Loading...
HomeMy WebLinkAbout20195104.tiffJanuary 23, 2023 Conkuac+ oi#otez4 FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Custodial Services; Bid (B1900152) Obands Janitorial Co was awarded the contract for Custodial Services for the Human Services Buildings A, B, & C. Obands has continued to meet standards. Therefore, Facilities is recommending the next one year increment of their bid be awarded. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ConYni- 1390n6-0- aVao/z3 e6:0 197,60,,e- 6O Zolq -50{ EGCO21 AMENDMENT #3 TO AGREEMENT BETWEEN WELD COUNTY AND OBAND'S JANITORIAL CO. HUMAN SERVICES A,B & C This Amendment is made and entered into this al141day of ,JQ.,i'l a,(4. , 2023, by and between the Board of Weld County Commissioners, on behalf of the Facilitie'Department, hereinafter referred to as the "Department", and Oband's Janitorial CO., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-5104, approved on January 27, 2020. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement ended on January 31, 2023. The term is hereby extended for one year commencing on February 1, 2023 and ending on January 31, 2024. 2. Beginning on the first day of the new term, the Fee Schedule shall remain the same. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. By: Name: President Title: ATTEST: W-..drif44)G®• ..d1O;li BY: Weld C. n y Clerk to the Bo �i.�I �� ��L�/r�•7�; .rte 1 Deputy Cle to t Date 1/17/2023 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair Page 1 of 1 JAN 3 0 2023 ,te/9- �/o ACRD CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 12022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER First Choice Insurance 16798 E. Iliff Ave Aurora CO 80013 NAMcon lAcr Karla Mina E: (a"c°. No, Exq; 720-925-5787 I (aC, No): 720-645-2184 ADDRESS: firstchoicemsrnc@gmail.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A : UNITED STATES LIABILITY INS CO 25895 INSURED Oband'S Janitorial Company LIc 2861 S Salida Ct Aurora CO 80013 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE NSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TN LTR TYPE OF INSURANCE 1'4V' 'AT INSD WVD POLICY NUMBER PULIGY A Aka; ',A PPA/W Y tXP (MM/DD/YYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR GL 1058788B 06/30/2022 06/30/2023 EACH OCCURRENCE $ 1,000,000 PREM SES (Ea occur ante) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENT. AGGREGATE LIMIT APPLIES PER: POLICY ❑ PROT ❑ L. JEC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO - OWNED AUTOS ONLY - HIRED AUTOS ONLY - SCHEDULED AUTOS - NON -OWNED AUTOS ONLY CUaMaccidetlINEnDt)SINULE LIMI I (E $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PHUPERI Y DAMAGE (Per accident) $ $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS-NADE EACH OCCURRENCE $ AGGREGATE DED J I RETENTION $ $ If WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? ❑ (Mandatory in NH) yes, describe under DESCRIPTION OF OPERATIONS below N / A I STATUTE I I ERI H- E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County, Colorado ACCORDANCE WITH THE POLICY PROVISIONS. 1150 O Street AUTHORIZED REPRESENTATIVE Greeley, Co. 80631 Kairto+ +'1 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AC RO CP CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYW) 01/18/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Pinnacol Assurance 7501 E. Lowry Blvd. -- Denver, CO 80230-7006 CONTACT NAME: PHONE I FAX O. Ext): (A/C, No): ADDRESS: INSURERS) AFFORDING COVERAGE NAIL # INSURER A:Pinnac0iAssurance 41190 INSURED Oband's Janatorial Company LLC 2861 S Salida Ct Aurora, CO 80013 INSURER B : INSURER C INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. "NITYPE OF INSURANCE LTR ' ADDL SUBR INSD SLIT: POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYW) LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ !!: $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY I 0. u LOC OTHER: PERSONAL 8 ADV INJURY GENERAL AGGREGATE $ $ PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED � AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ WORI(ERS COMPENSATION EMPLOYERS' LIABILITY �ANYPROPRIETOR/PARTNER/EXECUTIVE Y/N A OFFICER/MEMBEREXCLUDED? � (Mandatory in NH) descdbe under =Aging I DESCRIPTION OF OPERATIONS below N / A 4076604 01/01/2023 01/01/2024 X STATUTE ER 'MUTE E.L.EACHACCIDENT $100,000 E.L. DISEASE- EA EMPLOYEE $ 100,000 E.L. DISEASE- POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached H more space is required) Unless otherwise stated in the policy provisions, coverage in Colorado only. CERTIFICATE HOLDER CANCELLATION 2305300 Weld County, CO. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1150 O St THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Greeley, CO 80631-9596 sgeesaman@weldgov.com ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Pinnacol Assurance I ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORDs provided by Forms Boss. www.FormsBoss.com; (c) Impressive Publishing 800-208-1977 CERTIFICATE HOLDER COPY Weld County, CO. 1150 O St Greeley, CO 80631-9596 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT (CONT) Contract Form New Contract Request Entity Information Entity Name* O6AND'S JANITORIAL COMPANY Entity ID* ,00031031 Contract Name* HUMAN SERVICES BUILDINGS A,6,C (2019-5104) Contract Status CT6 REVIEW ❑ New Entity? Contract ID 6624 Contract Le SGEESAMAN Contract Lead Email sgeesaman@co.weid.co.us Contract Description* CUSTODIAL SERVICES CONTRACT RENEWAL 95.150.00 PER MONTH. Contract Description 2 Contract Type* RENEWAL Amount* 85,150.00 Renewable* NO Automatic Renewal IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGroundsAweldgov.c om Does Contract require Purchasing Dept. to be included? Department Head Email YES CM-BuildingGrounds- DeptHead'Qweldgov.com Bid/R1-P#* 81900152 Requested ACC Agenda Date* 01/25,2023 Parent Contract ID Requires Board Approval YES Department Project Due Date 01/21,12023 Will a work session with BOCC be required?* NO County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY@WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a NSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contra Review Date* 11127,`2023 Renewal Date Effective Date Termination Notice Period Committed Delivery Date Expiration Date* 01/31/2024 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHRISTIE PETERS 01/'25,`2023 Approval Process Department Head TOBY TAYLOR DH Approved Date 01'23;2023 Final Approva BOCC Approved BOCC Signed Date BOCC Agenda Date 01/30,2023 Originator SCEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 01,24/20.2'3 01 24,/'2023 Tyler Ref # AG 013023 Umvock I bil_s(r)sci FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 21, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Custodial Services; Bid (B1900152) Obands Janitorial Co was awarded the contract for Custodial Services for the Human Services Buildings A, B, & C. Obands has continued to meet standards. Therefore, Facilities is recommending the next one year increment of their bid be awarded. