Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20195105.tiff
CW+W� ID# s-1zo 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: Downtown & Crime Lab/Evidence Storage Custodial Services Renewal — (2019-5105) In 2020, Oband's Janitorial was awarded the Custodial Services contract for the Downtown Buildings and the Crime Lab/Evidence Storage. The bid permitted the option for annual renewal for the period of May 11, 2022 through May 10, 2023. Facilities Department is recommending approval of this annual renewal. Sincerely, Toby Taylor Director Q12 () ci—n B'I ZZ ZOl9 -51 OS gC-► OOZI AMENDMENT #3 TO AGREEMENT BETWEEN WELD COUNTY AND OBAND'S JANITORIAL COMPANY This Amendment is made and entered into this day o 022, by and between the Board of Weld County Commissioners, on behalf of the Facili ies Department, hereinafter referred to as the "Department", and Oband's Janitorial Company, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-5105, approved on April 20, 2020. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement will end on May 10, 2022. The term is hereby extended for one year commencing on May 11, 2022 and ending on May 10, 2023. 2. All other terms and conditions of the Original Agreement, to include Amendment #1, remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: Obd's Janitorial Co. By: (i Date April x/2022 r Name: ddy Obando Title: President BOARD OF COUNTY COMMISSIONERS ATTEST: �- �°°' �" WELD COUNTY, COLORADO Weld C n y Clerk to the Bo rd BY Deputy Cl to t B „� ott K. James, Chair APR 18 2022 New Contract Request Entity Information Entity Name * Entity ID * ❑ New Entity? OBAND'S JANITORIAL COMPANY @000310131 Contract Name DOWNTOWN BUILDINGS & CRIME LAB (2019-5105) Contract Status CTB REVIEW Contract Description CUSTODIAL CONTRACT RENEWAL Contract Description 2 Contract ID 5720 Contract Lead SGEESAMAN Contract Lead Email sgeesaman@coSweId.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Type Department Requested BOCC Agenda Due Date RENEWAL BUILDINGS AND GROUNDS Date* 04/16/2022 04;20;2022 Amount* Department Email $1 3,225.00 CM- Will a work session with BOCC be required?* BuildingGroundsL@weldgov.c NO Renewable * one YES Does Contract require Purchasing Dept. to be included? Department Head Email YES Automatic Renewal CM-BuildingGrounds- DeptHeadweldgov.com Bid/RFP#* Grant 81900153 County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY@@WELDG OV.COM if this is a renewal enter previous Contract ID If this is part of a MSA enter NASA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* Renewal Date* 04;03,2023 05; 11x2023 Termination Notice Period Committed Delivery Date Expiration Date 05/10;2023 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purching Purchasing oveer Purchasing Approved Date ESTHER GESiCK 84/13 2022 Approval Process Department t Finance Approver Legal Counsel TOBY TAYLOR CHERYL PATTELLU BRUCE BARKER OH Approved Date Finance Approved Date Legal Counsel Approved Date 04'12/2022 04,` 13 `2022 04/132022 Final Approval ROCC Approved Tyler Ref # AG 041822 BOCC Agenda Date 04, 18/2022 Originator SGEESAMAN 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 May 4, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Downtown & Crime Lab/Evidence Storage Custodial Services Renewal — (2019-5105) In 2020, Oband's Janitorial was awarded the Custodial Services contract for the Downtown Buildings and the Crime Lab/Evidence Storage. The bid permitted the option for annual renewal for the period of May 11, 2021 through May 10, 2022_ Facilities Department is recommending approval of this annual renewal. Sincerely, Toby Taylor Director 5—/ 7e,Z/ c2'/9- 6/ac ce. o��-i AMENDMENT #2 TO AGREEMENT BETWEEN WELD COUNTY AND OBAND'S JANITORIAL COMPANY This Amendment is made and entered into this 4T" day of May, 2021, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as the "Department", and Oband's Janitorial Company, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-5105, approved on April 20, 2020. WHEREAS the parties hereby agree to amend the terms of the Agreement in accordance with the terms provided herein. NOW THEREFORE, the parties hereto covenant and agree that the Agreement shall be amended as follows: 1. The current term of the Agreement will end on May 10, 2021. The term is hereby extended for one year commencing on May 11, 2021 and ending on May 10, 2022. 2. All other terms and conditions of the Original Agreement, to include Amendment #1, remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed this Amendment as of the day, month, and year first above written. CONTRACTOR: band's Janitorial By: Name: Eddy Oband Title: President ATTEST: Weld oihtv Clerk to the BY: Deputy Clerk to F� rd Company Date BOARD OF COUNTY COMMISSIONERS !1 WELD COUNTY, COLORADO Moreno, Chair MAY 1 7 2021 Page I of 1 New Contract Request Entity Information Entity Name* Entity ID * ❑ New Entity? OBAND'S JANITORIAL COMPANY J0031031 Contract Name * DOWNTOWN BUI LDINGS !CRIME LAB! EVIDENCE STORAGE JANITORIAL RENEWAL (2019-5105 Contract Status CTB REVIEW Contract Description* RENEW CONTRACT FOR JANITORIAL SERVICES Contract Description 2 Contract ID 4749 Contract Lead SGEESAMAN Contract Lead Email sgeesarnanco.weId.co.us Parent Contract ID Requires Board Approval YES Department Project #k Contract Type * Department Requested ROCC Agenda Due Date RENEWAL BUILDINGS AND GROUNDS Date* 05:06/2021 051012021 Amount* Department Email $13,225.00 CM- Will a work session with BOCC be required?* BuildingGrounds@weldgov.c NO Renewable* om YES Does Contract require Purchasing Dept. to be induded? Department Head Email YES Automatic Renewal CM-BuildingGrounds- DeptHead@weldgov.com Bid(RFP#* Grant 61900153 County Attorney GENERAL COUNTY rGA ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORNEY!-WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 04#04{2022 05,r 10,F`2022 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing ApprovePUIC1IaS1nCJ Approver Purchasing Approved Date R OB TURAF 05 "1 1 !2021 Approval Process Department Head Finance Approver Legal Counsel TOBY TAYLOR CHRIS D'OV1DRO BOB CHOATE DH Approved Date Finance Date Legal Counsel Approved Date 050512 21 05w'0512021 05/1112021 Final Approval BOCC Approved Tyler Ref AG 051721 BOCC Agenda e 05,F 1712021 Originator SGEESAMAN DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 15, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Custodial Services — Downtown & Crime Lab — Bid 1900153 The Human Services custodial bid was awarded Oband's Janitorial Co. through Bid 1900153. As a result of COVID-19 response, additional disinfection is needed at the 918 Probation building. To accomplish this scope of work an amendment to their contract for $480.00 per month is needed: Therefore, Buildings and Ground is recommending approval of the attached contract amendment. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director £rv4r\ , t' (O9 ( O (rr1) Q019.5 0S &GOOaI CONTRACT AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS AND GROUNDS AND OBAND'S JANITORIAL CO. This Agreement Amendment ("Amendment"), made and entered into 1y of December; 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings & Grounds, hereinafter referred to as the "Department", and Oband's Janitorial Co., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-5105, approved on 04-20-2020, and WHEREAS, on March 28, 2020 President Donald Trump declared that a major disaster exists in the State of Colorado and ordered Federal assistance to supplement State, tribal, and local recovery efforts in the areas affected by the Coronavirus Disease 2019 {COVID-19) pandemic beginning on January 20, 2020, and continuing, and WHEREAS, on March 11, 2020 Governor Jared Polls declared a Disaster Emergency due to the presence of corona virus disease 2019 in Colorado, and WHEREAS, on March 16, 2020 Weld County Director of Public Health and Environment issued a Declaration of Public Health Emergency and Public Health Order due to the presence of COVID-19 in Weld County, and WHEREAS, due to the continued presence of corona virus in Weld County, the Department requires additional cleaning services not previously included in the Original Agreement, and Contractor has the ability to provide such necessary services, and WHEREAS the parties hereby agree to amend the Original Agreement in accordance with the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: The Amendments, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective for the duration of the COVID-19 restrictions: 1. Contractor agrees to the provide the services described in the Original Agreement and the attached Exhibit 2. Department agrees to compensate Contractor for said services in accordance with the Original Agreement and the attached Exhibit for this extension of time. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Oband's Janitorial Company Printed Name Signature v ATTEST: Weld C n Clerk to the Bo d BY: Deputy Cler to th Boar APPROVED AS TO FUNDING: a44L Controller APPROVED AS TO FORM: e-% County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair 0 2020 APPROVED AS TO SUBSTANCE: Elected Of;(dfal or Department Head /0 ■AVON 0 •• ' i Exhibit: Amendment 2 SUPPLIES/SERVICES & COST Furnish all labor, chemicals, equipment and supervision to provide Day Porter Services at: 918 Building. Greeley, Co. In accordance with the clauses, wage determination and statement of work. ITEM NO. DESCRIPTION CITY TOTAL COST DAY PORTER /MONDAY THROUGH FRIDAY 918 BUILDING. 0001 Disinfecting entrance area -door handles and glass (interior & exterior) 0002 disinfecting stairwell bannister and door handles 0003 disinfecting elevator rails and buttons, inside and outside 0004 disinfecting all public horizontal surfaces including desks, tables, chairs, computer keyboards, mouses, and phones 0005 Disinfecting all light switches and door handles 0006 Disinfecting and maintain all restrooms and drinking fountains TotalCost....................................................................................................................$480.00 Monthly Vendor : Oband's Janitorial Company Phone : 720-317-9235 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 November 19, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Downtown & Crime Lab Custodial Bid — Change Order #1 (2019-5105) Obands Janitorial was awarded the bid for Downtown buildings and Crime Lab custodial services. The Crime Lab recently completed an addition for evidence storage. Custodial services are needed for this Evidence addition. A change order in the amount of $550.00 per month is needed. To accommodate this need, B&G is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 11�23�20 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND OBAND'S JANITORIAL COMPANY. This Agreement Amendment ("Amendment"), made and entered into 16 day of November . 