Loading...
HomeMy WebLinkAbout20232547.tiffCh aC,\- 11x4 qisto5 August 22, 2025 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Custodial Services Renewal — South County Buildings (2023-2547) In 2023, AFL Maintenance Group, INC was awarded the Custodial Services contract for the South County Buildings. The bid permitted the option for annual renewal for the period of September 1, 2025, through August 31, 2026. The Facilities Department recommends approval of this annual renewal. Sincerely, Patrick O'Neill Director (,unw� 131-en&- 8/2'7/ZS CC: hbck5eC��� s'/fl /25 ZUZ3-Z5-41 600025 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF FACILITIES AND AFL MAINTENANCE GROUP This Agreement Extension/Renewal ("Renewal"), made and entered into 1,-.41 day of , 2025, by and between the Board of Weld County Commissioners, on behalf of the Weld County De rtment of Facilities, hereinafter referred to as the "Department", and AFL Maintenance Group, 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. 2023-2547, approved on August 30, 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 August 31, 2025. • The parties agree to extend the Original Agreement for an additional one (1) year period, which will begin September 1, 2025, and will end on August 31, 2026. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: 1. The new annual cost will be $61,940.90 • 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: Nicole Natividad Printed N me Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry LVBuck, Chair AUG 2 7 2825 ATTEST: ..tit)(0,1 Ls:.. 14:ci eld County Clerk to the Board ,_`'deputy Clerk to the Board VY) 70Z3 -Zs -11 AC RU® DATE (MM/DDlYYY CERTIFICATE OF LIABILITY INSURANCE I 08!22/2025 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 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 Bigandt & Associates, Inc 5353 W Dartmouth Ave. Suite 205 Denver, CO 80227 (303) 462-2100 (028/301) NEACT Dan D Bigandt Ena E,U (303) 462-2100 f a'C No, (855) 825-4118 E OPIFSS DBIGANDT@amfam.com INSURER,. AFFORDING COVERAGE NAIL # INsuRERA.Midvale Indemnity Company 27138 INSURED AFL Maintenance Group, Inc. d/b/a American Facility Services Group, Inc. 1075 S Yukon St Ste 300 Lakewood, CO 80226 INSURER B INSURER INSURER D INSURER E INSURER F COVERAGES I CERTIFICATE NUMBER: [ REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADM SUER MISR WVD POLICY NUMBER POLICY EFF {MM i YYYY, POLICY EXP ;11ADYN Yl LIMITS AUTOMOBILE LIABILITY x❑ ANY AUTO A O AUT0eED ❑ AUTOSULED 0 HIRED AUTOS ❑X ANONO-SuNED ❑ O N N CA00019816 09/29/2024 09/29/2025 BODILY INJURY (Per person) $ 1,000,000 BODILY INJURY tPer accident) $ 1,000,000 i)8,0= AMAGE $ 1,000,000 BODILY INJURY $ 1,000,000 $ pX COMMERCIAL GENERAL LIABILITY ❑ 0 CLAIMS -MADE E OCCUR ❑ Y N CP00025459 09/29/2024 09/29/2025 EEDAAACMH $ 1,000,000 PRE0.t 8EOCCUR�RENCE S Ea occunence) $ 100,000 MED EXP (Any one person) $ 5,01)0 PERSONAL & ADV INJURY $ 1.000.000 A ❑ GENERAL AGGREGATE $ 2,000:0{)0 GEN'LAGGREGATELIMITAPPLIES PER, x❑ POLICY ❑ PROJECT ❑ LOC ❑OTHER PRODUCTS - COMP/OP AGG $ 2.000,000 $ x❑ UMBRELLA um L^_I OCCUR A O EXCESS 'JAB O CLAIMS -MADE 0000000772 09/29/2024 09/29/2025 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ (3 MD Q RETENTIONS 510,000.00 WORKERS YOMPEBBUVUNOTHER AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE❑ OFFICER/MEMBER E7CCLUDED7 (Mandatory In NH) If yes, Iesuibe under DESCRIPTION OF gPERATIGNS below N / A O 'STA' ❑ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required, Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers are named as an additional named insured. CERTIFICATE HOLDER CANCELLATION Weld County 1105 H Street P.O. Box 758 Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZE° REPRESENTATIVE Amanda McCray ACORD 25 (2014101) ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo am registered marks of ACORD Contract Form Entity Information Entity Name* Entity ID. AFL MAINTENANCE GROUP, INC @00022674 O New Entity? Contract Name* Contract ID CUSTODIAL SERVICES FOR SOUTH COUNTY BUILDINGS 9863 Contract Status CTB REVIEW Contract Lead* CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description" PROVIDE CUSTODIAL SERVICES FOR THE SOUTH COUNTY BUILDINGS Contract Description 2 Contract Type" RENEWAL Amount" $61,940.90 Renewable* YES Automatic Renewal Grant IGA Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 08/23/2025 GROUNDS 08/27/2025 Department Email CM- BuildingGrounds@weld.go Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date* 07/01/2026 Renewal Date* 08/31/2026 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head PATRICK O'NEILL DH Approved Date 08/25/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08/27/2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 08/25/2025 08/25/2025 Tyler Ref # AG 082725 Originator CNAIBAUER cunkvQc,+-1D-4-a399 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Custodial services schedule changes DEPARTMENT: Facilities PERSON REQUESTING: Patrick O'Neill DATE: April 18, 2025 Brief description of the problem/issue: The current cleaning schedule for Weld County custodial services is Sunday through Thursday. Facilities has decided that changing the cleaning schedule to Monday through Friday works better for everyone involved. What options exist for the Board? 1. Approve the request 2. Deny the request Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): There are no costs associated with this change. Recommendation: Facilities recommends placing this change order on an upcoming BOCC meeting agenda for approval. Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppier Kevin D. Ross Cbn -.R 5/5/25 ci4L Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: cc: on)cGseCBQ V5/25 2023 -2541 5GCDZ5 FACILITIES DEPARTMENT Phone: (970) 400-2020 Fax: (970) 304-6592 Website: www.weld.gov 1 105 H Street P.O. Box 758 Greeley, CO 80632 April 18, 2025 To: Board of County Commissioners From: Patrick O'Neill Subject: Custodial Services - South County Buildings (2023-2547) AFL Maintenance Group INC. was awarded the contract for custodial services for the southeast and southwest service centers. The original contract for custodial services specified that cleaning would be done Sunday night through Thursday night. Facilities has decided that changing the cleaning days to Monday through Friday works better for all involved. AFL Maintenance Group INC. has provided a no cost proposal to change the cleaning days to Monday through Friday as requested. Therefore, Facilities recommends approving this no cost change order for the requested cleaning days. Sincerely, Patrick O'Neill Director Facilities CONTRACT AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF FACILITIES AND AFL MAINTENANCE GROUP, INC. dba AMERICAN FACILITIES GROUP, INC. This Amendment made and entered into this 5'1 day of , 2025, by and between the Board of Weld County Commissioners, on behalf of the Weld County Depart t of Facilities, hereinafter referred to as the "Department", and American Facilities Group, 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. 2023-2547, approved on August 30, 2023. WHEREAS the parties hereby agree to amend 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 to amend the Original Agreement as follows: • All work must be performed Monday through Friday between the hours of 6:00PM and 11:30PM. This Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. 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: Jose Nunez Printed Name rt2a4.4g ignature BOARD OF COUNTY COMMISSIONERS WE COUNTY, COLORADO d/V2,- `alt Perry L.uck, Chair MAY 0 5 2025 ATTEST: ..40644#1.1 x•.`4'11 Weld County Clerk to the Board BY: Deputy Clerk to the Pr -10z3-z5(171 AMERICAN Facility Services Group Inc. Proposal to Modify Janitorial Service Schedule American Facility Services Group (AFSG) Submitted to: Weld County Date: 4/1 S/202S To Whom It May Concern, American Facility Services Group (AFSG) is pleased to submit this proposal to formally document a change in the janitorial service schedule for the facilities under contract with Weld County. Effective 4/21/2025, Janitorial Services currently provided Sunday through Thursday will be moved to a Monday through Friday schedule. This adjustment is being made at the request of Weld County and reflects our continued commitment to providing flexible and responsive service to our clients. Please be assured that this change in scheduling will not result In any additional costs to Weld County. The scope of work, staffing levels, and quality of service will remain consistent with current expectations and contract terms. All AFSG team members assigned to Weld County facilities have been Informed of the new schedule and are fully prepared to implement the updated service days without disruption. Our operations and management teams have adjusted internal workflows accordingly to ensure a seamless transition. We appreciate the opportunityto continue working with Weld County and took forward to maintaining the high standards of cleanliness and service that you have come to expect from AFSG. Please feet free to contact us with any questions or for further clarification. Sincerely, Jose Nunez Contract Compliance Manager American Facility Services Group (AFSG) 303.984.7400 x 312 J.nunez@afsg-us.com Signature Dats,•,/'� 1075 S. Yukon Street, Suite 300, Lakewood, Colorado 80226 www.afsg-us.com Ct F Entity Information Entity Name * AMERICAN FACILITY MAINTENANCE GROUP, INC Entity ID* @00026223 Contract Name* SERVICE DAY AMENDMENT TO CONTRACT Contract Status CTB REVIEW Q New Entity? Contract ID 9399 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* CHANEG DAYS OF SERVICE FROM SUNDAY THROUGH THURSDAY TO MONDAY THROUGH FRIDAY. Contract Description 2 Contract Type* AMENDMENT Amount" $0.00 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* 05/01/2025 05/05/2025 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date* 04/01/2026 Committed Delivery Date Renewal Date * 04/01/2026 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 04/28/2025 04/28/2025 04/28/2025 Final Approval BOCC Approved Tyler Ref # AG 050525 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 05/05/2025 Ciwri-vac,1-11Niapiz, August 6, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Curtis Naibauer Subject: Custodial Services Renewal — South County Buildings (2023-2547) In 2023, AFL Maintenance Group, INC was awarded the Custodial Services contract for the South County Buildings. The bid permitted the option for annual renewal for the period of September 1, 2024, through August 31, 2025. The Facilities Department recommends approval of this annual renewal. Sincerely, Curtis Naibauer Interim Director conel-i-F.4)101(sLo— O9 -At zoL3-25LI-"1 gC,00Z5 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF FACILITIES AND AFL MAINTENANCE GROUP INC. '' II This Agreement Extension/Renewal ("Renewal"), made and entered into 14111 i day of , by and between the Board of Weld County Commissioners, on behalf of the Weld Coun Department of Facilities, hereinafter referred to as the "Department", and AFL Maintenance Group 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. 