Loading...
HomeMy WebLinkAbout20232421.tiffC,orrvox+ I'D.tk 730Z 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: Window Cleaning - 82300149 As advertised this bid is for window cleaning services for the North Business Park, Human Services, Downtown, and Crime Lab. The low bid is from Rocky Mountain Window Cleaning Inc. and meets specifications. Therefore, the Facilities Department is recommending the award to Rocky Mountain Window Cleaning, Inc in the amount of $10,170.00 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 cones R9igno°- gii cor23 sat, 6&) 2023-2421 136, 00.n SERVICE AGREEMENT BETWEEN WELD COUNTY AND ROCKY MOUNTAIN WINDOW CLEANING INC/DBA SQUEEGEE SQUAD WINDOW CLEANING N. BUSINESS PARK,H.S.,DOWNTOWN, CRIME LAB THIS AGREEMENT is made and entered into this Jth day of August , 2022, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Rocky Mountain Window Cleaning, Inc/DBA Squeegee Squad, 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. B2300149. 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 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 $10,170.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 2 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. 3 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 Either party may change its notice address(es) by written notice to the other. Notice may be sent to: 5 TO CONTRACTOR: Name: Bruce Sompolski Position: CEO/President Address: 13701 W. Jewell Avenue, Suite #208 Address: Lakewood, CO 80228 E-mail: brucesompolski(a squeegeesuad.com Phone: 720-408-0014 TO COUNTY: Name: Toby Taylor Position: Facilities Director Address: 1105 H Street Address: Greeley, CO. 80632 E-mail: ttavlor@weldgov.com Phone: 970-400-2021 17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 18. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 19. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 22. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 6 23. Severability. If any term or condition ofthis 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: Rocky Mountain Window Cleaning Inc. dba Squeegee Squad By: Rocky Mountain Window Cleaning Inc dba Squeegee Squad Name: $r[ 50-041)014-1d/ Title: CEO/President 08/07/2023 Date of Signature WELD CO Y: � ATTEST: �_BOARD OF COUNTY COMMISSIONERS Weld •u ty Clerk to the : +ard WELD COUNTY, COLORADO BY: Deput y Clerk the 'i oard� 8 Mike Freeman, Chair AUG 1 6 2323 o1oa6-a41 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JULY 10, 2023 BID NUMBER: B2300149 DESCRIPTION: WINDOW CLEANING FOR NORTH BUSINESS PARK, HUMAN SERVICES, DOWNTOWN & CRIME LAB BUILDINGS DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: JULY 18, 2023 BID OPENING DATE: JULY 27, 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: WINDOW CLEANING FOR NORTH BUSINESS PARK, HUMAN SERVICES, DOWNTOWN & CRIME LAB BUILDINGS A mandatory pre -bid conference will be held on July 18, 2023 at 4:00 PM at the Weld County Facilities building located at 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: July 27, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on July 27, 2023 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 559 629 83# PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bids(aweldgov.com; however, if your bid exceeds 25MB please upload your bid to https://wvwv.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by o ne of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," 'agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing o n behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone n ot otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also u nderstood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. BID REQUEST #B2300149 Page 2 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. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of BID REQUEST #B2300149 Page 3 the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been u njustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall n ot enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the o bligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. 0. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty BID REQUEST #B2300149 Page 4 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. 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 o bligations 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 o r 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 u nenforceable 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. BID REQUEST #B2300149 Page 5 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. 