Loading...
HomeMy WebLinkAbout20191272.tiffU�vl-Ivaco iD*s�3(o FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 1, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Carpet Cleaning Services; Bid-4119ai372j" Graham Brothers, LLC was awarded the contract for Carpet Cleaning Services for the North Business Park. Graham Brothers has continued to meet standards. Therefore, Facilities is recommending the next one year increment of their bid be awarded. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Qrda w q tvlz BC-�OOZI AMENDMENT 3 TO AGREEMENT BETWEEN WELD COUNTY AND GRAHAM BROTHERS, LLC This Amendment is made and entered into this 'oday of June, 2022, by and between the Board of Weld County Commissioners on behalf of the FACILITIES, hereinafter referred to as the "Department", and GRAHAM BROTHERS, LLC, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-1272, approved on JULY 1, 2019. 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 JUNE 30, 2022. The term is hereby extended for one year commencing on JULY 1, 2022 and ending on JUNE 30, 2023. 2. 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: (Aw& t\L C Name: r�s�H�Nt 4�U E,L Title: ATTEST: Weld County Clerk to the Board BY: Deputy CI$Fk to�he Date ! / ) z 0 Z BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Page 1 of 1 K. James, Chair JUN 202022 New Contract Request Entity Information Entity Name* Entity ID* GRAHAM BROTHERS LLC -2.00036280 Contract Name * CARPET CLEANING NORTH BUSINESS PARK (2019-1272 Contract Status CTB REVIEW Contract Description CONTRACT RENEWAL 2022. MONTHLY FEE OF $7,265.00 Contract Description 2 Contract Type * Department RENEWAL BUILDINGS AND GROUNDS Amount* Department Email $7,265.00 CM- BuildingGrounds@weldgovc Renewable* one NO Department Head Email Automatic Renewal CM-BuildingGrounds- DeptHeadiveldgov.com Grant County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- CO€J NTYATTORNEY`?WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID ❑ New Entity? Contract ID 5936 Contract Lead* SGEESAMAN Contract Lead Email sgeesamanOcoweld.co.us Parent Contract ID Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 061,092022 06/132022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RI=P#* B1900067 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 * Renewal Date 05082023 Termination Notice Period Committed Delivery Date Expiration Date 063012023 Contact Information Contact Info Contact Name Purchasing Purchasing Approver CHERYL PATTELLI Approval Process Department Head TOBY TAYLOR DH Approved Date 06,1312022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 06120,2022 Originator SGEESAMAN Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approved Date 06,` 14 2022 Finance Approver CHERYL PATTELLI Finance Approved Date 06,14:2022 Tyler Ref # AG 062022 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 06;14:2022 FACILITIES DEPARTMENT PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 30, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Carpet Cleaning Services; Bid (B1901272) Graham Brothers, LLC was awarded the contract for Carpet Cleaning Services for the North Business Park. Graham Brothers has continued to meet standards. Therefore, Facilities is recommending the next one year increment of their bid be awarded. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director AMENDMENT 2 TO AGREEMENT BETWEEN WELD COUNTY AND GRAHAM BROTHERS, LLC This Amendment is made and entered into this 30 day of June, 2021, by and between the Board of Weld County Commissioners, on behalf of the FACILITIES, hereinafter referred to as the "Department", and GRAHAM BROTHERS, LLC, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-1272, approved on JULY 1, 2019. 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 JUNE 30, 2021. The term is hereby extended for one year commencing on JULY 1, 2021 and ending on JUNE 30, 2022. 2. 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: t.� rL A\�a.20 <aC �2 �� 1\c Name: "Ti t 1 C,Q (t. N\.. Title: Date 71 1 1 io c ..ti < .p BOARD OF COUNTY COMMISSIONERS ATTEST: WELD COUNTY, COLORADO Weld County Clerk to the BY: O*tdt1& __ ___________ Deputy Clerk to th Steve Moreno, Chair JUL 1 4 2021 Page 1 of 1 New Contract Request Entity Information Entity Name* Entity ID * ❑ New Entity? GRAHAM BROTHERS LLC C 00036280 Contract Name * Contract ID CARPET CLEANING NORTH BUSINESS PARK RENEWAL 2019- 4981 12 72 Contract Lead * Contract Status SGEESAMAN CTB REVIEW Contract Lead Email sgeesarnan@co.weld.co.us Contract Description CONTRACT RENEWAL Contract Description 2 Parent Contract ID Requires Board Approval YES Department Project # Contract Type * Department Requested BOCC Agenda Due Date RENEWAL BUILDINGS AND GROUNDS Date* 07!08,/2021 07;12; 2021 Amount* Department Email 55,895.00 CM- Will a work session with BOCC be required?* BuildingGrounds0 weIdgov.c NO Renewable om YES Does Contract require Purchasing Dept. to be included? Department Head Email YES Automatic Renewal CM-BuildingGround s- DeptHeadweldgov.com Bid/RFP #* Grant 61900067 County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY "•WELDG OV.COM if this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID 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 * Renewal Date* 06=13,2022 07,`01;2022 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Purchasing Purchasing r Purchasing Approved Date ROB TURF 07/122021 App 1 Process Contact Phone 2 Department Head Finance Approver Legal Counsel TORY TAYLOR CHRIS D'CV1DiO 9O9 CHOATE DH Approved Date Finance Approved Date Legal Counsel Approved Date 07/0712021 07/09/2021 07/09/2021 Final Approval BOCC Approved Tyler Ref # AG 071421 ROCC Signed Date C Agenda Date 07/14/2021 Originator SGEESAMAN cn-Fra c+ z D -i8' 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 June 30, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Carpet Cleaning Services — Facilities & Coroners Building Change Order (2019-1272) Graham Brothers, LLC was awarded the contract for Carpet Cleaning Services for the North Business Park. The Facilities remodel and new Coroners Building is complete and requires these services. Attached is the change order to the contract identifying the costs of these services as $285.00 per month. The Facilities Department is recommending the change order be approved for $285.00 a month. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 0Onw+AyrwJa, Ar4Q.s O-i/ )Ia I cC, y0 ao 19 - 1 a- a e3Goo a l CHANGE ORDER #1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND GRAHAM BROTHERS, LLC. Date: June 30, 2021 Original Agreement: Weld County document no. 2019-1272 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: $ 5,895.00 monthly Original Contract Amount $ 1,085.00 monthly Previously Approved Change order(s) Amount $ 285.00 monthly Current Change Order Amount $ 7,265.00 monthly New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: (-- fl P'M4 \ 5P.Li OCF-s \ \C.. Name: C:L Title: • /' ,4T Date -71 i Izoz BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Moreno, Chair JUL 1 2 2021 Page 1 of 1 i6 Exhibit: Change Order # 1 Graham Brothers, LLC PO Box 336307 Greeley, CO 80633 US 970-381-6908 tanner@grahariibrothersllc.com ADDRESS Weld County 1105 H St Greeley, CO 80634 DATE DATE 06/29/2021 DESCRIPTION Weld North Amb An additional 4000 SF has been added to Ambulance(this price is to extract 4 times per year and maintain 8 times per year) Weld Buildings & Grounds Monthly Additional Cost: $200.00 An additional 1550 SF has been added to BG(this price is to extract 4 times per year and maintain 8 times per year) Monthly Additional Cost: $85.00 New monthly pricing for these buildings with additional carpet added will be $305.00 for Ambulance and $255.00 for BG. TOTAL Accepted By Accepted Date QTY RATE 12 200.00 12 85.00 EXPIRATION DATE 12/31/2021 AMOUNT 2,400.00 1,020.00 $3,420.00 THANK YOU. New Contract Request Entity Information Entity Name * Entity ID's New Entity? GRAHAM BROTHERS LLC J0036280 Contract Name* CARPET CLEANING NORTH BUSINESS PARK,+ CHANCE ORDER#1 Contract Status CTB R Contract 1D 4982 Contract Lead SGEESAMAN Contract Lead Email sgeesamanOco.weld aco. us Parent Contract ID Y Contract Description ADD ADDITIONAL CARPET CLEANING SQUARE FOOTAGE DUE TO NEW CORONER BUILDING & FACILITIES ADDITION. Contract Description 2 Contract Type * Department CHANGE ORDER BUILDINGS AND GROUNDS Amount * Department ent it 5285.00 CM- BuildingGroundsL eldgov.c Renewable * orn YES Department Head 'l! Automatic Renewal CM-SuildingGroun s- DeptHeadC ldgov.com Grant County Attorney GENERAL COUNTY B ATTORNEY EMAIL County Attoniey Email CM- COUNTYATTORNEY@W.LCD OV.COM If this is a renewal enter previous Contr D if this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Due Date Date* 07/08/2021 07/1212021 Will a work session with EOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES RidfRFP # 61900067 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 lview Date * Renewal Date * 013/2022 07£01 2022 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TORY TAYLOR DH Approved Date 07,072021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07'12202 Originator SGEESAMAN Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approved Date 07x072021 Finance Approver CHRIS D'OVIDIO Finance Approved Date 0707/202] Tyler Ref # AG 071221 Legal Counsel BOB CHOATE Legal Counsel Approved Date 07/071,2021 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 1, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Carpet Cleaning Services - Clerk & Recorder/ Public Works Amendment (2019-1272) Graham Brothers LLC was awarded the contract for Carpet Cleaning Services for the North Business Park. The new Clerk & Recorder building, and Public Works addition are finishing and requires carpet cleaning services. Attached is the amendment to the contract identifying the costs of these services as $1,085.00 per month. Facilities is recommending the contract amendment be approved for $1,085.