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
20231695.tiff
e O r +o--oac+ z O 4# C c,Q June 18, 2025 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Business Park flooring Maintenance (2023-1695) In 2023, Metro Maintenance INC. was awarded the flooring maintenance contract for the North Business Park. The bid permitted the option for an annual renewal for the period of July 1, 2025, through June 30, 2026. The Facilities Department is recommending approval of this annual renewal. Sincerely, Patrick O'Neill Director C__onse)n+ Arndt& ocofa31aS cc: 011130,50%) toPZ5/25 o a*5 - I Coc15 coo a5 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF FACILITIES AND METRO MAINTENANCE INC. rd This Agreement Extension/Renewal ("Renewal"), made and entered into a3 day of �u ne,, 2025, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Facilities, hereinafter referred to as the "Department", and Metro Maintenance INC., 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. 2023-1695, approved on July 19, 2023. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on June 30, 2025. • The parties agree to extend the Original Agreement for an additional one-year period, which will begin July 1, 2025, and will end on June 30, 2026. The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. The total price for the floor care services renewal will be $171,464.40 annually. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: MilenPeev Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry ck, Chair JUN 2 2 2025 ATTEST: Weld County Clerk to the Board BY:41/dain INS Deputy Clerk to the Boar aoa3-►Cg5 METRMAI-01 LWISE ACORO` CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 6/11/2025 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 Acrisure Northwest Partners Insurance Services, LLC 19401 40th Ave W, Suite 440 Lynnwood, WA 98036 NAME CT Lorraine Wise (a/c, No, Extj: ( ) (Alc, No): PHONE 303 962-3218 I F"" noDREss: LWlse@acrisure.com INSURERS) AFFORDING COVERAGE NAIL # INSURER A: Owners Insurance Company 32700 INSURED Metro Maintenance, Inc. Po Box 371912 Denver, CO 80237 INSURER B : Pinnacol Assurance 41190 INSURER C: INSURER D : INSURER E : INSURER F : EVISION NUMBER: vTHIS•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 POLIO ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INS' TYPE OF INSURANCE LTR VA- SUBR INSD WVD POLICY NUMBER POLICY EFF IMMIDD/YYYY1 POLICY EXP (MMIDD/YYYYI LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES �Ea occurrence/ $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY yea, LOC OTHER: PRODUCTS - COMP/OP AGG $ $ A AUTOMOBILE LIABILITY ANY AUTO AUTOS ONLY AUTOS ON, X AUTOSULED AUTOS 19 5571108500 11/26/2024 11/26/2025 (Ea soot/ i E0 SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PPer accROPERident)TY DAMAGE ( $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ B WORKERS COMPENSATION EMPLOYERS'LIABILITY OFFICER/MEMBER EXCLUDED? ECUTIVE Y / N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 4132942 4132942 5/1/2025 5/1/2026 X I STATUTE I I 2-4" - E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS I LOCATIONS icy,: ICLES (ACORD 1111, Additional Remarks Schedule, may be attached if more space is required) Coverage is subject to the forms and ditions of the policy. Weld Count Y SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H Street Greeley, CO 80631 AUTHORIZED REPRESENTATIVE 1 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DATE (MM/DD/YYYY) ACORO® CERTIFICATE OF LIABILITY INSURANCE 06/10/2025 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 teens 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 TODD WELLS AGENCY, INC. 10106 W SAN JUAN WAY STE 220 LITTLETON CO 80127 CONTACT NAME: ITODD WELLS AGENCY, INC. PHONE FAX (ac, No, Se ) (303) 979-1700 (a/c, No): E-MAIL ADDRESS: twells1@amfam.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: Midvale Indemnity Company 27138 INSURED METRO MAINTENANCE INC 6383 LAGUNA CIR Highlands Ranch CO 80130 INSURER B : INSURER C INSURER D : INSURER E : INSURER F : CERTIFICATE NUMBER: 00001558021812 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE Mill SUER .. yyyD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MMIDD/YYYY) LIMITS A COMMERCIAL GENERAL LIABILITY X OCCUR Y Y CP00024996 11/01/2024 11/01/2025 EACH OCCURRENCE $2,000,000 CLAIMS- MADE DAMAGE TO RENTED PREMISES (Ea occurrence) $100,000 MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $2,000,000 GEM_ X AGGREGATE LIMIT APPLIES PER: I POLICY III PI EQ OC OTHER: GENERAL AGGREGATE $4,000,000 PRODUCTS - COMP/OP AGG $4,000,000 AUTOMOBILE A LIABILITY ANY AUTO OWNED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY(Per accident) PROPERTY DAMAGE (Per accident) UMBRELLA LIAB EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE AGGREGATE DED I 'RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECU -TINE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS YIN N/A I STATUTE I I OER II E.L. EACH ACCIDENT below E.L. DISEASE - EA E.L. DISEASE - POLICY LIMIT PROFESSIONAL LIABILITY OCCURRENCE AGGREGATE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER WELD COUNTY 1105 H STREET GREELEY CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACO DR ADDITIONAL REMARKS SCHEDULE AGENCY: TODD WELLS AGENCY, INC. POLNUMBER: o..:1,2996 CARRIER: Midvale Indemnity Company NAIL CODE 27138 NAMED INSURED: METRO MAINTENANCE INC EFFECTIVE DATE: 11/01/2024 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Contractors - subcontracted work - other than construction -related work Weld County, Colorado, its subsidiary, affiliated entities, assigns, agents, are named as an additional named insured ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* Entity ID* METRO MAINTENANCE INC @00042033 Contract Name* Contract ID NORTH BUSINESS PARK FLOOR CARE CONTRACT 9601 RENEWAL Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov New Entity? Parent Contract ID Requires Board Approval YES Department Project # Contract Description" CONTRACT RENEWAL FOR THE FLOOR CARE SERVICES IN THE NORTH BUSINESS PARK. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date RENEWAL BUILDINGS AND Date* 06/21/2025 GROUNDS 06/25/2025 Amount* $171,464.40 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 Review Date* 04/20/2026 Renewal Date* 07/01/2026 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head PATRICK O'NEILL DH Approved Date 06/18/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 06/23/2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 06/19/2025 06/19/2025 Tyler Ref # AG 062325 Originator CNAIBAUER Cnh'ad it *- nal- BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Facilities Building custodial Services. DEPARTMENT: =acilities PERSON REQUESTING: Patrick O'Neill DATE: November 7, 2024 Brief description of the problem/issue: The facilities building has recently completed an addition and some interior renovation work. This has expanded the area that neec s floor maintenance services. This change order is for the additional services required by the additional renovated area. What options exist for the Board? 