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director CG� CoAwv+ficynd, Oeitle),Aft- ps/ Z Y/ ZZ giailozA 20cl-5io1_4 B5100 11 AMENDMENT #2 TO AGREEMENT BETWEEN WELD COUNTY AND OBAND'S JANITORIAL CO. HUMAN SERVICES A,B & C This Amendment is made and entered into this c, o day of vl a vc,h , 2022, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and Oband's Janitorial CO., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-5104, approved on January 27, 2020. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement ended on January 31, 2022. The term is hereby extended for one year commencing on February 1, 2022 and ending on January 31, 2023. 2. Beginning on the first day of the new term, the Fee Schedule shall remain the same. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: Oband's Janito )a1 Company By: Name: Title: President r.ATTEST:i1J v•Jei;CA Weld C. • y Clerk to the B BY: eputy CI Page 1 of 1 Date March 21 , 2022 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO c K. James, Chair MAR 2 8 2022 ,2b/ 9 5/o 4L Contract Form Entity Information New Contract Request Entity Name* OBAND'S JANITORIAL COMPANY Entity ID* gO0031031 Contract Name* HUMAN SERVICES A,B,C CUSTODIAL (2019-5104) Contract Status CTB REVIEW Contract Description* AMENDMENT -RENEWAL FOR 2022 Contract Description 2 Contract Type* RENEWAL Amount* $5,150.00 Renewable* YES Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGroundsWweldgov.c om Department Head Email CM -Building Grounds- DeptHeadg7weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY: WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID ❑ New Entity? Contract ID 5689 Contract Lead* SGEESAMAN Contract Lead Email sgeesamanOco.weld.co.us Requested BOCC Agenda Date* 04/04/2022 Parent Contract ID Requires Board Approval YES Department Project # Due Date 03/31 2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid /RFP 5* 81900152 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 01,02 202 3 Renewal Date* 02:01,£2023 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Purchasin Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 03122/2022 Final pm BOCC Approved BOCC Signed Date BOCC Agenda Date 03/28/2022 ccqinator SGEESAMAN Finance Approver CHRIS D'OVI©IO Contact Phone 1 Contact Phone 2 Purchasing Approved Date 0324/2022 Finance Approved Date 03+22,2022 Tyler Ref # AG 032822 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 03/2312022 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 January 13, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Floor Care — Human Services Custodial Services (2019-5104) In 2019, Oband's Janitorial was awarded the custodial contract for cleaning the Human Services Campus. The bid permitted the option for annual renewal. Attached is the annual renewal for the period of January 27, 2021 through January 26, 2022. Buildings & Grounds is recommending approval of this annual renewal. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Coy l se n+ A tota O1 i 1$ I21 of/,SY/7/ bra 10101-51oy O0ZI CONTRACT AGREEMENT AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS AND GROUNDS AND OBAND'c IANITORIAL COMPANY This Agreement Amendment, made and entered into I$41 day of January , 2021, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Oband's Janitorial Company, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No 2019-5104, approved on January 27 , 2020. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on January 26, 2020. • The parties agree to extend the Original Agreement for one year increment period, which will begin January 27, 2021, and will end on January 26, 2022. • The Amendment/Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Oband's Janitorial Company Eddy Obando Printed Name Signature ATTEST: Weld BY: dirds, Deputy Cler.j o the : oard APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ,,Ge&e Steve Moreno, Chair JAN 1 8 2021 APPROVED AS TO T CE: Elected • 'ic al or Department Head 020 /9- i-1,0171- DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 29, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Custodial Services — Human Services (2019-5104) Amendment The Human Services custodial bid was awarded Oband's Janitorial Co. (2019-5104). As a result of COVID-19 response, additional disinfection is needed at the Human Services campus due to number of citizens interacting within these facilities. To accomplish this scope of work at these building an amendment to their contract for the following is needed: • Evening disinfection (throughout buildings) for $2,220.00 • Daytime disinfections (Public Areas) for $3,280.00 Therefore, Buildings and Ground is recommending approval of the attached contract amendment for Oband's Janitorial in the amount of $5,500.00 per month until these services are no longer needed. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Gans•-��' O b 72.0 lj� �TT�5 2cil9'-, 51O1 S&002. CONTRACT AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS AND GROUNDS AND OBAND'S JANITORIAL CO. This Agreement Amendment ("Amendment"), made and entered into 27 day of April, 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings & Grounds, hereinafter referred to as the "Department", and Oband's Janitorial Co., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-5104, approved on 01-27-2020, and WHEREAS, on March 28, 2020 President Donald Trump declared that a major disaster exists in the State of Colorado and ordered Federal assistance to supplement State, tribal, and local recovery efforts in the areas affected by the Coronavirus Disease 2019 (COVID-19) pandemic beginning on January 20, 2020, and continuing, and WHEREAS, on March 11, 2020 Governor Jared Polis declared a Disaster Emergency due to the presence of corona virus disease 2019 in Colorado, and WHEREAS, on March 16, 2020 Weld County Director of Public Health and Environment issued a Declaration of Public Health Emergency and Public Health Order due to the presence of COVID-19 in Weld County, and WHEREAS, due to the continued presence of corona virus in Weld County, the Department requires additional cleaning services not previously included in the Original Agreement, and Contractor has the ability to provide such necessary services, and WHEREAS the parties hereby agree to amend the Original Agreement in accordance with the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective for the duration of the COV1D-19 restrictions: 1. Contractor agrees to the provide the services described in the Original Agreement and the attached Exhibit #1 & Exhibit #2, 2. Department agrees to compensate Contractor for said services in accordance with the Original Agreement and the attached Exhibit for this extension of time. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first a CONTRACTOR: Eddy Obando Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair MAY 0 4 2020 ATTEST: — dder•Ad4) Wel ' ou ty ler BY: Deputy Cle 02-0 / 9- 070/- APPROVED. SUBSTANCE: Elect Official or Department Head APPROVED AS TO1U ING: i () 2,6a1.0 Controller APPROVED AS TO FORM: County Attorney Exhibit #1 -Day Porter -Human Services A,B, & C ,, � °BAND'S Aomori JANITORIAL CO. SUPPLIES/SERVICES & COST Furnish all labor, chemicals, equipment and supervision to provide Day Porter Services at: Human Services, Greeley, Co. In accordance with the clauses, wage determination and statement of work. ITEM NO. DESCRIPTION QTY TOTAL COST MONDAY THROUGH FRIDAY —(8 HOURS DAILY) 5 DAYS X WEEK/8:00 AM TO 5:00 P.M HUMAN SERVICES -BUILDING A, B & C 0001 Disinfecting entrance area -door handles and glass (interior & exterior) 0002 disinfecting stairwell bannister and door handles 0003 disinfecting elevator rails and buttons, inside and outside 0004 disinfecting all public horizontal surfaces including desks, tables, chairs, computer keyboards, mouses, and phones 0005 Disinfecting all light switches and door handles 0006 Disinfecting and maintain all restrooms and drinking fountains AREAS 1ST floor entrance, lobby area including reception area, interview cubicles, and restrooms. 2nd floor restrooms. 3'd floor SW conference room, both north conference rooms, and restrooms Total Cost $3,280.00 Monthly Vendor : Oband's Janitorial Company Phone : 720-317-9235 Exhibit #2 -Disinfection Services -Human Services A, B & C "132:ftm °BAND'S Promo' JANITORIAL CO. SUPPLIES/SERVICES & PRICE COST Furnish all labor, materials, equipment, transportation, insurance, notifications, fees, and supervision necessary for Disinfecting Services for Human Services, Greeley, Co. in accordance with the specifications, drawings, contract clauses, and wage rates. ITEM DESCRIPTION QUANTITY MONTHLY BUILDING DESCRIPTION QUANTITY MONTHLY Human Services A Disinfecting/ Clean 5 Days x week $740.00 Human Services B Disinfecting/Clean 5 Days x week $740.00 Human Services C Disinfecting/Clean 5 Days x week $740.00 Total $2,220.00 (monthly) Oband's Janitorial Company 0_0v-1-frac+ _b if 33Codl WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & OBAND'S JANITORIAL COMPANY CUSTODIAL SERVICES -HUMAN SERVICES, BUILDINGS A,B,& C / 1/ THIS AGREEMENT is made and entered into this day of , 2Q2D, by and between the County of Weld, a body corporate and politic of the St e of Col do, by and through its Board of County Commissioners, whose address is 1150 "O" S reet, Greeley, Colorado 80631 hereinafter referred to as "County," and Oband's Janitorial Company, a corporation, whose address is 2861 s. Salida Ct., Aurora, CO 80013 hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: 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 Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B1900152". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor 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 described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B 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 execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities Cc' 0-0 rt5rer1+ ©t19'7/ao 6)7(-60-4- 664) Qolci-5IOc1 / -a7 -co described in Exhibits A and B. 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. 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. 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 drawings, drafts or other documents it has completed or partially completed 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 Modification. 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/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay monthly an amount no greater than $5,150.00 which is the bid set forth in Exhibit B. Contractor 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 Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 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 this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services 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 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. 12. Acceptance of Services Not a Waiver. 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. Acceptance by the County of, or payment for, the services 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. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals 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. Contractors/Contract Professionals 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 insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor 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 Contractor to conform to any statutes, ordinances, regulation, 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. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional 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 Contractor'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 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 with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/Contract Professional 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. Contractors/Contract Professionals 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 related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional 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, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional'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 coverage's required of Contractor/Contract Professional. Contractor/Contract Professional 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. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. 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. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. 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. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: ()band's Janitorial Company Attn: Eddy Obando-President Address: 2861 S. Salida Ct. Address: Aurora, CO 80013 E-mail: obandjanitorial2@gmail.com Telephone: (720) 317-9235 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylor@weldgov.com Facsimile: 970.304.6532 18. 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. 19. 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. 20. 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. 21. 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. 22. 