Loading...
HomeMy WebLinkAbout20193524.tiffDEPARTMENT 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 30, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Custodial Services — South Buildings (2019-3524) Amendment The South Buildings custodial bid was awarded Maintenance Resources Inc. (2019-3524). As a result of COVID-19 response, additional disinfection is needed after-hours and for the Human Services & Motor Vehicles areas during business hours 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 (Southwest and Southeast buildings) for $1,841.66 • Daytime disinfections (Southwest Building) for $3,430.00 • Daytime disinfections (Southeast Building) for $3,430.00 Therefore, Buildings and Ground is recommending approval of the attached contract amendment for Maintenance Resources Inc. in the amount of $8,700.66 per month until these services are no longer needed. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ec: Cfr/s' o5/off/z6, �1G1- 3521 ZGOo2 1 CONTRACT AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS AND GROUNDS AND MAINTENANCE RESOURCES INC. This Agreement Amendment ("Amendment"), made and entered into 27 day of April, 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings & Grounds, hereinafter referred to as the "Department", and Maintenance Resources INC., 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. 2019-3524, approved on 09-09-2019. 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 a CONTRACTOR: Mizael Mendoza Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair MAY 0 4 2020 ATTEST: Weld BY: Deputy Cle 020/9- 3•-vZ9. APPROVE CZ,/►SXO SUBSTANCE: ElecteciOfficial or Department Head APPROVED AS T FU ING: Controller APPROVED AS TO FORM: 1;tS edu-ta-, County Attorney Exhibit #1 -Day Porter- Longmont -S1 S MRINTENRNC RESOURCES 702 VV. 48t" Avenue, Unit H I Denver, CO 80216 I Phone: 303-388-3052 Value and Quality in Commercial Cleaning Using State -of -the -Art Technology DAY .Jµ-` rR ' Ft 'MELD tom-'' UJ i1 Y Price Confidential ERVICES .NG EXCLUSW April 23, 2020 Maintenance Resources, takes no exception to the scope of work and is fully prepared to provide services as requested. We are confident that our proposal demonstrates that we will make numerous contributions positively affecting your bottom -line. Our reputation and customer testimonials speak to the level of care we take on every project. Likewise, we take time to become familiar with every aspect of your project to ensure we will deliver on time and to your specifications and satisfaction. We are committed to providing service to each of our customers' facilities in the highest standard possible. You are our highest priority. We look forward to the opportunity to serve your needs and become a valued partner. We are confident that our qualifications and experience will contribute greatly to your organization. Please feel free to contact us should you have any further questions. Thank you for considering Maintenance Resources Inc. Job -site: Longmont (Firestone) Facility SWW Day Porker Service for disinfecting LONGMONT Monthly Price hours per da 40nhours a week Monday ,,..-. Friday ($ �l; : . 7 hourly date TOTAL pp $3,430.00 Exhibit #2 -Day Porter -Ft. Lupton-SESO MAINTENANCE RESOURCES 702 W. 48th Avenue, Unit H I Denver, CO 80216 I Phone: 303-388-3052 Val. le a d Quality in Comm m,ia! Cleani g Using State -of -the -Art Technoi DAY PORTER SFRVICES rrREIC1 WELD COUNTY Pric onfidentlal gy JVF L F P April 23, 2020 Maintenance Resources, takes no exception to the scope of work and is fully prepared to provide services as requested. We are confident that our proposal demonstrates that we will make numerous contributions positively affecting your bottom -line. Our reputation and customer testimonials speak to the level of care we take on every project. Likewise, we take time to become familiar with every aspect of your project to ensure we will deliver on time and to your specifications and satisfaction. We are committed to providing service to each of our customers' facilities in the highest standard possible. You are our highest priority. We look forward to the opportunity to serve your needs and become a valued partner. We are confident that our qualifications and experience will contribute greatly to your organization. Please feel free to contact us should you have any further questions. Thank you for considering Maintenance Resources Inc. Job -site: Fort Lup Facility SEW Day Porter Service for disinfecting FORT LUPTON Monthly Price 8 hours per day 40 hours a week on ay m u Friday 1319 9 hourly rate TOTAL $35430.00 Exhibit #3 -Disinfection Services-SWSC/SESC 702 W. MRINTENRNCE RESOURCES 8th Avenue, Unit H I Denver, CO 80216 u p hone: 303-388-3052 Value and Quality in Commercial Cleaning Using State -of -the -Art Tech ioIogy Ay.A., DirritiN SERV Price Confidential CE€ 10ENG F-" ,v1US1V r R: March 11, 