Contract Lead Email Department Project # sgeesaman@co.weld.co.0 s;Iredfern@weldgov.com Contract Description * CUSTODIAL CARE FOR BLDINGS A,B,C $6,500.00 A MONTH/ 3% ANNUAL ESCALATION Contract Description 2 Contract Type* CONTRACT Amount* $6,500.00 Renewable * YES Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 12/16/2023 GROUNDS 12/20/2023 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300207 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date * 12/30/2024 Renewal Date 02/01/2025 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 12/13/2023 Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 12/12/2023 12/13/2023 12/13/2023 Final Approval BOCC Approved Tyler Ref # AG 121823 BOCC Signed Date Originator SGEESAMAN BOCC Agenda Date 12/18/2023 November 28, 2023 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: Curtis Naibauer Subject: Custodial Services — Human Services Buildings A, B and C - Bid (B2300207) As advertised, this bid is for the routine custodial services for Human Services buildings A, B and C. 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 $6,500.00 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 2027. Sincerely, Curtis Naibauer Interim Director 2023- 3`}23 glOOn DATE OF BID: NOVEMBER 20, 2023 REQUEST FOR: CUSTODIAL SERVICES - HUMAN SERVICES BUILDINGS A, B & C DEPARTMENT: FACILITIES BID NO: B2300207 PRESENT DATE: NOVEMBER 27, 2023 APPROVAL DATE: DECEMBER 11, 2023 VENDOR OBAND'S JANITORIAL COMPANY 2861 S. SALIDA COURT AURORA, CO 80013 CCS FACILITY SERVICES 1485 S. LIPAN STREET DENVER, CO 80223 ZTL JANITORIAL SERVICES, LLC 16700 E. 2N° AVENUE AURORA, CO 80011 CLEAN NOCO, LLC 2519 S. SHIELDS STREET, SUITE 1K #540 FORT COLLINS, CO 80526 AFL MAINTENANCE GROUP, INC. 1075 S. YUKON STREET, SUITE #300 LAKEWOOD, CO 80226 TOTAL MONTHLY CUSTODIAL SERVICES WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverettCD,weld.gov cgeisert6iweld.gov ttavlorCE.weld.gov Phone: (970) 400-4222, 4223 or 4454 ANNUAL ESCALATION PERCENTAGE $6,500.00 3% $7,466.88 $7,484.66 $7,750.00 $7,782.14 3% 4% 2% 2.5% 2023-3423 117Z 8c1 OOZE PAGE 2 DATE OF BID: NOVEMBER 20, 2023 REQUEST FOR: CUSTODIAL SERVICES - HUMAN SERVICES BUILDINGS A, B & C DEPARTMENT: FACILITIES BID NO: B2300207 TOTAL MONTHLY VENDOR CUSTODIAL SERVICES KLEEN-TECH SERVICES, LLC 7100 BROADWAY, SUITE 6-L DENVER, CO 80221 COMMAND SERVICE SYSTEMS, INC. 96 INVERNESS DRIVE EAST, SUITE D ENGLEWOOD, CO 80112 MR. J'S CLEANING SERVICES LLC 1202 77TH AVENUE GREELEY, CO 80634 B & S CLEANING, LLC 2030 35TH AVENUE, SUITE A-1 GREELEY, CO 80634 TOBON'S PROFESSIONAL CLEANING P.O. BOX 361 LITTLETON, CO 80160 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. $9,551.00 $10,193.28 $10,407.00 $11,373.00 $21,582.00 ANNUAL ESCALATION PERCENTAGE 5% 3% 5% 4% 3%
Hello