1. Approve the change order. 2. Deny the change order. Consequences: Impacts: Costs (Cu -rent Fiscal Year / Ongoing or Subsequent Fiscal Years): $190.00 per month Recommendation: Facilities recomrr ends placing this change order on an upcoming BOCC agenda for approval. Perry L. Buck, Pro- Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine 0 Rcedjb vzoni-t Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: ne÷ mt. CC:0nOokse (BO puycliaLtr9 WZO/2,4-1 zoL3At63 CA 075 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 November 7, 2024 To: Board of County Commissioners From: Patrick O'Neill Subject: Floor Care — North Business Park (2023-1695) Metro Maintenance, INC was awarded the contract for flooring maintenance for the North Business Park which includes the Facilities building. The new Facilities addition was completed and requires flooring maintenance. A change order to the contract identifies the costs of these additional services to be $190.00 per month. The Facilities Department is recommending this change order be approved. If you have any questions, please contact meat extension 2023. Sincerely, Patrick O'Neill Director Change Order # 1 to Service Agreement Between Weld County and Metro Maintenance, INC. Date: November 7,2024 Original Agreement: 2023-1695 County Department: Facilities The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exh bit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 159,408.00 Original Contract Amount (Yearly) $ 0.00 Previously Approved Change order(s) Amount $ 2,280.00 Current Change Order Amount (Yearly) $ 161,688.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: C.Date h ?tut' Name: Title: ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Bo \\ (lc(2SA BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Irreh,r Trer*N? oe-J Kevin D. Ross, Chair NOV �, 0 2024 Page 1 of 1 zo L3—Iloc15 Metro Maintenance, Inc. Tel. 720-359-1544; Fax. 303-955-9001 service@metromaintenance.info http: //metromaintenance. info OCTOBER 10m, 2024 �1//) METRO maintenance PROPOSAL FOR PROFESSIONAL CLEANING SERVICES PREPARED FOR: WELD COUNTY, COLORADO PROJECT LOCATION: 1105 H ST., GREELEY, CO 80631 SERVICE FEES: 1. Truck mount carpet cleaning sanitizing and deodorizing (46 by 23 feet) - 1058 sq. feet: 2. LVT machine scrubbing (16 by 22 feet) — 352 sq. feet 3. Ceramic tile steam clearing (two bathrooms) — 128 sq. feet TOTAL: S190.00 (per month) All labor, chemicals and equipment needed to perform these services are provided by the contractor. We carry contractor's public liability and property damage insurance. All of our employees are covered by workers compensation insurance, and we pay all federal old age benefits and state unemployment insurance tax. -1- Metro Maintenance, Inc. Tel. 720-359-1544; Fax. 303-955-9001 service@metromaintenance.info http: //metromaintenance. info ALL WORK IS 100% GUARANTEED TERMS OF PAYMENT: NET 30 DAYS /C METRO MY maintenance TERMS OF SERVICES CANCELATION: EITHER PARTY MAY TERMINATE OUR CONTRACT BY NOTICE, IN WRITING TO THE OTHER PARTY. NOTICE TO BE GIVEN AT LEAST 30 DAYS PRIOR TO THE EFFECTIVE DATE OF SUCH TERMINATION, UNLESS EARLIER, AS MUTUALLY AGREED ON. ACCEPTANCE: The prices, specifications, and conditions of this page and accompanying pages of this proposal are valid for 90 days. METRO MAINTENANCE. INC, SIGNATURE: PRINT NAME: JOB TITLE: MILEN PEEV PRESIDENT -2- DATE: 10/10/24 Contract Form Entity Information Entity Name* Entity ID* METRO MAINTENANCE INC @00042033 Contract Name* FACILITIES BUILDING FLOOR CARE CHANGE ORDER Contract Status CTB REVIEW El New Entity? Contract ID 8862 Contract Lead* CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * PROVIDE ADDITIONAL FLOOR CARE SERVICES FOR THE ADDITIONAL FLOOR AREA CREATED BY THE FACILITIES ADDITION. Contract Description 2 Contract Type* CHANGE ORDER Amount* $2,280.00 Renewable* YES Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weld.go Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV Requested BOCC Agenda Due Date Date* 11/16/2024 11/20/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO 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* 11/25/2024 Renewal Date* 11/25/2024 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 11/15/2024 11/15/2024 11/15/2024 Final Approval BOCC Approved Tyler Ref # AG 112024 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 11/20/2024 C`bn-lvaci-tDk8v -1 June 19, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Curtis Naibauer Subject: Business Park flooring Maintenance (2023-1695) In 2023, Metro Maintenance INC. was awarded the flooring maintenance contract for the North Business Park. The bid permitted the option for an annual renewal for the period of July 1, 2024, through June 30, 2025. The Facilities Department is recommending approval of this annual renewal. Sincerely, Curtis Naibauer Interim Director Wr4cril-19 71/ZZ/ e} dux_ 9.2(- (6) 7�aa�a4- zcT IIoQ5 EGIoc 5 AMENDMENT #1 TO AGREEMENT BETWEEN WELD COUNTY AND METRO MAINTENANCE INC. BUSINESS PARK FLOORING MAINTENANCE This Amendment is made and entered into this (,,t; day of J kkk , 2024, by and between the Board of Weld County Commissioners, on behalf of the Facl1ities, hereinafter referred to as the "Department", and Metro Maintenance INC., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2023-1695, approved on July 19, 2024. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement will end on June 30, 2024. The term is hereby extended for one year commencing on July 1, 2024, and ending on June 30, 2025. 2. Beginning on the first day of the new term, the 3% annual escalation pricing detailed in the original contract shall replace the current pricing. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: By: Name: Milen Peev Title: President ATTEST: .?"...‘e1140) Weld Co. 'y Clerk to the Bo. rd BY: Deputy Cle ' tot e Bo Page 1 of 1 Date 6/30/24 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO vin D.Ross, Chair JUL 2 2 2024 02,022 -/'gam ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 06/24/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Trust Hall Insurance Services Inc 5610 Ward Rd #300 Arvada, CO 80002 CONTACT Lorraine Wise NAME: (No. Ext): (303)421-2802 I is , No): (303)421-2886 Umiess: lorraine@trusthall.