Loading...
HomeMy WebLinkAbout20211320.tiffCord vac+ IP57t 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 April 5, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Window Cleaning Services — (2021-1320) In 2021, High Plains High Rise Window Cleaning was awarded the Window Cleaning Service Contract. The bid permitted the option for annual renewal for the period of May 1, 2022 through April 30, 2023. Facilities Department is recommending approval of this annual renewal. Sincerely, Toby Taylor Director o�i� �sr22 Z62 \-3Z0 ��bUZ3 • '4«, � AMENDMENT #1 TO AGREEMENT BETWEEN WELD COUNTY AND HIGH PLAINS HIGH RISE WINDOW CLEANING This Amendment is made and entered into this 8 day of 1A PRL__ 2022, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and High Plains High Rise Window Cleaning, 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. 2021-1320, approved on May 17, 2021. 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 April 30, 2022. The term is hereby extended for one year commencing on May 1, 2022 and ending on April 30, 2023. 2. Beginning on the first day of the new term, the Fee Schedule shall remain the same as the current Fee Schedule. 3. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: 'By:\ Date l0 Name: c -Td PO\JXLLA Title: O,5t.iE.R ATTEST: ) Weld C n Clerk to the B BY: Deputy Cleri to the Bo BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Rt K. James, Chair Page 1 of 1 APR 18 2022 �/ -1,3a' New Contract Request Entity Information Entity Name* Entity ID * ❑ New Entity? HIGH PLAINS HIGH RISE WINDOW 9,00042254 CLEANING Contract Name * WINDOW CLEANING SERVICES (2021-1 320) Contract Status CTB REVIEW Contract Description * CONTRACT RENEWAL Contract Description 2 Contract ID 5719 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman'co.weId.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Type * Department Requested BOCC Agenda Due Date RENEWAL BUILDINGS AND GROUNDS Date* 0415/2022 04/202022 Amount* Department Email $24,660.00 CM- Will a work session with BOCC be required?* BuildingGrounds@weldgov.c NO Renewabt om YES Does Contract require Purchasing Dept. to be included? Department Head Email YES Automatic Renewal CM-BuildingGrounds- DeptHeadweldgov.com Bid(RFP#* Grant 82100091 County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEYCdWELDG 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 Termination Notice Period Review Date * 04`03/2023 Committed Delivery Date Renewal Date 0501?2023 Expiration Date Contact Information Contact info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date ESTHER GESICK 04/1 3/2022 Approval Process Department Head Finance Approver TOBY TAYLOR CHERYL PATTELLI DH Approved Date Finance Approved Date 04i12/2022 01113,12022 Final Approval EOCC Approved Tyler Ref AG 041822 6CC Signed Date ROCC Agenda Date 04118/2022 Originator SGEESAMAN Leqal Counsel BRUCE BARKER Legal Counsel Approved Date 04/1 3/2022 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 April 30, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Window Cleaning — Bid B2100091 As advertised, this bid is to perform window cleaning services at County buildings. In addition, this bid has an optional annual renewal for up to three more years. The low bid is from High Plains High Rise Window Cleaning and meets specifications. Therefore, Buildings and Grounds is recommending the aware to High Plains High Rise Window Cleaning in the amount of $24,660.00 annually. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 2021-1320 WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & HIGH PLAINS HIGH RISE WINDOW CLEANING WINDOW CLEANING -NORTH COUNTY THIS AGREEMENT is made and entered into this -+day of /`1. , 2021, by and between the County of Weld, a body corporate and politic of the StA to of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and High Plains High Rise Window Cleaning, a corporation, whose address is P.O. Box 21488, Cheyenne, Wyoming 82003 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. B2100091". 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 described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $24,660.00 which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for, the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor, Weld County Director of Facilities. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: High Plains High Rise Window Cleaning Attn: Roqueman Villa -Owner Address: P.O. Box 21488 Address: Cheyenne, Wyoming 82003 E-mail: hphrwindows(a,amail.com Telephone: (307) 274-6441 County: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylor4 weld ov.