2023-2547, approved on August 30, 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 August 31, 2024. • The parties agree to extend the Original Agreement for an additional one (1) year period, which will begin September 1, 2024, and will end on August 31, 2025. • 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 new total cost will be $59,558.55 per year. • 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: Nicole Natividad Printed Name rlicvte Ma.f-ivtidad Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTO ATTEST: Weld Co BY: Deputy C1u o the AUG 14 20 ,z0,1,5_02547 PINN/1COL ASSURANCE 7501 E. Lowry Blvd. Denver, CO 80230-7006 303.361.4000 / 800.873.7242 Pinnacol.com AFL Maintenance Group Inc dba 1075 S. Yukon St. Ste 300 Lakewood, CO 80226 ENDORSEMENT: Waiver Of Subrogation NCCI #: WC000313 Policy #: 3348655 InsureOne Insurance Services Americ 5825 W. Louisiana Avenue Lakewood, CO 80232 (720) 550-6527 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE Information Only 1075 S Yukon St Lakewood, CO 80226-4354 Effective Date: July 30, 2024 Pinnacol Assurance has issued this endorsement July 30, 2024 7501 E. Lowry Blvd Denver, CO 80230-7006 Page 1 of 3 P a.gallegos@afsg-us.com - 07/30/2024 11:02:39 3348655 83762826 UW137 CARD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNYYY, 08/06/2024 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 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 Bigandt & Associates, Inc 5353 W Dartmouth Ave. Suite 205 Denver, CO 80227 (303) 462-2100 (028/301) NAOMNEACT Dan D Bigandt PHONE (303) 462-2100 I F' (855) 8254118 ExIY (AtC. NoY E --MAID AnnRFss DBIGANDT§amfam.Com INSURERISI AFFORDING COVERAGE NAIL n INSURER Midvale Indemnity Company 27138 INSURED AFL Maintenance Group, Inc. d/b/a American Facility Services Group, Inc. 1075 S Yukon St Ste 300 Lakewood, CO 80226 INSURER B INSURER INSURER D INSURER E INSURER F COVERAGES a CERTIFICATE NUMBER: ( REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN9R LTR TYPE OF INSURANCE ADOL 8UBR INSR 4:D POLICY NUMBER POLICY EFF tMMtDDM; POLICY EXP IMM1DDiYYYYI LIMITS A AUTOMOBILE LIABILITY Q ANY AUTO ❑ AUTOrED ❑ AUTOSULED Q HIRED AUTOS ❑X AUTO WNED ❑ 0 N N CA00019816 09/29/2023 09/29/2024 BODILY INJURY (Per person, 5 1,000,000 BODILY INJURY (Per accident, $ 1. ,000 ape0a rDOAMAGE $ 1.000,000 BODILY INJURY $ 1,000,000 $ A 91 COMMERCIAL GENERAL LIABILITY ❑ 0 CLAIMS -MADE ❑X OCCUR ❑ Y N CP00025459 09/29/2023 09/29/2024 EACH OCCURRENCE $ 1,000.000 ppAAMACrSE TO RENTED RREMI F.S to o(0((ece) $ 100,000 MED EXP +Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 ❑ GENERAL AGGREGATE $ 2,000,000 GEN.LAGGREGATE LIMIT APPLIES PER. ❑x POLICY ❑ PROJECT ❑ LOC ❑ OTHER PRODUCTS -COMP/OP AGG $ 2,000,000 $ A ❑x UMBRELLA LIAR Q OCCUR O EXCEsSLlae ❑ CLAIMS -MADE 0500000772 09/29/2023 09/29/2024 EACH OCCURRENCE AGGREGATE $ 5, 000O30 $ 5, $ El DED 0 RETENTIONS $10,000.00 WORKERS COMPENSATION AND EMPLOYERS' LIABELITY Y IN N ANY PROPR LVEVPARTNERtEXECUTtV OF ndato MEMBER EXCLUDED? 1_J (Mandatory in NH) DEaa, gm under SCRIPTION OF OPERATIONS l�1uw N t A ❑ STATUTE ❑ OTHER E.L EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule. may be attached if more space is required, Weld County is listed as an additional insured on the general liabi ity. CERTIFICATE HOLDER CANCELLATION Weld County 1105 H Street P.Q. Box 758 Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WLL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Amanda McCray r,.....e —.. wrr,cn rnoonOATIMI All Ankl. racarvaA. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD ACORO® DATE (MM/DDlYYYY) 07/30/2024 CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Pinnacol Assurance 7501 E. Lowry Blvd. Denver, CO 80230-7006 CONTACT NAME: RM... FAX (ac, No): EIg ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL k INSURER A: Pmnacol Assurance 41190 INSURED AFL Maintenance Group Inc dba 1075 S. Yukon St. Ste 300 Lakewood, CO 80226 INSURER B : INSURER C : INSURER D : INSURER E INSURER F : CATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. (LTR TYPE OF INSURANCE ADDL S UBR INSD WVD POLICY NUMBER (MMIDD/441 ,k,INSYYW) LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ElOCCUR EACH OCCURRENCE $ PREM SES (Ea occu arse) $ MED EXP (Any one person) $ PERSONALS, ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY a JE a LOC 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) $ PROPERTYDAMAGE (Per accidenQ $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE I' (Mandatory ER EXCLUDED? (Mandatory in NH) yes, describe under DESCRIPTION OF OPERATIONS below 'pan= NIA A 3348655 07/01/2024 07/01/2025 X STATUTE ERH E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500 000 E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space M required) Unless otherwise stated in the policy provis ors, coverage in Colorado only. CANCELLATION 2426206 Information Only SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1075 S Yukon St Lakewood, CO 80226-4354 admin@afsg-us.com THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE InsureOne Insurance Services Americ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORDs provided by Forms Boss. www.FormsBoss.com; (5) Impressive Publishing 800-208-1977 CERTIFICATE HOLDER COPY Information Only 1075 S Yukon St Lakewood, CO 80226-4354 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT (CONT) Ct F Entity Information Entity Name" Entity ID* AFL MAINTENANCE GROUP, INC @00022674 Contract Name* SOUTH COUNTY BUILDINGS CUSTODIAL SERVICES RENEWAL Contract Status CTB REVIEW O New Entity? Contract ID 8612 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description CONTRACT RENEWAL FOR THE CUSTODIAL SERVICES AT THE SOUTH COUNTY BUILDINGS. (2023-2547) Contract Description 2 Contract Type * RENEWAL Amount* $59,558.55 Renewable * YES Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 08/10/2024 GROUNDS 08/14/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date 08/01/2025 Renewal Date 09/01/2025 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head CURTIS NAIBAUER DH Approved Date 08/08/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08/14/2024 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 08/09/2024 08/09/2024 Tyler Ref* AG 081424 Originator CNAIBAUER Con-kvtc-V 1"(4 8115 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Southeast Service Center Annex Custodial Services DEPARTMENT: Facilities PERSON REQUESTING: Curtis Naibauer DATE: July 28, 2024 Brief description of the problem/issue: The new southeast annex was opened in Ft Lupton and needs to have custodial service performed on a regular basis. This change order will provide these services for the building from the contractor already performing these services in the adjacent building. What options exist for the Board? 1. Approve the change order. 2. Deny the Change Order. Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $ 1,324.08 per month Recommendation: The facilities Department recommends placing this change order on the agenda of an upcoming BOCC meeting for approval. Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine con�er�-F ►�enc�- 7/I5iz4 Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: 7///ol 2023-25141 't3C c625 June 28, 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: Custodial Services — South County Buildings (2023-2547) AFL Maintenance Group, INC was awarded the contract for Custodial Services for the Southeast and Southwest service Centers. The new Southeast Service Center Annex building was opened and requires custodial services. A change order to the contract identifies the costs of these services to be $1,324.08 per month. The Facilities Department is recommending this change order be approved. If you have any questions, please contact me at extension 2027. Sincerely, Curtis Naibauer Interim Director Change Order # 1 to Service Agreement Between Weld County and American Facility Services Group South Building Custodial Services Date: July 28, 2024 Original Agreement: 2023-2547 County Department: Facilities The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 3,448.24 Original Contract Amount (Per Month) $ 0.00 Previously Approved Change order(s) Amount $ 1,324.08 Current Change Order Amount (Per Month) $ 4,772.32 New Contract Total (Per Month) All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: 1V�ct�e- �av'�� Date July 2, 2024 Name: Nicole Natividad Title: Vice President ATTEST: dallid4) ;gi Weld C. ty Clerk to th Board BY: Deputy C rk t+ the`�Ig„ I11- t; 1'1161 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO f) Kevin D. Ross, Chair Page 1 of 1 JUL 1 5 2024 02O o2 v' ,16 4-7 EXHIBIT A Section 1 Executive Summary: Our Commitment to Weld County (Our primary objective is to aid in the growth and success of your business) American Facility Services Group (AFSG) recognizes the vital role that the SE Annex Service Center plays in your county to benefit the community, we understand the importance of keeping the area visually appealing and maintained to a high level of excellence. Our goal is to provide Weld County with the janitorial services needed to allow your county to thrive so that you don't have to worry about the health of your building. Our five -point promise allows you to run your business safely and efficiently without concerns about your building service needs. We are committed to: 1. Providing the highest quality services to ensure clean and healthy building: We know that a clean, healthy building can improve productivity and reduce absenteeism by improving the health of your employees. 