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: Pinnacol Assurance 41190 INSURED Metro Maintenance, Inc. PO Box 371912 Denver, CO 80237 INSURER B: CNA Surety Company INSURER C: INSURER D : INSURER E : INSURER F : VERAGES CERTIFICATE NUMBER: 00008399-1506242 REVISION NUMBER: 45 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER (MMIDDYIYYYY) (MM DDY/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ DAMAGE RENTED PREM SESO(Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ PROT ElLOC JEC OTHER: PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTIONS A WORKERSCOMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y� MICER/ME rat EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below Y NIA 4132942 05/01/2024 05/01/2025 X STATUTE EORH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B Surety 70310359 05/24/2024 05/24/2025 Janitorial Bond $20,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County is an additional insured as it relates to operations of Subcontractor Where Services Will Be Performed or as their interest may appear. TIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1105 H Street ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80631 AUTHORIZED REPRESENTATIVE L evu �- (LWI) ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ontract F Entity Information Entity Name* Entity ID* METRO MAINTENANCE INC @00042033 Contract Name * NORTH BUSINESS PARK FLOOR CARE CONTRACT RENEWAL Contract Status CTB REVIEW O New Entity? Contract ID 8447 Contract Lead* CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description * RENEWAL FOR FLOOR CARE IN THE NORTH BUSINESS PARK. (2023-1695) Contract Description 2 Contract Type* CONTRACT Amount* $164,190.24 Renewable YES Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Parent Contract ID Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 07/06/2024 07/10/2024 Will a work session with BOCC be required?* YES Does Contract require Purchasing Dept. to be included? NO 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 * 05/31/2025 Renewal Date* 06/30/2025 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head CURTIS NAIBAUER DH Approved Date 07/09/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07/22/2024 Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 07/10/2024 07/15/2024 Tyler Ref # AG 072224 Originator CNAIBAUER CovrVvacA-0-11aZ SERVICE AGREEMENT BETWEEN WELD COUNTY AND METRO MAINTENANCE INC. BUSINESS PARK FLOORING MAINTENANCE THIS AGREEMENT is made and entered into this elday of J , 2023, by and between the Board of Weld County Commissioners, on behalf of the Faci ' es Department, hereinafter referred to as "County," and Metro Maintenance Inc., 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. B2300129. 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 ConseYrl- flit'iciad 1/lq/Z3 7/i9/.2 3 2023- I l290 3C-, 025 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 $159,40$.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled 2 to any employee benefits (including unemployment insurance or workers' compensation benefits) front 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. II. 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. Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. b. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 12. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done 4 in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 13. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 14. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 15. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 16. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or 5 Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Milen Peev Position: President Address: 4601 Quebec Street #C2 Address: Denver, CO 80216 E-mail: milen(a),metromaintenance.info Phone: 720-285-9518 TO COUNTY: Name: Toby Taylor Position: Facilities Director Address: 1105 1-1 Street Address: Greeley, CO. 80632 E-mail: ttaylor1dweldgov.com Phone: 970-400-2021 17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 22. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, 6 without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 29. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. 7 CONTRACTOR: Metro 1VMainten nce Inc. By: k, Name: Title: V r z s; Date of Siknitture WELD 7.( ,T J .tA ATTEST: ,.+' Weld +u Clerk to the : oard / BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair JUL 1 9 2023 aoa3-/G9 REQUEST FOR BID Exhibit A WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: MAY 19, 2023 BID NUMBER: B2300129 DESCRIPTION: BUSINESS PARK FLOORING MAINTENANCE DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: MAY 31, 2023 BID OPENING DATE: JUNE 14, 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: BUSINESS PARK FLOORING MAINTENANCE A mandatory pre -bid conference will be held on May 31, 2023 at 4:00 PM at the Weld County Facilities Building located at 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: June 14, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on June 14, 2023 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 498 332 449# PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging. less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bids(a�weldgov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by 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 o n behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone n ot otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also u nderstood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #B2300129 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 e nforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim o r right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits u nder the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2300129 Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color. national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been u njustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall n ot enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor. as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the o bligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and 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 o r performance. The bidder warrants that the goods to be supplied shall be merchantable. of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. BID REQUEST #B2300129 Page 4 Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result. in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #B2300129 Page 5 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County. in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors. omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County. its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation. law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance. order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the BID REQUEST #B2300129 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 #B2300129 Page 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING Weld County Business Park Flooring Maintenance Weld County is seeking bids to perform carpet and hard surface flooring maintenance services for its buildings in the Business Park located in Greeley, CO SPECIFICATIONS Below is a list of specifications for the floor maintenance that includes the carpet, vinyl composite tile (VCT), and hard surface flooring 1 Tasks to be performed A Monthly for Carpets i Vacuum (vacuum only — no sweepers or brooms) and maintenance -clean all traffic lanes with an approved carpet maintenance system such as encapsulation or extraction ii Remove all spots, stains, and gum iii Clean all floor mats iv Due to after-hours building security, Weld County requires the use of portable cleaning equipment only B Quarterly for Carpets i Vacuum entire carpeted area wall-to-wall including under desks ii Perform wall-to-wall wet carpet extraction cleaning using CRI (Carpet and Rug Institute) "Gold -Seal" or better rated equipment and process (see www carpet -rug org) Bidders must provide a description of how they will meet this requirement Due to after-hours building security, Weld County requires the use of Portable Extraction cleaning equipment only iv Remove all spots, stains, and gum v Clean all floor mats including those located on hard surface floors C Monthly for Hard Surface Floors i Machine scrub all resilient and hard surface flooring including restrooms ii Machine scrub and burnish all VCT flooring D Quarterly for Hard Surface Floors i Machine scrub all resilient and hard surface flooring including restrooms ii Recoat service all VCT flooring 1 Machine scrub and add two coats finish (min 25% solids) 2 Special Needs Services/Areas A Some VCT floors may need a complete strip and refinish This will be at the Weld Custodian Supervisor's discretion There is place for a special quote on this underneath the regular bid pricing 3 General Operating Instructions The following is a listing of General Operating Instructions BID REQUEST #KONOTRO Page 8 A The work is to be completed within the following hours: Sunday between the hours of 3:00 PM and 11:30 PM and/or Monday through Thursday between the hours of 6:00 PM and 11:30 PM. B. Contractor must provide the schedule for each month's work at least one week prior to the work being started. C We will approve your schedule based upon a first come first serve basis. If your schedule conflicts with other commitments, you will have to adjust your schedule. D Notify building contact (Weld Custodial Supervisor or Weld Security) of any irregularities (e.g., defective plumbing, unlocked doors, lights left on, etc.). E. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. F. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in each facility. G Contractor access to all buildings will be provided by Weld County staff only. No keys or access badges will be issued to the Contractor. H. The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or equipment provided for County use only. When the Contractor's employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit, and the Contractor shall be notified that such employee shall not be allowed entrance to the facility in the future until reauthorized by the Director of Facilities. I. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effectively communicate with all members of their staff so that there is no breakdown in passing work related requests/information between 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. J. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. K. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the work to be done under the contract and assure that all workers will receive the compensation for compensable injuries. A copy of the workers compensation policy is required to be submitted to the County as part of this proposal. L. Contractor may store supplies, materials, and equipment in storage areas within the County building facilities as designated by the Weld Custodian Supervisor. Contractor agrees to keep his portion of this storage area in accordance with applicable fire and safety regulations. M. Carpet and floor cleaning personnel will be responsible for leaving all janitor and storage closets and equipment in the same condition as they found it. N. Contractor employees must wear appropriate clothing. O. Successful respondent/vendor will be required to complete Colorado Bureau of Investigation (CBI) criminal record checks on all employees who work on County property for this contract. Any fees for checks will be paid by contractor. Employees who have been convicted of a theft in the past 5 -years or a violent or serious felony will not be permitted to work in County facilities. Provide results of all background checks to the Facilities Director for review. Provide background check results for any BID REQUEST #B2300129 Page 9 additional personnel hired during the course of this contract to the Facilities Director for review. Background checks must be updated annually. P. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 4. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 5. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment B. Supervision of cleaning crews C. Uniforms for cleaning staff with company logo and badge D. Safety Data Sheet (SDS) binder on all products used in buildings E. All products used for cleaning must have proper labeling. 