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 I'h day of , 2021. CONTRACTOR: High Plains High Rise Window Cleanin By: Name: U Title: 9 WELD COUr ATTEST: d2AA J WE BY Date BOARD OF COUNTY COMMISSIONERS ,UNTY, COLORADO io, Chair MAY 1 7 2021 a-l--/3av Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: APRIL 14, 2021 BID NUMBER: B2100091 DESCRIPTION: WINDOW CLEANING DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE: APRIL 22, 2021 BID OPENING: APRIL 29, 2021 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: WINDOW CLEANING A mandatory pre -bid conference will be held on April 22, 2021 at 3:30 PM at the Weld County Facilities Department, 1105 H Street, Greeley, CO 80631. Vendors must participate and record their presence at the pre - bid conference to be allowed to submit bids. We will be adhering to current state social distancing guidelines. Bids will be received for the above stated merchandise, equipment, and/or services up to, but not later than: April 2t2021 at 10:00 AM (MDT) (Weld County Purchasing Time Clock). Due to COVID-19, instead of an "in -person" bid opening, the submitted bids will be read over a Microsoft Teams Conference Call on April 29, 2021 at 10:30 AM (MDT). To join, call the phone number and enter the Conference ID provided below: Phone number: 720-439-5261 Phone Conference ID: 690756604 PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NI IMRFP RFFPPPPf Tn ARnVF- Nr)T Al I r)F THE INFORMATInN r_nNTAINFf IN PAr,FS 1 - R MAY RF 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct which is an online notification system 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. Due to COVID-19, emailed bids are required. Bids may be emailed to bidsc weldgov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to Bid Net is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400- 4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by 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 hiri not nrnn rly addressed and identified, Bids may hA withdrawn i innn written rent lest 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 Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. BID REQUEST #82100091 Page 2 §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 CRS. § 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 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 workerscompensation 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. 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. BID REQUEST #82100091 Page 4 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 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. BID REQUEST #B2100091 Page 5 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 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 forthe 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. BID REQUEST #82100091 Page 6 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. 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. BID REQUEST #82100091 Page 7 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. - IIPr• -Y. Window Bid Requirements 1.. Contractor will wash and clean the "outside" of all exterior windows, ledges, and frames. Glass must be free of streaks, smears, and visible soap residue. Interior window cleaning is not a part of this scope. 2. Accumulated dirt, paint specs, or other foreign debris must be removed from glass. 3. Frames and ledges should be scrubbed to remove all dried dirt, insects, bird droppings and other debris. 4. Cleaning will include the initial removal of all mineral deposits from all windows to be completed and inspected by the Custodial Supervisor no later than May 30th of each year and again by October 31st of the same year. a. Window Cleaners have had success in cleaning these mineral deposits by using a product called "CLR." 5. Contractor shall develop a schedule that details when each building's windows will be cleaned. 6. Contractor shall notify Weld County Custodial Supervisor of cleaning schedule (time and date) to ensure coordination of when cleaning will occur. Notification must be at least one week in advance. 7. Contractor must include in their bid a description of how the work will be completed for the windows above the Plaza West sloped metal roof (east side) and the windows on the second, third and fourth levels of the Courthouse (especially the east side). 8. Normal business hours are 8 AM — 5 PM. The Courthouse, Centennial Center and Plaza West windows will need to be cleaned afterhours or on weekends due to court being held during normal business hours. We don't want to be a distraction to court proceedings. 