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Enclosures cc: Personnel File CONTRACT AGREEMENT AMENDMENT BETWEEN THE WELD COUNTY FACILITIES DEPARTMENT AND GRAHAM BROTHERS LLC This Agreement Amendment, made and entered into 8 day of_ 1 w(IC:h , 2021, by and between the Board of Weld County Commissioners, on behalf of the Weld County Facilities Department, hereinafter referred to as the "Department", and Graham Brothers LLC, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No 2019-1272, approved on July 12 , 2019. WHEREAS the parties hereby agree to amend the Original Agreement in accordance with the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the Original Agreement: Contractor agrees to provide the additional services described in Exhibit (Quote for Services), which is hereby attached to this Amendment and incorporated into the Original Agreement. 2. Department agrees to compensate Contractor for said services in accordance with Exhibit. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: 0 ER- JA"S C- p Printed Name Signature t - ATTEST° v° Wel Co twClerk to the Boar Deputy Cle# to the BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair MAR 0 8 2021 /g 70t1 Graham -Brothers, LLC PO Box 336307 Greeley, CO 80633 US 970-381-6908 tanner@grahambrothersllc.com ADDRESS Weld County 1105 H St Greeley, CO 80634 DATE Weld Public Works Weld StarTech Building Accepted By Exhibit: Quote for Services DATE 02/23/2021 DESCRIPTION An additional 8000 SF has been added to Public Works(this price is to extract 4 times per year and maintain 8 times per year) Monthly Additional Cost: $310.00 The StarTech Building has approximately 20,000 SF of carpet that needs maintained annually(this price is to extract 4 times per year and maintain 8 times per year) Monthly Cost: $775.00 TOTAL Accepted Date QTY RATE 12 310.00 12 775.00 AMOUNT 3,720.00 9,300.00 $13,020.00 THANK YOU. New Contract Request Entity Information Entity Name* GRAHAM BROTHERS LLC Contract Name * CONTRACT AMENDMENT TO 2019-1272 Contract Status CTB REVIEW Entity ID* `O0036280 Contract Description * ADD ADDITIONAL BUILDINGS TO EXISTING CONTRACT Contract Description 2 ❑ New Entity? Contract ID 4524 Contract Lead SGEESAMAN Contract Lead Email sgeesaman> co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Type* Department Requested BOCC Agenda Due Date RENEWAL BUILDINGS ANDGROUNDS Date* 03 r 11 ,,'2021 031152021 Amount* Department Email $1,085.00 CM- Will a work session with BOCC be required?* BuildingGroundst reldgov.c NO Renewable* om YES Does Contract require Purchasing Dept. to be included? Department Head Email Automatic Renewal CAMBruildingGrounds- DettHead wreldgov.com Grant County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY:°WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a 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 * Renewal Date * 03 012022 03;01,2022 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Piirrhacinn Purchasing Approver Purchasing Approved Date Approval Process Department I -lead TORY TAYLOR DH Approved Date 03,011,?2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03,10812021 Originator SGEESAMA Finance Approver BARB CONNOLLY Finance Approved Date 03/02/2021 Tyler Ref # AG 030821 Contact Phone 2 Legal Counsel BOB CHOATE Legal Counsel Approved Date 03;02!2021 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 10, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Carpet Cleaning — North Business Park; Bid (B1900067) The bid to perform carpet cleaning was awarded to Graham Brothers LLC. The contract is up for its annual renewal for the term from July 1, 2020 through June 30, 2021 as identified in the bid specifications. Buildings and Grounds is recommending the next annual renewal in the for the monthly amount of $5,895.00 per their bid. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director i � G CONTRACT AGREEMENT AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS AND GROUNDS AND GRAHAM BROTHERS LLC This Agreement Amendment, made and entered into 1ST day of _June . 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Graham Brothers LLC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No 2019-1272, approved on July 15Y , 2019. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on June 30, 2020. • The parties agree to extend the Original Agreement for one year increment period, which will begin July 1. 2020. and will end on June 30. 2021. • The Amendment/Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Printed N nature ATTEST: Weld County Clerk to the Board BY: C( 11 ` Oak to,/ (�L Deputy Clerk to the Board VED AS TO FU IN /9c&& Controller APPROV DAS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair JUN 15 2020 APPROVED AS BSTANCE: El ed Official or Department Head 02,0/9- /270t- RESOLUTION RE: APPROVE AGREEMENT FOR SERVICES FOR CARPET CLEANING (NORTH BUSINESS PARK) AND AUTHORIZE CHAIR TO SIGN - GRAHAM BROTHERS, LLC WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with an Agreement for Services for Carpet Cleaning (North Business Park) between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Buildings and Grounds, and Graham Brothers, LLC, commencing upon full execution of signatures, and ending June 30, 2020, with further terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Agreement for Services for Carpet Cleaning (North Business Park) between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Buildings and Grounds, and Graham Brothers, LLC, be and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 1st day of July, A.D., 2019. BOARD OF COUNTY COMMISSIONERS W LD COUNTY, COLD DO ATTEST:�� /''Barbara Kirkmeyer, C air Weld County Clerk to tloard 4 n an, Pro-Tem f3� APPROVED AS TO FORM: cott K. James gssp. County Attorney �---� Steve Moreno Date of signature: ) q Gc��GCTTISG),Pc�ta��) 2019-1272 BG0021 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 27, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Carpet Cleaning — North Business Park; Bid (B1900067) As advertised, this bid is to perform carpet cleaning for the North Business park. The low bid from was from Unique Facility Services LLC and met specifications. Therefore, the bid was awarded to Unique Facility Services LLC. However, Unique Facility Services resigned from the contract due to not being able to meet the specifications. Therefore, the second low bidder (Graham Brothers LLC) is eligible to receive award of the bid. Buildings and Grounds is recommending Graham Brothers LLC be awarded the bid for $5,895.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 0 7 cc,I 3C�CT-i'/SCE), Pv (ci I() �0 07101 / I 71Z4t //7c2j/.? THIS AGREEMENT is made and entered into this L -",y of 2011by and between the County of Weld, a body corporate and poothe S of redo, by and through its Board of County Commissioners, whose address is 1150 "0" S eet, Greeley, Colorado 80631 hereinafter referred to as "County," and Graham Brothers, LLC, a corporation, whose address is P.O. Box #336307 Greeley, CO. 80633 hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1, Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are 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. B1900067". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities c2o/ 9-/272.. described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay monthly an amount no greater than $5,895.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.RS. 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.RS. 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. Tvnes 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 perperson, $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 seeds: 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. Contractor. Graham Brothers, LLC Attn: Tanner Graham -President Address: P.O. Box 336307 Address: Greeley, CO 80633 E-mail: tanncr(g.,rahambrothersllc.com Telephone: (970) 381-6908 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttavIpr@wldgovcorn Facsimile: 970.3 04.6532 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.B.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.B.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.RS. §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.RS. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.RS. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this '.� day of j ___________,20119 CONTRACTOR: Graham Brothers. LLC By: Name: TANvEe C��.+ wM Title: p2tzir.(_ a; Date U I I io t9 WELD TOt ATTEST: �j •.kf)BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board BY: puty Clerk to the Board WELD COUNTY C LORADO arbara Kirkmeyer, air JUL ci 2019 ago/ 9 /a 72- REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: FEBRUARY 27, 2019 Exhibit A BID NUMBER: #81900067 DESCRIPTION: CARPET CLEANING - NORTH BUSINESS PARK DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: MARCH 13, 2019 BID OPENING DATE: MARCH 27, 2019 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: CARPET CLEANING — NORTH BUSINESS PARK A mandatory pre -bid conference will be held on Wednesday, March 13th, 2019 at 3:30 PM, at the Weld County Buildings & Grounds Facility, 1105 H Street, Greeley, Colorado 80631. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150O Street, Room #107, Greeley, CO 80631, until: 10:30 AM on Wednesday, March 27th. 2019 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 1-8 MAYBE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at httpss:/Iwww.weldgov,corgi/departments/purchasing located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delive . Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107, Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by 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 it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompanythe signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder_ Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/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 preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners, 4. 