2. Offering you reliable, high -quality employees for your janitorial needs: Staffing your building with reliable, trained, and motivated employees is key to maintaining your standards daily. 3. Ensuring excellent documentation of janitorial services provided: Cleaning services will be fully documented; our inspection system ensures seamless communication between our staff and supervisors. 4. Scheduling inspections for enhanced quality control: Our supervisors schedule regular and documented inspections to follow-up on employees' activities. Moreover, our supervisors engage our employees and motivate them through regular communication, words of appreciation and encouragement, and training. S. Ensuring regular communication with relevant personnel in your firm for problem resolution: Nothing can take the place of communication with our clients. This includes regular reports on staffing, work in progress, projects completed, and a thorough weekly report on all activities. Our on -site supervisor will meet with your staff (who will be our point American Facility Services Group - Proposal for Weld County 2 of contact within your firm) daily for "check -in" and will communicate in -person with the relevant department or individual within your organization to assure that all standards are being met. Organization Experience and Qualifications American Facility Services Group, a privately held 100% minority women owned company, began operating in 1989 as a basic janitorial service provider. The principals of the company, Jerry & Grace Natividad, who remain active in the business today, started with the intention of being the best janitorial services provider to a few businesses while allowing its reputation to dictate the company's growth. The formula worked. ERICAN Facility Services Group Nicole Natividad, daughter of the principals, is building on the same foundation as her mother & father. Nicole is responsible for the day-to-day oversight of Corporate Operations. She is familiar with working with Corporate, Financial, and Government properties, ranging from small-scale start-ups to mid and large -sized corporations. Nicole has recruited her daughter, Jasmine, to partake, learn and grow with the company. They have both worked hard to build a dynamic team that carries the principles and values that were set in place when Jerry and Grace initially started AFSG over 35 years ago. We strive to be your trusted service partner; our future goal is to be your "one -stop -shop" for all your building maintenance needs. With our current loyal customer base, we have begun to expand into larger geographical areas, servicing the Western region of the United States, and the variety of services we offer has grown. This allowed AFSG to become a more valuable service provider for our clients and demonstrate our commitment to their businesses. Over the years we have developed experience with a variety of industries and facilities. Our current service capabilities include: y Financial Institutions/Banks Government Municipalities Schools/Training Facilities Commercial Office Buildings Airports/Warehouses American Facility Services Group - Proposal for Weld County 3 We Are Customer Driven Mission Statement Our mission is to provide customer driven facility management services at the highest level of quality. Our clients are our highest priority, and meeting your needs, exactly the way you want them done, is our primary focus. Our work is based on integrity, and this is always reflected in our philosophy of "do what you say you're going to do". Our Vision CUSTOMER � Our vision is to make your facility management more efficient and your business more profitable through the synergy of our integrated building management service offerings. By offering comprehensive building management services, and building a long-term, mutually beneficial relationship, we will efficiently handle your critical building support services, allowing you to focus your efforts and resources on core business functions. A Higher Standard of Excellence - Our Values As stated by our P-esident, Jerry Natividad, "We believe in doing what we say we are going to do and delivering 100% on our promise. We are dedicated to our customers and committed to streamlining facility service solutions that will allow them to achieve their goals. Through innovation, knowledge, and experience, we will achieve excellence and remain highly competitive. We believe in teamwork and in our employees as the foundation of our success." American Facility Services Group Systems is one of the largest privately held facility management service and outsourcing companies in the country. In partnership with our affiliated service partners, we prov de janitorial, window cleaning, facility maintenance and real estate services across the United States. We are headquartered in Lakewood, Colorado, with a national presence. Our clients represent a variety of industries and facility types, with both large and small service needs. We work c osely with each client to develop a comprehensive and individualized program of janitorial and other support maintenance services since each facility's requirements are unique. We are dedicated to meeting the demands of today's quality -driven, cost-conscious managers. Our experience makes us knowledgeable and consistent. Our expertise in managing service American Facility Services Group - Proposal for Weld County 4 delivery contracts allows us to eliminate costly inefficiencies and pass the savings along to our clients. Section 2 Satisfied Customers & References We know that selecting a new facility services contractor can be a difficult decision. We want you to be comfortable knowing that AFSG will not only meet, but exceed, your expectations. We have provided several references that you can contact for peace of mind that choosing AFSG will meet your standards for facility services. Our customers include: r Denver International Airport Primary Contact: Jay Williams, Contract Manager (602-585-4694) jewilliams@flagshipinc.com AFSG has been providing janitorial services at Denver International Airport since 2010 on the 1st and 2nd shift on concourses A, B, and C. In that role, we have employed more than 150 employees on multiple shifts in one of the busiest airports in the United States. r Douglas County Schools Primary Contact: Jorge Marquez Cortez (303-387-0456) jamarquezcortez@dcsdk12.org Douglas 7County School District 1u&CThM&1. fiat vw vtU 4 • AFSG has provided janitorial services for the Douglas County school district since 2009 in multiple locations throughout the Douglas County school system. As a reflection of the quality of service provided to Douglas County schools, AFSG was recently awarded a 75% increase in the number of schools that we service for Douglas County. American Facility Services Group — Proposal for Weld County Cochlear" Pear now hut &mats Cochlear (Current Customer) Primary Contact: David Dodson Ddodson@cochlear.com AFSG currently provides janitorial services to their 20,000 sqft warehouse and office space. AFSG performs day porter services as well as evening cleaning for Cochlear, while also providing a clean room area clean as well where it gets audited by the FDA. RTD Primary Contact: Chris McLuhan (303.299.3143) From 2012-2017 AFSG provided Day Porter services, Pressure Washing, Graffiti Removal, and Power Blowing for RTD from 2012-2017. This project stretched across the Denver metro where American Facility Services Group covered services at 6 different locations of the North RTD Park & Rides. Section 3 Staffing Plan AFSG understands the importance of proper staffing. We start by paying the right wages, that will be required to staff your facility. We understand the occasional challenges of finding staff to clean, however, for this reason we are paying our employees wages that will attract the highest quality employees, with additional pay for project specialists, lead employees and supervisors. Others may pay their cleaners a lower wage, and when they do, you end up paying the price in American Facility Services Group - Proposal for Weld County 6 employee shortages and work not completed. AFSG recommends that four technicians be onsite to obtain the performance levels we want to achieve for your district. This staffing model will represent our efforts to properly staff your project to be successful and also close out any concerns or doubts you may have as far as staffing goes. AFSG has been a strong and sound company when it comes to our staff, this has never been an issue for us as we provide great benefits and incentives for our technicians and