6. This bid is fora (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. SQUARE FEET Below are the square feet measurements of differing types of flooring: Carpet, VCT, Hard Surface. Actual measurements would need to be verified by vendors. SQUARE FEET Building Location Car se et VCT Other Hard Surface 1150 Ad min i n 1150 O Street 36,378 459 5,141 Health Department 1555 N. 17th Ave 32,000 6,000 , 12,720 Law Ad min i n 1950 O Street 17,000 1,000 4,000 Dispatch/Medical/Records 1551 N. 17th Ave 10,000 1,500 4,500 1400 Treasurer/Assessor 1400 N. 17th Ave 13,500 0 2,500 1401 IT 1401 N. 17th Ave 14,644 0 906 1402 Planning/O&G 1402 N. 17th Ave 13,382 0 2,618 Public Works 1111 H Street 23.500 1,200 4,000 Facilities 4.644 _ 552 234 1105 H Street Motor Pool 1399 N. 17th Ave 650 500 750 Coroner 1121 M Street 5,600 0 400 Training Center 1104 H Street 2,000 693 2,095 Print Shop 1500 2nd Street 1,800 400 200 8th Avenue Radio Shop 300 8th Ave 800 400 250 35th Avenue Tower 3105 35th Ave 1,500 400 300 1301 Building 1301 N. 17th Ave 7,850 700 200 1250 N. 17th Ave 16,679 1,218 5,827 1250 Clerk & Recorder Work Release 1390 N. 17th Ave 1,500 Carpet Only BID REQUEST #B2300129 Page 10 PRICING Please provide price per building for the Monthly Service AND Quarterly Service in space below with a total for both Monthly and Quarterly services. Building Location Carpet VCT Hard Surf Monthly Price Quarterly Price 1150 Admin 1150 O Street 36,378 459 5,141 Health Department 1555 N. 17th Ave 32,000 6,000 12;720 Law Admin 1950 O Street 17,000 1,000 1 4,000 Dispatch/Medical/Records 1551 N. 17th Ave 10,000 1,500 4,500 1400 Treasurer/Assessor 1400 N. 17th Ave 13,500 0 2,500 1401 IT 1401 N. 17th Ave 14,644 0 906 1402 Planning/O&G 1402 N. 17th Ave 13,382 0 2,618 Public Works 1111 H Street 23,500 1,200 4,000 Facilities 1105 H Street 4,644 552 234 Motor Pool 1399 N. 17th Ave 650 500 750 Coroner 1121 M Street 5,600 0 400 Training Center 1104 H Street 2,000 693 2,095 Print Shop 1500 2nd Street 1,800 400 200 8th Avenue Radio Shop 300 8th Ave 800 400 250 35th Avenue Tower 3105 35th Ave 1,500 400 300 1301 Building 1301 N. 17th Ave 7,850 700 200 1250 Clerk & Recorder 1250 N. 17th Ave 16,679 1,218 5,827 Work Release 1390 N. 17th Ave 1,500 Carpet Only I TOTAL 203,427 15,022 46,641 ADDITIONAL WORK Weld County recognizes there may be times when additional work may be required due to unplanned events. Therefore, bidders shall provide a cost per square foot for additional floor striping and finish to VCT. • All finish must be 25% solids or greater. • All strip and refinish jobs must have a minimum of 3 coats of finish. • Refinishes must not contain any footprints, hair, or other debris. • All stripping/refinishing is on an as -needed basis to be determined by Weld Custodian Supervisor. If these additional services are needed, contractor will be requested to provide a quote and invoice for each occurrence or instance. Please provide pricing for the following: 1. Price floors per up square foot to 250 square for complete feet stripping and refinishing $ 2. Price floors per 251 square to 1,000 foot square for complete feet stripping and refinishing $ 3. Price floors per 1,001 square and foot greater for complete square stripping feet and refinishing $ ANNUAL ESCALATION Provide escalation percentage for each subsequent annual term, as applicable Annual Escalation 0/0 BID REQUEST #B2300129 Page 11 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on June 14, 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 #B2300129 Page 12 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2300129. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County. together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 7. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0323 BID REQUEST #B2300129 Page 13 Exhibit B SPECIFICATIONS ANDIOR SCOPE OF WORK AND PROPOSED PRICING: Weld County Business Park Flooring Maintenance Weld County is seeking bids to perform carpet and hard surface flooring maintenance services for its buildings in the Business Park located in Greeley, CO. SPECIFICATIONS Below is a list of specifications for the floor maintenance that includes the carpet, vinyl composite tile (VCT), and hard surface flooring. 1. Tasks to be performed: A. Monthly for Carpets i. Vacuum (vacuum only — no sweepers or brooms) and maintenance -clean all traffic lanes with an approved carpet maintenance system such as encapsulation or extraction. ii. Remove all spots, stains, and gum. iii. Clean all floor mats. iv. Due to after-hours building security, Weld County requires the use of portable cleaning equipment only. B. Quarterly for Carpets i. Vacuum entire carpeted area wall-to-wall including under desks. ii. Perform wall-to-wall wet carpet extraction cleaning using CRI (Carpet and Rug Institute) "Gold -Seal" or better rated equipment and process (see www.carpet-rug.org). Bidders must provide a description of how they will meet this requirement. iii. Due to after-hours building security, Weld County requires the use of Portable Extraction cleaning equipment only. iv. Remove all spots, stains, and gum. v. Clean all floor mats including those located on hard surface floors. C. Monthly for Hard Surface Floors i. Machine scrub all resilient and hard surface flooring including restrooms. ii. Machine scrub and burnish all VCT flooring. D. Quarterly for Hard Surface Floors i. Machine scrub all resilient and hard surface flooring including restrooms. ii. Recoat service all VCT flooring: 1. Machine scrub and add two coats finish (min. 25% solids). 2. Special Needs Services/Areas: A. Some VCT floors may need a complete strip and refinish. This will be at the Weld Custodian Supervisor's discretion. There is place for a special quote on this underneath the regular bid pricing. 3. General Operating Instructions. The following is a listing of General Operating Instructions: BID REQUEST #62300129 Page 8 A. The work is to be completed within the following hours: Sunday between the hours of 3:00 PM and 11:30 PM and/or Monday through Thursday between the hours of 6:00 PM and 11:30 PM. B. Contractor must provide the schedule for each month's work at least one week prior to the work being started. C. We will approve your schedule based upon a first come first serve basis. If your schedule conflicts with other commitments, you will have to adjust your schedule. D. Notify building contact (Weld Custodial Supervisor or Weld Security) of any irregularities (e.g., defective plumbing, unlocked doors, lights left on, etc.). E. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. F. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in each facility. G. Contractor access to all buildings will be provided by Weld County staff only. No keys or access badges will be issued to the Contractor. H. The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or equipment provided for County use only. When the Contractor's employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit, and the Contractor shall be notified that such employee shall not be allowed entrance to the facility in the future until reauthorized by the Director of Facilities. I. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effectively communicate with all members of their staff so that there is no breakdown in passing work related requests/information between 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. J. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. K. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the work to be done under the contract and assure that all workers will receive the compensation for compensable injuries. A copy of the workers compensation policy is required to be submitted to the County as part of this proposal. L. Contractor may store supplies, materials, and equipment in storage areas within the County building facilities as designated by the Weld Custodian Supervisor. Contractor agrees to keep his portion of this storage area in accordance with applicable fire and safety regulations. M. Carpet and floor cleaning personnel will be responsible for leaving all janitor and storage closets and equipment in the same condition as they found it. N. Contractor employees must wear appropriate clothing. O. Successful respondent/vendor will be required to complete Colorado Bureau of Investigation (CBI) criminal record checks on all employees who work on County property for this contract. Any fees for checks will be paid by contractor. Employees who have been convicted of a theft in the past 5 -years or a violent or serious felony will not be permitted to work in County facilities. Provide results of all background checks to the Facilities Director for review. Provide background check results for any BID REQUEST #82300129 Page 9 ET O maintenance EQUIPMENT 1. Pro Team Super Coach back pack vacuums 2. Windsor VACPAC VP10 back pack vacuums —green seal 3. 2015 Dodge Pro -Master 1500 Hot Water Extraction Unit — MasterBlend El Diablo 4. 016 Chevy Express 3500 Hot Water Extraction Unit - Hydramaster CDS Overdrive 4.8 (GM) with Salsa Package 5.2011 Chevy Box Truck 3500 Prochem Everest 870HP Truck Mount 6. TruckMount carpet leaning machine Prochem Appex mountedin 2014 Dodge Pro Master 7. Truck mount carpet cleaning machine El Diablo mounted in 2014Dodge Pro Master 8. CRB Counter Rotating Brushes tool 9. Nextgen Hydramaster RX-2O rotaty jet extractor tool 10. Tennant R14 ride on carpet extractor 11. Tennant 5400 floor scrubber 12. Hotsy 3000 PSI pressure washer 13. Rotary floor scrubber 17 inch 14. Rotary floor scrubber 20 inch 15. Wet vacuum 16. Structural drying equipment such as Dehumidifiers; FloorDryer Air Movers; Air Scrubbers additional personnel hired during the course of this contract to the Facilities Director for review. Background checks must be updated annually. P. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 4. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 5. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment B. Supervision of cleaning crews C. Uniforms for cleaning staff with company logo and badge D. Safety Data Sheet (SDS) binder on all products used in buildings E. All products used for cleaning must have proper labeling. 6. This bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. SQUARE FEET Below are the square feet measurements of differing types of flooring: Carpet, VCT, Hard Surface. Actual measurements would need to be verified by vendors. SQUARE FEET Building Location_ Carpet VCT Other Hard Surface_ 1150 Admin 1150 O Street 36,378 459 5,141 Health Department 1555 N. 17. Ave 3Z000 6,000 12,720 Law Admin 1950 O Street 17,000 1,000 4,000 Dispatch/MedicalRecords 1551 N. 17. Ave 10,000 1,500 4,500 1400 Treasurer/Assessor 1400 N. 17th Ave 13,500 0 2,500 1401 IT 1401 N. 17th Ave 14,644 0 906 1402 Planning/O&G 1402 N. 17"' Ave 13,382 0 2,618 Public Works 1111 H Street 23,500 1,200 4,000 Facilities 1105 H Street 4,644 552 234 Motor Pool 1399 N. 17. Ave 650 500 -0 750 Coroner 1121 M Street 5,600 400 Training Center 1104 H Street 2,000 693 2,095 Print Shop 1500 2"d Street 1,800 400 200 8. Avenue Radio Shop 300 8"' Ave 800 400 250 35. Avenue Tower 3105 35. Ave 1,500 400 300 1301 Building 1301 N. 17"' Ave 7,850 700 200 1250 Clerk & Recorder 1250 N. 17th Ave 16,679 1,218 5,827 Work Release 1390 N. 17. Ave 1,500 Carpet Only BID REQUEST #B2300129 Page 10 PRICING Please provide price per building for the Monthly Service AND Quarterly Service in space below with a total for both Monthly and Quarterly services. Building. Location Carnet VCT and Surf Price Nr38 Quarterly Price 1150 Admin 1150 0 Street 36,378 459 5,141 00 0738.00 738.00 Health Department 1555 N. 17^ Ave 32,000 6,000 12,720 $738.00 Law Admin 1950 0 Street 17,000 1,000 4,000 $738.00 738.00 $738.00 Dispatch/Medical/Records 1551 N. 17. Ave 10,000 1,500 4,500 $738.00 1400 Treasurer/Assessor 1400 N. 17' Ave 13,500 0 2,500 $738.00 $738.00 $738.00 $738.00 $738.00 $738.00 1401 IT 1401 N. 17. Ave 14,644 0 906 1402 Planning/O&G 1402 N. 17" Ave 13,382 0 2,618 $738.00 Public Works ^ 1111 H Street 23,500 1,200 4,000 $738.00 Facilities 1105 H Street 4,644 552 234 $738.00 5135.00 Motor Pool 1399 N. 17" Ave 650 500 750 $738.00 $738.00 Coroner 1121 M Street 5,600 0 400 $738.00 5/38.00 Training Center 1104 H Street 2,000 693 2,095 $708.00 $738.00 Print Shop 1500 2nd Street 1,800 400 200 $738.00 tL38,00 38.00 8. Avenue Radio Shop 300 8"' Ave 800 400 250 $738.00 35. Avenue Tower 3105 35. Ave 1,500 400 300 T38,00 0138.00 1301 Building 1301 N. 17. Ave 7,850 700 200 $738.00 $738.00 1250 Clerk & Recorder 1250 N. 17" Ave 16,679 1,218 5,827 $738.00 $738.00 $738.05 Work Release 1390 N. 17. Ave 1,500 Carpet Only 0138.00 TOTAL 203,427 15,022 46,641 $13,29 00 $13,284.00 ADDITIONAL WORK Weld County recognizes there may be times when additional work may be required due to unplanned events. Therefore, bidders shall provide a cost per square foot for additional floor striping and finish to VCT. • All finish must be 25% solids or greater. • All strip and refinish jobs must have a minimum of 3 coats of finish. • Refinishes must not contain any footprints, hair, or other debris. • All stripping/refinishing is on an as -needed basis to be determined by Weld Custodian Supervisor. If these additional services are needed, contractor will be requested to provide a quote and invoice for each occurrence or instance. Please provide pricing for the following: 1. Price per square foot for complete stripping and refinishing floors up to 25O square feet $ 0.50 2. Price per square foot for complete stripping and refinishing floors 251 to 1,000 square feet $ 0.40 3. Price per square foot for complete stripping and refinishing floors 1,001 and greater square feet $ 0.40 ANNUAL ESCALATION Provide escalation percentage for each subsequent annual term, as applicable 3 Annual Escalation BID REQUEST #82300129 Page 11 BID sumorrTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on June 14. 