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 BID REQUEST #61900067 Page 2 Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential, information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of BID REQUEST #B1900067 Page 3 the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G_ No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder_ I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. BID REQUEST #B1900067 Page 4 K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful BID REQUEST #B1 900067 Page 5 bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuantto this request. Successful bidders shall keep the required insurance coverage in force at all BID REQUEST #B1900067 Page 6 times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado WorkersCompensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1 000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful ueuuea agrees to pwViue pwOi Ui Iubuiaiiue iui ail Si UIl 5uouunuacwra, irwepenuwit LGrivacwis, 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 #81900067 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: SPECIFICATIONS Weld County is seeking bids to perform carpet cleaning/maintenance services for its buildings located in the WELD COUNTY NORTH BUSINESS PARK. The start date for services is May 1, 2019. The carpets in the business park are to be cleaned monthly after 6 PM on weekdays per the requirements detailed in this bid. The buildings are: BUILDING INFORMATION FOR CARPET BUILDING ADDRESS SQUARE FEET 1400 ADMIN 1400 N. 17TH AV 10,014 1401 ELECTIONS 1401 N. 17TH AV 14,644 1402 MOTOR VEH 1402 N. 17TH AV 9,367 LAW OFFICES 1950 O ST 17,000 NORTH AMB. 1721 M ST 2,000 PLANNING/HEALTH 1555 N. 17TH AV 32,000 PRINT SHOP 1500 2ND ST 1,800 PUBLIC WORKS 1111 HST 13,000 TRAINING CENTER 1104 H ST 2,000 1150 ADMIN. 1150OS1 ST 36,378 DISPATCH/MEDICAL CLINIC/RECORDS 1551 N. 17TH AV 10,000 BUILDINGS & GROUNDS ___________________________________ 1105 H ST 3,600 ALTERNATIVE PROGRAMS 1390 N. 17TH AV 2,200 FLEET SERVICES 1399 N. 17TH AV 650 RADIO SHOP 300 8TH AV 800 ALTERNATIVE COMMUNICATIONS 3105 35TH AV 1,500 1. Tasks to be performed: A. Monthly Maintenance Carpet Cleaning 1. Vacuum and maintenance -clean all traffic lanes with an approved carpet maintenance system such as encapsulation or extraction or both 2. Remove all spots, stains and gum 3. Clean all floor mats 4. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only B. Quarterly Maintenance Carpet Cleaning 1. Move floor mats, trash cans and any other items that can be easily moved out of the way 2. Vacuum entire carpeted area wall-to-wall including under desks 3. 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-ruq.org . Bidder must provide description on how they meet this requirement. 4. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only. 5. Remove all spots, stains and gum 6. Clean all floor mats 2. Special Needs Services/Areas: A. Due to security issues, some offices require Weld County staff present within the office while cleaning is performed. Special scheduling is required for these offices B. Paramedic Services at 1721 M Street: • This area is cleaned only when staff is present • Special arrangements will need to be made for carpet cleaning C. Dispatch Center at Building 1551: • Cleaning staff is required to check in with the dispatch manager on duty prior to starting with cleaning duties, especially vacuuming, so as not to interfere with dispatch communication. • Special arrangements will need to be made for carpet cleaning in the dispatch area • Dispatch must be encapsulation cleaned only D. Weld County Print Shop • These rooms can only be cleaned when staff is present • Special arrangements will need to be made for carpet cleaning E. Weld County Training Center: • Due to various training scheduling, there will be times that the cleaning staff will not have access to this building until after 10 PM on weekdays • Cleaning staff will not have access to certain offices in this building F. Alternative Programs (Work Release) • These rooms can only be cleaned when staff is present and usually between 11:00 PM and 5:00 AM • Special arrangements will need to be made for carpet cleaning 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 during weekdays after 6 PM. 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 access to any buildings. All work must be scheduled at least one week prior in order to arrange for Weld County personnel to unsecure BID REQUEST #B1900067 Page 10 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 and Grounds. 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 by Contractor. 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. 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 worker(s) to perform work under this contract or enter into a contract with a subcontractor that fails to certify to the vendor/contractor that the subcontractor shall not knowingly employ or contract with an undocumented worker to perform work. If the vendor/contractor obtains actual knowledge work performing work under this contract knowingly employs or contracts with an undocumented worker, the vendor/contractor shall: 1. 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 2. 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. 3. 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. BID REQUEST #B1900067 Page 11 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 (SOS) 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. PRICING Provide total pricing for Carpet Maintenance Services per month for all the buildings identified in bid. BUILDING ADDRESS SQ FEET BID PRICE 1400 ADMIN 1400 N. 17T" AV 10,014 $ 1401 ELECTIONS 1401 N. 17TH AV 14,644 $ 1402 MOTOR VEH 1402 N. 17TH AV 9,367 $ LAW OFFICES 1950O ST 17,000 $ NORTH AMB. 1721 M Si 2,000 $ PLANNING/HEALTH 1555 N. 17TH AV 32,000 $ PRINT SHOP 15002N" ST 1,800 $ PUBLIC WORKS 1111 HST 13,000 $ TRAINING CENTER 1104 H ST 2,000 $ 1150A ....IN . 1150O ST 36,378 $ DISPATCH/MEDICAL CLINIC/RECORDS 1551 N. 17TH AV 10,000 $ BUILDINGS AND GROUNDS 1105 H ST 3,600 $ ALTERNATIVE PROGRAMS 1390 N. 17TH AV 2,200 $ FLEET SERVICES 1399 N. 17TH AV 650 $ RADIO SHOP 300 8TH AV 800 j $ ALTERNATIVE COMMUNICATIONS 3105 35TH AV 1,500 $ Carpet Maintenance Services TOTAL for all buildings (Per Month) $, Bids will be received up to, but not later than Wednesday, March 27th, 2019 at 10:30.AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #81900067 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. #B1900067. 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. BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX PRINTED NAME AND TITLE SIGNATURE E-MAIL 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. YOU DO NOT NEED TO SEND BACK PAGES 1-8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director "ITRIa`I, UI Fill BID REQUEST NO. B1900067 B1900067 - CARPET CLEANING - NORTH BUSINESS PARK Buildings & Grounds Dept. The Public Works Building at 1111 H Street has added an additional 3,000 feet of carpet. The square foot should be amended from 13,000 square feet to 16,000 square feet. Currently reads as: PUBLIC WORKS 11111 H ST 13,000 BID SPECIFICATIONS SHOULD NOW READ: PUBLIC WORKS 11111 H ST 16,0001 ***We need signed copy on file. Thank You!*** Addendum received by: FIRM CITY AND STATE BY EMAIL March 6, 2019 ADDENDUM#3 BID REQUEST NO. B1900067 B1900067 - CARPET CLEANING - NORTH BUSINESS PARK Buildings & Grounds Dept. Page 9 under specifications CURRENTLY READS AS: "The start date for services is May 1, 2019." BID SPECIFICATIONS SHOULD NOW READ: The start date for services is June 1, 2019. In addition, the hours that the buildings will be available to the contractor for cleaning are: Sundays from 8AM to Midnight and Monday through Thursday from 6PM to Midnight. ***We need signed copy on file. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL March 21, 2019 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: CARPET CLEANING - NORTH BUSINESS PARK SPECIFICATIONS Weld County is seeking bids to perform carpet cleaning/maintenance services for its buildings located in the WELD COUNTY NORTH BUSINESS PARK. The start date for services is May 1, 2019. The carpets in the business park are to be cleaned monthly after 6 PM on weekdays per the requirements detailed in this bid. The buildings are: BUILDING INFORMATION FOR CARPET BUILDING ADDRESS SQUARE FEET 1400 ADMIN 1400 N. 17TH AV 10,014 1401 ELECTIONS 1401 N. 17TH AV 14,644 1402 MOTOR VEH 1402 N. 17TH AV 9,367 LAW OFFICES 1950 0 ST 17,000 NORTH AMB. 1721 M ST 2,000 PLANNING/HEALTH 1555 N. 17TH AV 32,000 PRINT SHOP 1500 2N° ST 1,800 PUBLIC WORKS 1111 HST ST 13,000 TRAINING CENTER 1104 H ST 2,000 1150 ADMIN. 1150 O ST 36,378 DISPATCH/MEDICAL CLINIC/RECORDS 1551 N. 17TH AV 10,000 BUILDINGS & GROUNDS 1105 H ST 3,600 ALTERNATIVE PROGRAMS 1390 N. 17TH AV 2,200 FLEET SERVICES 1399 N. 17TH AV 650 RADIO SHOP 300 8TH AV 800 ALTERNATIVE COMMUNICATIONS 3105 35TH AV 1,500 1. Tasks to be performed: A. Monthly Maintenance Carpet Cleaning 1. Vacuum and maintenance -clean all traffic lanes with an approved carpet maintenance system such as encapsulation or extraction or both 2. Remove all spots, stains and gum 3. Clean all floor mats 4. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only. B. Quarterly Maintenance Carpet Cleaning 1. Move floor mats, trash cans and any other items that can be easily moved out of the way 2. Vacuum entire carpeted area wall-to-wall including under desks 3. Perform a wall-to-wall wet carpet extraction cleaning using CRI (Carpet and Rug Institute) BID REQUEST #81900067 Page 9 "Gold -Seal" or better rated equipment and process (see www.carpet-ruq.org). Bidder must provide description on how they meet jtuis requirement. 4. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only. 5. Remove all spots, stains and gum 6. Clean all floor mats 2. Special Needs Services/Areas: A. Due to security issues, some offices require Weld County staff present within the office while cleaning is performed. Special scheduling is required for these offices B. Paramedic Services at 1721 M Street: • This area is cleaned only when staff is present • Special arrangements will need to be made for carpet cleaning C. Dispatch Center at Building 1551: • Cleaning staff is required to check in with the dispatch manager on duty prior to starting with cleaning duties, especially vacuuming, so as not to interfere with dispatch communication. • Special arrangements will need to be made for carpet cleaning in the dispatch area • Dispatch must be encapsulation cleaned only D. Weld County Print Shop • These rooms can only be cleaned when staff is present • Special arrangements will need to be made for carpet cleaning E. Weld County Training Center: + Due to various training scheduling, there will be times that the cleaning staff will not have access to this building until after 10 PM on weekdays • Cleaning staff will not have access to certain offices in this building F. Alternative Programs (Work Release) • These rooms can only be cleaned when staff is present and usually between 11:00 PM and 500 AM • Special arrangements will need to be made for carpet cleaning 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 during weekdays after 6 PM. 