all-around employees across the company. If an employee will be absent, they must call -in 2 hours prior to the start of their shift, and when this happens, we will assign floater personnel to the site to cover the employee's absence. Strict policies about absenteeism help to ensure that employees who fail to show up for work are disciplined, and if necessary, removed from their job site. We are committed to providing you with a staffing model, which we believe will offer an outstanding overall performance and appearance of the district. • As requested, we provided the same Cleaning Technician for the SE Annex Service Center 5 days a week for cleaning, upkeep, and reporting. Training Training Program AFSG's staff onsite will have gone through a certification process for blood borne pathogens, among other hazardous cleanups. Many of our cleaning techs have gone through various training and certifications for us to stay ahead of the curve. We constantly offer and encourage our team to attend these to better their own professional growth_ Many view the janitorial industry as just cleaning but to us this is a trade, and we hire nothing but the best in class for all our projects. AFSG does a great job at offering great training to new hires, and continued training to current staff. American Facility Services Group — Proposal for Weld County 7 Turnover in the custodial work force is an important management challenge and one that training and motivating directly affects. AFSG recognizes the importance of this management challenge and successfully delivers a stable workforce by maintaining low turnover results. Training helps build the foundation of our success and how well our people perform their roles. We work to ensure that our staff has the necessary knowledge and training to not only do their work correctly but to also do it with a customer focused "can do" approach. To facilitate this, AFSG has developed multi -faceted training programs designed to allow our staff to grow in technical proficiency, safety, and customer service. Introduction To Cleaning Attention is given to job vocabulary, organization, and planning. The training also covers personal hygiene, correct hand washing procedures, and many technical details. On-the-job Training On-the-job training consists of an experienced employee working with a new cleaning technician. It covers tasks such as simple as cleaning, policing, ATV operation, blower usage, and other tasks to become a successful tech with our company. Appropriate work habits are stressed throughout the entire program. On -site Skills Reinforcement Once an employee is assigned to a work location, their Project Manager or Area Manager will issue a pocket -sized card that outlines responsibilities and areas to be covered. Every effort is made to encourage ownership of their assigned area and to foster a sense of pride in the work being done. The supervisor ensures each employee has a complete understanding of the work objectives, answers questions raised by the new employee, and observes the employee in the execution of tasks. Technologies Connecteam Software Program AFSG has always made it a goal to stay up to date with innovative technologies and equipment. We do this to stay competitive in the market and to bring you a better experience. American Facility Services Group strives to discover ways to incorporate and implement new technologies throughout our company. American Facility Services Group - Proposal for Weld County Connecteam software program Connecteam is the heart of our operations control program. AFSG recognizes that quality control is not a one- time event or an activity that is conducted once a week -- Van nectea m quality control is an ongoing process to ensure we meet the performance standards of our janitorial contracts. AFSG has selected Connecteam as our Operations Management Software. It is a 100% web - based, highly configurable quality management system (QMS) that helps AFSG track, analyze, and report on quality issues. Connecteam places the focus on employee communication and customer requirements, processes, and timely execution of changes and adjustments. It is an internet-based, closed -loop software program that allows us to contact employees to resolve issues quickly and to communicate effectively with your administrators by responding with results in real-time. We can quickly identify locations and services within Weld County that needs improvement and make the necessary adjustments before they become a larger issue. Connecteam ensures that a consistent and high -quality cleaning program is performed within every part of your county. Benefits of Connecteam Connecteam offers many benefits, including: ➢ It allows facility administrators to generate service requests, generate inspection reports, and review output reports at any time from their own computer. > The system is highly customizable. AFSG will adjust the program to fit the exact needs of your district prior to launch and will make changes as your needs change so that inspections and reports are always on target to deliver the necessary services. ➢ Utilizes a single, facility -wide system to manage all quality management information and initiatives. Automates the tracking, management, and notification of AFSG staff. > Web -based tracking forms, analysis tools, and roll -up reporting facilitate continual improvement. Centralizes the management of quality related activities and requirements, and drive performance. Pricing We look forward to having the opportunity to continue working with you and servicing the SE American Facility Services Group - Proposal for Weld County 9 Annex Service Center. Please find below the pricing model for your review, should you have any questions regarding anything please feel free to get in contact with Dennis Garcia or Jose Nunez As requested, we provided a janitorial budget and staffing model for your SE Annex Service Center at 5 days a week - $ 1,324.08 month total (1S` Year) $ 1,377.04 month total (2nd Year) American Facility Services Group — Proposal for Weld County 10 June 27, 2024 Mr. Ruben Montiel Facilities Department Weld County SE Annex Service Center 2950 9"' St Fort Lupton, CO 80621 RE: Janitorial Services Dear Ruben, I would like to thank you for giving us the opportunity to bid on the janitorial services for your SE Annex Service Center. American Facility Services Group (AFSG) understands how important having a clean, healthy facility is to both you and the public. As we prepared this proposal, we took care to ensure that you will have the highest quality service at a competitive price. We look forward to being able to manage and oversee the delivery of janitorial services for this building. In responding to this RFP, we feel it is important to mention that we have experience servicing properties such as your building and are fortunate enough to have worked with El Paso County, Denver International Airport, RTD, and Douglas County Schools to name a few. We currently service locations across the Rocky Mountain Region, which includes the following states: Colorado, Kansas, Wyoming, Texas, Nevada, New Mexico, Arizona, and Nebraska. We are familiar with the needs and requirements of a busy facility like yours and the importance of maintaining an exemplary appearance for staff and residents. We want the environment to have an appearance of being inviting, clean and always maintained. While American Facility Services Group is a certified Minority Women owned Business, our focus is on greatness of service management and the delivery of maintenance services. Companies such as Wells Fargo, United Airlines, Storage Technologies, United Parcel Services (UPS), and Denver International Airport are a small portion of our portfolio. AFSG has taken its long-term relationships of an average of 20 years with these companies as a complement to its ability to compete and deliver in competition with some of the companies in our industry. Simply said, AFSG is a family owned, experienced, financially sound and a proven facility services provider. Again, thank you for this opportunity. We have a talented team of management professionals, field support technicians, and service delivery experts willing to be of service to Weld County. Respectfully, Jose Nunez American Facility Services Group Business Development & Operations Associate ph 303.984.7400 ext. 312 I €x 303.922.8922( C. 720.520.3656 1075 S. Yukon St., Suite 300 Lakewood, CO 80226 American Facility Services Group - Proposal for Weld County Contract Form Entity Information Entity Name* Entity ID* AFL MAINTENANCE GROUP, INC @00022674 Contract Name* Contract ID CHANGE ORDER #1 - WELD COUNTY SOUTH EAST 8475 SERVICE CENTER ANNEX CUSTODIAL SERVICES Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov New Entity? Parent Contract ID Requires Board Approval YES Department Project # Contract Description * PROVIDE CUSTODIAL SERVICES FOR THE NEW SE SERVICE CENTER ANNEX. (2023-2547) Contract Description 2 Contract Type* CHANGE ORDER Amount* $1,324.08 Renewable* YES Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 07/13/2024 GROUNDS 07/1 7/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date* 07/22/2024 Renewal Date * 07/22/2024 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head CURTIS NAIBAUER DH Approved Date 07/06/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07/15/2024 Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 07/08/2024 07/09/2024 Tyler Ref* AG 071524 Originator CNAIBAUER Con-h7a&+i1 730 I August 3, 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: South Buildings Custodial Services - B2300148 As advertised this bid is for the custodial services for the Southeast and Southwest Service Centers. The low bid is from AFL Maintenance Group, Inc. and meets specifications. Therefore, the Facilities Department is recommending the award to AFL Maintenance Group, Inc in the amount of $41,378.88 annually. In addition, this bid permits annual renewal for up to three additional annual terms depending on performance. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Dn%kni- -1,)000- y./av/a3 2023-2547 SC -,0025 SERVICE AGREEMENT BETWEEN WELD COUNTY AND AFL MAINTENANCE GROUP, INC. SOUTH BUILDINGS CUSTODIAL SERVICES THIS AGREEMENT is made and entered into this & day of (AS+ , 2023, by and between the Board of Weld County Commissioners, on behalf of the Faci ities Department, hereinafter referred to as "County," and AFL Maintenance Group, 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. B2300148. 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 ,z0,23 -0?67/7 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 $41378.88 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 m respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled 2 to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. 3 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: Nicole Natividad Position: Vice President Address: 1075 S. Yukon Street, Suite #300 Address: Lakewood, CO 80226 E-mail: nnatividadca afsg-as.corn Phone: 303-984-7400 TO COUNTY: Name: Toby Taylor Position: Facilities Director Address: 1105 H Street Address: Greeley, CO. 80632 E-mail: ttaylor t weldgov.com Phone: 970-400-2021 17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effector hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest — C.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: AFL Maintenance Group, Inc. By, mule- uatzvid u August 14, 2023 Name: Nicole Natividad Date of Signature Title: Vice President WELD COIF C`•O �� ATTEST: CO' � Weld C • % lerk to the : oard BY: ��� ! �'/�A!��1 �x u "`,`.t,�, 3tie.Q,�.. Deputy Clerk t./ e B • ar. J '' - �` Mike Freeman, Chair 1 t 1 8 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO AUG 3 0 2023 doa,6- a �L-7 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 1791 AVENUE G RE E LEY. CO 80631 DATE: JULY 10, 2023 BID NUMBER: B2300148 DESCRIPTION: SOUTH BUILDINGS CUSTODIAL SERVICES DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: JULY 17, 2023 BID OPENING DATE: JULY 26, 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: SOUTH BUILDINGS CUSTODIAL SERVICES A mandatory pre -bid conference will be held on July 17, 2023 at 4:30 PM at the Weld County Southwest Service Center building located at 4209 WCR 24%, Longmont, CO 80504. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: July 26, 2023 at 2:00 PM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on July 26, 2023 at 2:30 PM. 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: 183 523 235# PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way. be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes. proposals, addendums, and awards on this one centralized system. Did Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bids(@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 or the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by o ne of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature_ A bid by a person who affixes to his signature the word "president," "secretary," "agent,' or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing o n behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone n ot otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids. to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that; in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #B2300148 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will n ot be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq.. as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder n or any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of as agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or u nderstanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim o r right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits u nder the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2300148 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 unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. Q. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens. encumbrances. and security interests BID REQUEST #B2300148 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 #B2300148 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 #B2300148 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 S1 ,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 #B2300148 Page 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County South Buildings Custodial Services Weld County is seeking bids to perform custodial services for its buildings in Ft Lupton and Firestone. These buildings are expected to be cleaned per the frequencies and requirements detailed in this bid request unless otherwise noted. All work must be performed during the following hours: Sunday between the hours of 3PM and 11:30PM. Monday through Thursday between 6PM and 11:30PM. SPECIFICATIONS 1. Regular Services. The following is the Task Schedule for Regular Services: A. General, Private Offices, Lobby. and Lounges: Daily • Empty wastebaskets and replace liners as needed • Clean and disinfect tables • Dust all exposed filing cabinets, bookcases, shelves, and cubicle tops • Clean and sanitize fountains • Spot clean reception lobby glass, front door, other partition, or door glass including cubicles, office doors and hallways • Dust mop resilient and hard surface floors • Damp mop resilient and hard surface floors • Spot vacuum carpeted floors removing all debris • Spot clean spills and stains on carpeted floors • Remove bags of shredded paper that have been removed from shredder Weekly • Dust chair and desk legs • Low dust all horizontal surfaces below 36" including sills, ledges, moldings, shelves, picture frames, ducts, radiators, etc. • High dust all horizontal surfaces above 72" including shelves, moldings, ledges, etc. • Dust venetian blinds • Remove dust and cobwebs from ceiling areas • Vacuum wall-to-wall • Stairwells — dust all horizontal surfaces, spot clean walls, sweep and mop stairs and landings • Damp mop chair mats B. Washrooms, Showers: Daily • Clean, disinfect and polish all vitreous fixtures including toilet bowls, urinals, hand basins • Clean all glass and mirrors • Empty all containers and disposals, insert liners as required, spot clean and disinfect containers • Spot -clean all walls, doors, and partitions • Refill all dispensers to normal limits (Weld County is responsible for Air Fresheners) • Sweep, damp mop resilient/hard surface floors with disinfectant cleaner ;Halt) BID REQUEST #B2300148 Page 8 Weekly • Low dust all horizontal surfaces below 36" • High dust all horizontal surfaces above 72" • Flush floor drains C. Eating Areas (Lunchroom, cafeteria, dining room, kitchen, vending): Daily 0 • • • • • • Damp clean and disinfect table -tops, seats and back of chairs Clean, polish and refill napkin holders Empty all containers and disposals — spot clean exterior Refill all dispensers to normal limits Clean and disinfect drinking fountains Spot clean doors, frames, light switches, kick and push plates, handles, walls, and glass Dust mop resilient/hard surface floors Sweep, damp mop resilient/hard surface floors with disinfectant cleaner (Halt) Vacuum entire carpeted areas Weekly • Damp clean pedestals or legs • Low dust horizontal surfaces below 36" • High dust horizontal surfaces above 72" • Clean entire interior glass in partitions and doors D. Building Entrances (Up to 10 feet outside of entry doors) - Daily • Sweep sidewalk • Vacuum walk -off mats • Clean entry door glass • Empty outside trash Weekly • Clean trash containers E. Elevators: Daily • SweepNacuum • Spot clean doors and walls • Clean spots and spills from carpet/floors Weekly • Wipe down entire doors and walls (stainless steel clean as needed) F. Clinic Exam Rooms Daily • Disinfect all surfaces • Empty trash — do not touch Bio-Hazard Containers • Clean regular trash containers inside and out • Disinfect sinks and dispensers • Sweep and mop floors with disinfectant (Halt) • Refill all dispensers to normal limits BID REQUEST #B2300148 Page 9 Monthly • Disinfect walls and vents • Clean furniture • Dust blinds G. Janitor Closets Daily • Keep clean and orderly • Completely turn off all faucets before leaving facility (y -connectors are NOT faucets) • Keep all products and equipment away from hot water heaters and fixed ladders 2. Other Considerations. A. Janitor closets are equipped with HALT disinfectant dispensers. Weld County will supply the HALT and this product must be used daily in the areas and on the floors where disinfectant is required. 3. General Operating Instructions. The following is a listing of General Operating Instructions: A. Notify the Weld County Custodian Supervisor of any irregularities (e.g., defective plumbing, unlocked doors, lights left on, etc.) and/or hazards such as damaged floor mats, etc. B. At the end of shift, turn off all lights except those to be left on. close windows and lock all doors, set alarm. C. Contact Security each time you enter and exit all buildings after-hours. D. You are NOT required to service Bio-Hazard trash containers or recycling containers. F You are NOT required to service office shredding machines, but if the shredding is left outside the shredder.. you need to take it out with the rest of the trash. F. If boxes or other small items are marked "trash." you need to take it out with the rest of the trash. Large items marked "trash" such as chairs and boxes filled with heavy books should be left alone. G. If an individual office door is closed and locked, do not enter it; if it is closed but not locked, it must be entered and serviced. H. Perform monthly building walk-through reviews with Weld County Custodial Supervisor. I. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. J. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in which facility. K. The Contractor shall establish and implement adequate methods of ensuring that all keys/access cards entrusted to the Contractor by the County are not lost or misplaced and are not used by unauthorized persons. No keys issued to the Contractor shall be duplicated. The Contractor shall report the occurrence of a lost key immediately to the Custodial Supervisor or Superintendent. Costs associated with key replacement and any need to re -key locks will be the sole responsibility of the Contractor. L. The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or equipment provided for County use only. When the Contractor's employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit, and the Contractor shall be notified that such employee shall not be allowed entrance to the facility in the future until reauthorized by the Director of Facilities. M. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effectively communicate with all members of their staff so that there is no breakdown in passing work related requests/information between custodians and the Weld County staff. Contractor will ensure that all employees working within County facilities can read and understand warning signs that are written in English. BID REQUEST #B2300148 Page 10 N. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. O. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the work to be done under the contract and assure that all workers will receive the compensation for compensable injuries. A copy of the workers compensation policy is required to be submitted to the County as part of this proposal. P. Contractor shall be allowed job -related use (e.g., calling Security for check in/out procedures) of County telephones at no cost to the Contractor. Q. Contractor may store supplies, materials, and equipment in storage areas within the County building facilities as designated by the Custodial Supervisor. Contractor agrees to keep his portion of this storage area in accordance with applicable fire and safety regulations. R. Contractor employees must wear appropriate clothing. S. Successful respondent/vendor will be required to complete Colorado Bureau of Investigation (CBI) criminal record checks on all employees who work on County property for this contract. Any fees for checks will be paid by contractor. Employees who have been convicted of a theft in the past 5 -years or a violent or serious felony will not be permitted to work in County facilities. Provide results of all background checks to the Facilities Director for review. Provide background check results for any additional personnel hired during the course of this contract to the Facilities Director for review. Background checks must be updated annually. T. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 4. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 5. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment B. Supervision of cleaning crews C. Uniforms for cleaning staff with company logo and badge -- this could be an apron or t -shirt D. Safety Data Sheets (SDS) on all products used in buildings 6. Consumable items. A listing of current consumables is identified in the following table. You are required to maintain these items for each building that you service. This is to be done by completing an inventory of each item and submitting an order to a Weld County contact person weekly. The order will be delivered to a specific supply building. You are required to meet the truck to receive these weekly shipments and see to it that they are secured inside this building. You will supply all the other buildings from this supply building. Product Toilet tissue Jumbo Jr. 2 -ply Toilet tissue Universal 2 -ply Multi -Fold towels EnMotion Roll towels ir Cormatic Roll towels Hand Soap - GoJo Foam - 2 mil _Sanitary Napkins (4") Tampons Wax Paper liners 24X33 trash liners 30X37 trash liners 40X48 trash liners Urinal Screens HALT Disinfectant BID REQUEST #62300148 Page 11 CONTRACT PERIOD The annual contract is from September 1, 2023, through August 31, 024. The contract may be extended annually up to three additional terms. As such, please provide any annual escalation costs (in percentage) for each subsequent period in the space below. SQUARE FEET Below are the cleanable square feet measurements. Actual measurements would need to be verified by vendors. Building Location Carpet Hard Surface SEW Service Center 2950 Lupton 9' St, Ft. 15,500 2,500 SWA' Service Center 4209 Longmont WCR 24 '/z; 16,000 2,100 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 Hard Surf Cleanable Monthly Price SEW Service Center 2950 Lupton 9th St, Ft. 15,500 2.500 18,000 $ SWW Service Center 4209 1/2, WCR Longmont 24 16,000 2,100 18,100 $ TOTAL 31,500 4.600 36,100 $ ANNUAL ESCALATION Provide escalation percentage for each subsequent annual term, as applicable Annual Escalation 0/0 BID REQUEST #62300148 Page 12 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 2:00 PM on July 26, 2023: on or before the bid opening 1) Pages 8 thru 14 of the Bid Specifications and/or Scope of Work. 2) W9. if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #82300148 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2300148. 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 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 #B2300148 Page 14 Questions and answers for South Buildings Custodial Services Bid — B2300148 7/24/2023 1. Question: Can you please provide the number of observed holidays that won't require cleaning services? Answer: There are eleven days per year that Weld County is closed for holiday. They revolve around New Year's Day, President's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas. They vary each year, and the schedule is set in advance, so you'll be given notice as to when each holiday is observed. 2. Question: Can you please provide the current number of evening janitorial staffing for both locations? Answer: The current contractor is using one to two staff per building per night. 3. Question: Do you prefer the bids be submitted to -- bids@weldgov.com or uploaded to BidNet? Answer: Bid Delivery to Weld County: Emailed bids are required. Email bids to bids@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. Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County South Buildings Custodial Services Weld County is seeking bids to perform custodial services for its buildings in Ft Lupton and Firestone. These buildings are expected to be cleaned per the frequencies and requirements detailed in this bid request unless otherwise noted. All work must be performed during the following hours: Sunday between the hours of 3PM and 11:30PM. Monday through Thursday between 6PM and 11:30PM. SPECIFICATIONS 1. Regular Services. The following is the Task Schedule for Regular Services: A. General, Private Offices, Lobby, and Lounges: flak • Empty wastebaskets and replace liners as needed • Clean and disinfect tables • Dust all exposed filing cabinets, bookcases, shelves, and cubicle tops • Clean and sanitize fountains • Spot clean reception lobby glass, front door, other partition, or door glass including cubicles, office doors and hallways • Dust mop resilient and hard surface floors • Damp mop resilient and hard surface floors • Spot vacuum carpeted floors removing all debris • Spot clean spills and stains on carpeted floors • Remove bags of shredded paper that have been removed from shredder Weekly • Dust chair and desk legs • Low dust all horizontal surfaces below 38" including sills, ledges, moldings, shelves, picture frames, ducts, radiators, etc. • High dust all horizontal surfaces above 72" including shelves, moldings, ledges, etc. • Dust venetian blinds • Remove dust and cobwebs from ceiling areas • Vacuum wall-to-wall • Stairwells — dust all horizontal surfaces, spot clean walls, sweep and mop stairs and landings Damp mop chair mats B. Washrooms, Showers: Nat • Clean, disinfect and polish all vitreous fixtures including toilet bowls, urinals, hand basins • Clean all glass and mirrors • Empty all containers and disposals, insert liners as required, spot clean and disinfect containers • Spot -clean all walls, doors, and partitions • Refill all dispensers to normal limits (Weld County is responsible for Air Fresheners) • Sweep, damp mop resilient/hard surface floors with disinfectant cleaner (Halt) BID REQUEST #82300148 Page 8 Weekiv • Low dust all horizontal surfaces below 36" • High dust all horizontal surfaces above 72" • Flush floor drains C. Eating Areas (Lunchroom, cafeteria, dining room, kitchen, vending): Daily • Damp clean and disinfect table -tops, seats and back of chairs • Clean, polish and refill napkin holders • Empty all containers and disposals — spot clean exterior • Refill all dispensers to normal limits • Clean and disinfect drinking fountains • Spot clean doors, frames, light switches, kick and push plates, handles, walls, and glass • Dust mop resilient/hard surface floors • Sweep, damp mop resilient/hard surface floors with disinfectant cleaner (Halt) • Vacuum entire carpeted areas eekl • Damp dean pedestals or legs • Low dust horizontal surfaces below 36" • High dust horizontal surfaces above 72" • Clean entire interior glass in partitions and doors D. Building Entrances (Up to 10 feet outside of entry doors): CAL • Sweep sidewalk • Vacuum walk -off mats • Clean entry door glass • Empty outside trash Week • Clean trash containers E. Elevators: Daily • SweepNacuum • Spot dean doom and walls • Clean spots and spills from carpet/floors Weekly • Wipe down entire doors and walls (stainless steel dean as needed) F. Clinic Exam Rooms Doh • Disinfect all surfaces • Empty trash — do not touch Bio-Hazard Containers • Clean regular trash containers inside and out • Disinfect sinks and dispensers • Sweep and mop floors with disinfectant (Halt) • Refill all dispensers to normal limits BID REQUEST tlii82300148 Page 9 Monthly • Disinfect walls and vents • Clean furniture • Dust blinds G. Janitor Closets Daily • Keep clean and orderly • Completely turn off all faucets before leaving facility (y -connectors are NOT faucets) • Keep all products and equipment away from hot water heaters and fixed ladders 2. Other Considerations: A. Janitor closets are equipped with HALT disinfectant dispensers. Weld County will supply the HALT and this product must be used daily in the areas and on the floors where disinfectant is required. 