9. Contr ro ractoust inform the Weld County Custodial Su of ervisor all windows with rmanent dama e such as broken seals, permanent mineral deposit damage or and other permanent damage that prevents a particular window from being properllycleaned. 10. No portion of this proposal may be subcontracted without the prior written approval by the County. 11, The contractor will provide all cleaning supplies and equipment to perform the window cleaning tasks to include: scissor lifts, cherry pickers, cranes, etc. 12. Contractor to provide supervision of cleaning crews. 13. Contractor to provide uniforms for cleaning staff with company logo and badge. 14. This is an annual contact that may be renews annually for up to three additional years. Special Requirements: The following areas will require schedufng to arrange for staff to allow access: BUILDING LOCATION AREA DESCRIPTION Jail 2110 "O" St. Back of Building Securi Law Administration 1950 "O" St. West Side - Fence Planning and Health 1555 N. 17th Ave. South West Corner - Fence ICCS 1101 "H" St. North Side - Outdoor Gym Human Services Building B 315 N. 11th Ave. West Side - Fence Centennial 915 10th St. Balconies Plaza West 910 10th Ave. Balconies . - r • • 4. (:It PRICING Below is the listing of the buildings for this bid. Contractor is responsible to visit each building (exterior) and provide a cost to clean. Cost shall be provided in the spaces for each location. Provide annual cost in corresponding block below BUILDING LOCATION 1ST FLOOR 4X per year March thru October 2nd FLOOR 2X per year Spring & Fall 3rd FLOOR 2X per year Spring & Fall 4th FLOOR 2X per year Spring & Fall 1150 Administration 1150 "O" St. $ N/A N/A N/A Clerk & Recorder 1250 H St. $ Gas and Oil 1301 N. 17th Ave. $ N/A N/A N/A Motor Pool 1399 N. 17th Ave. $ N/A N/A N/A Assessor & Treasurer 1400 N. 17th Ave, $ N/A N/A N/A Information Technology 1401 N. 17th Ave. $ N/A N/A N/A Planning 1402 N. 17th Ave. $ N/A N/A N/A 1551 Communications 1551 N. 17th Ave. $ N/A N/A N/A Law Administration** 1950 "O" St. $ $ N/A N/A Plannin and Health** 1555 N. 17th Ave $ $ $ N/A Public Works 1111 "H" St. $ N/A N/A N/A Training Center 1104 "H" St. $ $ N/A N/A Facilities 1105 "H" St. $ NIA N/A N/A. Coroner 1121 "M" St. $ N/A N/A N/A North Jail** 2110 "O" St. $ N/A N/A N/A Print Shop 1500 2nd St. $ N/A N/A N/A Alternative Pro rams 1390 N. 17th Ave. $ $ N/A N/A ICCS 1101 °H" St. $ $ N/A N/A Human Services A 315 N. 11th Ave. $ $ N/A N/A Human Services B 315 N. 11th Ave. $ $ N/A N/A Human Services C 315 N. 11th Ave. $ $ $ N/A Courthouse 901 9th Ave $ $ $ $ Centennial 915 10th St. $ $ $ N/A Plaza West 910 10th Ave. $ $ $ N/A Justice Services 901 10th Ave. $ N/A N/A N/A Veteran's Services 1008 9th St. $ N/A N/A N/A Probation -Marlboro 934 9th Ave. $ $ N/A N/A Probation-918. robation-918 918 10th St. $ N/A N/A N/A Crime Lab 2329 115th Ave. $ N/A N/A N/A ** NOTE: First floor on these building is basement level BID REQUEST #82100091 Page 10 The buildings below have obstructions blocking windows that will require the use of a lift (Genie Lift) for cleaning. Please provide pricing for cleaning these unique locations. BUILDING LOCATION AREA DESCRIPTION PRICE Courthouse 901 9th Ave. East Side Windows and Ledges Marlboro Building 934 9th Ave. West Side (canopies) Plaza West 910 10th Ave. Slanted Roof Plaza West 910 101h Ave, Slanted Roof Planning and Health 1555 N. 17th Ave. Back• Entrance Planning and Health 1555 N. 17th Ave. Front Entrance Training Center 1104 "H" St. Front Slanted Roof Training Center 1104 "H" St. Back Slanted Roof ICCS 1101 "H" St. Front Entrance ICCS 1101 "H" St. East Wall Human Services A 315 N. 11th Ave. Front Entrance Human Services B 315 N. 11th Ave. Front Entrance Human Services C 315 N. 11th Ave. Front Entrance Human Services B, C 315 N. 11th Ave. Breezeway between B and C Provide annual total pricing for all items above. Annual Total of All Buildings $ 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. #B2100091. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND SIGNATURE E-MAIL DATE FAX Ir_ttI.