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 access to any buildings. All work must be scheduled at least one week prior in order to arrange for Weld County personnel to unsecure D - 000 Page 10 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 and Grounds. 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 requestslinformation 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. 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. 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 worker(s) to perform work under this contract or enter into a contract with a subcontractor that fails to certify to the vendor/contractor that the subcontractor shall not knowingly employ or contract with an undocumented worker to perform work. If the vendor/contractor obtains actual knowledge work performing work under this contract knowingly employs or contracts with an undocumented worker, the vendor/contractor shall: 1. 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 2. 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. 3. 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. Page 11 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 leaning 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 (SOS) 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. PRICING Provide total pricing for Carpet Maintenance Services per month for all the buildings identified in bid. BUILDING ADDRESS SQ FEET BID PRICE 1400 ADMIN 1400 N. 17TH AV 10,014 $ 375.00 1401 ELECTIONS 1401 N. 17TH AV 14,644 $525.00 1402 MOTOR VEH 1402 N. 17TH AV 9,367 $ 355.00 LAW OFFICES 1950 O ST 17,000 $ 605.00 NORTH AMB. 1721 M ST 2,000 $ 105.00 PLANNING/HEALTH 1555 N. 17TH AV 32,000 $ 1100.00 PRINT SHOP 1500 2N° ST 1,800 $ 110.00 PUBLIC WORKS 1111 HST 13,000 $ 520.00 TRAINING CENTER 1104 H ST 2,000 $105.00 1150 ADMIN. 1150O ST 36,378 $1235.00 DISPATCH/MEDICAL CLINIC/RECORDS 1551 N. 17TH AV 10,000 $ 375.00 BUILDINGS AND GROUNDS 1105 H ST 3,600 $ 170.00 ALTERNATIVE PROGRAMS 1390 N. 17TH AV 2,200 $ 125.00 FLEET SERVICES 1399 N. 17TH AV 650 $ 75.00 RADIO SHOP 300 8TH AV 800 $ 40.00 ALTERNATIVE COMMUNICATIONS 3105 35TH AV 1,500 $ 75.00 • _ _ _ _ _ . . • - • • • C • � at the at 1105 H Street, Greeley, CO 80631. Bids will be received up to, but not later than Wednesday, March 27th, 2019 at 10:30 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #B1900067 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. #81900067. 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. BUSINESS ADDRESS PO Box 336307 E-MAIL tannerGrahamBrothersLLC.com DATE S I z Z. I Zui **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 BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director Page 13 ii I.I.*I..UJi!.r2 .11 ,111 1' I 41 • . , Buildings.ju Idt*E11pL.isI, The Public Works Building at 1111 H Street has added an additional 3,000 feet of carpet. The square foot should be amended from 13,000 square feet to 16,000 square feet. Currently reads as: I.PUBLIC WORKS 1111 H ST 13,000 BID SPECIFICATIONS SHOULD NOW READ: PUBLIC WORKS 1111 H ST I 16,000 Addendum received by: C. ia'� � +2�sHt ��L� Ac FI M 0 Cu CITY AND STATE M EMAIL ADDEND UM#2 BID REQUEST NO. B1900067 B1900067 - CARPET CLEANING - NORTH BUSINESS PARK Buildings & Grounds Dept. **PRE -BID MEETING HAS BEEN RESCHEDULED DUE TO INCLEMENT WEATHER** PAGE 1, 1. NOTICE TO BIDDERS: CURRENTLY READS: A mandatory pre -bid conference will be held on Wednesdays. March 13th. 2019 at 3:30 PM, at the Weld County Buildings & Grounds Facility, 1105 H Street, Greeley, Colorado 80631. PAGE 12, SECOND TO LAST PARAGRAPH CURRENTLY READS: A mandatory re -bid conference will be held on Wednesday. March 13th 2019 at 3:30 PM at the Weld County Buildings & Grounds Facility, located at 1105 H Street, Greeley, CO 80631. PAGE 1, 1. NOTICE TO BIDDERS: SHOULD NOW READ: A mandatory pre -bid conference will be held on Wednesday l r . March 43°1 th, 2019 at .0 )PM, at the Weld County Buildings & Grounds Facility, 1105 H Street, Greeley, Colorado 80631. PAGE 12, SECOND TO LAST PARAGRAPH SHOULD NOW READ: A man ato re -bid conference will be h. Id onWed necF March 1431 nth. ?19 at 4:00 PM at the Weld County Buildings & Grounds Facility, located at 1105 H Street, Greeley, CO 80631. * We need signed copy on file. Thank You! Addendum received by: ect FIRM ADDRESS C LL( "t Co CITY AND STATE NJ CiZ BY t,L. (i71N� EMAIL March 12, 2019 ADDENDUM#3 BID REQUEST NO. B1900067 B1900067 - CARPET CLEANING - NORTH BUSINESS PARK Buildings & Grounds Dept. Page 9 under specifications CURRENTLY READS AS: "The start date for services is May 1, 2019." BID SPECIFICATIONS SHOULD NOW READ: The start date for services is June 1, 2019. In addition, the hours that the buildings will be available to the contractor for cleaning are: Sundays from SAM to Midnight and Monday through Thursday from 6PM to Midnight. ***We need signed copy on file. Thank Youl*** Addendum received by: March 21, 2019 C,IN-P\aN\, L1k'Ce-S V\C FIRM ADDRESS CITY AND STATE M EMAIL PRbJECT: MANDATORY PRE -BID MEETING - 03/18/19 ) 4:00 PM - B1900067 - CARPET CLEANING - NORTH BUSINESS PARK LOCATION - BUILDINGS & GROUNDS FACILITY, 1105 H ST, GREELEY, CO 80631. (PLEASE PRINT INFORMATION) COMPANY 1kc,. NAME S'a f. 11# !9 fL/ CA- a41 1) ri PHONE AND FAX # r393 -G 3-9 era ,9'8O f V 3OGa33t7 t �L V ' •- EMAIL vc w rme �11c.cam ) ,y crcoJ ©GJTGG k'. �p p..o4Uejop !e t, /&c)IY1 L cost lJ .&)Z'ETY YS 'Y M &*e rses AZc4 Crirl 1 m F W9 Request for Taxpayer Give Form to the (Rev.O ber2918) identification Number and Certthcation roqiaster. Do not D partment of the Treasury send to the IRS. Internal Revenue Service I► Go to www.irmgov/FormW9 for instructions and the latest information. I Name (as shove on your income tax return), Name is required on this line: do not leave Uils fns blank. ............ 2 9unv ainuss naa!dtaregarded entity name, if different from above Graham Brothers lie m 3 Check appropriate box for federal tax ciasatf1catlon of the person whose name Is entered on line 1. Check only one of the 4 Exentptions (codes apply only to 21 following seven boxes. certain entrtio , nut individuals; see a. Instructions on ❑ C❑ Partnershl ❑ Tru5tfestate R 3): p ❑ IndNidrtaVse€s pneprbtoror Corporation ® S Corporation p O single -member LLC Exempt payee code (If any) ❑ Limited llability conparry. Enter the tax ciars#fication (C=C corporation, S=S corporation, P=Partnership) ► Note: CMck the appropriate box in the line above for the tax classt;icaUon of the singfo-mamber o7.mor. Do not check Exemption from FATCA reporting LLC if the LLC Is cdasaffiod as a singic-mentbor LLC that is disregarded from the owner unless the owner of the U -C Is a e another LLC that Is not disregarded from the owner for U.S. federal tax purposes. otherwise, a single-momborLLCthat °[Ida<M _. In disregarded from the owner should check the epproprfato box for the tax classification of its owner. 5g( LJ other le Instructions)► wr, m.�•,mr*•.;rr touhedethe U.S.) S Address (nnmt err, street, and apt. or Qufto m.) See in.^,tructtona. Regwatees tare and :ddr+ ter, (optfon.a PO Box 336307 6 City, state, and ZIP code Greeley CO 80633 7 List account nan*or(K) her (optktna4 UI Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it Is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. (dote: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requesterfor guidelines on whose number to enter. Certification Under penalties of perjury, r certify that: 1. The number shown on this form Is my correct taxpayer identification number (or lam waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting Is correct. Certification instructions. You must cross out item 2 above it you have been notified by the IRS that you are cunentty subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. 4 16 ) _) 5 11 19 _ 8 8 9I 5tdn dthr00000f Hers I U.S. person► Section references are to the Internal Revenue Code unless otherwise noted. Future developmaatta. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.Irs.govlFormW9. An individual or entity (Form W-9 requester) who is required to file an Information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), Individual taxpayer idendf catlon number ((TIN), adoption taxpayer identification number (ATIN), or employer Identification number (ElN), to report on an Information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) ions d' • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan Interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat No. 10231 x Form 99 -la (Rev. 10-2018) CORD® ACRD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 6/25/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CQNTAOT Caitlin Duncan NAME: Colorado Insurance Benefits, Inc. FAX PHONE A/C, No, Ext : 303-500 (AIC -, No): 3386 888-480-7521 ADDRESS: c.duncan@secureamins.com 6635 S. Dayton St. Suite 320 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: AMGUARD INS CO 42390 Greenwood Village CO 80111 INSURED INSURER B: Graham Brothers, LLC. INSURER C: 6296 W 3rd St INSURER 0: INSURER E: Greeley CO 80634 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY ❑ PRO- ❑ JECT LOC PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY ESINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ ANY AUTO A OWNED v AUTOS ONLY SCHEDULED /► AUTOS Y Y GRAU950604 08/01/2018 08/01/2019 BODILY INJURY (Per accident) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY (Per accident) $ $ UMBRELLA LIAB Li OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE fl AGGREGATE $ DED RETENTION $ $ ORKERS COMPENSATION ND EMPLOYERSLIABILITY Y! N - STATUTE ER E.L. EACH ACCIDENT - $ NY PROPRIETOR/PARTNER/EXECUTIVE FFICER/MEMBER EXCLUDED? ❑ N / A E.L. DISEASE - EA EMPLOYEE $ Mandatory in NH) f yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS! LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County is an additional insured in regards to the auto liability policy. There is also a waiver of subrogation in favor of Weld County on the auto liability policy. Weld County 1105 H Street 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 C44{, L. D -m- © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD A` �® CERTIFICATE OF LIABILITY