2020. by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Oband's Janitorial Company, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-5105, approved on April 20. 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Exhibit -Change Order, dated November 14, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Oband's Janitorial Company Printed Name Signature 1/ / ►� ATTEST: ic7:/wn1 Weld C un v Clerkxo-the Board( BY: Deputy Clerk166 the 1861 APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: .* County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO rYc"'''t Mike Freeman, Chair NOV 2 3 2020 APPROVED AS or Department Head Exhibit: Change Order November 14, 2020 SUPPLIES/SERVICES & COST Furnish all labor, chemical, equipment and supervision to provide Cleaning services at: Addition Building to The Crime Lab. Greeley, Co. In accordance with the clauses, wage determination and statement of work. ADDITION BUILDING TO CRIME LAB. -CLEANING SCOPE OF WORK: General cleaning will be performed (3) days per week, except for legally observed holidays. 1.- Vacuum all carpeted areas, including mats 2.- Empty waste receptacles (replace liners as needed) 3.- Sweep and dust mop all floors 4.- Clean restrooms ( toilet, sink, floors, walls) 5.- Dust all furnishings (chairs, fixtures, pictures, frames) 6.- Refill empty soap, hand towel, toilet paper dispensers 7.- Clean break room 8.- Clean door glass entrance TotalCost....................................................................................................$550.00 Monthly Vendor : Oband's Janitorial Company Contact : Sonia Obando/Paula Mena Phone : 720-317-9235 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 24, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Custodial Services — Downtown — Bid 1900153 The downtown custodial bid was awarded Oband's Janitorial Co. through Bid 1900153. As a result of COVID-19 response, additional disinfection is needed at the downtown buildings which includes Courts complex and Child Services due to number of citizens interacting within these facilities. To accomplish this scope of work at these building an amendment to their contract for the following is needed: • Evening disinfection (throughout Courts Complex buildings) for $5,670.00 • Daytime disinfections (Courts Complex Public Areas) for $6,560.00 • Daytime disinfections (Child Services Public Areas) for 2,960.00 Therefore, Buildings and Ground is recommending approval of the attached contract amendment for Oband's Janitorial in the amount of $15,190.00 per month until these services are no longer needed. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director /C1s&) f-orq- 31O ter: CONTRACT AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS AND GROUNDS AND OBAND'S JANITORIAL CO. This Agreement Amendment ("Amendment"), made and entered into 22 day of April, 2020. by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings & Grounds, hereinafter referred to as the "Department", and Oband's Janitorial Co., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2019-5105, approved on 04-20-2020, and WHEREAS, on March 28, 2020 President Donald Trump declared that a major disaster exists in the State of Colorado and ordered Federal assistance to supplement State, tribal, and local recovery efforts in the areas affected by the Coronavirus Disease 2019 {COVID-19) pandemic beginning on January 20, 2020, and continuing, and WHEREAS, on March 11, 2020 Governor Jared Polis declared a Disaster Emergency due to the presence of corona virus disease 2019 in Colorado, and WHEREAS, on.March 16, 2020 Weld County Director of Public Health and Environment issued a Declaration of Public Health Emergency and Public Health Order due to the presence of COVID-19 in Weld County, and WHEREAS, due to the continued presence of corona virus in Weld County, the Department requires additional cleaning services not previously included in the Original Agreement, and Contractor has the ability to provide such necessary services, and WHEREAS the parties hereby agree to amend the Original Agreement in accordance with the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective for the duration of the COVID-19 restrictions: 1. Contractor agrees to the provide the services described in the Original Agreement and the attached Exhibit #1, #2, & #3 2. Department agrees to compensate Contractor for said services in accordance with the Original Agreement and the attached Exhibit for this extension of time. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Eddy Obando Printed Name Signatur BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair APR 2 9 2020 ATTEST: Weli BY: O2O/ 5�0� APPROVED AS TO SUBSTANCE: Electe fficial or Department Head APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County Attorney Exhibit #1 -Disinfection Services -Downtown SUPPLIES/SERVICES & PRICE COST Furnish all labor, materials, equipment, transportation, insurance, notifications, fees and supervision necessary for Disinfecting Services for Downtown Buildings Greeley, Co. in accordance with the specifications, drawings, contract clauses, and wage rates. ITEM NO. DESCRIPTION QUANTITY MONTHLY BUILDING DESCRIPTION QUANTITY MONTHLY Court House Disinfectant/Clean 5 Days x Week $1,110.00 Centennial Disinfectant/Clean 5 Days x Week $1,110.00 Plaza West Disinfectant/Clean 5 Days x Week $1,110.00 Marlboro Disinfectant/Clean 5 Days x Week $740.00 West Annex -North Disinfectant/Clean 5 Days x Week $400.00 West Annex -South Disinfectant/Clean 5 Days x Week $400.00 Veteran's Services Disinfectant/Clean 5 Days x Week $400.00 918 Building Disinfectant/Clean 5 Days x Week $400.00 Total $5,670.00 Monthly Oband's Janitorial Company Contact: Sonia Obando Paula Mena Phone: 720-317-9235 303-408-3672 Exhibit #2 -Day Porter- Centennial Courthouse Plaza OBAND'S � JANITORIAL, CO. SUPPLIES/SERVICES & COST Furnish all labor, chemicals, equipment and supervision to provide Day Porter Services at: Centennial Building, Greeley, Co. In accordance with the clauses, wage determination and statement of work. ITEM NO. DESCRIPTION QTY TOTAL COST MONDAY THROUGH FRIDAY —(8 HOURS DAILY) 5 DAYS X WEEK/8:00 AM TO 5:00 P.M TWO FULL TIME /DAY PORTERS/CENTENNIAL-COURT HOUSE & PLAZA WEST 0001 Disinfecting entrance area -door handles and glass (interior & exterior) 0002 disinfecting stairwell bannister and door handles 0003 disinfecting elevator rails and buttons, inside and outside 0004 disinfecting all public horizontal surfaces including desks, tables, chairs, computer keyboards, mouses, and phones 0005 Disinfecting all light switches and door handles 0006 Disinfecting and maintain all restrooms and drinking fountains 0007 When courtrooms/jury rooms are not in use, disinfect all door handles (interior & exterior), light switches, benches, chairs, tables/counters, witness stand, and podiums 0008 All public waiting area chairs and benches, door handles, light switches, ATM, vending machines. TotalCost......... ... ................................................ ..............m•...........l....... ... ................ $6,560.00 Monthly Vendor : Oband's Janitorial Company Phone : 720-317-9235 Exhibit #3 -Day Porter -822 7th St. Greeley, CO OBAND'S �• JANITORIAL. CO. SUPPLIES/SERVICES & COST Furnish all labor, chemicals, equipment and supervision to provide Day Porter Services at: 822 7th St. Greeley, Co. In accordance with the clauses, wage determination and statement of work. ITEM NO. DESCRIPTION QTY TOTAL COST MONDAY THROUGH FRIDAY —(8 HOURS DAILY) 5 DAYS X WEEK/8:00 AM TO 5:00 P.M 822 7th Street Greeley, CO 0001 Disinfecting entrance area -door handles and glass (interior & exterior) 0002 disinfecting stairwell bannister and door handles 0003 disinfecting elevator rails and buttons, inside and outside 0004 disinfecting all public horizontal surfaces including desks, tables, chairs, computer keyboards, mouses, and phones 0005 Disinfecting all light switches and door handles 0006 Disinfecting and maintain all restrooms and drinking fountains Total Cost... ...... ....•. •.. ........ ...... .................... ......... ............ ............................$2,960.00 Monthly Vendor : Oband's Janitorial Company Phone : 720-317-9235 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 15, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Custodial Services — Downtown & Crime Lab — Bid 1900153 The downtown custodial bid was awarded to All Clean LLC who started February 1, 2020. All Clean has not been able to maintain the standards set in the contract. And the contract was terminated. The second low bid is from Oband's Janitorial Co. Therefore, Buildings and Ground is recommending approval of the attached contact to perform these custodial services to Oband's Janitorial in the amount of $12,675.00 per month. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director b'f���/ao 2o -ow 2a/ 9-5/°5 ,6 6roa l WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & OBAND'S JANITORIAL COMPANY THIS AGREEMENT is made and entered into this ow day of , 2020_, by and between the County of Weld, a body corporate and politic of State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Oband's Janitorial Company, a corporation, whose address is 2861 s. Salida Ct., Aurora, CO 80013 hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B1900153". 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 May 10`", 2020, and shall continue through and ,4iIa2011-310S Cq 14olA0 '9 002/ until Contractor's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental. thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay monthly an amount no greater than $12,675.00 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 term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Oband's Janitorial Company Attn: Eddy Obando-President Address: 2861 S. Salida Ct. Address: Aurora, CO 80013 E-mail: obandianitorial20)amail.com Telephone: (720) 317-9235 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttayIor(i weld og v.coni 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 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 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 TNESS WHEREOF, the parties hereto have signed this Agreement this 202? CONTRACTOR: By: Eddy Obando President WELD CO ATTEST: .raJ Weld C6uhty Clerk to the Board BY: OW'day of Date BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO c,tO / r� dr o9 REQUEST FOR BID WELD COUNTY, COLORADO 11500 STREET GREELEY, CO 80631 DATE: NOVEMBER 20, 2019 Exhibit A BID NUMBER: B1900153 DESCRIPTION: CUSTODIAL SERVICES - DOWNTOWN BUILDINGS & CRIME LAB DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: NOVEMBER 27, 2019 BID OPENING DATE: DECEMBER 9, 2019 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: CUSTODIAL SERVICES - DOWNTOWN BUILDINGS & CRIME LAB A mandatory pre -bid conference will be held on November 27, 2019 at 4:00 PM at Weld County Buildings and Grounds, 1105 H Street, Greeley, 00 80631. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 11500 Street, Room #107, Greeley, CO 80631, until: 10:00 AM on December 9, 2019 (Weld County Purchasing Time Clock). PAGES 1 -8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAYBE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. I+ i w/itiI['I I[ .l:]1010 Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way,.be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldgov.com/departments/purchasing/bids proposals located under "Bids / Proposals / Tabulations". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non- profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County — 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com.Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107, Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this BID REQUEST #81900153 Page 2 Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA requestfor bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of BID REQUEST #B1900153 Page 3 the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. BID REQUEST #B1900153 Page 4 K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful BID REQUEST #B1900153 Page 5 bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods orservices provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all BID REQUEST #B1900153 Page 6 times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. BID REQUEST #B1900153 Page 7 Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B1900153 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County is seeking bids to perform custodial services for its downtown buildings located in Greeley, CO. Except for the Crime Lab, the buildings are expected to be cleaned five days per week (Monday through Friday) after 6 PM per the requirements detailed in this bid. The Crime Lab must be cleaned during business hours when staff is present. You will need to schedule cleaning with the Lab Director. This facility is cleaned three days per week. The buildings are: --------------------------------------------------------------7----------.....--- Building --------- Location ----------...-----------------------------------------------------...... , Approximate Cleanable Sq. Ft Court House ------------------------------------------__-- 901 9th Ave., Greeley ----_-----------, 47,298 Centennial 915 10th St., Greeley 52,265 ---------------------....--------------------------------------------------------------------------------- Plaza West -------------------------------....._...._..------------------------__------..._......--------------- 910 10th Ave., Greeley .------------- 49,307 --------------------------------------------------------........_...-------------------.....--......--- West Annex — North --------------------------........_._.........---------------_.....................,........... 901 10th Ave., Greeley ---------------------------------------------------------.....................--------------- 3,728 ------------------------------------------------------------------------------------------------------- West Annex — South ---------- i----------- ...... - -----------------------------------t--------------------------------------------------------------------- 903 10th Ave., Greeley 2,600 -------- ---- - -------------------------------------------- ....._...--------------------------------.......-----------------tn----------------------------------------------------....------ Veteran's Services -------------__-_-_-------------------------------------------------------------------------------------- 1008 9 St., Greeley -------a 1,862 ..............................................- .----------------- - -- --- --- ----------------------------------....................... Marlboro Building .-----------------------------.-...:------------------------------...-- 934 9th Ave., Greeley ------- ---------------------------- 15,142 ------------------------------------------------------------------------------------------------------------------------ 918 ------------I------------------------------------------------------------------------------------------------------------. 918 10th St., Greeley 9,750 Crime Lab 2329 115th Ave., Greeley 19,996 BUILDING INFORMATION for Carpet and VCT BUILDING Carpet VCT Court House 30,100 840 Centennial 46,662 351 Plaza West 32,245 3,317 West Annex — North 3,528 0 West Annex — South 2,550 50 Veteran's Services 1,684 178 Marlboro Building 14,792 50 918 6,700 500 Crime Lab 7,913 0 BID REQUEST #B1900153 Page 9 1. Regular Services. The following is the Task Schedule for Regular Services: A. General, Private Offices, Lobby and Lounges: Daily • Empty wastebaskets and replace liners as needed • Dust all exposed filing cabinets, tables, bookcases and shelves • Clean and sanitize fountains • Spot clean reception lobby glass including front door and any other partition or door glass • Dust mop resilient and hard floors • Vacuum carpeted floors in traffic lanes only • Damp mop resilient/hard surface floors • Spot clean spills and stains on carpeted and resilient/hard surface floors • Remove bags of shredded paper left outside of the shredder machine Weekly • Low dust all horizontal surfaces below 36" including sills, ledges, moldings, shelves, picture frames, ducts, radiators, etc. • High dust all horizontal surfaces above 72" including shelves, moldings, ledges, etc. • Clean entire interior glass in partitions and doors • Dust venetian blinds • Remove dust and cobwebs from ceiling areas • Vacuum wall-to-wall — including underneath desks in cubicles and offices • Stairwells — dust all horizontal surfaces, spot clean walls, sweep and mop stairs and landings • Wipe down chair mats Monthly • Machine scrub all resilient/hard surface floors • Machine scrub and burnish all VCT flooring Quarterly • Machine scrub and add finish (2 -coats, min. 18% solids) to all VCT floors B. Restrooms, Washrooms, Showers: Daily • Clean, sanitize and polish all vitreous fixtures including toilet bowls, urinals, hand basins • Clean all glass and mirrors • Empty all containers and disposals, insert liners as required, spot clean and sanitize • Empty and sanitize interior of sanitary container • Spot clean all walls, doors, kick plates, light switches and partitions • Refill all dispensers to normal limits (no air fresheners) • Sweep, damp mop and sanitize hard floors Weekly • Low dust all horizontal surfaces below 36" • High dust all horizontal surfaces above 72" • Flush floor drains • Full sanitization of hard floors, horizontal surfaces, stall divider walls and plumbing fixtures BID REQUEST #B1900153 Page 10 Monthly • Machine scrub hard surface floors • Machine scrub and burnish VCT Quarterly • Machine scrub and add finish (2 -coats, min. 18% solids) to all VCT C. Eating Areas (Lunch room, cafeteria, dining room, kitchen, vending): Daily • Damp clean and sanitize table tops, seats and back of chairs • Clean, polish and refill napkin holders • Empty all containers and disposals — spot clean exterior • Refill all dispensers to normal limits • Clean and sanitize drinking fountain • Spot clean doors, frames, light switches, kick and push plates, handles, walls and glass • Dust mop resilient/hard surface floors • Damp mop resilient/hard surface floors • Vacuum entire carpeted areas • Spot clean spills and stains on carpeted and resilient/hard surface floors Weekly • Damp clean pedestals or legs • Low dust horizontal surfaces below 36" • High dust horizontal surfaces above 72" • Clean entire interior glass in partitions and doors Monthly • Machine scrub all resilient floors • Machine scrub and burnish all VCT flooring Quarterly • Machine scrub and add finish (2 -coats, min. 18% solids) to all VCT floors D. Building Entrances (Up to 10 feet outside of entry doors): Daily • Sweep sidewalk • Vacuum walk -off mats • Clean entry door glass • Empty outside trash (some of these are beyond 10 feet) • Sweep/vacuum and spot clean stairwells Weekly • Clean trash containers E. Elevators: Daily • SweepNacuum • Spot clean doors and walls • Clean spots and spills from carpet/floors BID REQUEST #B1900153 Page 11 Weekly • Wipe down entire doors and walls (stainless steel clean as needed) F. Special Cleaning: • There are secured stairwells within the Plaza West building that require Weld County staff assistance for access. These areas need to be swept and dusted monthly. 2. General Operating Instructions. The following is a listing of General Operating Instructions: A. Notify building contact (Custodial Supervisor or Security) of any irregularities (e.g. defective plumbing, unlocked doors, lights left on, etc.). B. At the end of shift, turn off all lights except those to be left on, close windows and lock all doors, set alarm. C. Contact Security each time you enter and exit all buildings after-hours. D. You are NOT required to service Bio-Hazard trash containers or recycling containers. E. You are NOT required to service shredding machines, but if the shredding is left outside the shredder, you need to take it out with the rest of the trash. If boxes or other small items are marked "trash," you need to take it out with the rest of the trash. F. If an individual office door is closed and locked, do not enter it; if it is closed but not locked, it must be entered and serviced. G. Perform monthly building walk-through reviews with Weld County Custodial Supervisor. H. Notify the Custodial Supervisor of the schedule for all monthly and quarterly floor work at least one week prior to the work being performed. I. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. J. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in which facility. K. The Contractor shall establish and implement adequate methods of ensuring that all keys/access cards entrusted to the Contractor by the County are not lost or misplaced and are not used by unauthorized persons. No keys issued to the Contractor shall be duplicated. The Contractor shall report the occurrence of a lost key immediately to the Custodial Supervisor or Superintendent. Costs associated with key replacement and any need to re -key locks will be the sole responsibility of the Contractor. L. The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or equipment provided for County use only. When the Contractor's employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit, and the Contractor shall be notified that such employee shall not be allowed entrance to the facility in the future until reauthorized by the Director of Buildings and Grounds. M. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effectively communicate with all members of their staff so that there is no breakdown in passing work related requests/information between custodians and the Weld County staff. Contractor will ensure that all employees working within County facilities can read and understand warning signs that are written in English N. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. O. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the work to be done under the contract and assure that all workers will receive the compensation for compensable injuries. A copy of the workers compensation policy is required to be submitted to the County as part of this proposal. P. Contractor shall be allowed job -related use (e.g. calling Security for check in/out procedures) of County telephones at no cost to the Contractor. BID REQUEST #B1900153 Page 12 Q. Contractor may store supplies, materials, and equipment in storage areas within the County building facilities as designated by the Custodial Supervisor. Contractor agrees to keep his portion of this storage area in accordance with applicable fire and safety regulations. 3. Undocumented Workers and Criminal Record Verification. The following is a listing of requirements for undocumented workers and criminal record verification: A. Contractor certifies that the Contractor shall comply with the provisions of section 8-17.5-101 et seq., C.R.S. The vendor/contractor shall not knowingly employ undocumented worker(s) to perform work under this contract, or enter into a contract with a subcontractor that fails to certify to the vendor/contractor that the subcontractor shall not knowingly employ or contract with an undocumented worker to perform work. If the vendor/contractor obtains actual knowledge work performing work under this contract knowingly employs or contracts with an undocumented worker, the vendor/contractor shall: a. Notify the subcontractor and the Buildings and Grounds Director within three days that the vendor/contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented worker; and b. Terminate the subcontract if within three days of receiving actual notice the subcontractor does not stop employing or contracting with the undocumented worker, except that the vendor/contractor shall not terminate the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented worker. c. The vendor/contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to C.R.S. § 8-17.5-102(5). B. Successful respondent/vendor will be required to complete criminal record checks on all employees who work on County property for this contract. Employees who have been convicted of a theft in the past 5 years or a violent or serious felony will not be permitted to work in County facilities. Provide results of all background checks to the Buildings and Grounds Director for review. Provide background check results for any additional personnel hired during the course of this contract to the Buildings and Grounds Director for review. Background checks must be updated annually. C. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 4. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 5. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment B. Supervision of cleaning crews C. Uniforms for cleaning staff with company logo and badge D. Notify Weld custodial supervisor at least one week in advance of floor work/schedule E. Safety Data Sheets (SDS) on all products used in buildings F. Vacuums with beater bars may be required if necessary. 6. Consumable items. A listing required to maintain these items inventory of each item and subrr will be shipped to your buildings receive these weekly shipments BID REQUEST #B1900153 of current consumables is identified in the following table. You are for each building that you service. This is to be done by completing an itting an order to Weld County Buildings and Grounds weekly. The order by our consumables' supplier. You are required to meet their truck to and see to it that they are secured inside the buildings. Page 13 •----------------------------------------------------------------------- - - -- Product _ 4 ........................-esennv.mirtf....l. ----------..--......--..--....-_. I. Toilet tissue Jumbo Jr. 2 -ply ----------------------...................._:._.. I Toilet tissue Universal 2 --ply----- Multi -Fold towels M1---------------------------......--m--------------------...-.......-------------------------- EnMotion Roll towels - - -------------------------------------------4 Cormatic Roll towels - --------------- --------------a Hand Soap_- GoJo Foam -2 mil ...............................- I. Sanitary Napkins...(.........................................................._---------------.--- Tampons ----- a ------------------------------- ... Wax Paper liners ------------------------------------------------------------..._...----- --a 24X33 trash liners I. -------------------------------- _...-_..-......--------------.-------------------------.------- 30X37tras__ hliners - -- - ... —---------------------- - --------------a 40X48 trash liners - --- ---------------.....------------------.._............----------------------------- ... -------------- Urinal Screens ---------------------------------------------------------------------------------------------. A. Contractor is responsible for ordering, storing and receiving shipments B. Contractor is NOT responsible for maintaining Air Fresheners This bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. Contract start date is February 1, 2020. Pricing Provide total pricing for Custodial Services per month for all the buildings including moving, storing, receiving and managing consumables. •----------------- ..............------------------------------------------------ -- -•----------------........----------..-_ Building Location Bid Price per Building - -------------------------------------.-....----------------- ------------- -------------------------------- - ' --- ----- Court House 901 9th Ave., Greeley ... ... .. .. ............. ..-M1 ...--- -- ....................... .. .F-------------- -.....................-......-...-..._........ ....:......• .....----.I Centennial 915 10 St., Greeley F ...................................... -- -------------I. ----------------------------------------..--.. ....-- .....-------------..-,--..-..........------- ------- ------------ Plaza West 910 10th Ave., Greeley ------------------------------- __w-------- --- ----.---------------- — ------------------------------- -- - West Annex — North 901 10th Ave., Greeley West Annex — South 903 10th Ave., GreeleyI _ ---------------------------------------------.- ................_..----- ' Veteran's Services 1008 9th St., Greeley Marlboro Building 934 9th Ave., Greeley F---_-----..-.-.._..._.....-......-..-....._....__-_..._.._....--.-.—.-._.......4....._---.-....._.._.._.._.._......—..._—: -4---------.- 918 918 10th St., Greeley 4 - r... 4..........___ _______________------.__•__.__________________ ___ ____ _______ _ ____ _______________ ------------ Crime Lab 2329 115th Ave., Greeley Custodial Services TOTAL monthly bid price for all buildings $ A mandatory pre -bid conference will be held on November 27, 2019 at 4:00 PM, at Weld County Buildings & Grounds located at 1105 H Street Greeley, CO 80631. Bids will be received up to, but not later than December 9, 2019 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). :II.i;1P1uj.: •00 Page 14 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1900153. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX PRINTED NAME AND TITL SIGNATURE E-MAIL **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 BID REQUEST #B1900153 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director Page 15 Exhibit B OBAND'S JANITORIAL CO. Complete Janitorial Services/ building Maintenance Commercial, Residential, Construction Clean -Up Window Cleaning, Carpet Cleaning, Hallways Cleaning, Ground services, Strip & wax floor. 720-317-9235 720-876-1180 (fax) 2861 s, Salida Ct. Aurora, Co. 80013 COMPANY NAME BY SIGNATURE TYPED/PRINTED NAME TITLE ADDRESS TELEPHONE FAX NUMBER EMAIL ADDRESS OBAND'S JANITORIAL COMPANY LLC Ede Obando President 2861 S. Salida Ct. Aurora, Co. 80013 720-317-9235 720-876-1180 obandjanitorial2@gmail.com s r s{ vb ianitori€.corn www.obands`ar itoria€.com •STAFF RESOURCES: Eddy Obando-President Sonia Obando- POC Paula Mena -Assistant project & POC Assist. Cris Rosario- Manager's Assistant Richard Torrez- Manager -project Elizabeth Flores- Supervisor Jose Flores -Supervisor obaindjanitorial2@mail..conl obandianitorial2@amail.com ob nd*e itor€alt cr grnaiI corq Iizzyflores99c?}hoocam obandianiturial2c@ mail.com 970-308-8333 720-317-9235 720-317-9235 303-408-3672 970-308-8333 Jr. 2 -ply_____ .—.___.. __ _- - .- tal 2 -ply S Hand Soap —GoJo Fo- - Foam _ -2 2 mil — Sanitary Napkins (4") �.•_�.. ___ _—._ Tampons Wax Parser liners 24X33 trash liners 30X37 trash liners _- _ rs Screens A. Contractor is responsible for ordering, storing and receiving shipments B. Contractor is NOT responsible for maintaining Air Fresheners This bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. Contract start date is February 1, 2020. Provide total pricing for Custodial Services per month for all the buildings including moving, storing, receiving and managing consumables. Court House Building Centennial Plaza West West Annex - North West Annex — South I Veteran's Services Marlboro Building 918 Crime Lab Location —. Bid Price per Building 901 9t"Ave., Greeley j $2,750.00 915 10t'' St., Greeley $3,050.00 —.__. __-----_--- -- .._ __.