2020 Maintenance Resources, takes no exception to the scope of work and is fully prepared to provide services as requested. We are confident that our proposal demonstrates that we will make numerous contributions positively affecting your bottom -line. Our reputation and customer testimonials speak to the level of care we take on every project. Likewise, we take time to become familiar with every aspect of your project to ensure we will deliver on time and to your specifications and satisfaction. We are committed to providing service to each of our customers' facilities in the highest standard possible. You are our highest priority. We look forward to the opportunity to serve your needs and become a valued partner. We are confident that our qualifications and experience will contribute greatly to your organization. Please feel free to contact us should you have any further questions. Thank you for considering Maintenance Resources Inc. Job -site: Longmont (Firestone) Facility Fort Lupton Facility Additional Services Disinfectant program LONGMONT iJMonthly Price Disi n' a'vf/ aY PIl 2 hours per day 10 hours a week building ld per i ng 00 $920/ o83 T $21.25 Additional Services Disinfectant program FORT LUPTON = ./Li„c IL I,, • 1/ ?. ° .) Disinfectant 2 hours per day 10 hours a week per building $920"83 $21.25 WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & MCS, INC., DBA MAINTAINANCE RESOURCES INC, CUSTODIAL SERVICES -SOUTH COUNTY BUILDINGS THIS AGREEMENT is made and entered into this 9 day of , 201', by and between the County of Weld, a body corporate and politic of the State f Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and MCS, Inc., DBA Maintenance Resources Inc., a corporation, whose address is 702 W. 48th Ave. Unit H, Denver, CO 80216 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. B1900116". 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 /9 9-9-i9 c,2°19-,�.. a� ��0A-f by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4, Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the to its 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 perfoz riled 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 $3,478.00 + a consumable supplies markup percentage of 0%, 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 (CSRSS. 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. S. 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 fmancial 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 teinl 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 Contactor 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: MCS, Inc. DBA Maintenance Resources Inc. Attn: Tito Muniz-CEO Address: 702 W. 48th Ave. Unit H Address: Denver, Co 80216 H -mail: tito@maintenanceresourcesinc.com Telephone: (720) 317-9235 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PQ Box 758 E-mail: ttayl.or,weldgov.com Facsimile: 970.304.6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discriminationand 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. §8-175-102(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 actualand 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 pena-ty 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 NESS WHERERF, the parties hereto have signed this Agreement this ,201T. CONTRACTOR: MCS Inc. DBA Maintenance Resources Inc. By: Name: Title: C Date '1.- day of WELD COUNTY: ATTEST: Weld BY: Deputy BOARD OF COUNTY COMMISSIONERS WELD COUNTY, CO,r.ORADO UL.kAIA- /Barbara Kirkmeyer, Clhair SEP Q2019 2oi-.��� REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: JULY 9, 2019 Exhibit A BID NUMBER: B1900116 DESCRIPTION: CUSTODIAL SERVICES - SOUTH WELD COUNTY DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: JULY 22, 2019 BID OPENING DATE: AUGUST 2, 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 - SOUTH WELD COUNTY A mandatory pre -bid conference will be held on July 22, 2019 at 4:30 PM, at the Weld County Southwest Building, 4209 County Road 24 1/2, Firestone, CO 80504. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150 O Street, Room #107, Greeley, CO 80631, until: 10:30 AM on Asst 2! 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 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at hftps://wwviLweldgov.comidepartmentsfpurchalaingitsids proposals located under "Bids / Proposals / Tabulations". And, on the Bidnet Direct website at www. bidnetdirect, cone. 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. 810. Delivery to Weld County . 2methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bid s @weIdg ov. 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. fli STRUCTIONS T BOOMS: INT ODUCTORY 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 tie 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 blw the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent,91 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 *idder. 