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 Steve Moreno, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director ADDENDUM#1 BID REQUEST NO. B2100091 WINDOW CLEANING On page 9, amend item 4 and delete Item 4a. as follows: 4. Cleaning will include the initial removal of all mineral deposits from all windows to be completed and inspected by the Custodial Supervisor no later than June 30th of each year and again by October 3 St of the same year. On page 9, add item 15 as follows: 15. Below identifies the cleaning schedule: The awarded contract will be in effect from May 2021 through May 2022. This contract requires four window cleanings per year: a. One full (all levels) cleaning in the Spring (April) b. One bottom level only cleaning in June c. One bottom level cleaning in August d. And finally, the last cleaning — one full (all levels) cleaning in the fall (November) Since the first full cleaning for April 2021 has already occurred, the new contract will require the contractor to clean in the following order: a. One bottom level only cleaning in June 2021 b. One bottom level only cleaning in August 2021 c. One full (all levels) cleaning in November 2021 — to be coordinated with Grounds crews after irrigation system sprinklers have been blown out d. One full (all levels) cleaning in April 2022 ***We need signed copy on file submitted with your bid. Thank you!*** Addendum received by: FIRM ADDRESS CITY AND STATE EMAIL April 26, 2021 Exhibit B SPECIFICATION ND/OR SPE OF WORK AND PROPOSED PRICING: Window Cleaning Bid Window Bid Requirements 1. Contractor will wash and clean the "outside" of all exterior windows, ledges, and frames. Glass must be free of streaks, smears, and visible soap residue. Interior window cleaning is not a part of this scope. 2. Accumulated dirt, paint specs, or other foreign debris must be removed from glass. 3. Frames and ledges should be scrubbed to remove all dried dirt, insects, bird droppings and other debris. 4. Cleaning will include the initial removal of all mineral deposits from all windows to be completed and inspected by the Custodial Supervisor no later than May 30th of each year and again by October 31st of the same year. a. Window Cleaners have had success in cleaning these mineral deposits by using a product called "CLR." 5. Contractor shall develop a schedule that details when each building's windows will be cleaned. 6. Contractor shall notify Weld County Custodial Supervisor of cleaning schedule (time and date) to ensure coordination of when cleaning will occur. Notification must be at least one week in advance. 7. Contractor must include in their bid a description of how the work will be completed for the windows above the Plaza Nest sloped metal roof (east side) and the windows on the second, third and fourth levels of the Courthouse (especially the east side). 8. Normal business hours are 8 AM — 5 PM. The Courthouse, Centennial Center and Plaza West windows will need to be cleaned afterhours or on weekends due to court being held during normal business hours. We don't want to be a distraction to court proceedings. 9. ontractor must informhe Weld County Custodial grviso„ r-th l enttarserrt damac sh roker seaIserrnanent minedclerae�sit darn gr v t rrn ent m that prevents a tarticular win from bein rl l n+ 4 10. No portion of this proposal may be subcontracted without the prior written approval by the County. 11. The contractor will provide all cleaning supplies and equipment to perform the window cleaning tasks to include. scissor lifts, cherry pickers, cranes, etc. 12. Contractorto provide supervision of cleaning crews. 13. Contractor to provide uniforms for cleaning staff with company logo and badge. 14. This is an annual contact that may be renews annually for up to three additional years. BID REQUEST#B2100091 B2100091 Page 9 Special Requirements. The following areas will require scheduling to arrange for staff to allow access - BUILDING LOCATION AREA DESCRIPTION Jail 2110 "O" St. Back of Building (Security) Law Administration 1950 "O" St. West Side - Fence Planning and Health 1555 N. 17th Ave. South West Corner - Fence ICCS 1101 "H" St. North Side — Outdoor Gym Human Services Building B 315 N. 11th Ave. West Side - Fence Centennial 915 10th St. Balconies Plaza West 910 10th Ave. Balconies PRICING Below is the listing of the buildings for this bid. Contractor is responsible to visit each building (exterior) and provide a cost to clean. Cost shall be provided in the spaces for each location. Provide annual cost in corresponding block below BUILDING LOCATION 1ST FLOOR 4X per year March thru October 2"d FLOOR 2X per year Spring & Fall 3rd FLOOR 2X per year Spring & Fall 4th FLOOR 2X per year Spring & Fall 1150 Administration 1150 "O" St. $ 220 N/A N/A N/A Clerk & Recorder 1250 H St. $ 200 Gas and Oil 1301 N. 17th Ave. $ 100 N/A N/A . N/A Motor Pool 1399 N. 17th Ave. $ 100 N/A WA WA Assessor & Treasurer 1400 N. 17th Ave. $ 200 N/A N// NSA Information Technology 1401 N. 17th Ave. $ 200 N/A NSA , NIA Planning 1402 N. 17th Ave. $ 200 N!A WA 1551 Communications 1551 N. 17th Ave. $ 200 N/A N/A N/A Law Administration** 1950 "O" St. $ 200 $ 0 NIA N/A Planning and Health** 1555 N. 17th Ave $ 320 $ 325 $ 325 N/A Public Works 1111 "H" St. $ 400 N/A N/A N/A N/A Training Center 1104 "H" St. $ 100 $ 0 N/A Facilities 1105 "H" St. $ 100 WA N/A NIA Coroner 1121 "M" St. $ 100 N/A N/A N/A North Jail** 2110_"O" St. $ 100 N/A N/A N/A Print Shop 1500 2nd St. $ 100 N/A N/A Alternative Programs 1390 N, 17th Ave. $ 100 $ 100 N/A N/A ICCS 1101 "H" St. $ 120 $ 120 N/A N/A Human Services A 315 N. 11 th Ave. $ 150 $ 100 NIA NIA Human Services B 315 N. 11th Ave. $ 100 $ 120 N/A- N/A BID REQUEST # 82100091 Page 10 Human Services C 315 N. 11th Ave. $ 100 $ 110 $ 110 N/A Courthouse 901 9th Ave $ 550 $ 300 $ 300 $ 300 Centennial 915 10th St. $ 150 $ 100 $ 100 WA Plaza West 910 10th Ave. $ 150 250 $ 250 N/A Justice Services 901 10th Ave. $ 200 N/A /A i/A Veteran's Services 1008 9th St. $ 100 N/A WA NFA Probation - Marlboro 934 9"' Ave. $ 100 $ 100 N/A N/A Probation - 918 918 10th St. $100 N/A; AfL Crime Lab - 2329 115th Ave. ... $ 100 N/A WA N/A r i t C. rust floor on mese ouuging is oasement level The buildings below have obstructions blocking windows that will require the use of a lift (Genie Lift) for cleaning. Please provide pricing for cleaning these unique locations BUILDINGLOCATION AREA DESCRIPTION PRICE Courthouse 901 9th Ave. East Side Windows and Ledces $0 Marlboro Building 934 9th' Ave. West Side (canopies) $0 Plaza West 910 10th Ave. Slanted Roof $0 Plaza West 910 10th Ave. Slanted Roof $0 Planning and Health 1555 N. 17"' Ave. Back Entrance $0 Planning and Health 1555 N. 17th Ave. Front Entrance $0 Training Center 1104 "H" St. Front Slanted Roof $0 Training Center 1104 "H" St. Back Slanted Roof $0 lCCS 1101 "H" St. Front Entrance $0 ICCS 1101 "H" St. East Wall $0 Human Services A 315 N. 11 th Ave. Front Entrance $0 Human Services B 315 N. 11' Ave. Front Entrance $0 Human Services C 315 N. 11th Ave. Front Entrance $0 Human Services B, C 315 N. 11th Ave. Breezeway between B and C $0 Provide annual total pricing for all items above. Annual Total of All Buildings $ 24,660 BID REQUEST # 82100091 Page 11 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2100091. 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 beawarded to more than one vendor. FIRM H S&H PALLS f (r F tCn 1.' 1' ( AAl Tel l "T BUSINESS � ADDRESSP _ Q . (`)cx ,2) , CITY, STATE, ZIP CODE C_ 1#�� ,t,c ) ) 1.3! ) TELEPHONE NO-(1LI - '-(V I FAX TAX ID # PRINTED NAME AND TITLE 1 C�'t� tM j u ,A rte(" x (T SIGNATURE E-MAIL r/ _ �M DATE **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair APPROVED AS TO SUBSTANCE: BID REQUEST # B2100091 Page 12 Elected Official or Department Head WELD COUNTY IS EXEMPT FROM Controller/Purchasing Director COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED O SEND BACK PAGES 1-8. BID REQUEST#82100091 82100091 Page 13 Form (Rev. October 2018) P!ast!nnt of the Treeaury f Name (as shown on your Roaueman Villa Plains Request for Taxpayer Identification Number and Certification ► 0o to wow-bsgov/FontntN9for Instructions and the latest information. to tax return). Name Is recuired on this fine: do not leave this Jinn M•n4 awuaa entity name, Rise Window C 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/eatate single -member t.LC ❑ Umited liability company. Enter the tax 1asslflcatlon (CC corporation, S=S corporation, P=Partnerahip) ► Note; Check the appropriate box in the line above for the tax ate eeifoation of the sinpte•member owner. Do not check LLC it the LL,C is classified as asingle-member tiC that is disregarded from the owner unless the owner of the LLC Is another LLC that Is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LL.C the is disregarded from the owner should check the appropriate box for the tax clasallcatlon of its owner. Other (see Instructional ► 5 Address (number, street, and apt. or suite p.O. Box 21488 8 City, state, and ZIP code 'heyenne, WY 82003 Enter your TIN In the appropriate box. The TIN provided must match the name given on One 1 to avoid backup withholding. For this Is generally your social security number (SSN). However, fore alien, resident a, sole proprietor, or disregarded entity, see the Instructions for Part f, later. For other entitles. It is your employer I dentificaton number (EJN). If you do not have a number, see How to gate 7WN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. name or Give Form to the requester. Do not send to the IRS. 4 Exemptions (codes apply only to certain entities, not individuals: see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) OVFA a to eccdmis melnmrned outside the U.S) number 4i71-I4i7161019i710 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer Identification number (or I am