INSURANCE DATE YYI 6/25/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Caitlin Duncan Secure American Insurance Inc PH A/C,, No, Ext : 303-500-3386 , No): 888-480-7521 N(AIC ADDRESS: cduncan@secureamins.com P.O Box 350999 INSURER(S) AFFORDING COVERAGE NAIC # Westminster CO 80035 INSURER A: OHIO SECURITY INS CO 24082 INSURED INSURER B: TECHNOLOGY INS CO INC 42376 INSURER C: Graham Brothers, LLC. INSURER D; 6296 W 3rd St INSURER B: INSURER F: Greeley CO 80634 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DDIYYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Y Y BKS59354285 12/14/2018 12/14/2019 EACH OCCURRENCE $ 1,000,000 PREMISES (Ea occurrence) $ 300,000 j MED EXP (Any one person) $ 5,000 PERSONAL BADV INJURY $ 1,000,000 _______________________ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ECT LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ AUTOMOBILE LIABILITY ANY AUTO OWNED r1SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ (Per accident) $ A K UMBRELLA LIAR EXCESS LIAB x OCCUR CLAIMS -MADE Y Y O5O59354285 12/14/2018 12/14/2019 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED x RETENTION $ 5,000 $ B ORKERS COMPENSATION ND EMPLOYERS' LIABILITY Y / N NY PROPRIETOR/PARTNER/EXECUTIVE FFICER/MEMBEREXCLUDED? Li Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A Y TWC3793243 05/01/2019 05/01/2020 x STATUTE I I' E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS! LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County is an additional insured in regards to the general liability and umbrella policies. There is also a waiver of subrogation in favor of Weld County on the general liability, umbrella, and work comp policies. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H Street AUTHORIZED j�REPRESENTATIVE Greeley CO 80632 C 4JL © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Entity Information Entity Name * Entity IL) * GRAHAM BROTHERS LLC t00036280 Contract Name NORTH BUSINESS PARK CARPET CLEANING Contract Status CTB REVIEW ❑ New Entity? Contract Lead SGEESAMAN Contract Lead Email sgeosamanlcowek$.CO US Contract Description* CARPET CLEANING SERVICES FOR COUNTY BUILDINGS IN THE NORTH BUSINESS PARK. Contract Description 2 Parent Contract fD Contract Type * Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND GROUNDS irate* 07/0412019 07108i2019 Amount * Department Email $589500 U will a work session with BOCC be required?* BdngGrounds@eldg v_co NO Renewable * rat YES Department Head Email Does Contract require Purchasing Dept. to be included? ' Autaatic Renewal CM-BudthngGrounds- DeptHeadweidgovCorn Grant County Attorney GENERAL COUNTY ATTORNEY EMAIL KA county Attorney Email CM- C_'OUNTYATT?RNEY`@V%IELD GOVCOM If this is a renewal enter previous Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On&ase Contract Oates Effective Date Review Date* Renewal Date 0612212020 06/22/2020 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Infer Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing r Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel TOBY TAYLOR BARB CONNOLLY BOB CHOATE OH Approved Date Finance Approved Date Legal Counsel Approved Date 0&27/2019 06/27/201 /27.12019 Final Approva ROCC Approved Tyler Ref # AG 070119 C Signed Date ROCC Agenda Date 07101/2019 Oiginator SGEESAMAN -co WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & UNIOUE FACILITY SERVICES LLC CARPET CLEANING -NORTH BUSINESS PARK �yT THIS AGREEMENT is made and entered into thisO0/ day of 2019_, by and between the County of Weld, a body corporate and politic of the State of C�lorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Unique Facility Services, LLC, a corporation, whose address is 2405 Dotsero Avenue Loveland, CO 80538 hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B1900067". The REP 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 ad\G- \a1 �c c�1 by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods, longer than, one year. Therefore, within the thirty (30) days preceding the anniversary date..of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees, to pay monthly an amount no greater than $4,435.00, whichis 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. Unique Facility Services, LLC Attn: Spartaki Khubashvili-Owner Address: 2405 Dotsero Avenue Address: Loveland, CO 80538 E-mail: kspartacus@outlook.com Telephone: (970) 980-1846 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 og v.com Facsimile: 970.304.6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds, for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties.: 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any -of the immunities, rights, benefits, protections or other provisions, of the Colorado. Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 24 April , 2019. CONTRACTOR: Unique Facility Services, LLC By: Spartaki Khubashvili Name: Title: Owner WELD COU Y: ATTEST: Weld Q)inty Clerk to the,B< BY: Deputy Date 04/24/2019 day of BOARD OF COUNTY COMMISSIONERS WELD COUNT'S', COLORADO , Chair ' MAY 2 9 2019 0Zoi 9- /c,27�-- REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: FEBRUARY 27, 2019 Exhibit A BID NUMBER: #81900067 DESCRIPTION: CARPET CLEANING - NORTH BUSINESS PARK DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: MARCH 13, 2019 BID OPENING DATE: MARCH 27, 2019 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: CARPET CLEANING — NORTH BUSINESS PARK A mandatory pre -bid conference will be held on Wei County Buildings & Grounds Facility, 1105 H Street, G 80631. at the Weld Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150 O Street, Room #107, Greeley, CO 80631, until: 10:30 AM on Wednesday. March 27th, 2019 (Weld County Purchasing Time Clock). 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at https:/lwww.weldgovcom/departmentslr)urchasing located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107, Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. 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 it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/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 be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/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 preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. 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 BID REQUEST #B1900067 - Page 2 Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C. R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of BID REQUEST #B1900067 Page 3 the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. BID REQUEST #61900067 Page 4 K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. Countyshall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful BID REQUEST #131900067 Page 5 bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S.-§§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations,- or -authorizes -funding to the -successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements` Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all BID REQUEST #61900067 Page 6 times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director -by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arisingor recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. BID REQUEST #B1900067 Page 7 Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #81900067" Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING:. CARPET CLEANING - NORTH BUSINESS PARK SPECIFICATIONS Weld County is seeking bids to perform carpet cleaning/maintenance services for its buildings located in the WELD COUNTY NORTH BUSINESS PARK. The start date for services is May 1, 2019. The carpets in the business park are to be cleaned monthly after 6 PM on weekdays per the requirements detailed in this bid. The buildings are: BUILDING INFORMATION FOR CARPET BUILDING ADDRESS SQUARE FEET 1400 ADMIN 1400 N. 17TH AV 10,014 1401 ELECTIONS 1401 N. 17TH AV 14,644 ' 1402 MOTOR VEH 1402 N. 17TH AV .9,367 LAW OFFICES 1950 O ST 17,000 NORTH AMB 1721MST ST 2,000 PLANNING/HEALTH 1555 N. 17TH AV 32,000 PRINT SHOP 1500 2ND ST 1,800 PUBLIC WORKS 1111 H ST 13,000 TRAINING CENTER 1104 H ST 2,000 1150 ADMIN. 1150 0 ST 36,378. DISPATCH/MEDICAL CLINIC/RECORDS 1551 N. 17TH AV 10,000 BUILDINGS & GROUNDS 1105 H ST 3,600 ALTERNATIVE PROGRAMS 1390 N. 17TH'AV 2,200 FLEET SERVICES 1399 N. 17TH AV 650 RADIO SHOP 300 8TH AV 800 ALTERNATIVE ' COMMUNICATIONS 3105 35TH AV 1,50O 1. Tasks to be performed: A. Monthly Maintenance Carpet Cleaning 1. Vacuum and maintenance -clean all traffic lanes with an approved carpet maintenance system such as encapsulation or extraction or both 2. Remove all spots, stains and gum - 3. Clean all floor mats 4. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only. B. Quarterly Maintenance Carpet Cleaning 1. Move floor mats, trash cans and any other items that can be easily moved out of the way 2. Vacuum entire carpeted area wall-to-wall including under desks 3. Perform a wall-to-wall wet carpet extraction cleaning using CRI (Carpet and Rug Institute) BID REQUEST #B1900067 Page 9 "Gold -Seal" or better rated equipment and process (see www.carpet-rug.org). Bidder must provide description on how they meet this requirement. 4. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only. 5. Remove all spots, stains and gum 6. Clean all floor mats 2. Special Needs Services/Areas: A. Due to security issues, some offices require Weld County staff present within the office while cleaning is performed. Special scheduling is required for these offices B. Paramedic Services at 1721 M Street: • This area is cleaned only when staff is present • Special arrangements will need to be made for carpet cleaning C. Dispatch Center at Building 1551: • Cleaning staff is required to check in with the dispatch manager on duty prior to starting with cleaning duties, especially vacuuming, so as not to interfere with dispatch communication. • Special arrangements will need to be made for carpet cleaning in the dispatch area • Dispatch must be encapsulation cleaned only D. Weld County Print Shop • These rooms can only be cleaned when staff is present • Special arrangements will need to be made for carpet cleaning E. Weld County Training Center: • Due to various training scheduling, there will be times that the cleaning staff will not have access to this building until after 10 PM on weekdays • Cleaning staff will not have access to certain offices in this building F. Alternative Programs (Work Release) • These rooms can only be cleaned when staff is present and usually between 11:00 PM and 5:00 AM • Special arrangements will need to be made for carpet cleaning 3. General Operating Instructions. The following is a listing of General Operating Instructions: A. Notify budding 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 during weekdays after 6 PM. 