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 dearly 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 rtid 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 asproval of the Weld County Corrsoller/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 149(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in a II 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 ccordanc-: with O.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 ail 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 tht 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 I ,aaNTVC BID REQUEST #B1900116 Page 2 Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant t. 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 01 contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program r State of Colorado orograrn 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 Successfu bidder shall ntify the subcontractor and County within three (3) days that Successful bidder has actual knowldge that a su: contractor is employing :fir contracting with an it egal all n and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal ;lien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days tie 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, undertakrn pursuant to C.R,S. §3-17.5-102(5), by the Colrado 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 employe- 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 hs examined the legal work status of such emp oyee, and shall comply with all of the other requirements of threl? State of Colorado program. If Successful bidder fails to comply witn 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. GENERA!! PROVISIONS A. Fund Availabil tyo 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 b-Dyond the current fiscal year. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, includi rig trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder stall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, :he successful bidder is advised that as a puolic entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CO" ), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within tie 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 comm;rcial, financial geological, or geophysical data). If Weld County receives a CRA request ;for bid infrmati:•n marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld frm 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 #B1900116 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 ublic 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 provisins, 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 cs1 ntractor and not as an employee. He r 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 deem -d 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 and rsigned 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. Procur<}rnent 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 shII 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 hilts prescribes by County may result in County's decision to withhold payment or to terminate this Agreement. r, BID REQUEST #B1900116 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 dear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid Yor 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 #B1900116 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. iIsn-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 FinancL i Interest/Conflict of Interest — C.R.S. H24-18-201 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 bids -r 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 Cunty'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 nomin;.tes, 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. C mpensation Ar ount: 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. op X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all BID REQUEST #B1900116 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 coverag be reducS 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 succossful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insur.; mce 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. Tar, ue- wAZgr= BID REQUEST #B1900116 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 #B1900116 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County is seeking bids to perform custodial services for its buildings located in SOUTH WELD COUNTY. The start date for services will be October 1, 2019. The buildings are expected to be cleaned five days a week (Monday through Friday) after 6 PM per the requirements detailed in this bid. The buildings are: 44444 14•44•••••••••••••.1. M'Y., 1M4.+. NS _n. •.n.V,.....rllr.y.YMN.{YWY.r.r.I----.wr.-r.MY.'#w.w...C.WYM........en*V..4..0-.4 YC'.rr4W...-. aiVWwwY.••4• ....M..r.Y.y.Vwe.wYMMw. 1.1e•••••## 1.