Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20200591.tiff
C dnkvacil$tk (nrI2U February 28, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Floor Care Services — Downtown Buildings (2020-0591) In 2020, Metro Maintenance INC was awarded the Floor Care contract for the Downtown Buildings. The bid permitted the option for annual renewal for the period of April 1, 2023, through March 31, 2024, with a 3% annual escalation. Facilities Department is recommending approval of this annual renewal. Sincerely, Toby Taylor Director CAn� fter)6o`- 0V20/23 6"it Bein21_ AMENDMENT # 3 TO AGREEMENT BETWEEN WELD COUNTY AND METRO MAINTENANCE INC This Amendment is made and entered into this N3 day of , 2023, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and Metro Maintenance Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0591, approved on March 30, 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 will end on March 31, 2023. The term is hereby extended for one year commencing on April 1, 2023, and ending on March 31, 2024. 2. Beginning on the first day of the new term, the 3% annual escalation pricing, detailed in the original contract, shall replace the current pricing. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: By: Name: \A'\-, Title: ` \(-' ATTEST: W v° ih ;ti Weld C• n y Clerk to the B BY: Deputy Cl Date $ t Z� BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Page 1 of 1 ke Freeman, Chair MAR 2 0 2323 - g/ Insured's Name and Address METRO MAINTENANCE INC PO BOX 371912 DENVER, CO 80237-5912 CERTIFICATE OF LIABILITY INSURANCE American Family Insurance Company ❑ American Family Mutual Insurance Company if selection box is not checked. 6000 American Pky Madison, Wisconsin 53783-0001 Agent's Name, Address and Phone Number (Agt./Dist.) Todd Anthony Wells 10106 W San Juan Way, Ste 220 Littleton, CO 80127 (303) 979-1700 (198/308) This certificate is issued as a matter of information only and confers no rights upon the Certificate Holder. This certificate does not amend, extend or alter the coverage afforded by the policies listed below. COVERAGES This is to certify that policies of insurance listed below have been issued to the insured named above for the policy period indicated, notwithstanding any requirement, 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. TYPE OF INSURANCE POLICY NUMBER POLICY DATE LIMITS OF LIABILITY EFFECTIVE EXPIRATION (Mo, Day, Yr) (Mo, Day, Yr) Homeowners/ Mobilehomeowners Liability Bodily Injury and Property Damage Each Occurrence $ ,000 Boatowners Liability Bodily Injury and Property Damage Each Occurrence $ ,000 Personal Umbrella Liability Bodily Injury and Property Damage Each Occurrence $ ,000 Farm/Ranch Liability Farm Liability & Personal Liability Each Occurrence $ ,000 Farm Employer's Liability Each Occurrence $ ,000 Workers Compensation and Employers Liability T Statutory . ««.«.. Each Accident $ ,000 Disease - Each Employee $ ,000 Disease -Policy Limit $ ,000 General Liability ❑x Commercial General Liability (occurrence) ❑ ❑ 05-XV4652-01 11/01/2022 11/01/2023 General Aggregate $ 2,000,000 Products - Completed Operations Aggregate $ 2,000 ,000 Personal and Advertising Injury $ 1,000,000 Each Occurrence $ 1,000,000 Damage to Premises Rented to You 9 100,000 Medical Expense (Any One Person) $ 5,000 Businessowners Liability Each Occurrencett $ ,000 Aggregatett $ 000 Liquor Liability Common Cause Limit $ ,000 Aggregate Limit $ ,000 Automobile Liability El Any Auto ❑ All Owned Autos x❑ Scheduled Autos ❑ Hired Auto ❑ Nonowned Autos O 2545-3040-03 01/01/2023 01/01/2024 Bodily Injury - Each Person $ ,000 Bodily Injury - Each Accident $ 000 property Damage $ ,000 Bodily Injury and Property Damage Combined $ ,000 Excess Liability ❑ Commercial Blanket Excess x❑ COMMERCIAL UMBRELLA 05-XV4652-03 11/01/2022 11/01/2023 Each Occurrence/Aggregate $ 1,000 ,000 Other (Miscellaneous Coverages) DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / RESTRICTIONS / SPECIAL ITEMS tThe individual or partners ❑ Have CERTIFICATE HOLDER IS ADDED AS AN ADDITIONAL INSURED FOR ONGOING AND shown as insured elected to COMPLETED OPERATIONS ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO THE GENERAL be covered under this policy. ❑Have not LIABILITY POLICY. CERTIFICATE HOLDER WILL BE GIVEN 30 -DAY NOTICE OF CANCELLATION ttsrequaltoe G eeoc uOencelmtandrlegate WITH 10 -DAY NOTICE OF CANCELLATION FOR NONPAYMENT OF PREMIUM included in policy aggregate. CERTIFICATE HOLDER'S NAME AND ADDRESS CANCELLATION Weld Count y 1105 H Street Greeley, CO 80631 I=I Should any of the above described policies be cancelled before the expiration date thereof, the company will endeavor to mail'( 30 days) written notice to the Certificate Holder named, but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives. .10 days unless different number of days shown. LJ This certifies coverage on the date of issue only. The above described policies are subject to cancellation in conformity with their terms and by the laws of the state of issue. DATE ISSUED AUTHORIZED REPRESENTATIVE 01/16/2023 TODD WELLS U-201 Ed. 5/00 Stock No. 06668 Rev. 7/02 Insured's Name and Address METRO MAINTENANCE INC PO BOX 371912 DENVER, CO 80237-5912 CERTIFICATE OF LIABILITY INSURANCE American Family Insurance Company ❑ American Family Mutual Insurance Company if selection box is not checked. 6000 American Pky Madison, Wisconsin 53783-0001 Agent's Name, Address and Phone Number (Agt./Dist.) Todd Anthony Wells 10106 W San Juan Way, Ste 220 Littleton, CO 80127 (303) 979-1700 (198/308) This certificate is issued as a matter of information only and confers no rights upon the Certificate Holder. This certificate does not amend, extend or alter the coverage afforded by the policies listed below. COVERAGES This is to certify that policies of insurance listed below have been issued to the insured named above for the policy period indicated, notwithstanding any requirement, term or condition of any contractor other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of such policies. TYPE OF INSURANCE POLICY NUMBER POLICY DATE LIMITS OF LIABILITY EFFECTIVE EXPIRATION (Vg, Day, /A W Day, Yr) Homeowners/ Mobilehomeowners Liability Bodily Injury and Property Damage Each Occurrence $ ,000 Boatowners Liability Bodily Injury and Property Damage Each Occurrence $ ,000 Personal Umbrella Liability Bodily Injury and Property Damage Each Occurrence $ ,000 Farm/Ranch Liability Farm Liability 8 Personal Liability Each Occurrence $ ,000 Farm Employers Liability Each Occurrence $ ,000 Workers Compensation and Employers Liability T Statutory *.....