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. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this 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. 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. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 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 A and B, 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. WITNESS WHEREOF, the parties hereto have signed this Agreement this / Tday of , 2( C i NTRACTO Oband's Janitorial Com . an By: N• Edd r Oband Titl , President Date 1/2O/2O WELD COmu4, �• �� ATTEST: ��!! Weld ' o n Clerk to the : oard BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO �e- Mike Freeman, Chair JAN 272020 O2o/ % i/O4 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: NOVEMBER 20, 2019 Exhibit A BID NUMBER: B1900152 DESCRIPTION: CUSTODIAL SERVICES - HUMAN SERVICES BUILDINGS A, B & C DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE=BID CONFERENCE DATE: NOVEMBER 26, 2019 BID OPENING DATE: DECEM:ER 10, 2019 1. NOTICE TO BIDDEy(S: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: CUSTODIAL SERVICES — HUMAN SERVICES BUILDINGS A, B & C A mandatory pre=bod conference will be held on November 26, 2019 at 4:00 PM at Weld County Buildings and Grounds, 1105 H Street, Greeley, CO 80631. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150 O Street, Room #107, Greeley, CO 80631, until: 10:00 AM on December 10, 2019 (Weld Co my Purchasing Time C$ockL PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 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 at two locations: On the Weld County Purchasing website at https://www.weldgov.com/departments/purchasinci/bids proposals located under "Bids / Proposals / Tabulations". And, on the Bidnet Direct website at 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 — 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com.Emailed bids must includA the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delim. Mailed (or hand delivered) bids should be sent in a sealed env lope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, f '5 Sseet, Room 4' 07, Gree ey, C 80631. Please call Purchasanip at 973-400 4222 or 4223 if you have any cg. uestoonso 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION ids shall be typewritten r written in ink on forms prepared by the Wela County Purchasing Department. Each bid must give the full business address f bidder and be signed by him ith his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the memoers of the partnership or by an authorized represent4ive, fflowed by the signature and title o- the person sig ling. Bids by corprations must be signed with the legal name of the corporation, followed by the name of the state of the incorporatin and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each persc. r 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," .r other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, s tisfactory evidence o the authority of the officer signing on behalf of a corporation shall be furnished. A p.wer of attorney must accompany the signature of anyone not otherwise authorized to bind the idder. All corrections or erasures sha I 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. idders are required to use the Proposal Forms which are included in this package and on the basis indicated in the slid 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 ill be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening f a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; said r quest 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. lam] In accordance with Section 14-9(3) of the Weld County -some Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are cornpetitivin price and quality. It is also unders:o.d 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 tc., accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) m y be aarded to more than one vendor. In submiting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the frmal acceptancof the bid by Weld County, and signature of the Chair of the Board of County Commissioners, t•gether constitutes a contract, with the contract date being the date of signature by the Chair of the ard of County Commissioners. 4. SUCCESSFUL BI DD R HIRING PRACTICES ® IL ALIENS Successful bidder certifies, warrants, and agrees that it does n knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all =mpl.yees who are newly hired for employment in the United States to perform work under this BID REQUEST #B1900152 Page 2 Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. 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 BID REQUEST #B1900152 Page 3 the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. 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. BID REQUEST #B1900152 Page 4 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. Terminatifsn: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subc ,ntractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. 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 service's will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. 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 BID REQUEST #B1900152 Page 5 bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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 BID REQUEST #B1900152 Page 6 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/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the 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. BID REQUEST #B1900152 Page 7 Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B1900152 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County is seeking bids to perform custodial services for its Human Services buildings located in Greeley, CO. The buildings are expected to be cleaned five days a week (Monday through Friday) after 6 PM per the requirements detailed in this bid. The buildings are: Building Location Approximate Cleanable Sq. Ft Human Services Building A Human Services Building B Human Services Building C 315 "A" N. 11th Ave, Greeley 315 "B" N. 11th Ave, Greeley 315 "C" N. 11th Ave, Greeley 25,200 27,370 41,000 BUILDING INFORMATION for Carpet and VCT BUILDING LOCATION Carpet VCT Human Services Building A 315 "A" N. 11th Ave, Greeley 19,928 0 Human Services Building B 315 "B" N. 11th Ave, Greeley 20,048 97 Human Services Building C 315 "C" N. 11th Ave, Greeley 31,173 622 1. Regular Services. The following is the Task Schedule for Regular Services: A. General, Private Offices, Lobby and Lounges: Daily • Empty wastebaskets and replace liners as needed • Dust all exposed filing cabinets, bookcases, tables and shelves • Clean and sanitize fountains • Spot clean