�-__ _ ._ __ __ _ _ 910 10"Ave., Greeley $3,400.00 901 10th Ave. , Greeley $ 450.00 903 10th Ave. , Greeley S 450.00 1008 9t"St., Greeley $ 400.00 934 9th Ave., Greeley ; $ 925.00 918 10t''St., Greeley $ 650.00 2329 115Ave., Greeley $ 600.00 Custodial Services TOTAL monthly bid price for all buildings $ 12,675.00 r� • •: • • 1CO t. Bids will be received up to, but not later than December 9, 201981 1Q:QQ AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #61900153 Page 14 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #81900153. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one Vendor. FIRM Oband's Janitorial Company BUSINESS ADDRESS 2861 S. Salida Ct. CITY, STATE, ZIP CODE Aurora. Co. 80013 TELEPHONE NO 720-317-9235 FAX TAX ID # 20-8729430 PRINTED NA SIGNATURE E-MAIL oba DATE__ 12/17/2019 ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER iS #98-03551-0000. YO.0 QO NQT NED TO SEND BACKAGES1 —8• ATTEST: Weld C4v Clerk to the Board BY: puty ul#rk'to BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO iN 1i Page 15 ADDENDUM#1 BID REQUEST NO. B1900153 B1900153 -CUSTODIAL SERVICES - DOWNTOWN BUILDINGS & CRIME LAB Buildings & Grounds Dept. Due to impending snowstorm/blizzard the mandatory pre -bid meeting will be moved. Therefore, the following changes to the bid documents are: A mandatory pre -bid conference will be held on December 3, 2019 at 4:00 PM at Weld County Buildings and Grounds, 1105 H Street, Greeley, CO 80631. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1 150 O Street, Room # 107, Greeley, CO 80631, until: 10:00 AM on December 17, 2019 (Weld County Purchasing Time Clock). ***We need signed copy on file. Thank You!*** Addendum received by: FIRM 2861 S. Salida Ct. ADDRESS Aurora, Co. 80013 CITY AND STATE Oband's Janitorial Company m obandjanitorial2@gmail.com EMAIL November 25, 2019 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County is seeking bids to perform custodial services for its downtown buildings located in Greeley, Co. Except for the Crime Lab, the buildings are expected to be cleaned five days per week (Monday through Friday) after 6 PM per the requirements detailed in this bid. The Crime Lab must be cleaned during business hours when staff is present. You will need to schedule cleaning with the Lab Director. This facility is cleaned three days per week. The buildings are: Building Location I Approximate Cleanable Sq. Ft ..._._....._.._... w., _- • a. •.. Y LpN•Yn.Y R. y.•YP\}.. q.f.LPq{tl•..y.p•.IY .. 1.0 - -.. y.��Y•�...._— Court House 901 9'" Ave., Greeley i 47,298 it{{f.Yr..V I'iNq/Y'RpoYYYn &..4-.Np....Y.•_• _••.P.•T-N.w+. 4n'_' Y.e**4t •4' .mpY+M"na !'1,,, .,, 14V41Y41ngMY.,f11N"•r7p#-•..•_•-_4r.,..-_..MM,•-.....I..._.-..'-Vrtfl.sq•4,yM1YJM. Centennial 915 10'h St., Greeley I 52,265 Plaza West 910 10th Ave., Greeley 1 49,307 West Annex — North 901 10th Ave., Greeley 3,728 West Annex — South Veteran's Services . . Marlboro Building 913 Crime Lab 903 10"' Ave., Greeley ...........FYIF..I M._ •.. ,..... ..M..........+.._ ..... ..._.Y ...a..v.n_.. Y.... 1008 9`h St., Greeley 934 9°h Ave., Greeley 918 10" St., Greeley 2329 115'h Ave. , Greeley 1,862 15,142 .Y._. L.T. ry. ...._e _ • It Y.-' Y' r 11 9,750 19,996 .... -_.—y. ...Yc .a.—_V..T..Y .-_••._ -- Y. — BUILDING INFORMATION for Carpet and VCT —--------- BUILDING -- Carped VCT Court House 30,100 840 Centennial 46,662 351 Plaza West 32,245 3,317 West Annex — North 3,528 0 West Annex — South 2,550 50 Veteran's Services 1,684 178 Marlboro Building 14,792 50 918 6,700 500 _ Crime Lab 7,913 0 Capability Statement Name: Oband's Janitorial Company 2861 S. Salida Ct. Aurora, Co. 80013 Owner: Eddy Obando Email: services@obandsianitorial.coni Office: (720) 422-9520 Cell: (720) 317-9235 Status: SSE, DBE, MBE, and ACDBE DUNS# 129299157 EIN#: 20-8729430 SERVICES CAGE#: 3ED41 OBANDS' JANITORIAL CO. Additional Information Point of Contact: Sonia Obando Email: services@obandsianitoriai.com Web: www.obandsjanitorial.com Office Phone: 720-317-9235 Complete Janitorial Services, Floor Maintenance, Strip and Waxing floors, Commercial, Residential, Construction Clean-up, Window Washing, Window Restoration, Carpet Cleaning, Power Washing, Property Preservation, Day Porter- Maintenance, Ground Services, Painting and Carpet Restoration. NAICS Codes: 238320 -Painting Wall Covering Contractors 238330- Flooring Contractors 238340- Tile, Terrazzo Contractors 238390- Building Finishing Contractors 56].720 -Janitorial Services 561720- Window Cleaning Services 561740- Carpet and Upholstery Cleaning 561790- Cleaning Building Exteriors COMPANY OVERVIEW Oband's Janitorial is a locally owned and operated full service janitorial company. The company was established in 1992 and has been servicing Government agencies since 2001. The company's in-house management team collectively has more than 23 years of facility services experience. The company specializes in successfully delivering a wide array of services including building, janitorial services, DATE (MMIDDIYYYY) oR0® CERTIFICATE OF LIABILITY INSURANCE 12/05/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER American Family Insurance - Business Insurance PO Box 5316 Binghamton, NY 13902 INSURED OBANDS JANITORIAL COMPANY LLC 2861 S SALIDA CT AURORA CO 80013 NAME: American Family Insurance - Business Insurance PHONE FAX (A/C No, Ext): 866-908-0626 (A/C, No): E-MAIL ADDRESS: service@amfambusinessinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Midvale IndemniCompany 27138 INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 12814310311510715071206 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY)(MMIDDIYYYY) POLICY EXP LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 A CLAIMS -MADE X OCCUR N N GLP1046800 06/01/2019 06/01/2020 DAMAGE TO RENTED PREMISES(Eaoccurrence) $100,000 MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY ❑ PRO ❑ LOC JECT PRODUCTS - COMP/OP AGG $2,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident ANY AUTO BODILY INJURY (Per person) OWNED SCHEDULED BODILY INJURY AUTOS ONLY AUTOS (Per accident) PROPERTY DAMAGE HIRED NON -OWNED AUTOS ONLY AUTOS ONLY (Per accident) UMBRELLA LIAR OCCUR EACH OCCURRENCE AGGREGATE EXCESS LIAB CLAIMS -MADE DED RETENTION $ WORKERS COMPENSATION PER 0TH - AND EMPLOYERS' LIABILITY Y/N STATUTE ER ANY PR0PRIET0RIPARTNERIEXECU -TIVE OFFICER/MEMBER EXCLUDED? N/A E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT PROFESSIONAL LIABILITY OCCURRENCE AGGREGATE DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Janitorial Cleaning Services CERTIFICATE HOLDER CERTIFICATE HOLDER CANCELLATION WELD COUNTY PURCHASING DEPT 1150 "O" ST SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED GREELEY, CO 80631 BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD New Contract Request Entity Information Entity Name* Entity ID* GBA iD S JANITORIAL COMPANY @00031031 Contract Name CUSTODIAL SERVICES DOWNTOWN BUILDINGS & CRIME LAB Contract Status CTB REVIEW Contract Description CUSTODIAL SERVICES Contract scription 2 Contract Type Department CONTRACT BUILDINGS AND GROUNDS Amount'* Department Email $12,675.00 CII- BuildingGrounds@weldgov°.co Renewable & m YES Department Head Email Automatic Renewal CM-BuldingGrounds- DeptHead reldgov.cope Grant County Attorney GENERAL COUNTY ATTORNEY EMAIL IGA County Attorney Email CM- COUNTYA.TF ORNEY ELD GOV. COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID ❑ New Entity? Contract ID 3526 Contract Lead SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project Requested BOCC Agenda Due Date Date * 04/1612020 0412212020 Will a work session with ROCC be required? NO Does Contract require Purchasing Dept. to be included? Note_ the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On case Contract Dates Effective Date Review Date* Renewal Date 05/0312021 05/10/2021 Termination - ination Notice Period Committed Delivery Date Expiration Date Contact Information Contact info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel TOBY TAYLOR BARB CONNOLLY BOB CHOATE OH Approved d Date Finance Approved Legal Counsel Approved Date 04114/2020 04/15/2020 04115120200 Final Approval ROCC Approved Tyler Ref AG 042020 C Signed Date OCC Agenda Date 04/20/2020 Originator SGEESAMAN Submit (d /V37/ WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & ALL CLEAN LLC THIS AGREEMENT is made and entered into thisc / day of 2021, by and between the County of Weld, a body corporate and politic of the St of Col do, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and All Clean, LLC, a corporation, whose address is 1836 26th Street Greeley, CO 80631 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. B1900153". 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 ei9 0 i/a7�ao ,gG a oa-1 described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay monthly an amount no greater than $12,671.00 which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: All Clean LLC Attn: Tracey Selanders-Owner Address: 1836 26th Street Address: Greeley, CO 80631 E-mail: abselanders@gmail.com Telephone: (970) 702-9603 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: tta for .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 C>4L day of 2O3o CONTRACTOR: All Clean LLC By: / Date Name Title: O WELD ATTE; Deputy ITa%�.iW� �i• ��t� Clerk -to ttheRoIrd to BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair JAN 2 7 2020 X0/9-'5'105' REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: NOVEMBER 20, 2019 Exhibit A BID NUMBER: B1900153 DESCRIPTION: CUSTODIAL SERVICES - DOWNTOWN BUILDINGS & CRIME LAB DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: NOVEMBER 27, 2019 BID OPENING DATE: DECEMBER 9, 2019 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: CUSTODIAL SERVICES - DOWNTOWN BUILDINGS & CRIME LAB A mandatory pre -bid conference will be held on November 27, 2019 at 4:00 PM at Weld County Buildings and Grounds, 1105 H Street, Greeley, OO80631. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150O Street, Room #107, Greeley, OO80631, until: 10:00 AM on December 9, 2019 (Weld County Purchasing Time Clock). PAGES 1 -8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAYBE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldgov.com/departments/purchasing/bids proposals located under "Bids / Proposals / Tabulations". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a memberof BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non- profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County — 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com.Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150O Street, Room #107, Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this BID REQUEST #81900153 Page 2 Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of Yi..�:i..d-'c 1} iii SNJ, C.-...termK c:5 .hca". akyti�rTX5V �L:\..' Cc ]i`i ..00ln_✓ AJ Lite r, _YY'r i' 4T r; Z`.> 1 `ril__lS .\'i' Page 3 the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. �w 1? �.. `.P=la✓ �.." c. + cilia - s o ... 21d' �M ry `� 'TL J. J, Tr` NYC]A �₹6T/I a r'Ip lE r-..�'. .r' Cu N�� I � � - �T v. :11.1:1 • / , Page 4 K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful BID REQUEST #B1900153 Page 5 bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods orservices provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all BID REQUEST #B1900153 Page 6 times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. BID REQUEST #81900153 Page 7 Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub - vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B1900153 Weld County is seeking bids to perform custodial services for its downtown buildings located in Greeley, Co. Except for the Crime Lab, the buildings are expected to be cleaned five days per week (Monday through Friday) after 6 PM per the requirements detailed in this bid. The Crime Lab must be cleaned during business hours when staff is present. You will need to schedule cleaning with the Lab Director. This facility is cleaned three days per week. The buildings are: Building Location ..................... Approximate Cleanable Sg. Ft --------------------._..------------------------------------------------------------------------.__------------.._ Court House 901 9th Ave., Greeley .....-----------------------------------------------_------..; 47,298 Centennial ----------------------------------------------------------...----------------------------------------------------------------.........------------------------------------------.-------.......... 915 10th St., Greeley 52,265 I-------------------------------------_..........----------------------------------------------..... Plaza West -----------------------------------------------------------------------------------------------------------------------------------------.. 910 10thAve., Greeley --------------------------------------------.-------..., 49,307 West Annex —North 901 10th Ave., Greeley 3,728 ------------------------------------------------------------------------------------------------------------------------- West Annex — South ------------------------------------ ---- --------------------------------------------------:-... 903 10th Ave., Greeley 2,600 ------. ---------------------------------------------- Veteran's Services -------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1008 9th St., Greeley 1,862 ------------------------------------------------------------------------........------------------------------- Marlboro Building ------------.-...._._..---------------------------------------------------------------- ---------------.._------.......-- 934 9th Ave., Greeley 15,142 -------------------------------------------------------------------------------------------------------- 918 i-------.....--------------------------------------------------------------------------------- 918 10th St., Greeley 9,750 ------------------------------------------------------------------------------------------------------------------------- Crime Lab ------------------------------------------------------------------------------------------------------- ---------------------------------- - --- -------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1 2329 115th Ave., Greeley -----------------_------------------------------------------------------------------------------------------------_ 19,996 -------------------------------------------------------------------------------- BUILDING INFORMATION for Carpet and VCT BUILDING Carpet VCT Court House 30,100 840 Centennial 46,662 351 Plaza West 32,245 3,317 West Annex — North 3,528 0 West Annex — South 2,550 50 Veteran's Services 1,684 178 Marlboro Building 14,792 50 918 6,700 500 Crime Lab 7,913 0 BID REQUEST #B1900153 Page 9 1. Regular Services. The following is the Task Schedule for Regular Services: A. General, Private Offices, Lobby and Lounges: Daily • Empty wastebaskets and replace liners as needed • Dust all exposed filing cabinets, tables, bookcases and shelves • Clean and sanitize fountains • Spot clean reception lobby glass including front door and any other partition or door glass • Dust mop resilient and hard floors • Vacuum carpeted floors in traffic lanes only • Damp mop resilient/hard surface floors • Spot clean spills and stains on carpeted and resilient/hard surface floors • Remove bags of shredded paper left outside of the shredder machine Weekly • Low dust all horizontal surfaces below 36" including sills, ledges, moldings, shelves, picture frames, ducts, radiators, etc. • High dust all horizontal surfaces above 72" including shelves, moldings, ledges, etc. • Clean entire interior glass in partitions and doors • Dust venetian blinds • Remove dust and cobwebs from ceiling areas • Vacuum wall-to-wall — including underneath desks in cubicles and offices • Stairwells — dust all horizontal surfaces, spot clean walls, sweep and mop stairs and landings • Wipe down chair mats Monthly • Machine scrub all resilient/hard surface floors • Machine scrub and burnish all VCT flooring Quarterly • Machine scrub and add finish (2 -coats, min. 18% solids) to all VCT floors B. Restrooms, Washrooms, Showers: Daily • Clean, sanitize and polish all vitreous fixtures including toilet bowls, urinals, hand basins • Clean all glass and mirrors • Empty all containers and disposals, insert liners as required, spot clean and sanitize • Empty and sanitize interior of sanitary container • Spot clean all walls, doors, kick plates, light switches and partitions • Refill all dispensers to normal limits (no air fresheners) • Sweep, damp mop and sanitize hard floors Weekly • Low dust all horizontal surfaces below 36" • High dust all horizontal surfaces above 72" • Flush floor drains • Full sanitization of hard floors, horizontal surfaces, stall divider walls and plumbing fixtures BID REQUEST #B1900153 Page 10 Monthly • Machine scrub hard surface floors • Machine scrub and burnish VCT Quarterly • Machine scrub and add finish (2 -coats, min. 18% solids) to all VCT C. Eating Areas (Lunch room, cafeteria, dining room, kitchen, vending): Daily • Damp clean and sanitize table tops, seats and back of chairs • Clean, polish and refill napkin holders • Empty all containers and disposals — spot clean exterior • Refill all dispensers to normal limits • Clean and sanitize drinking fountain • Spot clean doors, frames, light switches, kick and push plates, handles, walls and glass • Dust mop resilient/hard surface floors • Damp mop resilient/hard surface floors • Vacuum entire carpeted areas • Spot clean spills and stains on carpeted and resilient/hard surface floors Weekly • Damp clean pedestals or legs • Low dust horizontal surfaces below 36" • High dust horizontal surfaces above 72" • Clean entire interior glass in partitions and doors Monthly • Machine scrub all resilient floors • Machine scrub and burnish all VCT flooring Quarterly • Machine scrub and add finish (2 -coats, min. 18% solids) to all VCT floors D. Building Entrances (Up to 10 feet outside of entry doors): Daily • Sweep sidewalk • Vacuum walk -off mats • Clean entry door glass • Empty outside trash (some of these are beyond 10 feet) • Sweep/vacuum and spot clean stairwells Weekly • Clean trash containers E. Elevators: Daily • SweepNacuum • Spot clean doors and walls • Clean spots and spills from carpet/floors BID REQUEST #B1900153 Page 11 Weekly • Wipe down entire doors and walls (stainless steel clean as needed) F. Special Cleaning: • There are secured stairwells within the Plaza West building that require Weld County staff assistance for access. These areas need to be swept and dusted monthly. 2. General Operating Instructions. The following is a listing of General Operating Instructions: A. Notify building contact (Custodial Supervisor or Security) of any irregularities (e.g. defective plumbing, unlocked doors, lights left on, etc.). B. At the end of shift, turn off all lights except those to be left on, close windows and lock all doors, set alarm. C. Contact Security each time you enter and exit all buildings after-hours. D. You are NOT required to service Bio-Hazard trash containers or recycling containers. E. You are NOT required to service shredding machines, but if the shredding is left outside the shredder, you need to take it out with the rest of the trash. If boxes or other small items are marked "trash," you need to take it out with the rest of the trash. F. If an individual office door is closed and locked, do not enter it; if it is closed but not locked, it must be entered and serviced. G. Perform monthly building walk-through reviews with Weld County Custodial Supervisor. H. Notify the Custodial Supervisor of the schedule for all monthly and quarterly floor work at least one week prior to the work being performed. I. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. J. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in which facility. K. The Contractor shall establish and implement adequate methods of ensuring that all keys/access cards entrusted to the Contractor by the County are not lost or misplaced and are not used by unauthorized persons. No keys issued to the Contractor shall be duplicated. The Contractor shall report the occurrence of a lost key immediately to the Custodial Supervisor or Superintendent. Costs associated with key replacement and any need to re -key locks will be the sole responsibility of the Contractor. L. The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or equipment provided for County use only. When the Contractor's employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit, and the Contractor shall be notified that such employee shall not be allowed entrance to the facility in the future until reauthorized by the Director of Buildings and Grounds. M. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effectively communicate with all members of their staff so that there is no breakdown in passing work related requests/information between custodians and the Weld County staff. Contractor will ensure that all employees working within County facilities can read and understand warning signs that are written in English N. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. O. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the work to be done under the contract and assure that all workers will receive the compensation for compensable injuries. A copy of the workers compensation policy is required to be submitted to the County as part of this proposal. P. Contractor shall be allowed job -related use (e.g. calling Security for check in/out procedures) of County telephones at no cost to the Contractor. BID REQUEST #B1900153 Page 12 Q. Contractor may store supplies, materials, and equipment in storage areas within the County building facilities as designated by the Custodial Supervisor. Contractor agrees to keep his portion of this storage area in accordance with applicable fire and safety regulations. 3. Undocumented Workers and Criminal Record Verification. The following is a listing of requirements for undocumented workers and criminal record verification: A. Contractor certifies that the Contractor shall comply with the provisions of section 8-17.5-101 et seq., C.R.S. The vendor/contractor shall not knowingly employ undocumented worker(s) to perform work under this contract, or enter into a contract with a subcontractor that fails to certify to the vendor/contractor that the subcontractor shall not knowingly employ or contract with an undocumented worker to perform work. If the vendor/contractor obtains actual knowledge work performing work under this contract knowingly employs or contracts with an undocumented worker, the vendor/contractor shall: a. Notify the subcontractor and the Buildings and Grounds Director within three days that the vendor/contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented worker; and b. Terminate the subcontract if within three days of receiving actual notice the subcontractor does not stop employing or contracting with the undocumented worker, except that the vendor/contractor shall not terminate the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented worker. c. The vendor/contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to C.R.S. § 8-17.5-102(5). B. Successful respondent/vendor will be required to complete criminal record checks on all employees who work on County property for this contract. Employees who have been convicted of a theft in the past 5 years or a violent or serious felony will not be permitted to work in County facilities. Provide results of all background checks to the Buildings and Grounds Director for review. Provide background check results for any additional personnel hired during the course of this contract to the Buildings and Grounds Director for review. Background checks must be updated annually. C. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 4. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 5. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment B. Supervision of cleaning crews C. Uniforms for cleaning staff with company logo and badge D. Notify Weld custodial supervisor at least one week in advance of floor work/schedule E. Safety Data Sheets (SOS) on all products used in buildings F. Vacuums with beater bars may be required if necessary. 6. Consumable items. A listing of current consumables is identified in the following table. You are required to maintain these items for each building that you service. This is to be done by completing an inventory of each item and submitting an order to Weld County Buildings and Grounds weekly. The order will be shipped to your buildings by our consumables' supplier. You are required to meet their truck to receive these weekly shipments and see to it that they are secured inside the buildings. BID REQUEST #B1900153 Page 13 • -------------------------------...-----------------------------------------...........---------------------------------------............., Product Toilet tissue Jumbo Jr. 2 -ply ------ Toilet tissue Universal 2-p _ ------- - Multi -Fold_ towels EnMotion Roll towels ...............................---------- -----. ...........-- 4 Cormatic Roll towels ------------------------------------------------------------------ ----- Hand Soap - GoJo Foam - 2 ...........mil ......... -------------------------------------a SanitaryNapkins. -(4)------------------ ------------------------- ------------------------------------ Tampons F. -......_............................................................._.._.._____..---..__.._:......:_....................-----------------------_-j Wax Paper liners ---------- ---------------- 24X33 trash liners ....------------------------------------------------------------------------------- ---- 30X37 trash liners --- ---- ---- -----------------------------------------------......................---------------------- ............; 40X48 trash liners -- -- ---------------------------------------------------.................------------------------------I Urinal Screens ------------------ ............. . - A. Contractor is responsible for ordering, storing and receiving shipments B. Contractor is NOT responsible for maintaining Air Fresheners This bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. Contract start date is February 1, 2020. Pricing Provide total pricing for Custodial Services per month for all the buildings including moving, storing, receiving and managing consumables. -------------- -------------------------•------------------------------------------------------------------ -- ------------------------------------------------------------- --- Building Location Bid Price per Building ....------------ ..-------------------------------------------------i-----------------tn-----._.._._.....- ..------------------------------------------------------------------------------------------------------- - ---! Court House 901 9 Ave., Greeley .... .._... ...... -M1 ... ..------------------- -- --- .. --- ------------------.----.... _.._. j Centennial 915 10th St., Greeley ......... ._ . ........4-. -- .........m--------- - ................... Plaza West 910 10 Ave., Greeley West Annex — North 901 10th Ave., Greeley --------------------------------------------------_------------------------------------- ------------------------------------------------------------------------_------.................--------------------------!..----...--------------- --.............-- West Annex —South 903 10th Ave., Greeley i--------------------------------------......,.......--------------------------------------------- --------------------- ---- ----------------------------------- -------------------------------- ----- Veteran's Services ' 1008 9th St., Greeley j............ M1 .....................-........ -- _.F. .. _.... ............ ... ............. j Marlboro Building 934 9th Ave., Greeley ............._ ------------------- -------- -------------_------.-------------..-._.........................................4-----------------...-.. .. ......_................--_--4------_-._-......-..........___.._.___.-..----__........-................---_- _------..._......I 918 918 10th St., Greeley .. .......... .. _. _.. :........_...4....._........ h ._............ .. .4 ................... . .........-- _ . ..-.. -I Crime Lab 2329 115t11 Ave., Greeley Custodial Services TOTAL monthly bid price for all buildings G tS1MiN4I*kftI41III*4!IDN1t_tt . __ iii ___ .. 1 I.: ...... n 1 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. #B1900153. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX SIGNATURE E-MAIL DATE **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 BID REQUEST #B1900153 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director Page 15 Toilet tissue Jumbo Jr. 2 -ply Toilet tissue Universal 2 -ply i Multi -Fold towels EnMotion Rolltowels Corrnatic Roll towels Hand Soap — GoJo Foarn — 2 mil Sanitary Napkins (4" Taipons Wax Paper liners 24X33 trash liners 30X37 trash liners 40X48 trash liners Urinal Screens A. Contractor is responsible for ordering, storing and receiving shipments B. Contractor is NOT responsible for maintaining Air Fresheners This bid is for a (1) year contract which can be renewed annually up to (3) three additional years at the County's discretion. Contract start date is February 1, 2020. Provide total pricing for Custodial Services per month for all the buildings including moving, storing, receiving and managing consumables. ilcftj!S Lon ( IliPrice oer Build na Court House 901 9"" Ave., Greeley Centennial 915 10"" St., Greeley 1 OO Plaza West 910 10"" Ave , G y ,� ._/s_ (. West Annex - North 901 t0'" Ave., Greeley - 2, West Annex — South 903 10"' Ave., Greeley /5 00 Veteran's Services i 1008 9"" St., Greeley d r1 - , Marlboro Building 934 9'" Ave., Gree-ley��_..... 918 918 10"St., Greeley Crime Lab 1 2329 115"" Ave., Greeley Custodial Services TOTAL monthly bid price for all buildings $ L .1 a A mandatory ore -bid conference will be held on November 27.2019 at 4:00 PM.at Weld County Buildings & Grounds located at 1105 H Street Greeley, CO 80631. Bids will be received up to, but not later than December 019 x.3.10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). SIC) REQUEST #81900153 Page 14 The undersigned, by his or her signature, hereby acknowledges and represents that: 1 The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B t 900153. 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 G BUSINESS ADDRESS !.?L Lra L,+�3-rir CITY, STATE, ZIP CODE tt e 11 �� i') 3I TELEPHONE NO 97o 7a) -2u2 FAX TAX ID# PRINTED SIGNATUP E-MAIL / f aiL� fr[�Cc)m DATE ""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 #98-03651-0000. YOU DO NOT NEED TO SEND BACK PAGES 1-8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #81900153 Page 15 1 tddrrte tar. snovrn on Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not i . �tiil to file 1I1S. ant ty name, all ttaa jinn; d6 not 3 Celerk appretanate hen tits (edWsl ta■ dataAIC anon: check only ane or the fol''owrlq seven hexes: ktrt;vlduaitso s proprietor n[j C Cicrpnratiort t0 B Cnrnoretan ❑ Partnership ❑ TiueHdstnta singiarrtettJtJ C Llmdtea4ltabtatCllSt. Company- Enter ^tie taclasal4icalion fC.G: cnrporatlon, :S.5 cor;toration, P.prrinarlb+p} t• No For a e'mbar lLC that is ttiarai}rtdsd, da net check i tC:. Check the ayaprnprlata hoc in the hn1 abr+ue frn fife faa c'isaetfieatietn art the eangka-mexnhet owner. toes tnumber, aireel, and aptor wits ,f Crete. end fin Code acvaunf r�t tiara ivnitonaf) nave 4 E xamptfrxtl (C Wtee nppty only to fattain ant fes, not )fld KfthcC: Ctrs InsiruritonI on page 37 Eaompt ertyau Code [:t ,try) Exampnorr from FATCA repon+nw coda tit tiny) td addteaa loptional) Enter your TIN in the epproprinte box. The TIN provided must match the name given on limp 1 to avoid SaetW eaaurlty number backup withholding, For Jrdlvlduele, this is generally, your social security number (SSN). However, for a teetdent ollen, sole proprietor, or disregarded entity, see the Part I instruction on page 3. For other arttttfee, it to your employer idesuification number IEIN), if you do not have a number, see how to get a F'W on page 3, or Note. If the account is in more than one slams, srne the instructions for tine 1 and the chart on page 4 for 8mptotror ldendfkeuon nutrlber guidalInas on whose number to enter, r11 M= y„ Under penalties of perjury, I certify that: 1. The number shown on this form Is my correct taxpayer Identification number (of I am waiting for a number to be issued to mu), and 2. 