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 BID REQUEST #B2300149 Page 6 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 successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. BID REQUEST #B2300149 Page 7 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. SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Window Cleaning for North Business Park, Human Services, Downtown, and Crime Lab Buildings Weld County is seeking bids to perform exterior window cleaning service for its buildings located in Greeley, CO. SPECIFICATIONS Below is a list of specifications for exterior window cleaning: 1. Contractor will wash and clean the outside of all exterior windows, ledges, and frames. Glass must be free of streaks, smears, and visible soap residue. Interior window cleaning is not a part of this scope. 2. Accumulated dirt, paint specs, or other foreign debris must be removed from glass. 3. Frames and ledges should be scrubbed to remove all dried dirt, insects, bird droppings, and other debris. 4. Cleaning includes removal of all mineral deposits from all windows. 5. Contractor must inform the Weld County Custodian Supervisor of all windows with permanent damage such as broken seals, permanent mineral deposit damage, or any other damage that prevents proper cleaning of the window. 6. Contractor must provide a schedule that details when each building will be serviced so that arrangements can be made for access to special areas and to allow for proper inspection of each building. The Custodian Supervisor will need at least one week's notice ahead of the work to be done. 7. The main Courthouse at 901 9th Avenue, Plaza West at 910 10th Avenue, and Centennial at 915 10th Street cannot be scheduled during courtroom hours as many windows can be seen inside courtrooms where trials are being held and we don't want your work to disrupt court proceedings. Courtroom hours are Monday through Friday starting at 8:00 AM and can run as late as 8:00 PM (excluding holidays). 8. Frequency: The first floors of all buildings are to be cleaned four times per year. The second through fourth floors of all buildings are to be cleaned two times per year and should be scheduled with the first and last cleanings of the year. 9. Cleaning is to be completed between March and November. The last cleaning of the year must be scheduled after the Weld County sprinklers are shut down for the year. 10. The contractor will provide all cleaning supplies and equipment needed to perform all window cleaning tasks. 11. Contractor will provide proper supervision of cleaning crews. 12. Contractor will provide uniforms with company logo and/or badge for identification. 13. No portion of this proposal may be subcontracted without the prior written approval of Weld County. BID REQUEST #B2300149 Page 8 SPECIAL REQUIREMENTS The following areas will require special arrangements for Weld County staff to enable access: LOCATION AREA DESCRIPTION BUILDING North Jail 2110 "O" Street Back of building (security) Law Admin (Sheriff) 1950 "O" Street West side fenced 1555 N. 17th Ave. Southwest corner fence Public Health ICCS Building 1101 "H" Street North side outdoor gym Human Services B 315 N. 11th Ave. Building B West side fence Centennial 915 10th Street Balconies Plaza West 910 10th Ave. Balconies The following areas have obstructions that may require special equipment: BUILDING LOCATION AREA DESCRIPTION Courthouse 901 9th Ave. East side windows/ledges Marlboro Building 934 9th Ave. West side canopies Plaza West 910 10th Ave. Slanted roofs 1555 N. 17th Ave. Overhangs front and back Public Health Training Center "H" Slanted roof front and back 1104 Street ICCS Building "H" Front entrance and east wall 1101 Street A, B, C 315 N. 11th Ave. Front entrances Human Services Human Services B, C 315 N. 11th Ave. West breezeway between B and C Contractor is responsible for visiting each building for bidding accuracy. CONTRACT PERIOD The annual contract is from September 1, 2023, through August 31, 2024. 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. BID REQUEST #B2300149 Page 9 PRICING Please provide the annual cost in each column block per floor and frequency. 1st 4X Floor per year 2nd 2X Floor per year 3rd 2X Floor per year 4th 2X Floor per year LOCATION BUILDING North Jail* 2110 O St N/A N/A Law Admin* 1950 O St N/A N/A 1150 Admin 1150 O St N/A N/A N/A Coroner 1721 M St N/A N/A N/A 1301 1301 N 17th Ave N/A N/A N/A Alt. Programs 1390 N 17th Ave N/A N/A BUILDING LOCATION 1st 4X Floor per year 2nd 2X Floor per year 3rd 2X Floor per year 4th 2X Floor per year Motor Pool 1399 N 17th Ave N/A N/A 1400 1400 N 17th Ave N/A N/A N/A 1401 1401 N 17th Ave N/A N/A N/A 1402 1402 N 17th Ave N/A N/A N/A 1551 1551 N 17th Ave N/A N/A N/A Public Health* 1555 N 17th Ave N/A ICCS 1101 H St N/A N/A Public Works N/A N/A N/A 1111 H St Training Cent. 1104 H St N/A N/A Facilities 1105 H St N/A N/A N/A 1250 N/A N/A N/A 1250 H St Print Shop 1500 2nd St N/A N/A N/A 315 N 11th Ave N/A N/A Human Ser A 315 N 11th Ave N/A N/A Human Ser B 315 N 11th Ave N/A Human Ser C Courthouse 901 9th Ave Marlboro BId. 934 9th Ave N/A N/A Centennial 915 10th St N/A 918 918 10th St N/A N/A N/A Plaza West 910 10th Ave N/A West Annex 901 10th Ave N/A N/A N/A 1008 1008 9th St N/A N/A N/A Crime Lab 2329 115th Ave N/A N/A N/A *The basement floor in the back of these buildings is the first floor. Annual Total of All Buildings $ Annual Escalation 010 BID REQUEST #B2300149 Page 10 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on July 27, 2023: on or before the bid opening 1) Pages 8 thru 12 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 #B2300149 Page 11 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. #B2300149. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL FAX TAX ID # DATE 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 #B2300149 Page 12 Exhibit B 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. SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Window Cleaning for North Business Park, Human Services, Downtown, and Crime Lab Buildings Weld County is seeking bids to perform exterior window cleaning service for its buildings located in Greeley, CO. SPECIFICATIONS Below is a list of specifications for exterior window cleaning: 1. Contractor will wash and clean the outside of all exterior windows, ledges, and frames. Glass must be free of streaks, smears, and visible soap residue. Interior window cleaning is not a part of this scope. 2. Accumulated dirt, paint specs, or other foreign debris must be removed from glass. 3. Frames and ledges should be scrubbed to remove all dried dirt, insects, bird droppings, and other debris. 4. Cleaning includes removal of all mineral deposits from all windows. 5. Contractor must inform the Weld County Custodian Supervisor of all windows with permanent damage such as broken seals, permanent mineral deposit damage, or any other damage that prevents proper cleaning of the window. 6. Contractor must provide a schedule that details when each building will be serviced so that arrangements can be made for access to special areas and to allow for proper inspection of each building. The Custodian Supervisor will need at least one week's notice ahead of the work to be done. 7. The main Courthouse at 901 9. Avenue, Plaza West at 910 10. Avenue, and Centennial at 915 10. Street cannot be scheduled during courtroom hours as many windows can be seen inside courtrooms where trials are being held and we don't want your work to disrupt court proceedings. Courtroom hours are Monday through Friday starting at 8:00 AM and can run as late as 8:00 PM (excluding holidays). 8. Freauencv: The first floors of all buildings are to be cleaned four times per year. The second through fourth floors of all buildings are to be cleaned two times per year and should be scheduled with the first and last cleanings of the year. 9. Cleaning is to be completed between March and November. The last cleaning of the year must be scheduled after the Weld County sprinklers are shut down for the year. 10. The contractor will provide all cleaning supplies and equipment needed to perform all window cleaning tasks. 11. Contractor will provide proper supervision of cleaning crews. 12. Contractor will provide uniforms with company logo and/or badge for identification. 13. No portion of this proposal may be subcontracted without the prior written approval of Weld County. BID REQUEST #82300149 Page 8 SPECIAL REQUIREMENTS The following areas will require special arrangements for Weld County staff to enable access: BUILDING LOCATION AREA DESCRIPTION North Jail 2110 "O" Street Back of building (security) Law Admin (Sheriff) 1950 "O" Street West side fenced Public Health 1555 N. 17th Ave. Southwest corner fence ICCS Building 1101 "H" Street North side outdoor gym Human Services B 315 N. 11th Ave. Building B West side fence Centennial 915 10th Street Balconies Plaza West 910 10th Ave. Balconies The following areas have obstructions that may require special equipment: BUILDING LOCATION 901 9th Ave. 934 9th Ave. 910 10th Ave. 1555 N. 17th Ave. AREA DESCRIPTION East side windows/ledges West side canopies Slanted roofs Courthouse Marlboro Building Plaza West Public Health Training Center ICCS Building Human Services A, B, C Human Services B, C 1104 "H" Street 1101 "H" Street 315 N. 11'' Ave. 315 N. 11th Ave. Overhangs front and back Slanted roof front and back Front entrance and east wall Front entrances West breezeway between B and C Contractor is responsible for visiting each building for bidding accuracy. CONTRACT PERIOD The annual contract is from September 1, 2023, through August 31, 2024. 