reception lobby glass including front door and any other partition or door glass • Dust mop resilient and hard floors • Vacuum carpeted floors in traffic lanes only • Damp mop resilient/hard surface floors • Spot clean spills and stains on carpeted and resilient/hard surface floors • Remove bags of shredded paper left outside of shredding machines Weekly • Low dust all horizontal surfaces below 36" including sills, ledges, moldings, shelves, picture frames, ducts, radiators, etc. • High dust all horizontal surfaces above 72" including shelves, moldings, ledges, etc. • Clean entire interior glass in partitions and doors BID REQUEST #B1900152 Page 9 ® Dust venetian blinds Remove dust and cobwebs from ceiling areas • Vacuum wall-to-wall — including underneath desks in offices and cubicles • Stairwells — dust all horizontal surfaces, spot clean walls, sweep and mop stairs and landings Wipe down chair mats Monthly ® Machine scrub all resilient/hard surface floors ® Machine scrub and burnish all VCT flooring Quarterly ® Machine scrub and add finish (2 -coats, min. 18% solids) to all VCT floors B. Restrooms, Washrooms, Showers: Daily ® Clean, sanitize and polish all vitreous fixtures including toilet bowls, urinals, hand basins ® Clean all glass and mirrors Empty all containers and disposals, insert liners as required, spot clean and sanitize Empty and sanitize interior of sanitary container Spot clean all walls, doors, kick plates, light switches and partitions ® Refill all dispensers to normal limits (no air fresheners) ® Sweep, damp mop and sanitize hard floors Weekly ® Low dust all horizontal surfaces below 36" High dust ail horizontal surfaces above 72" Flush floor drains Full sanitization of hard floors, horizontal surfaces, stall divider walls and plumbing fixtures Monthly ® Machine scrub hard surface floors ® Machine scrub and burnish VCT Quarterly Machine scrub and add finish (2 -coats, min. 18% solids) to all VCT C. Eating Areas (Lunch room, cafeteria, dining room, kitchen, vending): Daily Damp clean and sanitize table tops, seats and back of chairs Clean, polish and refill napkin holders Empty all containers and disposals — spot clean exterior Refill all dispensers to normal limits ® Clean and sanitize drinking fountain ® Spot clean doors, frames, light switches, kick and push plates, handles, walls and glass Dust mop resilient/hard surface floors ® Damp mop resilient/hard surface floors ® Vacuum entire carpeted areas Spot clean spills and stains on carpeted and resilient/hard surface floors Weekly Damp clean pedestals or legs BID REQUEST #B1900152 Page 10 • Low dust horizontal surfaces below 36" • High dust horizontal surfaces above 72" • Clean entire interior glass in partitions and doors Monthly • Machine scrub all resilient floors • Machine scrub and burnish all VCT flooring Quarterly • Machine scrub and add finish (2 -coats, min. 18% solids) to all VCT floors D. Building Entrances (Up to 10 feet outside of entry doors): Daily • Sweep sidewalk • Vacuum walk -off mats • Clean entry door glass • Empty outside trash (some of these are beyond 10 feet) • Sweep/vacuum and spot clean stairwells Weekly • Clean trash containers • Sweep and mop stairwells E. Elevators: Daily • SweepNacuum • Spot clean doors and walls • Clean spots and spills from carpet/floors Weekly • Wipe down entire doors and walls (stainless steel clean as needed) 2. General Operating Instructions. The following is a listing of General Operating Instructions: A. Notify building contact (Custodial Supervisor or Security) of any irregularities (e.g. defective plumbing, unlocked doors, lights left on, etc.). B. At the end of shift, turn off all lights except those to be left on, close windows and lock all doors, set alarm. C. Contact Security each time you enter and exit all buildings after-hours. D. You are NOT required to service Bio-Hazard trash containers or recycling containers. E. You are NOT required to service shredding machines, but if the shredding is left outside the shredder, you need to take it out with the rest of the trash. If boxes or other small items are marked "trash," you need to take it out with the rest of the trash. F. If an individual office door is closed and locked, do not enter it; if it is closed but not locked, it must be entered and serviced. G. Perform monthly building walk-through reviews with Weld County Custodial Supervisor. H. Notify the Custodial Supervisor of the schedule for all monthly and quarterly floor work at least one week prior to the work being performed. I. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. BID REQUEST #B1900152 Page 11 J. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in which facility. K. The Contractor shall establish and implement adequate methods of ensuring that all keys/access cards entrusted to the Contractor by the County are not lost or misplaced and are not used by unauthorized persons. No keys issued to the Contractor shall be duplicated. The Contractor shall report the occurrence of a lost key immediately to the Custodial Supervisor or Superintendent. Costs associated with key replacement and any need to re -key locks will be the sole responsibility of the Contractor. L. The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or equipment provided for County use only. When the Contractor's employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit, and the Contractor shall be notified that such employee shall not be allowed entrance to the facility in the future until reauthorized by the Director of Buildings and Grounds. M. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effectively communicate with all members of their staff so that there is no breakdown in passing work related requests/information between custodians and the Weld County staff. Contractor will ensure that all employees working within County facilities can read and understand warning signs that are written in English N. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. 0. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the work to be done under the contract and assure that all workers will receive the compensation for compensable injuries. A copy of the workers compensation policy is required to be submitted to the County as part of this proposal. P. Contractor shall be allowed job -related use (e.g. calling Security for check in/out procedures) of County telephones at no cost to the Contractor. Q. Contractor may store supplies, materials, and equipment in storage areas within the County building facilities as designated by the Custodial Supervisor. Contractor agrees to keep his portion of this storage area in accordance with applicable fire and safety regulations. 