««.. Each Accident $ ,000 Disease - Each Employee $ ,000 Disease - Policy Limit $ ,000 General Liability ❑x Commercial General Liabty (occurrence) ❑ ❑ 05-XV4652-01 11/01/2022 11/01/2023 General Aggregate $ 2,000,000 Products - Completed Operations Aggregate $ 2,000,000 Personal and Advertising Injury $ 1,000,000 Each Occurrence $ 1,000,000 Damage to Premises Rented to You $ 100 ,000 Medical Expense (Any One Person) $ 5,000 Businessowners Liability Each Occurrencett $ ,000 Aggregatett $ ,000 Liquor Liability Common Cause Limit $ ,000 Aggregate Limit $ ,000 Automobile Liability ❑ Any Auto ❑ All Owned Autos ❑x Scheduled Autos ❑ Hired Auto ❑ Nonowned Autos 2545-3040-03 01/01/2023 01/01/2024 Bodily Injury - Each Person $ 000 Bodily Injury - Each Accident $ 000 PropertyDamage $ ,000 Bodily Injury and Property Damage Combined $ ,000 Excess Liability ❑ Commercial Blanket Excess ❑x COMMERCIAL UMBRELLA 05-XV4652-03 11/01/2022 11/01/2023 Each Occurrence/Aggregate $ 1,000,000 Other (Miscellaneous Coverages) DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / RESTRICTIONS / SPECIAL ITEMS tThe individual or partners ❑ Have CERTIFICATE HOLDER IS ADDED AS AN ADDITIONAL INSURED FOR ONGOING AND shownasinsuredelectedto COMPLETED OPERATIONS ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO THE GENERAL be covered under this policy. ❑Have not rgate urrence limit and isd Operations LIABILITY POLICY. CERTIFICATE HOLDER WILL BE GIVEN 30 -DAY NOTICE OF CANCELLATION ttsequal toeach occ WITH 10 -DAY NOTICE OF CANCELLATION FOR NONPAYMENT OF PREMIUM included in policy aggregate. CERTIFICATE HOLDER'S NAME AND ADDRESS CANCELLATION Weld County 1105 H Street Greeley, CO 80631 x❑ Should any of the above described policies be cancelled before the expiration date thereof, the company will endeavor to mail *( 30 days) written notice to the Certificate Holder named, but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives. .10 days unless different number of days shown. U This certifies coverage on the date of issue only. The above described policies are subject to cancellation in conformity with their terms and by the laws of the state of issue. DATE ISSUED AUTHORIZED REPRESENTATIVE 01/16/2023 TODD WELLS U-201 Ed. 5/00 Stock No. 06668 Rev. 7/02 Contract Form New Contract Request Entity Information Entity ID 0.00042033 New Entity? Entity Name. METRO MAINTENANCE INC Contract Name. DOWNTOWN BUILDINGS FLOOR CARE (2020-0591) Contract Status CTB REVIEW Contract ID 6726 Contract Lead SGEESAMAN Contract Lead Email sgeesarnamPco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project If Contract Description FLOOR CARE CONTRACT RENEWAL APRIL 1, 2O23 -MARCH 31, 2024 WITH 3% ESCALATION. NEW MONTHLY AMOUNT $4,743.66 Contract Description 2 Contract Type. RENEWAL Amount $4,743.66 Renewable. NO Automatic Renewal Grant Department Requested BQCC Agenda Due Date BUILDINGS AND GROUNDS Date* 03;09.2023 03113;2023 Department Email CM- BuildingGrounds@vveldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadWweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY@WELDG OV.COM Will a work session with 8OCC be required?* NO Does Contract require Purchasing Dept_ to be included? YES Bid/RFP#* 62000067 If this is a renewal enter previous Contract ID If this is part of a NSA enter NSA 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* 02:12/2024 Renewal Date Termination Notice Period Contact Information Contact I Contact Name Purchasing Contact Type Committed Delivery Date Contact Email Expiration Date * 03/31/2024 Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI Approval Process Department Head T©BY TAYLOR OH Approved Date 03/08/2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03;20;2023 Originator SGEESAMAN 03:'14/2023 Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 03/08/2023 03/14/2023 Tyler Ref # AG 032023 Con OVA c 11 5 (0 3-j FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 28, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Floor Care Services — Downtown Buildings (2020-0591) In 2020, Metro Maintenance INC was awarded the Floor Care contract for the Downtown Buildings. The bid permitted the option for annual renewal for the period of April 1, 2022, through March 31, 2023, with a 3% annual escalation. Facilities Department is recommending approval of this annual renewal. Sincerely, Toby Taylor Director Ckylw+H-crdct- oat 2t /z.z_ 4,71-,66ac L5/02//0- t&I 60 a AMENDMENT #2 TO AGREEMENT BETWEEN WELD COUNTY AND METRO MAINTENANCE INC This Amendment is made and entered into this c.,I 54- t day of N16t02022, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and Metro Maintenance Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0591, approved on March 30, 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 will end on March 31, 2022. The term is hereby extended for one year commencing on April 1, 2022, and ending on March 31, 2023. 2. Beginning on the first day of the new term, the 3% annual escalation pricing, detailed in the original contract, shall replace the current pricing. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: By: LA.P/11/\---- • Name:lcLQ J M. 2 n Title: .1RCQ- ATTEST: Weld C BY: Page 1 of 1 ty Clerk to the B eputy Cle Date - l v l 2_2_ BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Scott K. James, Chair MAR 2 12022 ARD® �, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 03/08/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Trust Hall Insurance Services Inc 5610 Ward Rd #300 Arvada, CO 80002 CONTACT NAME: Lorraine Wise INNo. Eat): (303)421-2802 I la , No): (303)421-2886 ADDRESS: lorraine@trusthall.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Pinnacol Assurance 41190 INSURED Metro Maintenance, Inc. PO Box 371912 Denver, CO 80237 INSURER B: CNA Surety Company INSURERC: INSURER D : INSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER: 00008399-1381110 REVISION NUMBER: 28 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 LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/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 AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PRO- JECT PER: LOC PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED 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 O OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N /A 4132942 05/01/2021 05/01/2022 X STATUTE PER I OTH- ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 B Surety 70310359 05/24/2021 05/24/2022 Janitorial Bond $20,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Coverage is subject to the forms and conditions of the policy. CERTIFICATE HOLDER CANCELLATION Weld County 1105 H Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE (LWI) ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Printed by LWI on 03/08/2022 at 10:36AM Contract Form New Contract Request Entity Information Entity Name* METRO MAINTENANCE INC Entity ID* ^000420.33 ❑ New Entity? Contract Name* Contract ID DOWNTOWN FLOOR CARE CONTRACT EXTENSION (2020- 5637 0591) Contract Status CTB REVIEW Contract Lead* SGEESAMAN Contract Lead Email sgeesarnatvgco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description* EXTEND CURRENT CONTRACT FROM APRIL 1, 2022- MARCH 31, 2023 WITH 3% ESCALATION, NEW MONTHLY AMOUNT 54,605.50 Contract Description 2 Contract Type CONTRACT Amount* $4,605.50 Renewable YES Automatic Renewal Grant Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds/5weldgov.c om Department Head Email CM-BuildingGrounds- DeptHead rreIdgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA I I O=RNEYC-WELDG OV,COM Requested BOCC Agenda Date* 03/14/2022 Due Date 03. 10/2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP#* B2000067 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note; the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Contact Name. Purchasing Purchasing Approve ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 03x08,2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03,`21;2022 Originator SGEESAMAN Review Date* 02/28;2023 Committed Delivery Date Contact Type Contact Email Finance Approver CHRIS D OVIDIO Renewal Date* 04:01:2023 Expiration Date Contact Phone 1 Contact Phone 2 Purchasing Approved Date 03 '15:2022 Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 03,'10,'2022 03,`10,2022 Tyler Ref AG 032122 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 October 4, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Downtown Floor Care Services Change Order #1 (2020-0591) During the preparation of the Purchase Order, it was discovered there was a $5.00 error and the previously approved annual 3% escalation was not captured in the executed document. This was corrected and the vendor signed the corrected Change Order. This comes before the board only to correct these differences. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director CrSfl+ Az ex cL iota co cct6OCTTISC.A PU R 1O /OW 0o-o5q I c3CoO�D CHANGE ORDER S# 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND METRO MAINTENANCE INC. Date: September 15, 2021 Original Agreement: Weld County document no. 2020-0591 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 4,282.87 $ 128.49 $ 60.00 $ 4,471.36 Original Contract Monthly Amount Previously Approved Renewal 3% Escalation Monthly Amount Change Order Monthly Amount New Contract Monthly Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: i?"--/-A' Name: V\ v \ ¢-`r\ C o a'J Title: ? t ; ATTEST: Weld County Clerk to i:he Board BY: Deputy Clerk to the Board Date � 2-‘17.. `Z-\ BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Scott K. James OCT 0 6 2021 Chair Pro-Tem Page 1 of 1 070 0-O59i Cor a.&1 D 5 Z5) FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 September 15, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Floor Care Services — Downtown Buildings Change Order (2020-0591) Metro Maintenance Inc was awarded the contract for Floor Care Services for the Downtown Buildings. The new Evidence Storage building is complete and requires floor care services. Metro Maintenance has identified the costs of these services as $60.00 per month. The Facilities Department is recommending the change order be approved for $60.00 per month. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ConVA/4 Pt6tkaf;L- n /Z`i I ZUZI cc.& OneciSe o9/agrgi WZ 0 v5ctI Date: CHANGE ORDER # 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND METRO MAINTENANCE INC. September 15, 2021 Original Agreement: Weld County document no. 2020-0591 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 4,287.87 Original Contract Monthly Amount $ 0.00 Previously Approved Change order(s) Amount $ 60.00 Current Change Order Monthly Amount $ 4,347.87 New Contract Monthly Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: NameM,�� Title: \t Date / ,1i"( 2 \ dt-44 BOARD OF COUNTY COMMISSIONERS ATTEST: WsA)WELD COUNTY, COLORADO Weld County Clerk to th BY: Deputy Clerk to th Steve Moreno, Chair SEP 2 9 2021 Page 1 of 1 aoa 1-059 I Metro Maintenance, Inc. Tel. 720-359-1544 Fax: 303-955-9001 service (ametromaintenance. info http://metromaintenance.info Exhibit: Change Order # 1 IICRC CERTIFIED FIRM nCFG.ONG PROPOSAL & AGREEMENT JANITORIAL & FLOOR MAINTENANCE SERVICES JUNE 11, 2021 PREPARED FOR: Weld County Sheriff's Office - Evidence Building PROJECT LOCATION: 2329 115th Ave, Greeley, CO 80634 QUOTED BY: Mr. Milen Peev - General Manager REGULAR CARPET CLEANING AND MAINTENANCE PROGRAM INCLUDING: MONTHLY BONNET CLEANING HIGH TRAFFIC; QUARTERLY CARPET EXTRACTION WITH PORTABLE MACHINE. PRICE: $60 PER MONTH All labor, chemicals and equipment needed to perform these services are provided by the contractor. We carry contractor's public liability and property damage insurance. All of our employees are covered by workers compensation insurance, and we pay all federal old age benefits and state unemployment insurance tax. ALL WORK IS 100% GUARANTEED TERMS OF PAYMENT: NET 30 DAYS TERMS OF SERVICES CANCELATION: This an agreement can be terminated by either party with 30 days notice with or without cause. Please, for service cancelation notify Mr. Milen Peev- General Manager ACCEPTANCE: The prices, specifications, and conditions of this page and accompanying pages of this proposal are satisfactory and are hereby accepted. You authorize Metro Maintenance, Inc to do the work as specified above. Payment will be made as outlined above. In the event of lawsuit or action taken from any provision of this Agreement, or in the event this matter is referred to an attorney or collection agent, the prevailing party is entitled to reasonable attorney fees and collection costs. SIGNATURE: PRINT NAME: JOB TITLE: DATE: DATE: ---Page 1--- Contract Form Entity Information New Contract Request Entity Name* METRO MAINTENANCE INC Contract Name* DOWNTOWN FLOOR CARE (2020-0591) Contract Status CTB REVIEW Entity ID* °00042033 Contract Description * CHANGE ORDER 1 ADDING EVIDENCE STORAGE Contract Description 2 Contract Type* CHANGE ORDER Amount* $60.00 Renewable* YES Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGroundsweldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadWweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EY TWELDG OV.COM New Entity? Contract ID 5251 Contract Lead* SGEESAMAN Contract Lead Email sgeesamanCeepco.weld.co.us Requested BOCC Agenda Date* 09 27 2021 Parent Contract ID Requires Board Approval YES Department Project # Due Date 09/'23.•'2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2000067 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note- the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* 03.07 2022 Renewal Date* 03 21 2022 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 09,20;2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09'292021 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHRIS D'OVIDIO Contact Phone 1 Purchasing Approved Date 09 24 2021 Finance Approved Date 09`22:2021 Tyler Ref # AG 092921 Legal Counsel BOB CHOATE Contact Phone 2 Legal Counsel Approved Date 09'22x'2021 2r*roct s c 4.9 59° FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 3, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Floor Care Services — Downtown Buildings (2020-0591) In 2020, Metro Maintenance INC was awarded the Floor Care contract for the Downtown Buildings. The bid permitted the option for annual renewal for the period of April 1, 2021 through March 31, 2022 with a 3% annual escalation. Facilities Department is recommending approval of this annual renewal. Sincerely, Toby Taylor Director CDnsen+ ornd-a- 03/9D/al OnC66) 0090-059 I @,c oo as AMENDMENT #1 TO AGREEMENT BETWEEN WELD COUNTY AND METRO MAINTENANCE INC r, d This Amendment is made and entered into this ,9o, day of onar.i, 2021, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and Metro Maintenance Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0591, approved on March 30, 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 will end on March 31, 2021. The term is hereby extended for one year commencing on April 1, 2021 and ending on March 31, 2022. 2. Beginning on the first day of the new term, the 3% annual escalation pricing, detailed in the original contract, shall replace the current pricing. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: By: Name: \jO(2 �+V Title: 1'ro- ddritwv Jelio;e1 Page 1 of 1 Date BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO MAR 2 2 2021 02002 2 p�9/ New Contract Request Entity Information Entity Name * METRO MAINTENANCE INC Entity ID* g00042033 Contract Name * DOWNTOWN FLOOR CARE RENEWAL (2020-0591) Contract Status CTB REVIEW ❑ New Entity? Contract 1D 4590 Contract Lead * SCEESAMAN Contract Lead Email sgeeseman?'co,weld.co,us Contract Description* RENEWAL OF CONTRACT FOR FLOOR. CARE OF DOWNTOWN BUILDINGS Contract Description 2 Contract Type RENEWAL Amount* 54,416.51 Renewable * YES Automatic Renewal Grant IGA Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 03:1 3'2021 03172021 Department Email CM- BuildingGroundsglweldgov.c on, Department Head Email CM-BuildingGrounds- DeptHead weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEY?WELDG OV. COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 03,07; 2022 Renewal Date* 03. 