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. BID REQUEST #62300149 Page 9 PRICING Please provide the annual cost in each column block per floor and frequency. BUILDING LOCATION 1. Floor 4X per year 2"d Floor 2X per year 3. Floor 2X per year 4th Floor 2X per year North Jail* 2110O St $135.00 $135.00 N/A N/A Law Admin* 1950 O St $225.00 $225.00 N/A N/A 1150 Admin 1150 O St $135.00 N/A N/A N/A Coroner 1721 M St $135.00 N/A N/A N/A 1301 1301 N 17th Ave $135.00 N/A N/A N/A Alt. Programs 1390 N 17. Ave $135.00 $135.00 N/A N/A BUILDING LOCATION 1. Floor 4X per year 2"d Floor 2X per year 3. Floor 2X per year 4th Floor 2X per year Motor Pool 1399 N 17th Ave $135.00 $135.00 N/A N/A 1400 1400 N 17. Ave $225.00 N/A N/A N/A 1401 1401 N l7th Ave $225.0@ N/A N/A N/A 1402 1402 N 17. Ave $225.00 N/A N/A N/A 1551 1551 N 17. Ave $225.00 N/A N/A N/A Public Health* 1555 N 17. Ave $350.00 $350.00 $350.00 N/A ICCS 1101 H St $145.00 $145.00 N/A N/A Public Works 1111 H St $425,00 N/A N/A N/A Training Cent. 1104 H St $155.00 $155.00 N/A N/A Facilities 1105 H St $155.00 N/A N/A N/A 1250 1250 H St $155.Q0 N/A N/A N/A Print Shop 1500 2"d St $155.00 N/A N/A N/A Human SerA 315 N 11. Ave $275.00. $130.00 N/A N/A Human Ser B 315 N 11th Ave $235.00 $150.00. N/A N/A Human Ser C 315 N 11. Ave $235.00 $145.00 $145.00 N/A Courthouse 901 9. Ave $695.00 $135.00 $325.00 $135.00 $325.00. N/A $320.00 N/A Marlboro Bld, 934 9. Ave Centennial 915 10th St $175.00 $135.0Q $135.00 N/A 918 918 10. St $135.00 N/A N/A N/A Plaza West 910 10th Ave $295,00 $285.00 $250.00. N/A West Annex 901 10. Ave $135.00 N/A N/A N/A 1008 1008 9. St $135.00 N/A N/A N/A Crime Lab 2329 115. Ave $135.00 N/A N/A N/A *The basement floor in the back of these buildings is the first floor. Annual Total of All Buildings $10,170.00 Annual Escalation 0.361445783 BID REQUEST #B2300149 Page 10 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on July 27.2023; 1) Pages 8 thru 12 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 #B2300149 Page 11 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. #B2300149. 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 Rocky Mountain Window Cleaning Inc., dba Squeegee Squad BUSINESS ADDRESS 13701 W. Jewell Avenue, Ste. 208 CITY, STATE, ZIP CODE Lakewood, Co. 80228 TELEPHONE NO 720-408-0014 Office FAX N/A PRINTED NAME AND TITLE Bruce Sompolski CEO/President SIGNATURE Siltat" S E-MAIL brucesompoiski@squeeseesquad.com TAX ID # 83-2136608 DATE 7/27/2023 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 #82300149 Page 12 Famh W-9 (Rev. October 2018) Deparenent of tha rt.. kernel Revenue eardee ► do to enwwthi.Bon/foneli+8for Instructions and the latest Information. I Name (as shown on your... tax return). Norm la required on Ns.; do net leave. Nita ohmic. Rocky Mountain Window Clewing Inc. 9 Sue lmwe remaldaaegrdad entity name, if differ. from above Settee Squad 3 Check appropriate box far federal tax classification of the person whose name is entered an line 1. Check only one of the following sewn boxes. ❑ Individual/eole proprietor or ❑ C Corporation 0 S Corporation 0 Partnership 0 TrusVestate single -member LLC ❑ Umimd liability campsny. Enter the tax classification (C.C corporation, S.S corporation,,Partnership) ► gtadt the approprklla bate in the. above for the tax dsestecaeah of the sing...Kn x+r owner. Oc rsot oho. LLC d the LLC is db.. as a emprmember LLC that I disregarded from the owner Muss due owner ol the LLC Is another LLC that is not disregarded from the owner for U.S. federal tart purposes. Others e. a sengtamembe► L. that is disregarded from the owner dtauid one. the appropriate box fore» tax dessMtatlttxt at its owner. ❑ other (see lnatruoeoMi ► Request for Taxpayer identification Number and Certification Address (number, ebeet. and apt_ a rube no.) Bee bWrueeoexs. 13701 W. Powell Avenue. Ste. 208, Lakewood, Co. 80228 a City, state. and ZIP tilde Co. 80228 1 t, numbers) hero ( Give Form to the requester. Do not send to the IRS. a Exemptions (codes apply only to eeEl entitles, not indlvtraci: see Instructions on papa 3): Exempt payee code (It any) 0 Exempt= from FATCA reporting code Of any) 0 fAnun,. and US.I Requester's name and address ( Timmer idsntMAcatloe Number (Ti!'11 Polo your TIN its the toosucsiittu box. Thar TIN ptuvidrai must maid e Uo barrio polo ai itro 7 (u avoid backup withholding, Fax individuals, this is generally your *octal security number (SSN). However. for a resident alert. sole proprietor, dteregarded entity, see the Instructions far Part Liam For other evot , it is your employer Identification number (EIN). O you do rwt have a number, see Mow to get a TiN, Into. Note: If the account is In more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. sasalgf manias enployer 1.610.6 mama 7;1 2` 1 318 6 O 8 Elm c.uncidk. Under penalties a perju /. ! certify that: 1. She number...en on I. tam b. my corset taxpayer identification number (orient vatting fora number to be issued to met and 2. I am not aublsct to backup wl.okerig bemuse (a) I am exempt from backup w2hholdng. or (b) I have tort been noWled by the Internal Revenue Service ORS) .t 1 ern aablact to backup withholding as a ran. of a %ewe to resod W Inter . or &Wends. or (0) tiM IRS has notified ms that I am no longer eublect to backup wflhhold7g; and 3.1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA codes) entarred on tits forth Party) indicating Mat I am exempt from FATCA wading is contact. Cedelcaflon (IM/ydfara. You must crass out item 2 above if you have beam notlesd by tta IRS that you are cwt.