#4,....01#11.4••••41#4.0•••••••••••••fire• Building l Location I Approximate Cleanable Sq. Ft - .t- n ...... Y.My... . w 1C. 4seY*aa 4 fan Cr•••ase lC• SEW Service Center 1 2950 9th St, Ft. Lupton 1 18,000 X 5 -Days per Week SWW Service Center 1 4209 WCR 24 1/2, 1 19,000 X 5 -Days per Week Firestone rr 3 BUILDING INFORMATION for Carpet and VCT BUILDING LOCATION Carpet VCT SEW Service Center 2950 Stn St, Ft. Lupton _ 15,500 0 SVVW Service Center 4209 Firestone WCR 24 1/2, 15,000 900 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 furniture including desks, chairs and tables • Dust all exposed filing cabinets, 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 0 Vacuum carpeted floors in traffic lanes only O Damp mop resilient/hard surface floors Spot clean spills and stains on carpeted and resilient/hard surface floors ® Remove bags of shredded paper Weekly Low dust all horizontal surfaces below 36" including sills, ledges, moldings, shelves, picture frames, ducts, radiators, etc. O 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 Stairwells — dust all horizontal surfaces, spot clean walls, sweep and mop stairs and landings ® Wipe down chair mats BID REQUEST #B1900116 � r4=46 - =vussx�.cu.u�-..:.cowa,aas., . x"rst env ens. F,-';!CSN'szt `a°:�@1ISIiraw uF.�eft;'v`".v�' Page 9 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. 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 and partitions • Refill all dispensers to normal limits Sweep, damp mop and sanitize hard floors Weekly, • Low dust all horizontal surfaces below 36" a High dust all horizontal surfaces above 72" • Flush floor drains Monthly a Machine scrub hard surface floors • Machine scrub and burnish VCT Quarterly a Machine scrub and add finish (2 -coats, min. 18% solids) to all VCT C. Eating (Lunch room, cafeteria, dining room, kitchen, vending): Daily 0 S • • 0 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 BID REQUEST #B1900116 Page 10 Quarterly e 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 Weekly Remove gum from sidewalks t-. Clean trash containers E. Elevators: Daily O Sweep/Vacuum Spot clean doors and walls Clean spots and spills from carpet/floors Monthly • Wipe down entire doors and walls (stainless steel clean as needed) F. Health Department Clinic Exam Rooms Daily • Disinfect all surfaces • Empty trash — do not touch Bio Hazard Containers o Clean regular trash containers inside and out Disinfect sinks and dispensers Sweep, damp mop and disinfect floors Monthly • Disinfect walls and vents • Clean furniture 9 Dust blinds Quarterly • Machine scrub and burnish [or add finish as needed] VCT floors 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 u, BID REQUEST #B1900116 Page 11 E. You will need to pay special attention to offices that are locked — if a door is closed/locked when you enter, then it must be closed/locked when you leave F. Take out shredded paper trash bags to outside dumpster G. Perform monthly building walk-through reviews with Weld County Custodial Supervisor H. Notify Weld County Custodial Supervisor of dates the Monthly and Quarterly requirements are scheduled to be 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. 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 thz Weld County staff. Contractor will ensure that all employees working within County facilities can read and understand warning signs that are written in English N. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. 0. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the w• rk to be done under the contract and assure that all workers will receive the c`•;mpensation for compensable injuries. A copy of the workers compensation policy is required t. be submitted to the County as part of this proposal. P. Contractor shall be allowed job -related use (e.g. calling Security for check in/out procedures) of County telephones at no cost to the Contractor. Q. Contractor may store supplies, materials, and equipment in storage areas within the County building facilities as designated by the Custodial Supervisor. Contractor agrees to keep his pontoon of this sx)rag area in accordance with applicable fire and safety regulations. 4. Undocumented Workers and Crormanal Roc s• rd Verification. The following is a listing of requirements for undocumented workers and criminal record verification: A. Contractor certifies that the Contractor shill comply with the provisions of seoton 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 kno'i°.ingly 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/cntractor 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 subcontract.. does not stop employing or contracting with the undocumented worker, "�v�".. nilat'q�.t'Vi'uS'.YFYI+^ �"@!N!74 ..r a-.�...,. Cr.c cM�vrw........�VY....�..•tn .r trru iw:. i ...,.. .1.w�,.:.ti;ra.4.... �,.�,,...Nw t, e _ .....S.�.«r �s�.',�..