3. Undocumented Workers and Criminal Record Verification. The following is a listing of requirements for undocumented workers and criminal record verification: A. Contractor certifies that the Contractor shall comply with the provisions of section 8-17.5-101 et seq., C.R.S. The vendor/contractor shall not knowingly employ undocumented worker(s) to perform work under this contract or enter into a contract with a subcontractor that fails to certify to the vendor/contractor that the subcontractor shall not knowingly employ or contract with an undocumented worker to perform work. If the vendor/contractor obtains actual knowledge work performing work under this contract knowingly employs or contracts with an undocumented worker, the vendor/contractor shall: a. Notify the subcontractor and the Buildings and Grounds Director within three days that the vendor/contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented worker; and b. Terminate the subcontract if within three days of receiving actual notice the subcontractor does not stop employing or contracting with the undocumented worker, except that the vendor/contractor shall not terminate the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented worker. c. The vendor/contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to C.R.S. § 8-17.5-102(5). BID REQUEST #B1900152 Page 12 B. Successful respondent/vendor will be required to complete criminal record checks on all employees who work on County property for this contract. Employees who have been convicted of a theft in the past 5 years or a violent or serious felony will not be permitted t,• work in County facilities. Provide results of all background checks to the Buildings and Grounds Director for review. Provide background check results for any additional personnel hired during the course of this contract to the Buildings and Grounds Director for review. Background checks must be updated annually. C. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 4. Subcontracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 5. Contractor Supplied lte s. The contractor will supply: A. All cleaning supplies and equipment B. Supervision of cleaning crews C. Uniforms for cleaning staff with company logo and badge D. Notify Weld custodial supervisor at least one week in advance of floor work/schedule E. Safety Data Sheets (SDS) on all products used in buildings F. Vacuums with beater bars may be required if necessary. 6. Consuma • k Items. A listing of current consumables is identified in the following table. You are required to maintain these items for each building that you service. This is to be done by completing an inventory of each item and submitting an order to Weld County Buildings and Grounds weekly. The order will be shipped to your buildings by our consumables' supplier. You are required to meet their truck to receive these weekly shipments and see to it that they are secured inside the buildings. r I- I- I- I- I- I - F h F 4 I- F L Product Toilet tissue Jumbo Jr. 2 -ply Toilet tissue Universal 2 -ply Multi -Fold towels EnMotion Roll towels Cormatic Roll towels Hand Soap — GoJo Foam — 2 mil Sanitary Napkins (4") Tampons Wax Paper liners 24X33 trash liners 30X37 trash liners 40X48 trash liners Urinal Screens I 1 A. Contractor is responsible for ordering, storing and receiving shipments B. Contractor is NOT responsible for maintaining Air Fresheners This bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. Contract start date is February 1, 2020. BID REQUEST #B1900152 Page 13 Pricin Provide total pricing for Custodial Services per month for all the buildings identified in bid including moving, storing, receiving, and managing consumables. Buildin Human Services Building A Human Services Building B Human Services Building C Location 315 "A" N. 11th Ave, Greeley 315 "B" N. 11th Ave, Greeley 315 "C" N. 11th Ave, L...G.reelev Custodial Services TOTAL monthly bid price for all buildings Monthly Bid Price A mandatory pre -bid conference will be held on November 26, 2019 at 4:00 PM at Weld County Buildings & Grounds located at 1105 H Street Greeley, CO 80631. Bids will be received up to, but not later than December 10, 2019 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #B1900152 Page 14 The undersigned, by his or her signature, hereby acknovviedges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1900152. 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal 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 TAX ID# PRINTED NAME AND TITLE SIGNATURE E-MAIL FAX DATE **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FRO NUMBER IS #98-03551-0000. ,,� COLORAD SALES T ES. THE CETIFICATE OF EXEMPTION YOU DO NOT NEED TO SEND BACK PAGES 1 — 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board BY: WELD COUNTY, COLORADO Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director LWrgSaMMEgf 11.i 1'IL'ID91N BID REQUEST #B1900152 Page 15 OBAND'S JANITORIAL CO. Complete Janitorial Services/ building Maintenance Commercial, Residential, Construction Clean -Up Window Cleaning, Carpet Cleaning, Hallways Cleaning, Ground services, Strip & wax floor. 720-317-9235 720-876-1180 (fax) 2861 s. Salida Ct Aurora, Co. 80013 COMPANY NAME BY SIGNATURE TYPED/PRINTED NAME TITLE ADDRESS TELEPHONE FAX NUMBER EMAIL ADDRESS services@obandsianitorial.com OBAND'S JANITORIAL COMPANY LLC Eddy Obando President 2861 S. Salida Ct. Aurora, Co. 80013 720-317-9235 720-876-1180 obandjanitorial2@gmail.com www.obandsjanitorial.com STAFF RESOURCES: Eddy Obando-President Sonia Obando- POC Paula Mena -Assistant project & POC Assist. Cris Rosario- Manager's Assistant Richard Torrez- Manager -project Elizabeth Flores- Supervisor Jose Flores -Supervisor obandjanitorial2@gmail.com obandianitorial2@gmail.com obandianitorial2@gmail.com lizzyflores99@vahoo.com obandianitorial2 stalls 720-317-9235 720-317-9235 303-408-3672 970-308-8333 970-308-8333 Pricing Provide total pricing for Custodial Services per month for all the buildings identified in bid including moving, storing, receiving, and managing consumables. Human Services Building A Human Services Building B Human Services Building C Location Monthly Bid Price 315 "A" N. 11TM'Ave, Greeley 315"B" N. 11 m Ave, Greeley 315 "C" N. 11 t Ave, Greeley Custodial Services TOTAL monthly bid price for all buildings $ 5,150.00 A ynandjtgry orb.idd conference will be held on November 26.2019 at 400 PM at Weld County Buildings & Grounds located at 1105 H Street Greeley, CO 80631. Bids will be received up to, but not later than December 10.2019 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #61900152 Page 14 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 proposal for Request No. #B1900152. 