31:2022 Termination Notice Period Committed Delivery Date Expiration Date Contact Contact Name Purchasing Purchasing Approver Department Head TOBY TAYLOR OH Approved Date 03:30,2021 final Approva ROCC Approved iBoCC Signed Date Date BOCC Agenda Date 03122,2021 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHRIS D'OVIDIO Contact Phone I Contact Phone 2 Purchasing Approved Date Finance Approved Date 03,'30,2021 Tyler Ref # AG 032221 Legal Counsel BOB CHOATE Legal Counsel Approved Date 03, 30:'2021 Esther Gesick e --,b #415 -go Subject: FW: Correct Versions of Extensions From: Scott James <sjames@weldgov.com> Sent: Thursday, March 25, 2021 9:10 AM To: Bruce Barker <bbarker@weldgov.com> Cc: Commissioners <COMMISSIONERS@co.weld.co.us>; Esther Gesick <egesick@weldgov.com>; Don Warden <dwarden@weldgov.com>; Ryan Rose <rrose@weldgov.com>; Toby Taylor <ttaylor@weldgov.com>; Sterling Geesaman <sgeesaman@weldgov.com>; Bob Choate <bchoate@weldgov.com> Subject: Re: Correct Versions of Extensions Agree with Bruce - thanks! ** Sent from my iPhone ** Scott K. James Weld County Commissioner, District 2 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 970.336.7204 (Office) 970.381.7496 (Cell) Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited From: Mike Freeman <mfreeman@weldgov.com> Sent: Thursday, March 25, 2021 8:56 AM To: Steve Moreno <smoreno@weldgov.com> Cc: Bruce Barker <bbarker@weldgov.com>; Commissioners <COMMISSIONERS@co.weld.co.us>; Esther Gesick <egesick@weldgov.com>; Don Warden <dwarden@weldgov.com>; Ryan Rose <rrose@weldgov.com>; Toby Taylor <ttaylor@weldgov.com>; Sterling Geesaman <sgeesaman@weldgov.com>; Bob Choate <bchoate@weldgov.com> Subject: Re: Correct Versions of Extensions Agree. Sent from my iPhone On Mar 25, 2021, at 8:24 AM, Steve Moreno <SMORENO@weldgov.com> wrote: I agree with your recommendation Bruce, Steve Moreno Weld County Commissioner At Large 1150 O Street PO Box 758 1 2oao-05qi Greeley CO 80632 Phone: 970-336-7204 Ext. 4207 Fax: 970-336-7233 Email: smoreno@weldgov.com Website: www.co.weld.co.us Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Bruce Barker <bbarker@weldgov.com> Sent: Thursday, March 25, 2021 8:12 AM To: Commissioners <COMMISSIONERS@co.weld.co.us> Cc: Esther Gesick <egesick@weldgov.com>; Don Warden <dwarden@weldgov.com>; Ryan Rose <rrose@weldgov.com>; Toby Taylor <ttaylor@weldgov.com>; Sterling Geesaman <sgeesaman@weldgov.com>; Bob Choate <bchoate@weldgov.com> Subject: Correct Versions of Extensions On Monday, March 22"d, the Board approved on the Consent Agenda two versions of one year extensions to the floor care contracts for the Human Services buildings and the downtown buildings. Those approved versions are the pdf's that are attached. The versions that were supposed to be approved are the Word docs that are attached. The only substantive changes are a 3% increase in price in each contract for the one-year extensions. That 3% was contemplated in the original agreements if the one-year extension option was exercised by the County. We could go back and do a recission of the two versions that were approved and then have the Board approve the correct versions, or we could just substitute these versions for those that were approved on Monday. I recommend the latter approach, get them signed and scanned, and then be on our way. Do you agree? Bruce T. Barker, Esq. Weld County Attorney P.O. Box 758 1150 "O" Street Greeley, CO 80632 (970) 400-4390 Fax: (970) 352-0242 Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is attorney privileged and confidential, or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. 2 &-x.ter. /P4' .5 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & METRO MAINTENANCE INC FLOOR CARE -DOWNTOWN BUILDINGS THIS AGREEMENT is made and entered into this as day of i1.e%u-ki, 202O, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Metro Maintenance Inc. whose address is 4601 Quebec St. Suite C2 Denver, CO 80216, hereinafter referred to as "Contract Professional". 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. B2000067". The RFB 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 ..,3o -020 o,0 ozooto - 091 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 an amount no greater than $4,282.87 per month, 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: Metro Maintenance Inc. Attn: Milen Peev- President Address: 4601 Quebec St. Suite C2 Address: Denver, CO 80216 E-mail: milen@maintenance.info Telephone: (720) 359-1544 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. §8-1 7.5-101 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 oldie 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this \ day of Mk C. ._.�, , 2020 CONTRACTOR: Metro Mainten nee Inc. By: �..-�.d. Name:. Title: Date k'C \A WELD CO ATTEST: Weld • ty Clerk to the B BY Deputy CI :, k to t -#' • . i~ 4)k% Mike Frcoman, Chair BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO MAR 3 0 2020 O2 0 o - 0.-9/ REQUEST FOR B D WELD C*UNTY, CI LORA® 1150 • STREET GREELEY, CO 80631 DATE: JANUARY 20, 2020 BID NUMBER: B2000067 DESCRIPTION: FLOOR CARE - DOWNTOWN BUILDINGS DEPARTMENT: BUILDINGS & GROUNDS BID OPENING DATE: FEBRUARY 18, 2020 la NOTICE TO BIDDERS: Exhibit A The Board of County Commissionrs of Weld County, Colorado, by and through its Controller/Purchasing 0 Director (c.iectuv&y referred to h' --rein as, "Weld County), wishes to purchase the following: g FLOOR CARE — DOWNTOWN BUILDINGS A mandatory pre -bid conference will be held on February 3, 2020 at 4:00 PM at the Weld County i Buildings t Grounds Department located at 1105 H Street, Greeley, Colorado 80631. Bids will be received at the Office of the Weld County Purchasing Department p artment in the Weld County Administration Building, 1150 O Street, Room #107, Greeley, c41 80631, until: 10:00 AM on February 18, 2020 (Weld County Purchasing Time Clock). 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 - AGES 'f 8 MAY BE PLUCABLE FOR EERY 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) specific°. herein Bids shall inc ude any and all charges for freight, &livery, cainers, packaging, less aQ discounts, and shall, an every wa be the tot�.� price p n � g p �. taxes and y, l net which the bidder will expect th eSd County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Furcha at https://www.weldgov.cornidepartmentsiourchasing/bids u c£�� chasing web&te g r h acing/bids proposals located under Bits / Propsails I Tabulations". And, on the idnet Direct website at https://www.bidnetdirect.com/. Weld County Gov rnment is a member of BidNet Direct. BidNet Direct is an on-line notification system which os being utilized d by multiple ruin -profit and governmental entities. Participating entities pst their bids, quotes, proposals, addendums, and awand�ms on this one centralized syst-. p p Bid Delivery to Weld County - 2 methods: 1. Email. Ernailed bids are preferred. Bids may be mailed to: bids w e I d bids rr�us, include � g ov . c ® rn - . �malled 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 u you must submit/mail hard copies �� r the bid proposal. s requested, P 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Pease address to: Weld County Purchasing Department, 1150 • Street, Room #107, Greeley, CO 80631. Please call Purchasing at 970400-4222 or 4223 if you have an y questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind in the matter. The name of each person signing shall also be yped or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Rirector/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall br1 initialer by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specificatins, and/or instructions .f this bid as stated or implied her rein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. t idders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The aid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or c•nsidered. 