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