* subject to bad., withholding because you have failed to report al rawest and dividend, on your tax Mum. Forted Mete tra nsactiona. hunt 2 doss teat apply. For mottpegs fuxersst sold. ammo. or abandonment secot setyou re. equsign cancellationpayments to anon centriica Yoe must provide y atot cis Ii later other than fteeteNe of Q B Here , u.a person► 6x« F • IFS'` General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future deeelapnvente. For the latest information about developments foisted to Foot W-8 and Its 7InicOono. ouch as logidaton c ;.clod after they were published, go to oww.Grs.gov/Fattt NB_ Purpose of Form Aft trhdtviduat err Witt' ¢tarn W-9 requester) who is required to tie an information return with the 8i0 must obtain your correct taxpayer Identification number (RN) whkh maybe your social aacxnity number ($8N), individual taxpayer Identification number (MN), adoption taxpayer identification number (A11N), or amdMs► identification rumba (ENV). to raped on en information return the amount paid to you. or tether emoted reportable an an information Mum. Examples ar` information returns include, but sere not limited to. Me Mowing. • Form 1098-INT (Interest earned or paid) OaRe► /-/- Zoo • Forn 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prints. award., or gross proceeds) • Form 1098-8 (stock or mutual fund ee(26 and =rain other vane:amens by bracers) • Form 1099-S (proceeds from reef estate t ansacCone) • Foul 1099-K (merchant card and third patty network transactions) • Form 1098 (home mortgage otereet).1098-E (student loan Interest), 1096-T (tuition) • Fonn 1099-C (canceled debt) • Form t09g•A (acquisiOan or abandonment of secured property) Use Form W-9 only if you area U.S. person (including a resident allen), to provide your correct TIN. K you do not return Form W -S to the requester WM a TIN, you might be subject to backs withholding. Se What is backup witMoiditg, facer. Cat. No_ 10231X Porn: WS(Rev. 1620181 coRd ERTIFICATE OF LIABILITY INSURANCE I DATE (MMa7DIVYYY, 7/25/2023 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: N the celtIRCate 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 Ileu of such andersement(s). PRODUCER Kcllic Laut Compass Insurance Group/CIAA P PHONE COdk (303) 996-9000 Imo, NOI; 003)496-9001 7383 S Alton Way 1,64 St kallic@g001ecompus.com INSURER(E) AFFORDING COVERAGE NAIL K Centennial CO 80l 12 INSURER A: KINSALE INS CO 38920 INSURED INSURER a : OWNERS INS CO 32700 Rocky Mountain Window Cleaning, Inc. DBA Squeegee Squad INSURER C : PINNACOL 41 190 (3701 W Jewell Ave Unite -208 INSURER D: USLI 25895 INSURER E : Lakewood CO 80228 INSURER F: • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE NSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 7,17 TYPE OF INSURANCE .8. wyE'i� POLICY NUMBER I WYYYYI (Mk11DO1YYYY) LIMBS K COMMERCIAL GLAURIAL LIABILITY I CLAIMS -MADE XOCCUR Y Y 0'00085855-4 04/17/2023 04/17/2024 EACH OCCURRENCE $ 1,000,000 VAMAGC tPMOICU PREMISES(En oceurnmed) 100,000 MED EXP (Any one person) $ Excluded PERSONALS ADV INJURY $ 1,000,000 A GENERAL AGGREGATE $ 2,000,000 GENL AGGREGATE pL�IMIT APPLIES PER: A POLICY ❑ JECT ❑ LOC OTHER: PRODUCTS - COMP/OP AGO $ 2,000,000 Deductible Per Occ $ 5,000 AUTOMOBILE K B ^��' "'-'AM-' UABILmj ANY AUTO OWNED AUTOS ONLY AUTO8ONLY - SCHEDULED AUTO3 MOM-0WNED AUTOS ONLY Y Y 5227492000 04/17/2023 04/17/2024 IRUILt LRAi $ 1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) r>ctlrefnr (rearm( 'Pert $ A K UMBRELLA LIAO K 00341 EXCESS LIAO CLAIMS -MADE 01002033431 04/17/2023 04/17/2024 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 $ 4 RETENNTtoN $ INOIr1C4 C AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNERHXECUTIVE El C DFFICEioryinNEREXcwDED? Y pArwetory in NH) If yyeess.. OPT0Aunder pESCRfPTtON OF OPERA ,`IONS below NIA Y 4213302 11/01(2022 II/01/2023 j XI DATUM I I ° E.LEACHACCIDENT $ 1,000,000 E,L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000.000 D Employment Practices Liability EPL1573882A I (/08/2022 11/08/2023 Each Claim Aggregate Limit Retention: Each Claim 1,000,000 1,000,000 10,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD tot, Additional Remarks Schedule, maybe attached If more apace N required, See ACORD 101 CERTIFICATE HOLDER Weld County Offices Attn: Purchasing Department 1150 O St. Greeley, CO 80631 CANC 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 KeU:.t La4t ACORD 25 (2016/03) O1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: ACORL7�' ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Compass Insurance Group/CIAA NAMED INSURED Rocky Mountain Window Cleaning, Inc. DBA Squeegee Squad POLICY NUMBER 01002033430, 4213302, 5227492000, 01000858554 CARRIER KINSALE INS CO NAIC CODE 138920.327 EFFECTIVE DATE: ADD AL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate Of Liability Insurance Additional Insured status applies wherein the holder is in written agreement with the Named Insured. Additional Insured status for both ongoing and completed operations extend from the General Liability per endorsements CG2010 and CG2037 respectively. This insurance is primary and noncontributory per endorsement CAS5003. Waiver of Subrogation extends from the General Liability per endorsement CG2453. Additional Insured status and Waiver of Subrogation extend from the Commercial Auto per endorsements 58504 and 58583 respectively. Waiver of Subrogation extends from the Workers Comp policy as well per 359-B. All policy terms, conditions and exclusions apply. ACORD 101 (2008101) ® 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT Attached To and Forming Part of Policy 0100085855-3 Effective Date of Endorsement Named Insured 04/17/2022 12:01AM at the Named Insured Rocky Mountain Window Cleaning address shown on the Declarations Additional Premium: $0 Return Premium: I$0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL UABILTY COVERAGE PRODUCTS/COMPLETED OPERATIONS UABILITY COVERAGE ENVIRONMENTAL CONTRACTING AND PROFESSIONAL SERVICES LIABILITY COVERAGE PRODUCTS POLLUTION LIABILITY COVERAGE PREMISES ENVIRONMENTAL LIABILITY INSURANCE COVERAGE ENVIRONMENTAL COMBINED UABILITY POLICY - ALL COVERAGE PARTS The insurance provided to Additional Insureds shall be excess with respect to any other valid and collectible insurance available to the Additional Insured unless the written contract specifically requires that this insurance apply on a primary and non-contributory basis, In which case this Insurance shall be primary and non-contributory. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED_ CAS5003 0717 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT - MORTGAGEE, ASSIGNEE, OR RECEIVER Attached To and Forming Port of Policy 0100085855-3 Effective Dote of Endorsement Named Insured 04/17/2022 12:01AM at the Named Insured Rocky Mountain Window Cleaning address shown on the Declarations Additional Premium: $0 I Return Premium: l 50 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL UABIUTY COVERAGE PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE A. SECTION II - WHO IS AN INSURED is amended to include any person or organization you are required by written contract to add as an Additional Insured on this Policy, but: 1. Only If such written contract was executed prior to the "bodily injury" or "property damage" and is in effect at the time the "bodily injury" or "property damage" occurs; and 2. Only with respect to such person or organization's vicarious liability for "bodily injury" or "property damage" as mortgagee, assignee, or receiver; and 3. Solely for liability caused by the ownership, maintenance or use of the premises by you and for which such person or organization is mortgagee, assignee, or receiver. However: 1. The insurance afforded to such Additional Insured only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract to provide for such Additional Insured. With respect to the insurance afforded to the Additional Insured, the following additional exclusion applies: 1. This insurance does not apply to any structural alterations, new construction or demolition operations performed by or for the Additional Insured. C. With respect to the insurance afforded to the Additional Insured, the following is added to SECTION III — LIMITS OF INSURANCE: The most we will pay on behalf of the Additional Insured is the amount of insurance: 1. Required by the written contract; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CA55016 0420 Page 1 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT - MANAGERS OR LESSORS OF PREMISES Attached To and Forming Part of Policy 0100085855-3 Effective Date of Endorsement f Named Insured 04/17/2022 12:01AM at the Named Insured Rocky Mountain Window Cleaning address shown on the Declarations Additional Premium: So I Return Premium: l $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL UABIUTY COVERAGE PRODUCTS/COMPLETED OPERATIONS UABILITY COVERAGE A. SECTION II - WHO IS AN INSURED is amended to include any person or organization you are required by written contract to add as an Additional Insured on this Policy, but: 1. Only if such written contract was executed prior to the "bodily injury" or "property damage" and is in effect at the time the "bodily injury" or "property damage" occurs; and 2. Only with respect to such person or organization's vicarious liability