waiting for a number to be issued to rne); and 2.1 am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by Me 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 AS 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. Codification kistructions. You must cross out item 2 above If you have been notified by the IRS that you ere currently subject to backup withholding because you have failed to report all interest and dividends on your tax return,. For real estate transactions, item 2 does not For acquisition or abandonment of securedrn mortgage Interest paid other then interest and dividends, �cancellation of debt, contributions to an Individual retirement arrangement {iiRA), and payments. you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 0, later. "•ter• 11JA p ura of E �!I b N.S. person ► __ DateS' General instructions - f • Form 1099-DIV (dividends, including those from stocks or mutual n etidon references are to the Internal Revenue Code unless otherwise funds) note • Form 1 099-MISC (various types of income, prizes, awards, or gross Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted proceeds) • Form -1099-B (stock or mutual fund sales and certain other after they were published, go to nwwv. &9ov/FormW9 transactions by brokers) Purpose of Form • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) An Individual or entity (Form W-9 requester) who is required to fife an information return with the IRS must obtain your correct taxpayer • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) Identification number (TIN) which may be your social Security number (SSi , I taxpayer HientiHesttan number- (fTiid adoption • Form 1099-C (canceled debt) taxpayer Id n numt7er �1TIN), or empktyer identlffcatlon number • Form 1099-A (acquisition or abandonment of securedproperty) ( Q (EiN), to report on an Information return the amount paid to you, or other amount reportable on an Information return, Examples of information Use Form W--9 only If you are a U.S. person (including a resident alien), to provide your correct TIN. returns Include, but are not limited to, the bwing. • Form 1099-INT (interest earned or If you okr not return Form W-9 to The requesfar with a IN, you might be paid) subject to backup withtfotding, See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) OFFICE OF THE SECRETARY OF STATE OF THE STATE OF COLORADO CERTIFICATE OF FACT OF TRADE NAME I, Jena Griswold , as the Secretary of State of the State of Colorado, hereby certify that, according to the records of this office, a Statement of Trade Name for: High Plains High Rise Window Cleaning (Entity ID # 20201419824 ) was filed in this office on 05/12/2020 with an effective date of 05/12/2020 . This certificate reflects facts established or disclosed by documents delivered to this office on paper through 04/08/2021 that have been posted, and by documents delivered to this office electronically through 04/09/2021 @ 16:16:25. I have affixed hereto the Great Seal of the State of Colorado and duly generated, executed, and issued this official certificate at Denver, Colorado on 04/09/2021 @ 16:16:25 in accordance with applicable law. This certificate is assigned Confirmation Number 13086729 Secretary of State of the State of Colorado *********************************************End of Certificate******************************************* Notice: A certificate issued electronically from the Colorado Secretary of State's Web site is fully and immediately valid and elective. However, as an option, the issuance and validity of a certificate obtained electronically may be established by visiting the Validate a Certificate page of the Secretary of State's Web site, http://www-sos.state.co.us/biz/CertifcateSearchCriteria.do entering the certificate's confirmation number displayed on the certificate, and following the instructions displayed. Confirming the issuance of a certificate is merely optional and is not necessary to the valid and effective issuance of a certificate. For more information, visit our Web site, http://www.sos.state.co.us/ click "Businesses, trademarks, trade names" and select "Frequently Asked Questions." State of Wyoming Department of Workforce Services 5221 Yellowstone Rd Cheyenne, WY 82002 Mark Gordon 307.777.6763 - Fax:307.777.5298 Robin Sessions Cooley, J.D. Governor http://www.wyomingworkforce.org Director Elizabeth Gagen, J.D. Deputy Director Recipient: Employer: WELD COUNTY ROQUEMAN VILLA Attn: PO BOX 21488 1150O STREET CHEYENNE, WY GREELEY, CO 80631 82003-7028 WORKERS' COMPENSATION CERTIFICATE OF GOOD STANDING Mail Date: 5/7/2021 EXPIRATION DATE: 5/7/2022 Job Reference: weld county This is to certify that the above named employer is in compliance with the Wyoming Workers' Compensation Act. The account is in good standing as of the above date. Wyoming Workers' Compensation monthly/quarterly payroll reports shall be submitted and payments made on or before the last day of the month following the month for which the earnings are computed and paid. Prime contractors may verify good standing of a sub -contractor's business by contacting the Division by telephone, after the initial certificate has been issued. In private work, a contractor is liable for the payment of Workers' Compensation premiums for the employees of any subcontractor, if the subcontractor primarily liable has not paid the premiums as provided in the Act, pursuant to Wyoming Statute 27-14-206. Contractors should request a Certificate of Good Standing from the subcontractor before making final settlement of the contract. If you have any further questions or concerns, please contact our office at 307-777-6763. Sincerely, Office Support Specialist Division of Workers' Compensation �T AL tJKr(J CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 05/07/2021 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 BYTHE 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, thepolicy(iss)musthaveADDITIONALINSUREDprovisionsorbeendorsed.IfSUBROGATIONISWAIVED,subjecttothetermsand 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: Amy Majewski Kraft Lake Insurance Agency PHONE FAX PO Box 1426 -Loo 3115 (A/C, NO, EXT): 307-635-2208 (A/C, NO): 307-638-4696 E-MAIL ADDRESS: amajewski@farmersagent.com Grand Rapids MI 49501-2450 INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURERA: Truck Insurance Exchange 21709 Roqueman Villa DBA High Plains High Rise Window Cleaning PO Box 21488 INSURERS: Farmers Insurance Exchange 21652 INSURER C: Mid Century Insurance Company 21687 INSURER D: Kinsale Insurance Company INSURER E: Cheyenne WY 82003 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME 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 ALLTHE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDTL INSD SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea Occurrence) $ 100,00 MED EXP (Any one person) $ PERSONAL&ADVINJURY $ 1,000,00 D 0100145077-0 1 03/25/2021 03/25/2022 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,00 POLICY ❑ PROJECT ❑ LOG PRODUCTS- COMP/OPAGG $ 2,000,00 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILYINJURY(Perperson) $ ANYAUTO BODILY INJURY (Per accident) $ p` ONLY AUTOS OWNED AUTOS X SCHEDULED Y Y 606792197 05/07/2021 05/07/2022 PROPERTY DAMAGE (Peraccident) $ HIRED AUTOS NON -OWNED ONLY AUTOSONLY S $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED j RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY PER STATUTE I OTHER $ ANY PROPRIETOR/PARTNER/ Y/N EXECUTIVE OFFICER/MEMBER N/A E. L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below j E.LDISEASE- POLICYLIMIT $ _____ ___ r _______ __ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) CERTIFICATE HOLDER Weld County CANCELLATION 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_n _A It A /1 . _ ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All Rights Reserved 41-17F,q 11-15 The ACORD name and loan are registered marks of ACORD New Contract Request Entity information Entity Name* Entity Itl * ❑ New Entity? HIGH PLAINS HIGH RISE WINDOW fl042254 CLEANING Contract Name * WINDOW CLEANING Contract Status CTB R Contract Description* 2021 WINDOW CLEANING CONTRACT .iirriti Contract Type * CONTRACT Amount * $24,660.00 Renewable YES Automatic Renewal Grant Depamnent BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds eldgov.c om Department Head it CM-BuildingGrounds- DeptHead eldgc .com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM - CCU Y ORNEY@ELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Contract ID 4742 i 4 a a Contract lead Email sg ee samanco.weId.co. u s Requested BOCC Agenda Date * 05,12 2021 Parent Contract ID Requires Board Approval YES r ` �r� ! it ` i i � '.w •� Due Date 051082x021 r f a t ta11Tr;.. w .. /RFP#* 821 00091 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 ew Date * Renewal Date * 041/04i2022 05,02/2022 Termination Notice Period Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Purchasing Approved Date 05;1112021 Approval Process Department Head Finance r Legal Counsel TOBY TAYLOR BARB CONNOLLY BOB CHOATE DH Approved Date Finance Approved Date Legal Counsel Approved Date 05110/2021 05{11 12021 05/11,`2021 Final Approval Tyler Ref #' AG 051721 ROCC Signed Date ROCC Agenda Date 05'1 7/2021 • tIiiT Hello