3. General Operating Instructions. The following is a listing of General Operating Instructions: A. Notify the Weld County Custodian Supervisor of any irregularities (e.g., defective plumbing, unlocked doom, lights left on, etc.) and/or hazards such as damaged floor mats, etc. B. At the end of shift, turn off all lights except those to be left on, close windows and lock all doors, set alarm. C. Contact Security each time you enter and exit all buildings after-hours. D. You are NOT required to service Bio-Hazard trash containers or recycling containers. E. You are NOT required to service office shredding machines, but if the shredding is left outside the shredder, you need to take it out with the rest of the trash. F. If boxes or other small items are marked "trash," you need to take it out with the rest of the trash. Large items marked "trash' such as chairs and boxes filled with heavy books should be left alone. G. If an individual office door is closed and locked, do not enter it; if it is closed but not locked, it must be entered and serviced. H. Perform monthly building walk-through reviews with Weld County Custodial Supervisor. I. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. J. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in which facility. K. The Contractor shall establish and implement adequate methods of ensuring that all keys/access cards entrusted to the Contractor by the County are not lost or misplaced and are not used by unauthorized persons. No keys issued to the Contractor shall be duplicated. The Contractor shall report the occurrence of a lost key immediately to the Custodial Supervisor or Superintendent. Costs associated with key replacement and any need to re -key locks will be the sole responsibility of the Contractor. L. The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or equipment provided for County use only. When the Contractor's employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit, and the Contractor shall be notified that such employee shall not be allowed entrance to the facility in the future until reauthorized by the Director of Facilities. M. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effectively communicate with all members of their staff so that there is no breakdown in passing work related requests/information between custodians and the Weld County staff. Contractor will ensure that all employees working within County facilities can read and understand warning signs that are written in English. BID REQUEST #82300148 Page 10 N. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. O. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the work to be done under the contract and assure that all workers will receive the compensation for compensable injuries. A copy of the workers compensation policy is required to be submitted to the County as part of this proposal. P. Contractor shall be allowed job -related use (e.g., calling Security for check in/out procedures) of County telephones at no cost to the Contractor. Q. Contractor may store supplies, materials, and equipment in storage areas within the County building facilities as designated by the Custodial Supervisor. Contractor agrees to keep his portion of this storage area in accordance with applicable fire and safety regulations. R. Contractor employees must wear appropriate clothing. S. Successful respondent/vendor will be required to complete Colorado Bureau of Investigation (CBI) criminal record checks on all employees who work on County property for this contract. Any fees for checks will be paid by contractor. Employees who have been convicted of a theft in the past 5 -years or a violent or serious felony will not be permitted to work in County facilities. Provide results of all background checks to the Facilities Director for review. Provide background check results for any additional personnel hired during the course of this contract to the Facilities Director for review. Background checks must be updated annually. T. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 4. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 5. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment B. Supervision of cleaning crews C. Uniforms for cleaning staff with company logo and badge — this could be an apron or t -shirt D. Safety Data Sheets (SDS) on all products used in buildings 6. Consumable items. A listing of current consumables is identified in the following table. You are required to maintain these items for each building that you service. This is to be done by completing an inventory of each item and submitting an order to a Weld County contact person weekly. The order will be delivered to a specific supply building. You are required to meet the buck to receive these weekly shipments and see to it that they are secured inside this building. You will supply all the other buildings from this supply building. Product Toilet tissue Jumbo Jr. 2 -ply Toilet tissue Universal 2 -ply Mukl-Fold towels EnMoUon Roll towels Cormatic Roll towels Hand Soap — GoJo Foam — 2 mil Sanitary Napkins 14") t Tampons . Wax Paper liners 24X33 trash liners 30X37 trash liners 40X48 trash liners Urinal Screens HALT Disinfectant BID REQUEST (182300148 Page 11 CONTRACT PERIOD The annual contract is from September 1, 2023, through August 31, 024. The contract may be extended annually up to three additional terms. As such, please provide any annual escalation costs (in percentage) for each subsequent period in the space below. SQUARE FEET Below are the cleanable square feet measurements. Actual measurements would need to be verified by vendors. Location Carpet Hard Surface SEW Service rater 2950 9'" St, Ft. Lupton 15,500 2,500 SWW Service Center 4209 WCR 24 IA, Longmont 16,000 2,100 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. Builds Location Carnet I Ha SEW Service Center 2950 9"' St, Ft. Lupton 15,500 2,500 18,000 $ (, 72,../..r 2_ SWW Service Center 4209 WCR 24 4, Longmont 16,000 2.100 18,100 $ I -22,4_ I Z ' TOTAL 31,500 4,600 36,100 $ '3,'('4 Cr. 'zY ANNUAL ESCALATION Provide escalation percentage for each subsequent annual term, as applicable Annual Escalation BID REQUEST #62300148 Page 12 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before fhs bid ooanlno deadline of 290 PM on July 20. 2023: 1) Pages 8 thru 14 of the Bid Specifications and/or Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above Items upon submittal of your bid may result In your bid being incomplete and your bid being rejected. If there am any exclusions or contingencies submitted with your bid it maybe disqualified. BID REQUEST #82300148 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #82300148. 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 GQ ,—1-NG.- CS-ril..t.'; of 24,a., ADDRESS D15 r jii 40.1 Sr- . SATE - CITY, STATE, ZIP CODE CWw 9, a) J)2 3 6 TELEPHONE NO (2\ ��`1�� v`'FAX CT oT zul2"c9.12-Z-TAX ID # S`'1 ` ''2 a"? g PRINTED NAME AND TITLE IQ J CAt t N Ow t Gt aci 1 V 1 prrLS t cu -44) - SIGNATURE (!AL( `4"....j_ E-MAIL vid otd ® fig V$1 —J S. DATE -7 1219`Z-3 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- Tti ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS0323 BID REQUEST #92300148 Page 14 Form Wall Fier. October 201e) Ike Tommy OweimeSeRm.*Sewke Request for Taxpayer Identification Number and Certification ► Go to one .bs.garlFona W8 for Irtsirlxtion, and the latest information. Gtlre Form to the regosoter. Do not send to the IRS. 8 raa I At t H MGM I !Verse fie yawn on your income for rearr0. Name Is required on this aw do not have the an Marina AFL maintenance Group. inc tit Buskins restordsmewded!may name, r differera man stove Arnerlcan Facility St:naces Group 3 Cheek appropriate sewn bow.swain 0 ....vethok askyatrlembar 0 kneed ttablity riottc CMek ore tt. if Ihell.C theorist t4C tthw 4d repardyssd,frrorm ---""^'t_, box far federal tar classification o1 1ha person Whose tuna Is enteral on Mel. Chselt proprietor or 0 C Corporation 0 S Corporation 0 Partnership LLC company. Erma Ina tas winks. (C•C corporation. 84 corpse., P.Pstiw m roc W. ................... adios member rn la ed t only one d the 0 TnuVestate thiP). ma. 0o not snare MC thatcove 4 P.eearptaorrt metes, Instructions E 0 payee Esunp0on lit ark Nkw+r to•cmws.....esur (aeries glpy only to not4teviel. tee on pegs 31: code 4r any) from FATCA repotri. io not esegrow from Mee amar tor u$ .= penman. Othonsia sisi+glo-memnt the owner yggd cram the appropriate box forme tag dpeVipOon of Ifs mew. e.ui, Adams 5 Addraee f xrrrblf straw are,p1. or stray n0.J Bee UanrQlorre MOTs S Yukon S�;4 Suite 3 00 Regwatb s name and address -DA.) • City.! we .ri ice tkewood. CO 80226.4333 i LA scoots nine.* mare Amen. T ...