for "bodily injury" or "property damage" as manager or lessor of that part of the premises leased to you; and 3. Solely for liability caused by the ownership, maintenance or use of that part of the premises leased to you by such person or organization. However: 1. The insurance afforded to such Additional Insured only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract to provide for such Additional Insured. B. With respect to the insurance afforded to the Additional Insured, the following additional exdusions apply: 1. This insurance does not apply to: a. Any "occurrence" which takes place after you cease to be a tenant in that premises; b. Structural alterations, new construction or demolition operations performed by or on behalf of the Additional Insured; or c. Any "bodily injury", "property damage" or "personal and advertising injury" arising out of: (1) The sole negligence of the Additional Insured or any employees of the Additional Insured; or (2) Any obligation of the Additional Insured to indemnify another because of damages arising out of such injury or damage. 2. Where there is no duty to defend the Named Insured, there is no duty to defend the Additional Insured. Where there is no duty to indemnify the Named Insured, there is no duty to indemnify the Additional Insured. C. With respect to the insurance afforded to the Additional Insured, the following is added to SECTION III— LIMITS OF INSURANCE: The most we will pay on behalf of the Additional Insured is the amount of insurance: 1. Required by the written contract; or CA55017 0420 Page lof 2 D. Duties of the Additional Insured in the event of an "occurrence", claim or "suit': 1. The Additional Insured must prompty give notice of an "occurrence" which may result in a claim, a claim which is made, or, a "sult" to any other insurer which has insurance fora loss to which this insurance may apply. 2. The Additional Insured must promptly tender the defense of any claim made or "suit" to any other insurer which also issued insurance to the Additional Insured as a Named Insured or to which the Additional Insured may qualify as an Additional Insured fora loss to which this insurance may apply. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CAS5016 0420 Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION PERMITS - BLANKET Attached To and Forming Part of Policy 0100085855.3 Effective Dote of Endorsement Named Insured 04/17/2022 12:01AM at the Named Insured Rocky Mountain Window Cleaning address shown on the Declarations Additional Premium: , $O Return Premium: so This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL UABIUTY COVERAGE PRODUCTS/COMPLETED OPERATIONS UABILITY COVERAGE A. SECTION II - WHO IS AN INSURED is amended to include as an Additional Insured, any state or governmental agency or subdivision or political subdivision that has issued a permit for your operations, when it is required as a condition of such permit that the state or governmental agency or subdivision or political subdivision be named as an Additional Insured on this Policy, but only with respect to vicarious liability imposed on the Additional Insured as a result of those operations performed by you or on your behalf for which the state or political subdivision has issued the permit. However: 1. The insurance afforded to such Additional Insured only applies to the extent permitted by law; and 2. Will not be broader than that which you are required, as a condition of the permit, to provide for such Additional Insured, B. With respect to the insurance afforded to these Additional Insureds, the following additional exclusions apply: This insurance does not apply to any: 1. "Bodily Injury", "property damage" or "personal and advertising injury" arising out of operations performed for the state or municipality; 2. "Bodily injury" or "property damage" included within the "products -completed operations hazard"; 3. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the sole negligence of the Additional Insured or employees of the Additional Insured; or 4. "Bodily injury", "property damage" or "personal and advertising injury" to any employee of the Named Insured or to any obligation of the Additional Insured to indemnify another because of damages arising out of such injury or damage. C. A state or political subdivision's status as an Additional Insured under this endorsement ends when "your work" under such permit is completed. D. With respect to the insurance afforded to the Additional Insured, the following is added to SECTION III— UMITS OF INSURANCE: The most we will pay on behalf of the Additional Insured is the amount of insurance: 1. Required as a condition of the permit; or 2. Available under the applicable limits of insurance; whichever is less. CASS018 0420 Page 1 of 2 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. D. Duties of the Additional Insured in the event of an "occurrence", offense, claim or "suit"; 1. The Additional Insured must promptly give notice of an "occurrence", an offense which may result in a claim, a claim which is made, or, a "suit' to any other insurer which has insurance fora loss to which this insurance may apply. 