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 '`o the time of opening will be kept unopened in a secure plce. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to , nd approval of the Weld County Controller/Purchasing Director/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in pr -paring the bid confers no right for the withdrawal of the bid after it has been awarded. idders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithgraphing or other supplies fir any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any inf•rmality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. On submitting 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 f services), :he formal acceptance of the bio by Weld County, and signature of the Ch it of the =ioard County Commissioners, tgether constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES — ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder 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 tie E -Verify program or the State of Colorado program established BID REQUEST #82000067 Page 2 pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an ille:gal alien to perform work under this Agreement or enter Unto 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 alier 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 shal terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal all n within three (3) days of receiving notice. Successful bidder shall no 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. Successfu bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to ;. '.S0 §8475-1O2(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 s,a':us of such employee, retained file copies of the documents, ond 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 rquirements 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 bidd :r 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 f?deral or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years o 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 contrac,.o 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. .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 v i0atAitye Financial obligations of Weld Cunty payable after the current fiscal year ar contingent upon funds fr that purpose being appropriated, budgeted and otherwise made available. acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. y D. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot b , 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 CRS. 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 irfrmation contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. BID REQUEST #B2000067 Page 3 C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, :-.xpress 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 perf'irm 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 W&d County. The successful bidder and i.:s employees and agents are not entitled to un=-mployment 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 f its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agar's 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 firth in the contract. The successful bidder shall have the following responsibilities with regard to workrs' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the am runts required by law, and (b) provide proof thereof when requested to do so by Weld County. Coi plot©e with Law: The successful bidder shall strictly comply with all applicable federal and a:.ate laws, rules nd regulations in effect or hereafter established, including with•,ut limitatin, laws applicable to discrimination and unfair emp8oyment 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 .d G. Vo ThircolParty 3enefk bry Enforcement: R is expressly understood and agreed that the en f i rcem n } f f''r e terms and conditi:•>ns of thGa 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 .f 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. t ,` H. Attorney's F ees0`,ega1 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/.r legal costs incurred by or on behalf of the successful bidder. 1. Dozadvartagc .l Buslnass Enterprises: Weld County assures that disadvantaged business nterprises will be afforded full opportunity to submit bids in response to all invi:ati.ns and will not be discriminated against on the grurids of race, color, national origin, sex, age, or disability in consideration for an award. J. Proc rement •nd Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and egrees to diligently provide all services, labor, personnel and materoaAs necessary to perform and compete the project. The successk l bidder shall furthrr 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 tit terminate this Agreement. o 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. BID REQUEST #82000067 Page 4 L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without rtice 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 authrization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall nst 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 Pro`ct 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 >bligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. Warranty: The successful bidder warrants that services performed under this Agreement will be pet-'ormed in a manner consistent with the standards governing such services and the provisions of this Agreement. 'he successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specific::tions. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject t , 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 ftom 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 dear 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, Clorado, pursu ,nt to this bid for as many service calls as are necessary fir 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 equipmen are submitted: 1. Detailed equipment specifications to include the warranty. 2 Descriptive literature. upon which he bids P. or oAssi 1ment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign .r 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 consen: may be granted or denied at the sole and absolute discretion of County. BID REQUEST #B2000067 ► Page 5 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, inc➢uding 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. T:.ixes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shalt 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 BID REQUEST #B2000067 Page 6 notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-paymen s of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self- insurd 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 t. County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this greement 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 st 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 as 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 -:ntities, 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' C. mpensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury BID REQUEST #B2000067 Page 7 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 ubrogation: 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 #B2000067 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: FLOOR CARE — DOWNTOWN BUILDINGS Weld County is seeking bids to perform carpet maintenance services for the WELD COUNTY DOWNTOWN BUILDINGS. The carpets in the DOWNTOWN BUILDINGS must to be cleaned monthly per the requirements detailed in this bid. The buildings are: BUILDING INFORMATION FOR CARPET BUILDING ADDRESS SQUARE FEET Court House 901 9th Ave., Greeley 30,100 Centennial 915 10th St., Greeley 46,662 Plaza West 910 10th Ave., Greeley 32,245 West Annex — North 901 10th Ave., Greeley 3,528 West Annex -- South 903 10th Ave., Greeley 2,550 Veteran's Services 1008 9th St., Greeley - - 1,684 Marlboro Building 934 9th Ave., Greeley 14,792 918 918 10th St., Greeley 6,700 Crime Lab 2329 115th Ave., Greeley 7,913 The contractors monthly schedule needs to fall within the following hours: Sunday 4 PM to Midnight Monday 6 PM to Midnight Tuesday 6 PM to Midnight Wednesday 6 PM to Midnight Thursday 6 PM to Midnight 1. Tasks to be performed: A. Monthly Maintenance Carpet Cleaning. a. Vacuum and maintenance -clean all traffic lanes with an approved carpet maintenance system such as encapsulation or extraction or both. b. Remove all spots, stains and gum. c. Clean floor mats in all buildings. d. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only. B. Quarterly Maintenance Carpet Cleaning. a. Move floor mats, trash cans and any other items that can be easily moved out of the way. b. Vacuum entire carpeted area wall-to-wall including under desks. c. Perform a wall-to-wall wet carpet extraction cleaning using CRI (Carpet and Rug Institute) "Gold -Seal" or better rated equipment and process (see www.carpet-rug.org). d. Remove all spots, stains and gum. e. Clean floor mats in all buildings. f. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only. BID REQUEST #B2000067 Page 9 2. Special Needs Services/Areas: A. The Crime Lab at 2329 115th Ave., Greeley: • This area is cleaned only when staff is present. This is typically certain pre -arranged business hours; Monday through Friday • Contractor will need to schedule cleaning with the Lab Director. 3. General Operating Instructions. The following is a listing of General perating Instructions: A. Notify building contact (Custodial Supervisor or Security) of any irregularities (e.g. defective plumbing, unlocked doors, lights left on, etc.). B. t the end of shift, turn orf all lights except those to be left on, close windows and lock all doors, set alarm. C. You will need to pay special attention to offices that are locked — if a door is closed/locked when you enter, then it must be cl •used/locked when you leave. D. Notify Weld County Custodial Supervisor of dates the Monthly and Quarterly requirements are scheduled to be performed. E. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. F. Contractr shall provide a list of contractor supervisor(s) and personnel who will be working in which facility. G. The Contractor will NOT be issued keys or have open access to any buildings. All ork must be scheduled at least one week prior in order to arrange for Weld County personnel to unsecure buildings and secure the buildings when the work is completed. H. The Contrac .r 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. 1. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effectively communicate with all members of their staff so that there is no breakdown in passing work related requests/information between custodians and the Weld County staff. Contractor will ensure that all employees working within County facilities can read and understand warning signs that are written in English J. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage f. 1r all persons employed to perform the w.rk to be done under the contract and assure that all workers will receive the compensation for cornpensable injuries. Ai• copy f the workers compensation policy is required to be submitted to the County as part of this proposal. L. 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. M. 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 et this storage area in accordance with applicable fire and safety regulations. N. Due to security issues, some offices require Weld County staff present while cleaning is performed. Special scheduling is required for these offices. 4. Undocumented Workers and Criminal Record Verification. The following is a listing of requirements for undocumented workers and crimin0 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 ID REQUEST #B2000067 Page 10 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). 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 to 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. 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. 5. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 6. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment B. Supervision of cleaning crews C. Uniforms for cleaning staff with company logo and badge D. Notify Weld custodial supervisor at least one week in advance of carpet work/schedule E. Safety Data Sheets (SDS) on all products used in buildings 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 April 1, 2020. BID REQUEST #B2000067 Page 11 •Pricing Provide total pricing for Carpet Maintenance Services per month for all the buildings identified in bid. BUILDING ADDRESS SQUARE FEET BID PRIC Court House 901 9th Ave., Greeley 30,100 Centennial 915 10th St., Greeley 46,662 Plaza West 910 10th Ave., Greeley 32, 245 West Annex — North 901 10th Ave., Greeley 3,528 West Annex — South 903 10th Ave., Greeley 2,550 Veteran's Services 1008 9th St., Greeley 1,684 Marlboro Building 934 9th Ave., Greeley 14,792 918 918 10th St., Greeley 6,700 Crime Lab 2329 115th Ave., Greeley 7,913 TOTAL In addition to the pricing above, provide the annual escalation percentage to cover items such consumer price index changes, minimum wage salary adjustments, etc. Provide that percentage on the space below. Carpet Maintenance Services TOTAL for all buildings (Per Month) Annual escalation percentage A mandatory pre -bid conference will be held on Buildings •& Grounds located at 1105 H Street, Greeley, CO 80631. February 3z 2020 at 4:00 PM at the Department of Bids will be received up to, but not later than February 18, 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #B2000067 Page 12 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2000067. 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 PRINTED NAME AND TITLE SIGNATURE EMAIL DATE FAX TAX ID# **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. ATTEST: YOU DO NOT NEED TO SEND BACK PAGES 1 BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2000067 Page 13 FLOOR CARE - DOWNTOWN BUILDINGS B2000067 Questions & Answers February 13, 2020 1. Question: What is the current cleaner charging for monthly service? Answer: $4,385.22 2. Question: What carpets will be getting replaced in the Downtown year? s in the next Answer: None 3. Post Crime Lab floor plan. .. ,,.... N,1 r s a 1 \ \ 14 N 'A5 CIO 4 0 Atlr:. U .- 1 tl =1. r• c� a- s • 4 A 1;,11 GER7COLM&MX 33 .r . t sW44,1 44 4111,4fWV I^. La .04.+444,.•/1 T � , at ax to •t21 MM , L1WJ&&PQ. '1• k.. ae e 4Clart .aw .CCRi MW ro •a1: • 44/4 . t. !: nr' .MN**V IAN A • .4, a C • 1 loat• • - tt ; P I' - actw •4 tt • �y M t'�.fwO .�i !liM+e .�'`wY,sJ- _ ..•� ' .w- ' lam' , I. a• 2t 7 L II:Jat Ni C 4AMQINQ Iuua•t'. g) ti`ACOCCCOlmnkr.� taalwally watt 1 . . Al e a • -•= 9 • tt ! C 'f MQN 3 it ' 1_ u iVt') s; 1' S sIusta f •5e ....... •. 4 Q .. •.. 4+ .Ehi:. roc l';,.+ti,1 CONFtR£VCE 4 W `i $ r 4:34t.. 4 '.'fl s•tat wstz4.r,...,%4 ' 'I— nFva i"wt.t at anemia. 2sc er Li) P.2), c, ler_ s ! bow pro eoccu 1.Tr 1n J •.!.s-1-^sb W I 0. 1rL44ttI, > NNAV t 24 P. a r An0( NIP' ty Verna arta WW1** 1 \ * ik 0 ®rrml.p amts F173i �• tvlwtti'Ct. I l r 02 i • i • •t 4. ,4J. 'A •h • a • \ ed.e At,Csi AC4Le\ 0 AREA /. Exhibit B 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. #62000067. 