2023: 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 toincludeany 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 #82300129 Page 12 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions specifications and special provisions set forth in the Request for Bid for Request 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 Requestifor 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 data 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 \" `A.' 5a k")\- r �n-\ Q `C\ C. BUSINESS , ADDRESS \1 c, Q \ CITY, STATE, ZIP CODE 1i �� 4 y C Ot C 2 \,C„„ TELEPHONE NO"S-YFAX ICS-�¶Jc3100(i TAX ID# • \lc (G)% PRINTED NAME AND TITLE k ti ` j -c SIGNATURE E-MAIL DATE , WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. T CERTIFICATE OF EXEMPTION NUMBER IS 598.03551.0000. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Hedd Controller GS0323 BID REQUEST Page 13 FormW-9 OR.. oV1VUer 20 let eu�rr ;11;i: em of the Treasury internal;11;i: Ih Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/FomtW9 for instructions and the latest Information. Give Form to the requester. Do not send to the IRS, t Nemo (as shawl -1011 your moms tax totes), Nlm6o Is required on this One: do not leave fhb Una blank. METRO MAINTENANCE, INC. 2 Business name/disregarded entity name, it different Eon above ,., a Chr•.ck a ro rietu box for federal lax classification of the person whose name is entered on line I. Check Rp p p, a lollnwiny sevun boxns. V ❑ individuaUsolo proprietor or ❑ C Corpuration ❑✓ S Corporation ❑ Partnership single -member LLC ti c T'� ❑ Limited liability company Enter the lax classification (C=C corporation, S=S corporat.on, P-Pannersldp) Nate: Check the appropriate box in the line above for the lax classification of the single -member owner. to LL_C if the LLC is classified as a single -member LLC that is disregarded from the owner unless the dwnar - another LLC that is not disregarded from the owner for U,S. federal lax purposes. Otherwise, a single 4 u is disregarded from rho owner should chock the appropriate box far the tax classification of its owner, ❑ Other 60 ktelruetfona)► only ono of the ❑ TrusUestate ► 4 Exom lions certain onlilioa, instructions Exempt payee Exemption cods d or, l MNn.rn, (ender W n, Ie not individua,,,,:),:c s see on page 3): code td any) --- from FATCA repook, y1 Do not check of the LLC et`' -member LLC .101 cuw,rsr wne,mrvr r.,rs „:r.: .sr 6 Address (number, almat, and apt, or strife not Sea tnstiucltons. a) PO BOX 371912 Requesters name and address toplionre) e City, slate. and Wood* DENVER, CO 80237 7 Lett account non fpm Copiloting Taxpayer identification Number (TIN) Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For Individuals, this is generally your social security number (SSN). However, fora resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other .. rrr.....,�..,,.....r....,,.:.1.,,.rlfl.. an.,.. n„mi, IPIK11 If unr, An nn1 have a n„mFr ens llnur rn mar ( Social soandlY rwmbsr I r I j _ I I I — j I I j I , later. • or Note: II the account is to more Ihan one name, see the instructions for line 1. Also see Whal Name and 1.4.1. rl00090catlon number Number To Give the es for gufdellnes on whose number to enter. 6 5 2 pj Certification Under position of perjury, I certify that: t, the number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me); and 2. I ant Rol subject to backup withholding because: (a) I oe exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends. or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and =t. The FATCA code(s) entered on this form (If any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. Yuu must cross out item 2 above it you have been notified by the IRS that you aro currently subject to backup withholding because you have fatted to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt. contributions to an individual retirement arrangement ()RA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. 619 6 Sign ISfgnatr re ar Here 1 u.s. person ► Dare. \ / 1 / 20 23 General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments, Far the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, ge to www,irs.goidFormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an ar-matron return with the IRS must obtain your correct taxpayer identification number (TIN) which may he your social security number (SSN), individual taxpayer identification number (iTIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an Information return the amount paid to you, or other amount reportable on an information return. Examples of information returns incit., but are not limited to, the following. • For. r 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various typo of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds frorn real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Farm 1099-A (acquisition or abandonment of secured property) Use Form W-9 only it you are a U.S. person (Including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What Is backup withholding, later. Gat Mu. 1023ix Form W-9 (fine le 2010) Insured's Name and Address METRO MAINTENANCE INC PO BOX 371912 DENVER, CO 80237-5912 CERTIFICATE OF LIABILITY INSURANCE American Family Insurance Company ❑ American Family Mutual Insurance Company if selection box is not checked. 6000 American Pky Madison, Wisconsin 53783-0001 Agent's Name, Address and Phone Number (Agt./Dist.) Todd Anthony Wells 10106 W San Juan Way, Ste 220 Littleton, CO 80127 (303) 979-1700 (198/308) This certificate is issued as a matter of information only and confers no rights upon the Certificate Holder. This certificate does not amend, extend or alter the coverage afforded by the policies listed below. COVERAGES This is to certify that policies of insurance listed below have been issued to the insured named above for the policy period indicated, notwithstanding any requirement, tens 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. TYPE OF INSURANCE POLICY NUMBER POLICY DATE LIMITS OF LIABILITY EFFECTIVE EXPIRATION (Mo, Day, Yr) (Mo, Day, Yr) Homeowners/ Mobilehomeowners Liability Bodily Injury and Property Damage Each Occurrence $ ,000 Boatowners Liability Bodily Injury and Property Damage Each Occurrence $ ,000 Personal Umbrella Liability Bodily Injury and Property Damage Each Occurrence $ ,000 Farm/Ranch Liability Farm Liability & Personal Liability Each