�,Ea`vrxNna�Y�.YlFi,�vx(.u»ew� BID REQUEST #B1900116 air T,w,R-�'ziga cyataire.::1.1• ,�y�� Page 12 except that the vendor/contractor shall not terminate the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented worker. c. The vendor/contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to C.R.S. § 8-17.5-102(5). B. Successful respondent/vendor will be required to complete criminal record checks on all employees who work on County property for this contract. Employees who have been convicted of a theft in the past 5 years or a violent or serious felony will not be permitted to work in County facilities. Provide results of all background checks to the Buildings and Grounds Director for review. Provide background check results for any additional personnel hired during the course of this contract to the Buildings and Grounds Director for review. C. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 5. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 6. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment B. Consumables (See Paragraph 7) C. Supervision of cleaning crews D. Uniforms for cleaning staff with company logo and badge E. Notify Weld custodial supervisor at least one week in advance of floor work/schedule F. IVlateria! Safety Data Sheets (MSDS) on all products used in buildings G. Vacuums with beater -bars 7. Consumable items. The contractor will supply all consumables used in the facilities. A listing of current consumables is identified in the following table. In order to obtain accurate cost for these items supply the following information: (1) List your package proposed quantity, (2) your cost to purchase, (3) Percentage of markup, and (4) Total price. Product Packa a size I Toilet tissue Jumbo Jr. 2 -ply I �...r r.. ... e...-......-.. ...........w... N•1.....aM1N 2:ply ..I M..r............«\lNa..N.711N♦JIMM.a4w....,.♦4 Toilet tissue Universal 2 -ply ................r..........•w.._,+..............«.......w..... Multi -Fold towels F .....w.• .......e...1.�±e4W 4*•kxaxe...nnrxM*% 4.a w..w.w.werx.w...w«.\�.w.....d + ..• En Motion Roll towels .. 4«444_.--.wr..... ...«mvw.•FVFNw.....a».F....ts:M sfl$6 Cormatic Roll towels Hand Soap — GoJo Foam — 2 mil Sanitary Napkins (4D Tampons .. . �. .4• �4.«....:....^...'1'.lwv..I 4.4*,.*.a..a.....1e•.wa4 Wax Paper liners • • •.• •. •...- .Y •PY.M. Paper Jn.r4aa1.11 24X33 trash liners 30X37 trash liners i 40X48 trash liners ...uJw}\4N1.f.4.\l...w.wa-Fw4.444.w/.` ••• -_ -a._.........�._..4......»...........sµ4...4. - Your Cost Markup % ___. Total Price a 4 I taw i FawS.aa .a M. a.... w....4a uEasa......N... s 1F . . ww..YM..w•••,••.w.l 1MM**a*lk.. 44RMla.A•..a .*4t ,•.e*A**..aa.YE.Ya.H4i.—..wY\M..N... wb.1........ S• a W..r.♦a.wIM4..MWMi. a�.aaaa: I .a .;•...K.....m l..'.1.M....rlt.'Mf f.4e..ry.Ses.f.fs i t I ,a .a A. Contractor will invoice the Consumable Items for each building separately from the Custodial Services each month. With this invoice, the Contractor MUST provide a copy of your supplier's monthly invoice showing your cost and quantity shipped to EACH building. B. Contractor is responsible for ordering, storing and receiving shipments C. Contractor is NOT responsible for maintaining Air Fresheners ..•r.vri`W6v.raiwtrawriwte t.xnri. eagW s -q, °np1`.Ci ti;UrtvX'lits mtitutm,"Ftwinacetet BID REQUEST #B1900116 Page 13 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 October 1, 2019. Pricing Provide total pricing for Custodial Services per month for all the buildings identified in bid (excluding the consumables). For consumables, provide the percentage of mark-up to cover your costs (e.g. moving, storing, receiving, and managing). Custodial Services TOTAL for all buildings (Per Month) $ Consumables Markup Percentage A mandatory pre -bid conference will be held on July 22, 2019 at 4:30 PM at the Weld County Southwest Building, 4209 County Road 24 1/2, Firestone, Co 80504. Bids will be received up to, but not later than 10:30 AM on August 2, 2019 (WELD COUNTY PURCHASING TIME CLOCK). AININIMIMMINIESP �.n SID REQUEST #B1900116 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. #B1900116. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County_ The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE 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 ®0004. YOU DO NOT NEED TO SEND PAGES 1 — 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board BY: WELD COUNTY, COLORADO Deputy Clerk to the Board Barbara Kirkmeyer, Chair BID REQUEST #B1900116 APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director Page 15 Custodial Services South Buildings Bid if B1900116 Questions and Answers: July 29, 2019 1. Question: What is the current contractor charging for services? a. Answer: The current vendor is charging $3,816 total per month for the South Buildings. 