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 access to any buildings. All work must be scheduled at least one week prior in order to arrange for Weld County personnel to unsecure BID REQUEST #B1900067 Page 10 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 and Grounds. 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 by Contractor. 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. 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 worker(s) to perform work under this contract or enter into a contract with a subcontractor that fails to certify to the vendor/contractor that the subcontractor shall not knowingly employ or contract with an undocumented worker to perform work. If the vendor/contractor obtains actual knowledge work performing work under this contract knowingly employs or contracts with an undocumented worker, the vendor/contractor shall: 1. 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 2. 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. 3. 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. BID REQUEST #81900067 Page 11 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. PRICING Provide total pricing for Carpet Maintenance Services per month for all the buildings identified in bid.. BUILDING ADDRESS SQ FEET BID PRICE 1400 ADMIN 1400 N. 17TH AV 10,014 $ 1401 ELECTIONS 1401 N. 17TH AV 14,644 $ 1402 MOTOR VEH 1402 N. 17TH AV 9,367 $ LAW OFFICES 1950O ST 17,000 $ NORTH AMB. 1721 M ST 2,000 $ PLANNING/HEALTH 1555 N. 17TH AV 32,000 $ PRINT SHOP 1500 2"° ST 1,800 $ PUBLIC WORKS 1111 H ST 13,000 $ TRAINING CENTER .1104 HST ST 2,000 $ 1150 ADMIN. 1150O8T ST 36,378 $ DISPATCH/MEDICAL CLINIC/RECORDS 1551 N. 17TH AV 10,000 $ BUILDINGS AND GROUNDS 1105 H ST 3,600 $ ALTERNATIVE PROGRAMS 1390 N. 17TH AV 2,200 $ FLEET SERVICES 1399 N. 17TH AV 650 $ RADIO SHOP 3008" AV 800 $ ALTERNATIVE COMMUNICATIONS 3105 35TH AV 1,500 $ Carpet Maintenance Services TOTAL for all buildings (Per Month) $ Buildings & Grou P Bids will be received up to, but not later than Wednesday, March 27th, 2019 at 10:30 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #81900067 Page 12 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1900067. 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 FAX TAX ID # PRINTED NAME AND TITL SIGNATURE E-MAIL [*l **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: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B1900067 Page 13 ADDENDUM. #1. BID REQUEST NO. B1900067 B1900067 - CARPET CLEANING - NORTH BUSINESS PARK Buildings & Grounds Dept. The Public Works Building at 1111 H.Street has added an additional 3,000 feet of carpet. The square foot should be amended from 13,000 square feet to 16,000 square feet. Currently reads as:. PUBLIC WORKS 1111--H ST 13,000 BID SPECIFICATIONS SHOULD NOW READ: PUBLIC WORKS 1111 H ST I 16,000 ***We need signed copy on file.. Thank Yowl'""* Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL March 6, 2019 ADDENDUM#3 BID REQUEST NO. B1900067 B1900067 - CARPET CLEANING - NORTH BUSINESS PARK Buildings & Grounds Dept. Page 9 under specifications CURRENTLY READS AS: "The start date for services is May 1, 2019." BID SPECIFICATIONS SHOULD NOW READ: The start date for services is June 1, 2019. In addition, the hours that the buildings will be available to the contractor for cleaning are: Sundays from 8AM to Midnight and Monday through Thursday from 6PM to Midnight. ***We need signed copy on file. Thank Youl*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL March 21, 2019 REQUEST FOR BID WELD COUNTY, COLORADO 11500 STREET GREELEY, CO 80631 DATE: FEBRUARY 27, 2019 Exhibit A BID NUMBER: #81900067 DESCRIPTION: CARPET CLEANING - NORTH BUSINESS PARK DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: MARCH 13, 2019 BID OPENING DATE: MARCH 27, 2019 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: CARPET CLEANING — NORTH BUSINESS PARK A mandatory pre -bid conference will be. held on Wednesday. March 13th. 2019 at 3:30 PM, at the Weld County Buildings & Grounds Facility, 1105 H Street, Greeley, Colorado 80631. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 11500 Street, Room #107, Greeley, CO 80631, until: 10:30 AM on Wednesday. March 27th, 2019 (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 1-8 MAYBE 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You car find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldgov.com/departments/purchasing located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Deliver. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150O Street, Room #107, Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by 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 it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompanythe signature of anyone not otherwise authorized to bind the Bidder. Al! corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place.. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/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 preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality, it is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. 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 BID REQUEST #61900067 Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages_ Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential, information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of BID REQUEST #B1900067 Page 3 the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void_ G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H_ Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. BID REQUEST #61900067 Page 4 K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful BID REQUEST #81900067 Page 5 bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all BID REQUEST #61900067 Page 6 times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. BID REQUEST #B1900067 Page 7 Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful buid a_ id f J i____- uiuder agrees Lu pruviue pruui ui III UranUe iue au SUChi suuuunuautUIS, iiiuepenueiit euruiauiuis, 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 #B1900067 �^ Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: SPECIFICATIONS Weld County is seeking bids to perform carpet cleaning/maintenance services for its buildings located in the WELD COUNTY NORTH BUSINESS PARK. The start date for services is May 1, 2019. The carpets in the business park are to be cleaned monthly after 6 PM on weekdays per the requirements detailed in this bid. The buildings are: BUILDING INFORMATION FOR CARPET BUILDING ADDRESS SQUARE FEET 1400 ADMIN 1400 N. 17TH AV 10,014 1401 ELECTIONS 1401 N. 17TH AV 14,644 1402 MOTOR VEH 1402 N. 17TH AV 9,367 LAW OFFICES 1950 O ST 17,000 NORTH AMB. 1721 MST 2,000 PLANNING/HEALTH 1555 N. 17 AV 32,000 PRINT SHOP 15002N° ST 1,800 PUBLIC WORKS 1111 HST 13,000 TRAINING CENTER 1104 H ST 2,000 1150 ADMIN. 1150 O ST 36,378 DISPATCH/MEDICAL CLINIC/RECORDS 1551 N_ 17TH AV 10,000 BUILDINGS & GROUNDS 1105 HST.. ST 3,600 ALTERNATIVE PROGRAMS 1390 N. 17TH AV 2,200 FLEET SERVICES 1399 N. 17TH AV 650 RADIO SHOP 300 8TH AV 800 ALTERNATIVE COMMUNICATIONS 3105 35TH AV 1,50O 1. Tasks to be performed: A. Monthly Maintenance Carpet Cleaning 1. Vacuum and maintenance -clean all traffic lanes with an approved carpet maintenance system such as encapsulation or extraction or both 2. Remove all spots, stains and gum 3. Clean all floor mats 4. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only. B. Quarterly Maintenance Carpet Cleaning 1. Move floor mats, trash cans and any other items that can be easily moved out of the way 2. Vacuum entire carpeted area wall-to-wall including under desks 3. Perform a wall-to-wall wet carpet extraction cleaning using CRI (Carpet and Rug Institute) BID REQUEST #81900067 "Gold -Seal" or better rated equipment and process (see www.caroet-rug.org). Bidder must provide description on how they meet this requirement. 4. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only. 5. Remove all spots, stains and gum 6. Clean all floor mats 2. Special Needs Services/Areas: A. Due to security issues, some offices require Weld County staff present within the office while cleaning is performed. Special scheduling is required for these offices B. Paramedic Services at 1721 M Street: • This area is cleaned only when staff is present • Special arrangements will need to be made for carpet cleaning C. Dispatch Center at Building 1551: • Cleaning staff is required to check in with the dispatch manager on duty prior to starting with cleaning duties, especially vacuuming, so as not to interfere with dispatch communication. • Special arrangements will need to be made for carpet cleaning in the dispatch area • Dispatch must be encapsulation cleaned only D. Weld County Print Shop • These rooms can only be cleaned when staff is present • Special arrangements will need to be made for carpet cleaning E. Weld County Training Center: • Due to various training scheduling, there will be times that the cleaning staff will not have access to this building until after 10 PM on weekdays • Cleaning staff will not have access to certain offices in this building F. Alternative Programs (Work Release) • These rooms can only be cleaned when staff is present and usually between 11:00 PM and 500 AM • Special arrangements will need to be made for carpet cleaning 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 during weekdays after 6 PM. 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 access to any buildings. All work must be scheduled at least one week prior in order to arrange for Weld County personnel to unsecure BID REQUEST #B1900067 Page 10 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 and Grounds. 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 by Contractor. 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. 