Occurrence $ ,000 Farm Employers Liability Each Occurrence $ ,000 Workers Compensation and Employers Liability t Statutory ...... Each Accdent $ 000 Disease - Each Employee $ 000 Disease - Policy Limit $ ,000 General Liability ❑x Commercial General Liability (occurrence) ❑ ❑ 05-XV4652-01 11/01/2022 11/01/2023 General Aggregate $ 2,000,000 Products - Completed Operations Aggregate $ 2,000,000 Personal and Advertising Injury $ 1,000,000 Each Occurrence $ 1,000,000 Damage to Premises Rented to You $ 100,000 Medical Expense (Any One Person) $ 5,000 Businessowners Liability Each Occurrencett $ ,000 Aggregated' $ ,000 Liquor Liability Common Cause Limit $ ,000 Aggregate Limit $ ,000 Automobile Liability ❑ Any Auto ❑ All Owned Autos x❑ Scheduled Autos ❑ Hired Auto ❑ Nonowned Autos 2545-3040-03 01/01/2023 01/01/2024 Bodily Injury - Each Person $ ,000 Bodily In - Each Accident $ ,000 property Damage $ ,000 Bodily Injury and Property Damage Combined $ ,000 Excess Liability , ❑ Commercial Blanket Excess ❑x COMMERCIAL UMBRELLA 05-XV4652-03 11/01/2022 11/01/2023 Each Occurrence/Aggregate $ 1,000,000 Other (Miscellaneous Coverages) DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / RESTRICTIONS / SPECIAL ITEMS tThe individual or partners El Have CERTIFICATE HOLDER IS ADDED AS AN ADDITIONAL INSURED FOR ONGOING AND shown as insured elected to COMPLETED OPERATIONS ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO THE GENERAL be covered under this policy. ❑Have not LIABILITY POLICY. CERTIFICATE HOLDER WILL BE GIVEN 30 -DAY NOTICE OF CANCELLATION ttsProducts-al to Completed uOperatencelmtaaggregate nd is WITH 10 -DAY NOTICE OF CANCELLATION FOR NONPAYMENT OF PREMIUM included in policy aggregate. CERTIFICATE HOLDER'S NAME AND ADDRESS CANCELLATION Weld County 1105 H Street Greeley, CO 80631 E Should any of the above described policies be cancelled before the expiration date thereof, the company will endeavor to mail .( 30 days) written notice to the Certificate Holder named, but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives. .10 days unless different number of days shown. ii This certifies coverage on the date of issue only. The above described policies are subject to cancellation in conformity with their terms and by the laws of the state of issue. DATE ISSUED AUTHORIZED REPRESENTATIVE 01/16/2023 TODD WELLS U-201 Ed. 5/00 Stock No. 06668 Rev. 7/02 ACORL3® CERTIFICATE OF LIABILITY INSURANCE 7;17;1 ATE (MM/DD/YYYY) 07/11 /2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Trust Hall Insurance Services Inc 5610 Ward Rd #300 Arvada, CO 80002 CONTACT Lorraine Wise NAME: a"C No,Ext): (303)421-2802 I ra ,N.); (303)421-2886 uR . lorraine@trusthall.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: Pinnacol Assurance 41190 INSURED Metro Maintenance, Inc. PO Box 371912 Denver, CO 80237 INSURER B : CNA Surety Company INSURER C: INSURER D : INSURERS : INSURER F : COVERAGES CERTIFICATE NUMBER: 00008399-1506242 REVISION NUMBER: 45 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP I IINIA YW I LIMITS COMMERCIAL GENERAL LIABILITY ICLAIMS -MADE El OCCUR EACH OCCURRENCE $ PREM SESO(Ea occu ante) $ MED EXP (Any one person) $ PERSONALS, ADV INJURY $ GENERAL AGGREGATE $ GEHL AGGREGATE LIMIT APPLIES PER: POLICY DPROT ❑ LOC JEC OTHER: PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/ N OFFICER/MEMBEREA LUDED? ❑ (Mandatory in NH) If yes, tlescribe untler DESCRIPTION OF OPERATIONS below Y N!A 4132942 05/01/2023 05/01/2024 X I STATUTE I I EORH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B Surety 70310359 05/24/2023 05/24/2024 Janitorial Bond $20,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Coverage is subject to the forms and conditions of the policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1105 H Street ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80631 AUTHORIZED REPRESENTATIVE °v`L-A-- (LWI) ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* METRO MAINTENANCE INC Contract Name* BUSINESS PARK FLOORING MAINTENANCE Contract Status CTB REVIEW Entity ID* ..00042033 Contract Description* NORTH BUSINESS PARK FLOORING MAINTENANCE Contract Description 2 Contract Type* CONTRACT Amount* $1 59,408.00 Renewable* YES Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGroundsfweldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadoweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTOR N EY:WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID ❑ New Entity? Contract ID 7192 Contract Lead" SGEESAMAN Contract Lead Email sgeesamanWco.weld.co.us;I redfern:aeldgov.com Requested BOCC Agenda Date* 07 17 2023 Parent Contract ID Requires Board Approval YES Department Project # Due Date 07 13x2023 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP#* RFP # * 02300129 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* 05 03,2024 Renewal Date* 05 30!2024 Termination Notice Period Contact Information Contact Info Contact Name Purchasing Committed Delivery Date Expiration Date Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 07,14/2023 Approval Process Department Head TORY TAYLOR DH Approved Date 07;11,'2023 Final Approval BOCC Approved BOCC Signed Date ROCC Agenda Date 07,13;2023 Originator SGEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel ADRIA SCHIEL Finance Approved Date Legal Counsel Approved Date 07/12/2023 37`14:2023 Tyler Ref AG 071 323 June 19, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Business Park Flooring Maintenance (82300129) As advertised this bid is for flooring maintenance at buildings located in the business park. The low bid is from Metro Maintenance and meets specifications. Therefore, Facilities is recommending the award to Metro Maintenance in the amount of $159,408.00 annually. In addition, this contract may be renewed annually for three additional increments with a 3% escalation as identified in the bid response. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Rola3-le, 9s B 4 005 DATE OF BID: JUNE 14, 2023 REQUEST FOR: BUSINESS PARK FLOORING MAINTENANCE DEPARTMENT: FACILITIES BID NO: B2300129 PRESENT DATE: JUNE 19, 2023 APPROVAL DATE: JULY 5, 2023 VENDOR METRO MAINTENANCE INC. 4601 QUEBEC STREET, #C2 DENVER, CO 80216 GRAHAM BROTHERS, LLC P. O. BOX 336307 GREELEY, CO 80633 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 reverett(6 weldgov.com cgeisertweldgov.com Phone: (970) 400-222 or 4223 Fax: (970) 400-4024 MONTHLY QUARTERLY ANNUAL ANNUAL PRICE PRICE COST ESCALATION $13,284.00 $13,284.00 $159,408.00 3% $15,995.00 $15,995.00 $191,940.00 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 3% 2023-1695 V/l5G-,0025
Hello