2. Question: What is the average monthly consumables cost? a. Answer: The monthly consumables bill has been running an average of $500 per month for the South buildings including the vendor markup. I want to reemphasis that we reimburse the vendor for all consumable product costs: including the markup; the vendor must bill Weld County monthly for these charges and include a copy of the vendor's product supplier's invoice. 3 Question: How many man hours are averaged for cleaning at each location per night? a. Answer: It is difficult to say how many hours as I am not present during the cleaning. I will say that it varies a great deal depending upon the skill level and experience of the cleaner. It is also influenced by public usage on any given day, i.e. Commissioner and other public meetings and events. 4. Question: Does Weld County require the use of "green" products for cleaning? a. Answer: No, iowever, products may need to be evaluated if we have employee health or other reaction issues. 5. Question: Is the outside back patio at the SEW building included in this bid? a. Answer: No just outside trash and ten feet in front of all entrance doors. 6. Question: Are messes left by birds nesting and perching outside the buildings included in the cleaning bid (bird droppings, nests, feathers, etc.)? a. Answer: Yes, if they are within ten feet of any of the outside entrances to the building. 7. Is the basement staircase and hallway to be included in the cleaning scope? Answer: Yes. The basement staircase and hallway connecting the front lobby to the Sheriff's Offices needs to be swept once per month. i Eyr , t. 1 ustoii& Services - South Weld County RE' #B1900116 Weld County Proposal Presented to: Weld County, Colorado 1150 O Street, RM 107 Greeley, CO 80631 Attention: Christie M. Peters, Procurement Agent Presented by: Tito Muniz 303-961-5748 Titg@maintenanceresourcesinc.com Maintenance Resources Inc. 702 W 48th Avenue, Unit H Denver, CO 80216 303-388-3052 www.maintenanceresourcesinc.com IjPage 702 VV. MThAvenue, Unit H - Denver, CO 80216 - Phone: 303-388-3052 July 31, 2019 Christie M. Peters Procurement Agent Weld County, Colorado REP 81900116 Maintenance Resources Inc. thanks you for the opportunity to submit a proposal for janitorial services and our recommendations for your facilities. Maintenance Resources Inc., is committed to providing the type of value and lasting impressions for your business that presents the best possible image to your clients, colleagues and staff. Our dedication to your satisfaction and building a long-term relationship comes without compromise. Our team looks at every detail of your facility to help you protect your brand and experience ease of service. We believe that what is not measured is not managed and our objective is not only to manage, but to show you measurable improvement. We work with you and your team to find the best solutions for your facility. Maintenance Resources Inc., works with many outstanding customers like you, as well as class -A office buildings, multi -location facilities, and school districts of all sizes. Our clients also include retail and grocery outlet stores, shopping centers, and government agencies. With over 30 years of extensive experience in the janitorial services industry, we've developed a keen understanding of exactly what it takes to provide you with the type of service that ensures an excellent first impression to your stakeholders and a comfortable environment for your team. Additionally, we are relentless in our pursuit of developing systems that make communication with us easy to help support serving your facility. Our teams are quick and attentive. Because of our superior staff training system and our Quality Assurance Program (OAP), we are prepared to go the extra mile to ensure your satisfaction. Thank you once again for your consideration. Sincere' Tito Muni;, CE 2fPage 702 W. 48th Avenue, Unit H - Denver, CO 80216 - Phone: 303-388-3052 Key Contacts Janitorial Staff Qualifications The MRI team members that will provide oversight and management of your project are each highly skilled and well experienced in managing their area of expertise. Whether it's overall project management and execution from our operations team or customer experience oversight from our business team, you will be working with a team of professionals capable and prepared to go above and beyond. The team (shown below) overseeing your project, possess more than 30 years in either janitorial services or project management and they are key to MRI success. Support Office: 303-388-3052 Fax: 303-321-8508 support@maintenanceresourcesinc.com *For non -urgent questions, concerns, or requests Tito Muniz, CEO Office: 303-388-3052 Direct: 303-961-5748 tito@maintenanceresourcesinc.com Tangia Estrada, Director of Strategy and Partnership Office: 303-388-3052 Direct: 720-277-1918 tangia@maintenanceresourcesinc.com Mike Mendoza, Director of Operations Office: 303-388-3052 Direct: 303-961-5749 mike@maintenanceresourcesinc.com