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 worker(s) to perform work under this contract or enter into a contract with a subcontractor that fails to certify to the vendor/contractor that the subcontractor shall not knowingly employ or contract with an undocumented worker to perform work. If the vendor/contractor obtains actual knowledge work performing work under this contract knowingly employs or contracts with an undocumented worker, the vendor/contractor shall: 1. 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 2. 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. 3. 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. wwww BID REQUEST #B1900067 Page 11 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. PRICING Provide total pricing for Carpet Maintenance Services per month for all the buildings identified in bid.. BUILDING ADDRESS SQ FEET BID PRICE 1400 ADMIN 1400 N. 17TH AV 10,014 $ 1401 ELECTIONS 1401 N. 17TH AV 14,644 $ 1402 MOTOR VEH 1402 N. 17TH AV 9,367 $ LAW OFFICES 1950O ST 17,000 $ NORTH AMB, 1721 M ST 2,000 $ PLANNING/HEALTH 1555 N. 17TH AV 32,000 $ PRINT SHOP .1500210 ST 1,800 $ PUBLIC WORKS 1111 HST ST 13,000 $ TRAINING CENTER 1104 H ST 2,000 $ 1150 ADMIN. 1150 O ST 36,378 $ DISPATCH/MEDICAL CLINIC/RECORDS 1551 N. 17TH AV 10,000 $ BUILDINGS AND GROUNDS 1105 HST 3,600 $ ALTERNATIVE PROGRAMS 1390 N. 17TH AV 2,200 $ FLEET SERVICES 1399 N. 17TH AV 650 $ RADIO SHOP 300 8TH AV 800 $ ALTERNATIVE COMMUNICATIONS 3105 35TH AV 1,500 $ Carpet Maintenance Services TOTAL for all buildings (Per Month) $ at the ip Bids will be received up to, but not later than Wednesday, March 27th, 2019 at 10:30 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #81900067 Page 12 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #131900067. 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 TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** 1 1111 • b• O • 9 : ., ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board i1iI1 O &! :1 iI,, BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director Page 13 The Public Works Building at 1111 H Street has added an additional 3,000 feet of carpet. The square foot should be amended from 13,000 square feet to 16,000 square feet. Currently reads as: [PUBLIC WORKS 1111 H ST 13,000 PUBLIC WORKS '1111 H ST 16,000 Addendum received by: FIRM r• - BY EMAIL March 6, 2019 ADDENDUM#3 BID REQUEST NO. B1900067 81900067 - CARPET CLEANING - NORTH BUSINESS PARK Buildings & Grounds Dept. Page 9 under specifications CURRENTLY READS AS: "The start date for services is May 1, 2019." BID SPECIFICATIONS SHOULD NOW READ: The start date for services is June 1, 2019. In addition, the hours that the buildings will be available to the contractor for cleaning are: Sundays from SAM to Midnight and Monday through Thursday from 6PM to Midnight. ***We need signed copy on file. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL March 21, 2019 P h -K, t .'2, M w P V R . __..r i Y l it • T r• - ...' Vii. 'pP 4. Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. I hereby waive my right to a sealed bid. Thank you REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: FEBRUARY 27, 2019 BID NUMBER: #B1900067 DESCRIPTION: CARPET CLEANING - NORTH BUSINESS PARK DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: MARCH 13, 2019 BID OPENING DATE: MARCH 27, 2019 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, 'Weld County"), wishes to purchase the following: CARPET CLEANING — NORTH BUSINESS PARK' A mandatory pre -bid conference will be held on Wednesday. March 13th, 2019 at' 3:30:PM. at the Weld County Buildings & Grounds Facility, 1105 H Street, Greeley, Colorado 80631. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150 O Street, Room #107, Greeley, CO 80931, until: 1.0:30 AM on Wednesday. March 27th, 2019 (Weld County Purchasing Time Clock) 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: .On the Weld County Purchasing website at https://ww.w:weldgdv.cbm/departrnentstpurchasinq located under "Current Requests". And, on the Bidnet Direct website at. www:bidnetdirect.corn . Weld County Government is a member of BidNet Direct BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized.system. 1. Email. Emailed bids are preferred.. Bids may be emailed to: b-ids@weIdgov.com.Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. . 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150O Street, Room #107, Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any..Questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by 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 it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/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 be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid'Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request toandapproval 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 preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officerof Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it doesnot 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 BID REQUEST #81900067 Page 2 Agreement, through participation in the E -Verify program or the State of Colorado. program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actualknowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to. establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable'requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment.. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado' program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of.age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor,, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of -the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets .and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all' documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of BID REQUEST #81900067 Page 3 the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10=101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for -all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices: F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. BID REQUEST #B1900067 Page 4 K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement ,may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful. bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion,. shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions. of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, andsecurity interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful BID REQUEST #B1900067 - Page 5 bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County,' automatically terminate this Agreement -and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is -due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial InterestIConflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or 'practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods orservices provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all BID REQUEST #81000067 Page 6 times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall_.contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The.County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful, bidder from liabilities that might arise out of the performance of the work under this Contract by, the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of -The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. BID REQUEST #81900067 Page 7 Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #131900067 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: CARPET CLEANING - NORTH BUSINESS PARK SPECIFICATIONS. Weld County is seeking bids to perform carpet cleaning/maintenance services for its buildings located in the WELD COUNTY NORTH BUSINESS PARK. The start date for services is May 1, 2019. The carpets in the business park are to be cleaned monthly after 6 PM on weekdays per the requirements detailed in this bid. The buildings are: BUILDING INFORMATION FOR CARPET BUILDING _ _ ADDRESS SQUARE FEET 1.400 ADMIN .1.400 N. 17TH AV 10,014 1401 ELECTIONS 1401 N. 17TH AV 14,644 1402 MOTOR VEH 1402 N. 17TH AV 9,367 LAW OFFICES 1950 O ST 17,000 NORTHAMB. __ 1721 M ST 2,000 PLANNING/HEALTH 1555 N. 17TH AV 32,000 PRINT SHOP 1500 2ND ST _ 1,800 PUBLIC WORKS 1111 H ST 13,000 TRAINING CENTER 1104 H ST 2,000 1150 ADMIN. 1150 O ST 36,378 DISPATCH/MEDICAL CLINIC/RECORDS 1551 N. 17TH AV 10,000 BUILDINGS &,GROUNDS 1.105 H- ST ., 3,600 ALTERNATIVE PROGRAMS 1390 N. 17TH AV 2,200 FLEET SERVICES 1399 N. 17TH AV 650 RADIO SHOP 300 8TH AV 800 ALTERNATIVE COMMUNICATIONS 3105 35TH AV 1,500 1. Tasks to be performed: A. Monthly Maintenance Carpet Cleaning 1. Vacuum and maintenance -clean all traffic lanes with an approved carpet maintenance system such as encapsulation or extraction or both 2. Remove all spots, stains and gum 3. Clean all floor mats 4. Due to after-hours security issues, Weld. County requires the use of Portable Extraction cleaning equipment only. B. Quarterly Maintenance Carpet Cleaning 1. Move floor mats, trash cans and any other items that can be easily moved out of the way 2. Vacuum entire carpeted area wall-to-wallincluding under desks 3. Perform a wall-to-wall wet carpet extraction cleaning using CRI (Carpet and Rug Institute) BID REQUEST #61900067 Page 9 "Gold -Seal" or better rated equipment and process (see www.carpet-ruq.orq). Bidder.must provide description on how they meet this requirement: 4. Due to after-hours security issues, Weld County requires the use of Portable Extraction cleaning equipment only. 5. Remove all spots, stains and gum 6. Clean all floor mats 2. Special Needs Services/Areas: A. Due to security issues, some offices require Weld County staff present within the office while cleaning is performed. Special scheduling is required for these offices B. Paramedic Services at 1721 M Street: • This area is cleaned only when staff is present • Special arrangements will need to be made for carpet cleaning C. Dispatch Center at Building 1551: • Cleaning staff is required to check in with the dispatch manager on duty prior to starting with cleaning duties, especially vacuuming, so as not to interfere with dispatch communication. • Special arrangements will need to be made for carpet cleaning in the dispatch area .. Dispatch must be encapsulation cleaned only • These rooms can only be cleaned when staff is present • Special arrangements will need to be made for carpet cleaning E. Weld County Training Center: • Due to various training scheduling, there will be times that the cleaning staff will not have access to this building until after 10 PM on weekdays • Cleaning staff will not have access to certain offices in this building F. Alternative Programs (Work Release) • These rooms can only be cleaned when staff is present and usually between 11:00 PM and 5:00 AM •. Special arrangements will need to be made for carpet cleaning 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 during weekdays after 6 PM. 