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 contractdate 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 METRO MAINTENANCE, INC BUSINESS ADDRESS 4601 QUEBEC STREET SUITE C2 CITY, STATE, ZIP CODE DENVER, CO 80216 TELEPHONE NO 720-359-1544 FAX 303-955-9001 PRINTED NAME AND TI LE MI_ EN PEEV PRESIDENT SIGNATURE TAX ID # 62-1269618 E-MAIL MILEN@ME ' eM TENANCE.INFO DATE 02/18/2020 **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 Mike Freeman, Chair APPROVED AS TO SUBSTANCE: BID REQUEST #B2000067 Elected Official or Department Head Controller/Purchasing Director Pricing Provide total pricing for Carpet Maintenance Services per month for all the buildings identified in bid. UILDING SQUARE FEET Court House 901 9th Ave., Greeley 30,100 vIa� r wvL $881.93 Centennial 91510thSt., Greeley 46,662 $1,367.19 Plaza West 910 10th Ave., Greeley 32,245 $944.77 West Annex — North 901 10th Ave., Greeley 3,528 $103.37 West Annex — South 903 10'^ Ave., Greeley 2,550 $74.71 Veteran's Services 1008 9th St., Greeley 1,684 $49.34 1Marlboro Building 934 9th Ave., Greeley 14,792 $433.40 918 91810" St., Greeley 6,700 $196.31 Crime Lab 2329115"' Ave., Greeley 7,913 $231.85 TOTAL $4,282.87 In addition to the pricing above, provide the annual escalation percentage to cover items such consumer price index changes, minimum wage salary adjustments, etc. Provide that percentage on the space below. Carpet Maintenance Services TOTAL for all buildings (Per Month) $ $4.282.87 Annual escalation percentage 3 % A mandat ry are -bid conference will be held on February 3.2020 at 4:00 PM at the Department of Buildings Grounds located at 1105 H Street, Greeley, CO 80631. Bids will be received up to, but not later than February 18.2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #R2nnnnR7 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 Departmentof 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). 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 to 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. 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. 5. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 6. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment B. Supervision of cleaning crews C. Uniforms for cleaning staff with company logo and badge D. Notify Weld custodial supervisor at least one week in advance of carpet work/schedule E. Safety Data Sheets (SDS) on all products used in buildings 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 April 1, 2020. BID REQUEST #82000067 Pang 11 2. Special Needs Services/Areas: A. The Crime Lab at 2329115"' Ave., Greeley: • This area is cleaned only when staff is present. This is typically certain pre -arranged business hours; Monday through Friday • Contractor will need to schedule cleaning with the Lab Director. 3. 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. You will need to pay special attention to offices that are locked — if a door is closed/locked when you enter, then it must be closed/locked when you leave. D. Notify Weld County Custodial Supervisor of dates the Monthly and Quarterly requirements are scheduled to be performed. E. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. F. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in which facility. G. The Contractor will NOT be issued keys or have open access to any buildings. All work must be scheduled at least one week prior in order to arrange for Weld County personnel to unsecure buildings and secure the buildings when the work is completed. H. The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or equipment provided for County use only. When the Contractor's employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit, and the Contractor shall be notified that such employee shall not be allowed entrance to the facility in the future until reauthorized by the Director of Buildings andGrounds. I. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effectively communicate with all members of their staff so that there is no breakdown in passing work related requests/information between custodians and the Weld County staff. Contractor will ensure that all employees working within County facilities can read and understand warning signs that are written in English J. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried byContractor. K. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the work to be done under the contract and assure that all workers will receive the compensation for compensable injuries. A copy of the workers compensation policy is required to be submitted to the County as part of this proposal. L. Contractor shall be allowed job -related use (e.g. calling Security for check in/out procedures) of County telephones at no cost to the Contractor. M. 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. N. Due to security issues, some offices require Weld County staff present while cleaning is performed. Special scheduling is required for these offices. 4. 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 workers) to BID REQUEST #82000067 SPECIFICATIONS ANQ/OR SCOPE OF WORK AND PROPOSED PRICING FLOOR CARE - DOWNTOWN BUILDINGS Weld County is seeking bids to perform carpet maintenance services for the WELD COUNTY DOWNTOWN BUILDINGS. The carpets in the DOWNTOWN BUILDINGS must to be cleaned monthly per the requirements detailed in this bid. The buildings are: BUILDING INFORMATION FOR CARPET BUILDING Court House 901 9"' Ave., Greeley v' 'Jr 1%L rGGI 30,100 Centennial 915 10th St., Greeley 46,662 Plaza West 910 10th Ave., Greeley 32,245 West Annex — North 901 10th Ave., Greeley 3,528 West Annex — South 903 10th Ave., Greeley 2,550 Veteran's Services 1008 9t St., Greeley 1,684 Marlboro Building 934 9"' Ave., Greeley 14,792 918 918 10t St., Greeley 6,700 Crime Lab 2329 115th Ave., Greeley 7,913 The contractors monthly schedule needs to fall within the following hours: Sunday 4 PM to Midnight Monday 6 PM to Midnight Tuesday 6 PM to Midnight Wednesday 6 PM to Midnight Thursday 6 PM to Midnight 1 Tasks to be performed: A. Monthly Maintenance Carpet Cleaning. a. Vacuum and maintenance -clean all traffic lanes with an approved carpet maintenance system such as encapsulation or extraction or both. b. Remove all spots, stains and gum. c. Clean floor mats in all buildings. d. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only. B. Quarterly Maintenance Carpet Cleaning. a. Move floor mats, trash cans and any other items that can be easily moved out of the way. b. Vacuum entire carpeted area wall-to-wall including under desks. c. Perform a wall-to-wall wet carpet extraction cleaning using CRI (Carpet and Rug Institute) "Gold -Seal" or better rated equipment and process (see www.carpet-rug.org). d. Remove all spots, stains and gum. e. Clean floor mats in all buildings. f. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only. BID REQUEST #B2000067 ADDENDUM#1 BID REQUEST NO. B2000067 B2000067— FLOOR CARE - DOWNTOWN BUILDINGS Buildings & Grounds Dept. On page 11 of bid specifications, add Step 7 as follows: 7. Provide estimated on -site labor hours for Carpet Maintenance Services per month for all the buildings identified below: BUILDING ADDRESS LABOR HOURS Court House 901 9th Ave., Greeley 8 Centennial 915 10th St., Greeley 12 Plaza West 910 10th Ave., Greeley 8 West Annex — North 901 10th Ave., Greeley 3 West Annex — South 903 10th Ave., Greeley 3 Veteran's Services 1008 9th St., Greeley 2 Marlboro Building 934 9th Ave., Greeley 6 918 918 10th St., Greeley 5 Crime Lab 2329 115th Ave., Greeley 3.5 ***We need signed copy on file. Thank You!*** Addendum received by: METRO MAINTENANCE, INC FIRM 4601 QUEBEC STREET SUITE C2 ADDRESS DENVER, CO 80216 CITY AND STATE MILEN PEEV PRESIDENT BY MILEN@METROMAINTENANC E.INFO EMAIL January 31, 2020 ACORO® CERTIFICATE OF LIABILITY INSURANCE 4...