2. The Additional Insured must promptly tender the defense of any claim made or "suit" to any other insurer which also issued insurance to the Additional Insured as a Named Insured or to which the Additional Insured may qualify as an Additional Insured fora loss to which this insurance may apply. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CAS5017 0420 Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION Attached To and Forming Part of Policy 0100085855-3 Effective Date of Endorsement Named Insured 04/17/2022 12:01AM at the Named Insured Rocky Mountain Window Cleaning address shown on the Declarations Additional Premium: $0 Return Premium: I $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHE DOLE Name of Additional Insured Person(s) or Organization(s) Blanket, as required by written contract, executed prior to the start of work on the project. Location(s) of Covered Operations Locations as required and specified by written contract, executed prior to the start of work on the project. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 12 19 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work' out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. ® Insurance Services Office, Inc., 2018 Page 1 of 2 This endorsement shall not increase the applicable limits of insurance. E. Duties of the Additional Insured in the event of "occurrence", offense, claim or "suit": 1. The Additional Insured must promptly give notice of an "occurrence" an offense which may result in a claim, a claim which is made or a "suit", to any other insurer which has Insurance fora loss to which this insurance may apply. 2. The Additional Insured must promptly tender the defense of any claim made or "suit" to any other insurer which also issued insurance to the Additional Insured as a Named Insured or to which the Additional Insured A. may qualify as an Additional Insured fora loss to which this insurance may apply. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CAS5018 0420 Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT - AUTOMATIC STATUS WHEN REQUIRED IN LEASE AGREEMENT WITH YOU Attached To and Farming Part of Policy 0100085855.3 Effective Date of Endorsement Named Insured 04/17/2022 12:01AM at the Named Insured Rocky Mountain Window Cleaning address shown on the Declarations Additional Premium: So ReturnPremium; so This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organizations) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. CG 20 34 12 19 B. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. ® Insurance Services Office, Inc, 2018 Page 1 of 1 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following Is added to insurance; Section III — Limits Of Insurance: whichever is less. If coverage provided to the additional Insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CG 20 10 12 19 This endorsement shall not increase the applicable limits of insurance. Insurance Services Office, Inc., 2018 Page 2 of 2 ❑ New Entity? New Contract Request Entity Name* SQUEEGEE SQUAD Entity ID* 1200032887 Contract Name* WINDOW CLEANING FOR NORTH BUSINESS PARK, HS,DOWNTOWN AND CRIME LAB Contract Status CTB REVIEW Contract Description* WINDOW CLEANING SERVICES Contract Description 2 Contract Type* CONTRACT Amount* 510,1 70.00 Renewable* YES Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- B,uildingGroundsl2weldgov.c am Department Head Email CM-BuildingGrounds- DeptHeadweldgov.corn County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EY:WWELDG OV.COM Contract ID 7302 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us:l redfernWweldgov.com Requested BOCC Agenda Date* 00/1612023 Parent Contract ID Requires Board Approval YES Department Project # Due Date 08/12/2023 Will a work session with 8OCC be required?* NO Does Contract require Purchasing Depty to be included? YES Bid/RI=P#* 02300149 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 On Base Contract Dates Effective Date Review Date* 08 05/2024 Renewal Date* 09j 01 /2024 Termination Notice Period Committed Delivery Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver CHERYL PATTELLI Approval Process Department Head TOBY TAYLOR OH Approved Date 08/09/2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08,x10,2023 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHERYL PATTELLI Expiration Date Contact Phone I Purchasing Approved Date 08.14 2023 Finance Approved Date 08/0912023. Tyler Ref # AG 081623 Legal Counsel BRUCE BARKER Contact Phone 2 Legal Counsel Approved Date 08,14f2023 Hello