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 access to any buildings. All work must be scheduled at least one week prior in order to arrange for Weld County personnel to unsecure BID REQUEST #61900067 Page 10 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 and Grounds. 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 by Contractor. 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. 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 worker(s) to perform work under this contract or enter into a contract with a subcontractor that fails to certify to the vendor/contractor that the subcontractor shall not knowingly employ or contract with.an undocumented worker to perform work. If the vendor/contractor obtains actual knowledge work performing work under this contract knowingly employs or contracts with an undocumented worker, the vendor/contractor shall: 1. 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 2. 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. 3. 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. BID REQUEST #81900067 Page 11 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. ' PRICING Provide total pricing for Carpet Maintenance Services per month for all the buildings identified in bid. BUILDING ADDRESS SQ FEET BID PRICE 1400 ADMIN 1400N. 17TH AV 10,014 $283 1401 ELECTIONS 1401 N. 17TH AV 14,644 $414 1402 MOTOR VEH 1402 N. 17TH AV 9,367 $265 LAW OFFICES 1950 O ST 17,000 $475 NORTH AMB. 1721 M ST 2,000 $55 PLANNING/HEALTH 1555 N. 17TH AV 32,000 : $912 PRINT SHOP 1500 2ND ST 1,800 $ 50 PUBLIC WORKS 1111 HST 13,000 $365 TRAINING CENTER 1104 H ST 2,000 $55 . . 1150 ADMIN. 1150O ST 36,378 $1047 DISPATCH/MEDICAL CLINIC/RECORDS 1551 N. 17TH AV 10,000 $ 280 BUILDINGS AND GROUNDS 1105 H ST 3,600 $95 ALTERNATIVE PROGRAMS 1390 N. 17TH AV 2,200 $60 FLEET SERVICES- 1399 N. 17TH AV 650 $17 RADIO SHOP 300 8TH AV 800 $22 ALTERNATIVE COMMUNICATIONS 3105 35TH AV 1,500 $ 40 Carpet Maintenance Services TOTAL for all buildings (Per Month) $4,435.00 A mandatory pre -bid conference will be held on Wednesday. March 13th. 2019 at 3:30 PM at the Weld County.Buildings & Grounds Facility, located at 1105 H Street, Greeley, CO 80631. Bids will be received up to, but not later than Wednesday, March 27th, 2019 at 10:30 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #B1900067 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. #BI 900067. 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 Unique Facility servises, LLC BUSINESS ADDRESS 2405 Dotsero Ave CITY, STATE, ZIP CODE Loveland CO 80538 TELEPHONE NO 970 980 1846 FAX TAX ID # PRINTED NAME AND TITLE Spartaki Khubashvili, Owner SIGNATURE E-MAIL kspartacus@oudook.com DATE March 26, 2019 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1-8. - 8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BID REQUEST #B1 900067 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director Page 13 ACOR 7 a CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) b4r23/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies). must 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 endorsements . PRODUCER C A NAME. PHONE (S88) 202 -300% FAX _ A/C No : Hiscox Inc. 520 Madison Avenue E-MaL contact@hiscox.com ADDRESS: 32nd Floor New York, NY 10022 INSURER(S) AFFORDING covERAGE NAIC 0 INSURER A: Hiscox Insurance Company Inc 10200 INSURED INSURERB: UNIQUE FACILITY SERVICES 2405 DOTCERO AVE INSURER C: LOVELAND, CO 80538 INSURER 0: INSURERE: : INSURER F • L:UVtKAUtJ I:tKIII It;AIt NUlVl tK: KtVIJIUN NUMtStK: 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 TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY BF POLICY EXP LTR 1n1� X I COMMERCYLLGENERAI-UABILIfY EACHOCCURRENCE $ 1,000.000 I DAMAGE TO RENTED I CLAIMSMADE a OCCUR PREMISES Eaoccurrence $ 100,000 I A U I Y I I UDC-4138638-CGL-19 104/23/2019 104/23/2020 GEM AGGREGATE LIMIT APPLIES PER: I11oucvLI1 ❑ JECT Lilkoc OTHER_ AUTOMOBILE LULBIJTY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON-OWNEDHIRED AUTOS AUTOS UMBRELLA LIAB OCCUR EXCESS LIAB CI MS -MADE WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANYPROP tIETORIPARTNERIEXECUTIVE OOFFICEWMEMBEREXCLUDED? ❑ NIA PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMPIOP AGO $ S/T Gen. / $ COMBINED SINGLE LIMIT Ea ac ideM s BODILY INJURY (Per person) S BODILY INJURY (Per acd lend) $ PROPERTY DAMAGE (Per acadeni S $ EACH OCCURRENCE E.L. EACH ACCIDENT E.L. DISEASE - EA EM E.L. DISEASE - POLIC I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additlorml Remarks Schedule, may be attached I more space Is required) CERTIFICATE HOLDER CANCELLATION WELD COUNTY GOVERNMENT 1150 O St SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE $0631 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 17 1 988-201 4 ACORD CORPORATION_ All rinhtc rasarvprl ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 05/17/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME biBERK P.O. Box 113247 Stamford, CT 06911 PHONE xt • (844)472-0967 FAX (203) 654-3613 AI NA/C No E-MAIL salessu ADDRESS: PPort @biberk.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Berkshire Hathaway Direct Insurance Company 10391 INSURED Unique Facility Services, 11c. INSURER B: INSURER C: INSURER D: 2405 Dotsero Ave INSURERE: Loveland, CO 80538 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IR LT LTR TYPEOF INSURANCE ADADDL.SUER NUMBER POLICPOLICY MMIIDDY EFF MMIIDICY D EXP LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 0 CLAIMS -MADE OCCUR DAMAGE To RENTED PREMISES Ea occurrence $ 0 MED EXP (Any one person) $ 0 PERSONAL & ADV INJURY $ 0 GEN'L AGGREGATE OMIT APPLIES PER: GENERAL AGGREGATE $ 0 POLICY ❑ JECOT- El LOC PRODUCTS - COMP/OP AGG $ 0 $ OTHER: AUTOMOBILE LIABILITY GOMBINEDSINGLE LIMIT Ea accident BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY I I AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident) $ HIRED Ii NON -OWNED AUTOS ONLY AUTOS ONLY $ UMBRELLA LIAB Li OCCUR EACH OCCURRENCE S AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED I I RETENTIONS $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITYX ANYPROPRIETOR/PARTNER/EXECUTIVE YIN OFFICERAIEMBEREXCLUDED? - y I NIA N9WC093976 1/2019 1/2020 I PER STATUTE ERH E. L. EACH ACCIDENT $100,000 (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ 00 If yes, describe under DESCRIPTION OF OPERATIONS below E.L DISEASE - POLICY LIMIT s500,000 Professional Liability (Errors & Per Occurrence/ Omissions): Claims -Made Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Exclusions: Spartaki Khubashvili; IaKIIFIGAIt MVLLftK I.AIVILLLAIIUN Weld County Government Buildings 1105 H St Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. REPRESENTATIVES (�y( © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD MOI 02-17 MEMORANDUM OF INSURANCE fl DATE OF ISSUE: 05/02/2019 COMPANY: INSURED: Government Employees Insurance Company UNIQUE FACILITY SERVICES LLC One GEICO Boulevard 2405 DOTSERO AVE Fredericksburg, VA 22412 LOVELAND,CO 80538 1-866-509-9444 COVERAGES. This memorandum is furnished to you as a matter of information for your convenience. It is not intended to reflect all the terms and conditions or exclusions of such policies. This memorandum is not an insurance policy and does not amend, alter, or extend the coverage afforded by the listed policies. The insurance afforded by the listed policy is subject to all the terms, exclusions and conditions of such policies. TYPE OF INSURANCE POLICY NUMBER EFF. DATE EXP. DATE LIMITS SHOWN ARE AS REQUESTED COMMERCIAL COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY (Ea. Accident) ❑ ANY AUTO BODILY INJURY $25K/50K ❑ ALL OWNED AUTOS ❑ HIRED AUTOS ❑D SCHEDULED AUTOS ❑ NON -OWNED AUTOS 9100251039 05/03/2019 05/03/2020 (Per Person/ Per Accident) PROPERTY DAMAGE (Per accident) $15,000 LI OTHER COVERAGES COMBINED SINGLE LIMIT ❑ ANY AUTO (Ea. Accident) ❑ ALL OWNED AUTOS UNINSURED MOTORISTS ❑ HIRED AUTOS (UMCSL) ❑ SCHEDULED AUTOS 9100251039 05/03/2019 05/03/2020 ❑ NON -OWNED AUTOS UNDERINSURED ❑ MOTORISTS (UIMCSL) UNINSURED MOTORISTS $25K/50K (Per Person/ Per Accident) UNDERINSURED MOTORISTS $25K/50K (Per Person/ Per Accident) UNINSURED MOTORISTS PD (Per accident) PERSONAL INJURY PROTECTION (PIP) MED EXP INCL DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS PHYSICAL DAMAGE COVERAGE ACTIVE VEHICLE(S) VIN 2008 TOYOTA 4RUNNER UTILITY JTEBU14R28K010634 ❑ COMPREHENSIVE DEDUCTIBLE ❑ COLLISION DEDUCTIBLE ❑ N/A ❑ COMPREHENSIVE DEDUCTIBLE ❑ COLLISION DEDUCTIBLE ❑ N/A ACTIVE DRIVERS: Spartaki Khubashvili MOI 02-17 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 5, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Carpet Cleaning — North Business Park; Bid (B1900067) As advertised, this bid is to perform carpet cleaning for the North Business park. The low bid from is from Unique Facility Services LLC and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Unique Facility Services LLC for $4,435.00 per month. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 1c 1gt— WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: rturf(c)-weldgov.com E -Mail: reverett(�weldgov.com E-mail: cmpeters(c�weldgov.com Phone: (970) 400-4216, 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: MARCH 27, 2019 REQUEST FOR: CARPET CLEANING - NORTH BUSINESS PARK DEPARTMENT: BUILDINGS & GROUNDS BID NO: #81900067 PRESENT DATE: APRIL 1, 2019 APPROVAL DATE: APRIL 15, 2019 VENDOR TOTAL PER MONTH UNIQUE FACILITY SERVICES, LLC $4,435.00 2405 DOTSERO AVE LOVELAND, CO 80538 GRAHAM BROTHERS, LLC $5,895.00 PO BOX 336307 GREELEY, CO 80633 A.R.C. INCORPORATED $6,799.33 1821 E. MULBERRY FT. COLLINS, CO 80524 FLOORZ ECOCARE $6,950.00 9900 E 51ST AVE DENVER, CO 80238 GAM ENTERPRISES, INC. $7,019.58 PO BOX 9635 DENVER, CO 80209 The Department of Buildings and Grounds will review the bids. 2019-1272 Lilt Eco4 Hello