------ DATE(MMIDD/YYYY) 03/11/2020 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 Trust Hall Insurance Services Inc 7502 W 80th Ave #180 Arvada, CO 80003 CONTACT NAME: Lorraine Wise taco. No. Eat): (303)421-2802 (ac, No): (303)421-2886 E-MAIL ADDRESS: lorraine@trusthall.com INSURER(S) AFFORDING COVERAGE NAIC S INSURERA: Pinnacol Assurance 41190 INSURED Metro Maintenance, Inc. Milen Peev PO Box 371912 Denver, CO 80237 INSURER B: CNA Surety Company 13188 INSURERC: INSURERD: INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 00008399-1256232 REVISION NUMBER: 2 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 WVD POLICY EFF POLICY NUMBER (MMIDDIYYYY) POLICY EXP (MMIDD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR PREMISESO(Ea occu RENTEence) DAMAGE TMED $ EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY JECT PRO-LOC PRODUCTS - COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ ANY AUTO BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS ONLY _ NON -OWNED AUTOS ONLY PROPERTY DAMAGE _Ifer accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE _ _ AGGREGATE $ $ DED RETENTION $ $ A WORKERS COMPENSATION 4132942 5/1/20191 5/1/20201 X I PER OTH- ER Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 100,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N /A E.L. DISEASE - EA EMPLOYEE $ 100,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 B Surety 70310359 5/24/2019 5/24/2020 Janitorial Bond $20,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Coverage is subject to the forms and conditions of the policy. CERTIFICATE HOLDER CANCELLATION Weld County Colorado PO Box 758 Greeley, CO 80632 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 (LWI) ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Printed by LW on March 11, 2020 at 10:09AM Insured's Name and Address METRO MAINTENANCE INC PO BOX 371912 DENVER, CO 80237-5912 CERTIFICATE OF LIABILITY INSURANCE American Family Insurance Company ❑ American Family Mutual Insurance Company if selection box is not checked. 6000 American Pky Madison, Wisconsin 53783-0001 Agent's Name, Address and Phone Number (Agt./Dist.) Todd Anthony Wells 10106 W San Juan Way, Ste 220 Littleton, CO 80127 (303) 979-1700 (198/308) This certificate is issued as a matter of information only and confers no rights upon the Certificate Holder. This certificate does not amend, extend or alter the coverage afforded by the policies listed below. COVERAGES This is to certify that policies of insurance listed below have been issued to the insured named above for the policy period indicated, notwithstanding any requirement, 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. TYPE OF INSURANCE POLICY NUMBER POLICY DATE LIMITS OF LIABILITY EFFECTIVE EXPIRATION (Mo, Day, Yr) (Mo, Day, Yr) Homeowners/ Mobilehomeowners Liability Bodily Injury and Property Damage Each Occurrence $ ,000 Boatowners Liability Bodily Injury and Property Damage Each Occurrence $ ,000 Personal Umbrella Liability Bodily Injury and Property Damage Each Occurrence $ ,000 Farm/Ranch Liability Farm Liability & Personal Liability Each Occurrence $ ,000 Farm Employers Liability Each Occurrence $ ,000 Workers Compensation and Employers Liability t Statutory ,„ Each Accident $ ,000 Disease - Each Employee $ ,000 Disease - Policy Limit $ ,000 General Liability Commercial General Liability (occurrence) ❑ LI 05 XV4652 01 11/01/2019 11/01/2020 General Aggregate $ 2,000,000 Products -Completed Operations Aggregate $ 2,000,000 Personal and Advertising Injury $ 1,000,000 Each Occurrence $ 1,000,000 Damage to Premises Rented to You $ 100,000 Medical Expense (Any One Person) $ 5,000 Businessowners Liability Each Occurrencett $ 000 Aggregatett $ ,000 Liquor Liability Common Cause Limit $ ,000 Aggregate Limit $ ,000 Automobile Liability ❑ Any Auto ❑ All Owned Autos ❑x Scheduled Autos ❑ Hired Auto ❑ Nonowned Autos El 2545-3040-03 01/01/2020 01/01/2021 Bodily Injury - Each Person $ 100,000 Bodily Injury - Each Accident $ 300 000 Property Damage $ 100,000 Bodily Injury and Property Damage Combined $ ,000 Excess Liability ❑ Commercial Blanket Excess j1 COMMERCIAL UMBRELLA 05-XV4652-03 11/01/2019 11/01/2020 Each Occurrence/Aggregate $ 1,000,000 Other (Miscellaneous Coverages) DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / RESTRICTIONS / SPECIAL ITEMS tThe individual or partners ❑ Have shown as insured elected to be covered under this policy. ❑ Have not ttProducts-Completed Operations aggregate is equal to each occurrence limit and is included in policy aggregate. CERTIFICATE HOLDER'S NAME AND ADDRESS CANCELLATION Weld County Colorado PO Box 758 Greeley, CO 80632 ❑x Should any of the above described policies be cancelled before the expiration date thereof, the company will endeavor to mail '( 30 days) written notice to the Certificate Holder named, but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives. *10 days unless different number of days shown. U This certifies coverage on the date of issue only. The above described policies are subject to cancellation in conformity with their terms and by the laws of the state of issue. DATE ISSUED 03/12/2020 AUTHORIZED REPRESENTATIVE TODD WELLS U-201 Ed. 5/00 Stock No. 06668 Rev. 7/02 Contract Form Entity Information New Contract Request Entity Name* ME I NO MAINTENANCE INC Contract Name* FLOOR -CARE DOWNTOWN BUILDINGS Contract Status CTB REVIEW Entity ID* @00042033 ❑ New Entity? Contract ID 3454 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@coweldco.us Contract Description* FLOOR MAINTENANCE, CARPET CLEANING FOR DOWNTOWN BUILDINGS & CRIME LAB. Contract Description 2 Contract Type* CONTRACT Amount"' $4,282.87 Renewable* YES Automatic Renewal Grant Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgov.co a@weldgov.co m Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WELD GOV.COM Requested BOCC Agenda Date* 03/2312020 Parent Contract ID Requires Board Approval YES Department Project # Due Date 03/19/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Review Date* 03/01/2021 Committed Delivery Date Renewal Date* G3/01/2021 Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 03/25/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/30/2020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 03/26/2020 Tyler Ref # AG 033020 Legal Counsel BOB CHOATE Legal Counsel Approved Date 03/26/2020 Submit DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 25, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Floor Care — Downtown Buildings; Bid 2000067 As advertised this bid is to perform floor and carpet care at the County's Downtown buildings. The low bid from Metro Maintenance Inc. and meets specifications. Therefore, Buildings & Grounds is recommending awarding to Metro Maintenance Inc. in the amount of $4,282.87 per month. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director oa/O2 WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpetersc weldgov.com E-mail: reverettAweldgov.com E-mail: rturf(a�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 18, 2020 REQUEST FOR: FLOOR CARE - DOWNTOWN BUILDINGS DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000067 PRESENT DATE: FEBRUARY 19, 2020 APPROVAL DATE: MARCH 4, 2020 VENDOR TOTAL METRO MAINTENANCE, INC. $4,282.87/MO 4601 QUEBEC STREET, STE C2 DENVER, CO 80216 GRAHAM BROTHERS, LLC $4,380.00/MO PO BOX 336307 GREELEY, CO 80633 A.R.C. INCORPORATED $4,399.12/MO 1821 E MULBERRY FORT COLLINS, CO 80524 UNIQUE FACILITY SERVICES, LLC $4,932.00/MO 2405 DOTSERO AVE LOVELAND, CO 80538 KLEEN-TECH ACQUISITION, LLC $26,810.00MO 7100 BROADWAY, STE 6L DENVER, CO 80221 ANNUAL ESCALATION % 3% 3% 3.5% 2% 7.15% THE BUILDINGS & GROUNDS DEPARTMENT IS REVIEWING THE BIDS. 2020-0591
Hello