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal 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 Oband's Janitorial Company BUSINESS ADDRESS 2861 S. Salida Ct. CITY, STATE, ZIP CODE Aurora, Co. 80013 TELEPHONE NO 720-317-9235 FAX TAX ID # 20-8729430 PRINTED NAME AND TITLE Eddy Ob 0 o - President SIGNATURE E-MAIL obandj ftitorial2@gmail.com DATE 12/16/2019 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -8, ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY:_ Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B1900152 Page 15 IRS 403 .; 0 Capability Statement Name: Oband's Janitorial Company 2861 S. Salida Ct. Aurora, Co. 80013 Owner: Eddy Obando Email: services@obandsianitorial.com Office: (720) 422-9520 Cell: (720) 317-9235 Status: SBE, DBE, MBE, and ACDBE DUNS# 129299157 EIN#: 20-8729430 CAGE#: 3ED41 SERVICES OBAND'S JANITORIAL CO. Additional Information Point of Contact: Sonia Obando Email: servicespobandsianitorial.com Web: www.obandsjanitorial.com Office Phone: 720-317-9235 Complete Janitorial Services, Floor Maintenance, Strip and Waxing floors, Commercial, Residential, Construction Clean-up, Window Washing, Window Restoration, Carpet Cleaning, Power Washing, Property Preservation, Day Porter- Maintenance, Ground Services, Painting and Carpet Restoration. NAICS Codes: 238320 -Painting Wall Covering Contractors 238330- Flooring Contractors 238340- Tile, Terrazzo Contractors 238390- Building Finishing Contractors 561720 -Janitorial Services 561720- Window Cleaning Services 561740- Carpet and Upholstery Cleaning 561790- Cleaning Building Exteriors COMPANY OVERVIEW Oband's Janitorial is a locally owned and operated full service janitorial company. The company was established in 1992 and has been servicing Government agencies since 2001. The company's in-house management team collectively has more than 23 years of facility services experience. The company specializes in successfully delivering a wide array of services including building, janitorial services, Form W.9 (Rev. October 2007) Department of the Treasury Internal Revenue Service Request for Taxpayer identification Number and Certification Give form to the requester. Do not send to the IS. Print or type Specific Instructions on page 2. Name (as shown on your income tax return) Eddy Obando Business name, if different from above Oband's Janitorial Company Check appropriate box: ❑ IndlviduaUSole proprietor Ill Corporation III Partnership 11 Limited liability company. Enter the tax classification (D=disregarded entity, C=corporation, P=partnership) S.• [] Other (see instructions) ► Exempt Payee Address (number, street, and apt. or suite no.) 2861 S. Salida Ct. Requester's name and address (optional) City, state, and ZIP code Aurora, Co. 80013 List account number(s) here (optional) UM Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on Line 1 to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it Is your employer identification number (EIN)_ If you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. MMII Certification Social security number or Employer identification number 20 8729430 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below). Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN. See the instructions on page 4 Sign Here Signature of U.S. person ► Date ► /2 /C7' f Generallnstruc: Tons J Section references are tithe Internal Revere Code unless otherwise noted. Purpose of Form A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For fedeFat tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners' share of income from such business. Further, in certain cases where a Form W-9 has not been received, a partnership is required to presume that a partner is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid withholding on your share of partnership income. The person who gives Form W-9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business in the United States is in the following cases: • The U.S. owner of a disregarded entity and not the entity, Cat. No. 10231X Form W-9 (Rev. 10-2007) ADDENDUM#1 BID REQUEST NO. B1900152 B1900152 - CUSTODIAL SERVICES - HUMAN SERVICES BUILDINGS A, B & C Buildings & Grounds Dept. Duc to impending snowstomt/blusard the mandatory pre -bid meeting will be moved. Therefore, the following changes to the bid documents are: A mandatory pre -bid conference will be held on December 2, 2019 at 4:00 PM at Weld County Buildings and Grounds, 1105 H Street, Greeley, CO 80631. Bids will be received at the Otlice of the Weld County Purchasing Department in the Weld County Administration Building, 1 150 O Street, Room #107, Greeley, CO 80631, until: 10:00 AM on December 16, 2019 (Weld County Purchasing Time Clock). copy on file. ThatkcYoul*s Addendum received by: R 2861 S. Salida Ct ADDRESS Aurora. Co. 80013 CITY AND STATE ()band's Jasiitsmial Cu;nvan y BY obandjanitoria12Cgmail.com EMAIL November 25, 2019 ACORD ® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 12/05/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER American Family Insurance - Business Insurance PO Box 5316 Binghamton, NY 13902 CONTACT NAME: American Family Insurance - Business Insurance PHOFAX (A/CNNo, Ext): 866-908-0626 E I (A/C, No): E-MAIL ADDRESS: service@amfambusinessinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Midvale Indemnity Company 27138 INSURED OBANDS JANITORIAL COMPANY LLC 2861 S SALIDA CT AURORA CO 80013 INSURER B: INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 12814310311510715071206 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY)(MM/DD/YYYY) POLICY EXP LIMITS A COMMERCIAL GENERAL LIABILITY N N GLP1046800 06/01/2019 06/01/2020 EACH OCCURRENCE $1,000,000 DAMAGE O PREM SES(Ea occurrence) $100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $5,000 PERSONAL&ADVINJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO JECT PER: LOC PRODUCTS - COMP/OP AGG $2,000,000 AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per acadent) PROPERTY DAMAGE (Per acadent) UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE AGGREGATE DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECU -TIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N N/A PER STATUTE OTH- ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT PROFESSIONAL LIABILITY OCCURRENCE AGGREGATE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Janitorial Cleaning Services CERTIFICATE HOLDER CERTIFICATE HOLDER CANCELLATION WELD COUNTY PURCHASING DEPT 1150 "O" ST GREELEY, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD n® A ��L/ l`-(/J�RCERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 01/20/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Pinnacol Assurance 7501 E. Lowry Blvd. Denver, CO 80230-7006 CONTACT NAME: PHONE I FAX No. Ertl: (A/C, No): EMC. ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Pinnacol Assurance 41190 INSURED Oband's Janitorial Company LLC 2861 S Salida Ct Aurora, CO 80013 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR VD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ CLAIMS -MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY ,, $ $ GENERAL AGGREGATEPRO- GEN'L AGGREGATE LIMIT APPLIES JE T PER: LOC PRODUCTS - COMP/OP AGG $ I $ 'I AUTOMOBILE !~ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT I $ (Ea accident) BODILY INJURY (Per person) I $ BODILY INJURY (Per accident) I $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE I $ $ DED I RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N NIA 4076604 01/01/2020 01/01/2021 !�v PER STATUTE H ER 100 ' E.L. EACH ACCIDENT I $ 000 E.L. DISEASE - EA EMPLOYEE'. $ 100,000 E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Unless otherwise stated in the policy provisions, coverage in Colorado only. CERTIFICATE HOLDER CANCELLATION 2055355 Weld County Purchasing Department 1150O St Greeley, CO 80631-9596 rverett@weldgov.com 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 Pinnacol Assurance ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORDs provided by Forms Boss. www.FormsBoss.com; (c) Impressive Publishing 800-208-1977 CERTIFICATE HOLDER COPY Weld County Purchasing Department 1150 O St Greeley, CO 80631-9596 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT (CONT) i 1 ® A�!�� CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 01/20/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Pinnacol Assurance 7501 E. Lowry Blvd. Denver, CO 80230-7006 CONTACT NAME: PHONE FAX (A/C, No. Extl: (A/C, No): ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Pinnacol Assurance 41190 INSURED Oband's Janitorial Company LLC 2861 S Salida Ct Aurora, CO 80013 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR VD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MMIDD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO PREMISES (Ea occcu RENTED $ CLAIMS -MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE _ GEN'L AGGREGATE LIMIT APPLIES PRO-$ JET PER: PRODUCTS - COMP/OP AGG $ I $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT I $ (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE I $ AGGREGATE $ $ DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY A OFF ROPRE TOR/PA TNER/E ECUTIVE (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A 4076604 01/01/2020 01/01/2021 X I STATUTE ERR E.L. EACH ACCIDENT $ 100,000 E.L. DISEASE - EA EMPLOYEE! $ 100,000 E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Unless otherwise stated in the policy provisions, coverage in Colorado only. CERTIFICATE HOLDER CANCELLATION 2055355 Weld County Purchasing Department 1150O St Greeley, CO 80631-9596 rverett@weldgov.com 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 Pinnacol Assurance ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORDs provided by Forms Boss. www.FormsBoss.com; (c) Impressive Publishing 800-208-1977 CERTIFICATE HOLDER COPY Weld County Purchasing Department 1150O St Greeley, CO 80631-9596 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT (CONT) Contract Form Entity Information New Contract Request Entity Name* OBAND'S JANITORIAL COMPANY Entity ID* @00031031 Contract Name* CUSTODIAL SERVICES HUMAN SERVICES A, B & C Contract Status CTB REVIEW ❑ New Entity? Contract ID 3369 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us Contract Description* PROVIDE CUSTODIAL SERVICES FOR THE HUMAN SERVICES BUILDINGS Contract Description 2 Contract Type* CONTRACT Amount* $5 150.00 Renewable* YES Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgov.co In Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WELD GOV.COM Requested B©CC Agenda Date* 01/27[2020 Parent Contract ID Requires Board Approval YES Department Project # Due Date 01/23/2020 Will a work session with PACC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 01/01/2021 01/01/2021 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 01/21/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 01127/2020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 01/21/2020 Tyler Ref It AG 012720 Legal Counsel BOB CHOATE Legal Counsel Approved Date 01/22/2020 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 January 8, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Custodial Services — Human Services Buildings A, B, & C — Bid 1900152 As advertised this bid is to provide custodial services for the Human Services Campus. The low bid from Oband's Janitorial meet specifications. Therefore, Buildings & Grounds is recommending awarding to Oband's Janitorial in the amount of $5,150.00 per month. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director or/i 020/9 5io/71 %g -b awl WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters@weldgov.com E-mail: reverett@weldgov.com E-mail: rturfcweldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: DECEMBER 16, 2019 REQUEST FOR: CUSTODIAL SERVICES - HUMAN SERVICES, BUILDINGS A, B & C DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B1900152 PRESENT DATE: DECEMBER 18, 2019 APPROVAL DATE: JANUARY 6, 2020 (MOVED TO JANUARY 13TH) VENDOR ARC INCORPORATED 1821 E MULBERRY FORT COLLINS, CO 80524 TOTAL MONTHLY CUSTODIAL SERVICES ANNUAL TOTAL $11,063.54 COMMAND SERVICE SYSTEMS, LLC $11,074.68 96 INVERNESS DRIVE EAST, STE. D ENGLEWOOD, CO 80112 CLEANING MATTERS 1215 16TH STREET GREELEY, CO 80631 ALL CLEAN, LLC 1836 26TH STREET GREELEY, CO 80631 OBAND'S JANITORIAL CO., LLC 2861 S. SALIDA CT. AURORA, CO 80013 $8,421.00 $7,440.00 $5,150.00 $132,762.48 $132,896.16 $101,052.00 $89,280.00 $61,800.00 THE DEPARTMENT OF BUILDINGS AND GROUNDS IS REVIEWING THE BIDS. �f�l9- Si ay 8400j WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters a.weldgov.com E-mail: reverettaweldgov.com E-mail: rturf( weldaov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: DECEMBER 16, 2019 REQUEST FOR: CUSTODIAL SERVICES - HUMAN SERVICES, BUILDINGS A, B & C DEPARTMENT: BUILDINGS & GROUNDS BID NO: #61900152 PRESENT DATE: DECEMBER 18, 2019 APPROVAL DATE: JANUARY 6, 2020 VENDOR ARC INCORPORATED 1821 E MULBERRY FORT COLLINS, CO 80524 TOTAL MONTHLY CUSTODIAL SERVICES ANNUAL TOTAL $11,063.54 COMMAND SERVICE SYSTEMS, LLC $11,074.68 96 INVERNESS DRIVE EAST, STE. D ENGLEWOOD, CO 80112 CLEANING MATTERS 1215 16TH STREET GREELEY, CO 80631 ALL CLEAN, LLC 1836 26TH STREET GREELEY, CO 80631 OBAND'S JANITORIAL CO., LLC 2861 S. SALIDA CT. AURORA, CO 80013 $8,421.00 $7,440.00 $5,150.00 $132,762.48 $132,896.16 $101,052.00 $89,280.00 $61,800.00 THE DEPARTMENT OF BUILDINGS AND GROUNDS IS REVIEWING THE BIDS. 2019-5104 s- E&OO t Hello