1 am not subject to backup withholding because, (a) I am exempt from backup withholding, or (bf I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or i6) the IRS has notified me that I am no larger subject to backup wlhhotding; and 3. term a U.S. citizen or other U.S, person )defined below): end 4, The FATCA codes) entered on this form (if any) indicat ng that I am exempt from FATCA reposing is correct. Certification ineiruottons. You must cross out item 2 above it you have bean notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (iRA). and generally, payments other than interest and dividends. you are not required to sign the certiticstion, but you trust provide your correct TIN. See the Instruct ors on f3llf$ 3. General Instructions Section references are to the internal Revenue Code unless etherwree rioted, Future dwatopnuenle, trrt0trurtkrrnabteof devdenprirertts affecting Form W.5 (sucrr as registration scented after we release it) ie at tower 1ra,pavinatf, Purpose of Form Art In 1rvrduai or alloy (Form 64.0 requested who a 'equved to ilia an intormaltin return wry this IRS must obtain your correct taxpayer ldarrtittcation number M which may be your social aentuortyninnies SSt'7I, iridMileat twrpwyer i tl atvn number IIITIN), adoption taxpayer identification number (ATIN), or employer danintcatir,n number (EINI to report an an alternation return the amount paid to you, er other amount repodable no an Information re ism. (temples tit information returns ;rtciude, but ere not limited to, the forlowllig: • Farm 102gdNT (inttceet armed or palt.q • Form 1ott9'C1tV )divttende, Inolmrling those from stacks or mutual tends) • Form 10040-MISC barons typne of ,rooms, pricer, Award*, or grass prriceede) • Form 1009-B (tier) or mutual turd cadre and ca#aln giber transactinna by omkore) • Form 1009-"a tproceada from real estate treneecllonet • Farm 1009-K trnerchant Card and third patty rfatwork Iraneactiatrs) • form i088 theme ntorlgage o tereetl, 1(188-E (etudes+t loan IMeroet6 108&-T (tulllon) • Form 1009-C {canceled debt) • Fatm 1089-A )aequiritlun or abattttnrvnetli of encored praireto) Usa Point w-8 only It you era a U.S. parson ilncludlnq a reelrterit client, to preside Your correct TIN, if you do rust rorrrrn Form W9 to the nquesfar WWI a TMN, you rn+grht be subjrx.t to hac}rup wtrhhorcr'rtg. Bee 4Vtmt to backup wit0hoidI"g i on pegs 2. By signing the trued -out Iverr. you, 1- (erltty that the TIN you ere giv(ng la correct (or you Air, wasting fora number to be iaauedi. 2. Certify that yin are not sun(ect to backup wehnolding, or 3 Gtafto aveurpilorn from backup wilhhoidkre it you are a U. S. eeempt payee_ It applicable, you are akrw gattrtytnq that as a U.S, person, your allocable merest any paitnerahyn income from it u;s trans or buaktels is not nut$ CI to this viithhtt tar CAI foreagn partners' ,trans of alt ectr toy ttolraecteoi ncerna, and 4, Cathy that FATCA oodetei antorau on this torn L'1 any) indlcahng ntat you arc exempt from the FATCA reporting, is correct. S•s Nhaf la FATCA reptxtrrg? on page 2 to further information. Cat, No, 10231X Form W-9 then, 12-2014) CLEAR FORM ADDENDUM#1 BID REQUEST NO. B1900153 B1900153 -CUSTODIAL SERVICES - DOWNTOWN BUILDINGS & CRIME LAB Buildings & Grounds Dept. Due to impending snowstorm/blizzard the mandatory pre -bid meeting will be moved. Therefore, the following changes to the bid documents are: A mandatory pre -bid conference will be held on December 3, 2019 at 4:00 PM at Weld County Buildings and Grounds, 1105 H Street, Greeley, CO 80631. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150O Street, Room #107, Greeley, CO 80631, until: 10:00 AM on December 17, 2019 (Weld County Purchasing Time Clock). ***We need signedpy on file. Thank You!*** Addendum received by: All Clean FIRM 1836 6th Street ADDRESS Greeley, CO CITY AND STATE SelanderS Dig'Latly s gn.d by r..cy 3.i.nd.rs Date: 2619.12,16 15:33:35 -07'00' BY abselanders@gmaii.com EMAIL November 25, 2019 ALLCLEA OP ID: KM ACOR�� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/VYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 970-352-9500 Union Colony Insurance 1218 8th Ave. c NTACT Lori Granberg PHONE 970-352-9500 FAX A/C, No, Ext): A/C, No): E-MAIL Greeley, CO 80631 Katelyn Medina INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: LibeMutual Insurance Co. /�7���EDn INSURER B: Plnnacol Assurance 41190 Tracy Selanders 1836 26th Street INSURER C: INSURER D: Greeley, CO 80631 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR POLICYNUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR 81(5 (21)60730015 60730015 01/15/2020 01/15/2021 EACH OCCURRENCE $ 1,000,000 FREMGETOEaoccu RENTEante $ 1,000,000 MED EXP (Any one person) $ 15,000 GEN'L PERSONAL & ADV INJURY $ 1,000,000 AGGREGATE LIMIT APPLIES PER: POLICY ❑ JETLIII LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 AUTOMOBILE LIABILITY ANY AUTO OWNED II SCHEDULED AUTOS ONLY AUTOS AHJT D ONLHH Y AUTO ONLY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 9421013 01/27/2020 02/01/2021 X PER 0TH - STATUTE ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE -EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS! LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) WELDCOU Weld County Government 1150 O Street Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. KatelynAUTHORIZMedi aENTATIVE Katelyn Medina ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD New Contract Request Entity Information Entity Name * ALL CLEAN LLC Entity ID* ❑ New Entity? @00041815 Contract NarneA Contract ID CUSTODIAL SERVICES DOWNTOWN BUILDINGS & CRIME 3371 LAB Contract Lead * Contract Status SGEESAMAN CTB REVIEW Contract Lead Email sgeesarnan €r co.weld. co. us Contract Description CUSTODIAL SERVICES FOR DOWNTOWN BUILDINGS AND THE CRIME LAB. Parent Contract ID Requires Board Approval YES Department Project # Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND GROUNDS Date* 01/23/2020 01127/2020 Amount * Department Email $12,671.00 CM- Will a work session with BOCC be required?* BuildingGroundseldgov.co NC Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be inclu Automatic Renewal Chi-BuildingGrounds- DeptHead eldgov.com Grant County Attorney GENERAL L COUNTY ATTORNEY EMAIL KCA County Attorney Email CM- COUNTYA1TORNEY@WELD GOVCOM if this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the €Devious Contract Number and Master Sew -es Agreement Number should be left blankif those contracts are not in Grease Contract Dates Effective Date Review Date* Renewal Date 01.#0112021 0110112021 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone I Purchasing Purchasing Approver Approval Process Purchasing Approved Date Department Head Finance Approver TOY TAYLOR BARB CONNOLLY DH Approved Date Finance Approved Date 01/2112020 01/22/2020 Final Approval ROCC Approved Tyler Ref # AG 0 12720 ROCC Signed Date I OCC Agenda Date 01/27/2020 originator SGEES Submit Contact Phone 2 Legal Counsel BOB CHOATE Legal Counsel Approved Date 01/2212020 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 January 8, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Custodial Services — Downtown & Crime Lab — Bid 1900153 As advertised this bid is to provide custodial services for the downtown buildings and the Crime Lab. The low bid from All Clean LLC meet specifications. Therefore, Buildings & Grounds is recommending awarding to All Clean LLC in the amount of $12,671.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 0OI9-5105 QOI WELD COUNTY PURCHASING 11500 Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(c),weldgov.com E-mail: reverett(hweldgov.com E-mail: rturfoweldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: DECEMBER 17, 2019 REQUEST FOR: CUSTODIAL SERVICES - DOWNTOWN BUILDINGS & CRIME LAB DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B1900153 PRESENT DATE: DECEMBER 18, 2019 APPROVAL DATE: JANUARY 6, 2020 (MOVED TO JANUARY 13TH) VENDOR ALL CLEAN, LLC 1836 26TH STREET GREELEY, CO 80631 TOTAL MONTHLY CUSTODIAL SERVICES ALL BUILDINGS $12,671.00 $12,675.00 MAINTENANCE RESOURCES, INC. $19,601.00 702 W. 48TH AVE, UNIT H DENVER, CO 80216 COMMAND SERVICE SYSTEMS $33,643.12 96 INVERNESS DRIVE EAST STE D ENGLEWOOD, CO 80112 LARSEN GROUP DBA DUST BUSTERS 15854 E OTERO CIRCLE CENTENNIAL, CO 80112 *WITHOUT RETAINAGE ** WITH RETAINAGE ANNUAL TOTAL $152,052.00 $152,100.00 $235,212.00 $403,717.44 $50,595.00* $607,140.00 $55,654.50** $667,854.00 VENDOR DID NOT ATTEND MANDATORY PRE -BID MEETING. THE DEPARTMENT OF BUILDINGS AND GROUNDS IS REVIEWING THE BIDS. /c/9 5/ Os 3G®6 WELD COUNTY PURCHASING 1150O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(�weldgov.com E-mail: reverett(a)weldgov.com E-mail: rturfa-weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: DECEMBER 17, 2019 REQUEST FOR: CUSTODIAL SERVICES - DOWNTOWN BUILDINGS & CRIME LAB DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B1900153 PRESENT DATE: DECEMBER 18, 2019 APPROVAL DATE: JANUARY 6, 2020 TOTAL MONTHLY CUSTODIAL SERVICES VENDOR ALL BUILDINGS ANNUAL TOTAL ALL CLEAN, LLC $12,671.00 $152,052.00 1836 26TH STREET GREELEY, CO 80631 OBAND'S JANITORIAL COMPANY $12,675.00 $152,100.00 2861 S. SALIDA CT. AURORA, CO 80013 MAINTENANCE RESOURCES, INC. $19,601.00 $235,212.00 702 W. 48TH AVE, UNIT H DENVER, CO 80216 COMMAND SERVICE SYSTEMS $33,643.12 $403,717.44 96 INVERNESS DRIVE EAST STE D ENGLEWOOD, CO 80112 LARSEN GROUP $50,595.00* $607,140.00 DBA DUST BUSTERS $55,654.50** $667,854.00 15854 E OTERO CIRCLE VENDOR DID NOT ATTEND MANDATORY CENTENNIAL, CO 80112 PRE -BID MEETING. *WITHOUT RETAINAGE ** WITH RETAINAGE THE DEPARTMENT OF BUILDINGS AND GROUNDS IS REVIEWING THE BIDS. 2019-5105 l0t � � Cocci-
Hello