-_—eL....la__ae__ u_ __ �uw Otter Year TIN fn the oppressions box. The TIN provided must mach the nom * *. err floe 1 Nee. back. *lintel* . For indivtduak this is Geterety your social security numbs"' (tlStvy. However. for a Nskisst as, seta proprietor, ter tit riled entity, see the inshuaticaa far Pet I. pater. For olhoo magi It is your employer identpesfion number W6. If you do not !rave a nlatilteR see Now to get a Tta4 beer. Node: If the sceourit is in roots than one name. see the instructions for line 1. Also see Whet Name and Number To Gin the Requester for guidelines on whose number to enter. Coofficodon under pen.Niee of perjury, 100Apty that: 1. The number shown on this fauna is my conned taxpayer identification number tar I am nttbtkng far, number to be Weld N reel; and 2. I am not SUNK! to backup withholding biome: (al I sm exempt from backup wahhokfing. or t+r) I hrse not been twtlllsd by the Wite real Revenue Senile oRs ) tthel f am subject to backup withholding as ammo of a roan to moon ore interest or dividends. NO) the IRS Ines noes. me S.!. no longer subjoin to backup wkhhoktinrgi and 3. I am a U.S. citizen or other U.S. person (defined beta* and 4. The MCA cadets) entered on this lam al any) indicating that 1 am exempt from FATCA repenting is corset. Glwlpaliaa latibuetler. You mud crag out Item 2 above d you hew been notified by the IRS !tat you are runway subject to backup withheNing beta*. you nwebilid tampon ore falsest end divide. on your tax Mum. Forrest estaN immecttons. Wm 2 don not apply, Foe mortgage Imams Wed. 1.1.49100 Or Modem. of Mu. property cancellation of debt. contributions to an indvidual nWemenl other than erlerest and dividend.. You Ns. req�+rr(�to sign the 000ifbegen. but you mat pro.*your correct eca ett instructions for A rt rare 14.110,800 General Instructions Section references am to the Internal Revenue Code unless otherwise noted. knots dwolopments. Forth. latest information about rotated to ern! itskettu0tandevelopments t es SOM. mooted after they wen pubeaMd. go to www.fra.goy/FrrmW9. Purpose of Form M ktdfafduel or may (Fans W.9 requiteto4 who is required to Ns an information !arum with the IRS must obtain your comet taxpayer Iderrt tenon number (TM) which maybe your eoclst security number (S P6- lndhridllst taxpayer identification number f 1st. adoption taxpayer i3anaticatlon mamas (ARK or employer ident8Ncetton number OA. to report o0 an Inroemstkbn Mum the amount pail to you. or attar amount tepohta00 on an information Mum. F.xemp6- at information returns ndude, but era not limited W. the following. • Form 1099-INT (Interest tamed or paid) o'4/o7/zot, • Form 1099-OIV (dividends, including those from stocks or mutual funds) • Form 1!9)9-MISC (various types of income, prizes, awards, or gross -4 • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate Irensactlons) • Form 1099-K (merchant card and third piny network transactional • Form NM (home mortgage Interest), 1099-E (student ben interest) 1098-T (tuition) • Form 1009-C (canceled debt) • Form 1099-A (acquisition or abandonment o1 secured property) Use Form W-9 only If you area U.S. person (Including a resident alien), t0 provide your comet TIN. Uyou do not return Form W4 to ire equesser with a TB% you might be subj. to backup oWthholang. See What Is backup withholding. Cal. No. 102310 Farm W-9 (Rev.10-2018) PINN/I COL ASSURANCE AFL Maintenance Group Inc dba 1075 S. Yukon St. Ste 300 Lakewood, CO 80226 7501 E. Lowry Blvd. Denver, CO 80230-7006 303.361.4000 / 800.873.7242 Pinnacol.com NCCI #: WC000313 Policy #: 3348655 InsureOne Insurance Services Americ 5825 W. Louisiana Avenue Lakewood, CO 80232 (720) 550-6527 ENDORSEMENT: Waiver Of Subrogation We have the right to recover our payments from anyone table for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE Weld County Facilities Department 1105HSt Greeley, CO 80631 Effective Date: August 11, 2023 Pinnacol Assurance has issued this endorsement August 11, 2023 Page 1 of 3 P a.gallegos@iafsg-us.com - 7501 E. Lowry Blvd Denver, CO 80230-7006 08/11/2023 15:08:17 3348655 81984152 0W137 AR DATE (MMIDD(YYYY) 08/11/223 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 oNTA NAME Pinnacol Assurance 7501 E. Lowry Blvd. PHONE Denver, CO 80230-7006 5800EQ` INSURED --`-- AFL Maintenance Group Inc dba 1075 S. Yukon St. Ste 300 Lakewood, CO 80226 COVERAGES CERTIFICATE OF LIABILITY INSURANCE CERTIFICATE NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD REVISION NUMBER: 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?.. TYPE OF INSURANCE -..—. ...._..---- .. .---...--. '• : +./ POLICY NUMBER ' MIT , --... POLICY EXP COMMERCIAL GENERAL MM !D � M , , 14uJ ERALLIABILITY � - —__- �_ LIMITS ' i CLAIMS -MADE OCCUR FAX ( UMBRELLA LIAR OCCUR EXCESS LIAR CLAIMS -MADE DED RETENTION 'WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N N/A 3348655 -_ -- -, INSURER S AFFORDING COVERAGE NAIC .SURER, Pinnacol Assurance 41190 INSURER 8 _ INSURER C: - ---__._-- INSURER D: INSURER E: ..-.----_...._... INSURER F : ---- ----�.-...---. _ EACH OCCURRENCE rDA t�aGE TO VENTED- —i— PREMISES LEa .,,,ncet MED EXP (Any one person) PERSONAL & ADV INJURY L GENERAL AGGREGATE $ PRODUCTS - COMP/OP Acc $ L,CE. aaJdenDSI,GLE Lt- IT $ BODILY INJURY (Per person) ry BODILY INJURY (Per amident) § PROPERTY DAMAGE accident,.$ 07/01/2023 X STAME 07/01/2024 AC IE EACH ACCIDENT r 500,000 ESL. DISEASE - EA EMPLOYEEF $ 500,000 E.L. DISEASE - POLICY LIMIT 500.000 DESCRIPT ,'N OF AERATIONS OCATIONS! VEHICLES (ACORD 101, A`rld, al Rer07,-, Schedule, maybe attached if more space !s required) Unless otherwise stated in the policy provisions, coverage in Colorado only. CERTIFICATE HOLDER 2353895 Weld County Facilities Department 1105 H St Greeley, CO 80631 admin@afsg-us-com ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE InsureOne Insurance Services Americ The ACORD name and logo are registered O1988-2015 arks of ACORD ACORD CORPORATION. All rights reserve ACORDs provided by Forms Boss. www.FOmrcecss.com: tcl Imoressive Publishing 800-208-1977 CERTIFICATE HOLDER COPY Weld County Facilities Department 1105 H St Greeley, CO 80631 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT (CONT) ACCPREP DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 08/16/2023 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 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 Dan D Bigandt 5353 W Dartmouth Ave. Suite 205 Denver, CO 80227 (303) 462-2100 (028/301) p ACT Dan D Bigandt a"CONvo. Ectr (303) 462-2100 I 5,16 Not: (855) 8254118 E-MAIL DBIGANDT@amfam.com ADnREFF' INSURERS) AFFORDING COVERAGE NAIL # INSURER A:American Family Mutual Insurance Company, S.I. 19275 INSURED AFL Maintenance Group, Inc. d/b/a American Facility Services Group, Inc. 1075 S Yukon St Ste 300 Lakewood, CO 80226 INSURER B: INSURER C: INSURER D: INSURER E : INSURER F : COVERAGES I CERTIFICATE NUMBER: I REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE IT ADDL 'WS INSR VYVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP (MMIDDIYYYY) LIMITS AUTOMOBILE LIABILITY ❑x ANY AUTO A ❑ AUTOS)CED ❑ AUTOSULED ❑X HIRED AUTOS ❑X AONOSWNED ❑ O 05-X82174-11 09/29/2022 09/29/2023 BODILY INJURY (Per person) $ 1000000 BODILY INJURY (Per accident) $ 1,000,000 Or P"dgT AMAGE $ 1000,000 BODILY INJURY $ 1,000,000 $ ❑X COMMERCIAL GENERAL LIABILITY O ❑ CLAIMS -MADE ❑X OCCUR ❑ 05-X82174-09 09/29/2022 09/29/2023 EACHqq��OCCUURRENCE $ 1,000,000 PA MISES (Ea ENoour ono $ 100000 MED EXP (Any one person) $ 5,000 PERSONAL a ADV INJURY $ 1,000,000 A O GENERAL AGGREGATE $ 2,000,000 GEN.AGGREGATELIMIT APPLIES PER: ❑X POLICY ❑ PROJECT ❑ LOC ❑OTHER PRODUCTS - COMP/OP AGG $ 2,000,000 $ ❑X UMBRELLA LAB Q OCCUR A O EXCESS LIAB O CLAIMS -MADE 05-X82174-12 09/29/2022 09/29/2023 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ ElDE) D RETENTION $ $10,000.00 WORKERS COMPENSATION AND EMPLOYERS' LIABWTY Y I N ANY PROPRtETORIPARTNER/EXECUTIVFj� OFFICER/MEMBER EXCLUDED? LJ (Mandatory in NH) N yes, describe under DESCRIPTION OF OPERATIONS below N / A ❑ STATUTE O OTHER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE- POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Weld County Facilities Department 1105 "H" Street Greeley, Co 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE VULL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Carole Elliott ACORD 25 (2014/01) ©198&2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACO D® REMARKS 30 days' advance written notice will be given prior to cancellation, change of coverage, or non -renewal. ACORD 25 (2014/01) ©1808-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD New Contract Request Entity Information Entity Name" Entity ID* AFL MAINTENANCE GROUP, INC @00022674 Contract Name" SOUTH BUILDINGS CUSTODIAL SERVICES Contract Status CTB REVIEW Contract Description* CUSTODIAL SERVICES FOR THE SOUTH BUILDINGS Contract Description 2 Contract Type* CONTRACT Amount* $41,378.88 Renewable * YES Automatic Renewal Grant IGA ❑ New Entity? Contract ID 7301 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@co.weld.co. us;Iredfern@weldgov.co Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 08/12/2023 GROUNDS 08/16/2023 Department Email Will a work session with BOCC be required?* CM- NO BuildingGrounds@weldg ov.com Does Contract require Purchasing Dept. to be included? Department Head Email YES CM-BuildingGrounds- DeptHead@weldgov.com Bid/RFP #* B2300148 County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WE LDGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date* 08/05/2024 Renewal Date * 09/01/2024 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 08/24/2023 Approval Process Department Head Finance Approver Legal Counsel TOBY TAYLOR CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 08/22/2023 08/23/2023 08/23/2023 Final Approval BOCC Approved Tyler Ref # AG 083023 BOCC Signed Date BOCC Agenda Date 08/30/2023 Hello