Sara Linan, Senior Estimator Office: 303-388-3052 Direct: 303-385-3345 sara@maintenanceresourcesinc.com 3IPage 702 W. 48th Avenue, Unit H - Denver, CO 80216 - Phone: 303-388-3052 JANITORIAL CLEANING PRICING EXCLUSIVELY FOR: Weld County CONFIDENTIAL 4IPage SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County is seeking bids to perform custodial services for its buildings located in SOUTH WELD COUNTY. The start date for services will be October 1 2019. The buildings are expected to be cleaned five days a week (Monday through Friday) after 6 PM per the requirements detailed in this bid. The buildings are: Building Location SEW Service Center SWW Service Center 2950 9th St, Ft. Lupton T 4209 WCR 24 1/2, Firestone Approximate Cleanable Sa, Ft 18,000 X 5 -Days per Week w 19,000 X 5 -Days per Week BUILDING INFORMATION for Carpet and VCT BUILDING LOCATION Carpet VCT 0 SEW Service Center 2950 9t" St, Ft. Lupton 15,500 SWW Service Center 4209 WCR 24 1/z, Firestone 16,000 900 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 furniture including desks, chairs and tables • Dust all exposed filing cabinets, 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 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 • Stairwells — dust all horizontal surfaces, spot clean walls, sweep and mop stairs and landings • Wipe down chair mats BID REQUEST #81900116 Page 9 Months • 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. 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 and partitions • Refill all dispensers to normal limits • 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 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 (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 e 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 BID REQUEST #B1900116 Page 10 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 Weekly • Remove gum from sidewalks • Clean trash containers E. Elevators: Daily • Sweep/Vacuum • Spot clean doors and walls • Clean spots and spills from carpet/floors Monthly • Wipe down entire doors and walls (stainless steel clean as needed) F. Health Department Clinic Exam Rooms Daily • Disinfect all surfaces • Empty trash — do not touch Bio Hazard Containers • Clean regular trash containers inside and out • Disinfect sinks and dispensers • Sweep, damp mop and disinfect floors Monthly • Disinfect walls and vents • Clean furniture • Dust blinds Quarterly • Machine scrub and burnish [or add finish as needed] VCT floors 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 BID REQUEST #B1900116 Page 11 E. You will need to pay special attention to offices that are locked — if a door is closed/locked when you enter, then it must be closed/locked when you leave F. Take out shredded paper trash bags to outside dumpster G. Perform monthly building walk-through reviews with Weld County Custodial Supervisor H. Notify Weld County Custodial Supervisor of dates the Monthly and Quarterly requirements are scheduled to be 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 Cour fty. 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 Ur occurrence of a last key immediately to the Custodial Supervisor. Superintendent. Costs associated with key replacement and any nee. to re -key locks will be the sole responsibility of tilt, Contractor. The Contractor shall prohibit its employees from disturbing papers en rieskc opening deck drawers or cabinets, or using telephony=}s 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. 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 ;his storage area in accordance with applicable fire and safety regulations. 4_ Undocument for undocumentE d Workers and Crifininal Record Verification. The following is a listing of requirements d workers and criminal record verification: A. Contractor certifies that the C•ntractor 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 v-odor/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, BID REQUEST #B1900116 Page 12 except that the vendor/contractor shall not terminate the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented worker. c. The vendor/contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to C.R.S. § 8-17.5-102(5). B. Successful respondent/vendor will be required to complete criminal record checks on all employees who work on County property for this contract'. Employees who have been convicted of a theft in the past 5 years or a violent or serious felony will not be permitted to work in County facilities. Provide results of all background checks to the Buildings and Grounds Director for review. Provide background check results for any additional personnel hired during the course of this contract to the Buildings and Grounds Director for review. C. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 5. Sub -contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 6. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment B. Consumables (See Paragraph 7) C. Supervision of cleaning crews D. Uniforms for cleaning staff with company logo and badge E. Notify Weld custodial supervisor at least one week in advance of floor work/schedule F. Material Safety Data Sheets (MSDS) on all products used in buildings G. Vacuums with beater -bars 7. Consumable items. The contractor will supply all consumables used in the facilities. A listing of current consumables is identified in the following table. In order to obtain accurate cost for these items supply the following information: (1) List your package proposed quantity, (2) your cost to purchase, (3) Percentage of markup, and (4) Total price. Product Package size L Your Cost k Markup 944. 'Total Pricew Toilet tissue Jumbo Jr. 2 -ply _ 12/C 1 $23.01 N/A $23.01 Toilet tissue Universal 2 -ply, .. _ 80/CS I $40.71 s N/A rL. $40.71 Multi -Fold towels 4000/CS $28.71 E N/A $28.71 EnMotion Roll towels 6/800 f_ $65.76 1 .- N/A ? $85.76 Cormatic Roll towels 6/CS $74.97 NtA $74.97 Hand Soap — GoJo Foam — 2 mil Sanitary Napkins (4° Tampons Wax Paper liners 24X33 trash liners 30X37 trash liners 1 40X48 trash liners 2/CS� $49.00 500/CS $54.40 500/CS _ $77,76_ 1000/CS $20.71 500/CS $24 38 ._ 500/CS $21.00 .. 250/CS i $22 46 N/A N/A N/A I $49.00 J $54.40 ti $77 76 N/A I ..$20.71..,,,_. N/A I $24.38 N/A $21.00 N/A t $2246 A. Contractor will invoice the Consumable Items for each building separately from the Custodial Services each month. With this invoice, the Contractor MUST provide a copy of your supplier's monthly invoice showing your cost and quantity shipped to EACH building. B. Contractor is responsible for ordering, storing and receiving shipments C. Contractor is NOT responsible for maintaining Air Fresheners BID REQUEST #B1900116 Page 13 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 October 1, 2019. Pricing Provide total pricing for Custodial Services per month for all the buildings identified in bid (excluding the consumables). For consumables, provide the percentage of mark-up to cover your costs (e.g. moving, storing, receiving, and managing). Custodial Services TOTAL for all buildings (Per Month) $ 3.478.00 Consumables Markup Percentage 0 % A nandato rebid conference will be held on July 22 x.2019 at 4:30 PM at the Weld County Southwest Building, 4209 County Road 24 112, Firestone, CO 80504. Bids will be received up to, but not later than '10:30 AM on Au ust 2$ 2019 (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #B1900116 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. #61900116. 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 MCS, Inc dba Maintenance Resources Inc BUSINESS ADDRESS 702 W. 48th Ave., Unit H, CITY, STATE, ZIP CODE Denver, CO 80216 TELEPHONE NO 303-388-3052 FAX TAX ID # 97 - PRINTED NAME AND TITLE Tito Muniz, CEO SIGNATURE__' --ate- - ---- E-MAIL Tilo@n aintenanceres fCesinc.CtDm DATE 7/31/19 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B1900116 Page 15 702 W. 48th Avenue, Unit H - Denver, CO 80216 - Phone: 303-388-3052 Additional Services and Rates Available Carpet Cleaning (minimum of 1000 sq. ft.) $0.25 per sq. ft. Window Cleaning (interior and exterior) *Request a quote* Maintenance Services $18.75 per hour Power Washing **Quotes for additional service available upon request Snow Removal Rates $68.00 per hour Pickup with Plow with Operator $93.00 per hour Sidewalk Plow 3 ft. Rubber or Plastic Blade plus_Operator $60.00 per hour Bobcat wl 8 ft. Snow Bucket plus Operator $90.00 per hour Air Blower plus Qperator $35.00 er hour Snow Blower plus Operator $35.00 per _,_; hour Loader with 12 ft. Pusherplus Operator $150.00 per hour Tandem Dump Truck plus Operator $145.00 per hour De -Icing Truck plus Operator __ _ $135.00 per hour De-icer (Parking Lot) - $394.00 per ton* Drop Spreader or similar type spreader plus Operator $35.00 per hour Liquid _Magnesium Chlor ide 1.95 per gallon* Hand Shoveling $35.00 per hour Truck Mounted Sweeper p for .. parking lot $65.00 per hour 12IPage 702 W. 48th Avenue, Unit H - Denver, CO 80216 - Phone: 303-388-3052 CONFIDENTIAL Our Start Up Plan Approach In order to effectively serve your project, we follow a 6 Step Process. Our process is executed by creating an action plan specific to your scope of service and managing resources in terms of both time and staffing, as seen in our 30/60/90 -day outline. The Start Up Plan provides us with a 10 -day to 30 -day start up timeline depending on the size and scope of your project. Our Start Up Plan ensures that we can effectively achieve the highest standard of service. We start by identifying deficiencies, learn hot spots and address areas of concern. Start Up Plan Timeline: ➢ Assign an Area Manager ➢ Create a customized scope of work for your facility ➢ Create customized schedules and task lists for your facility ➢ Assign porter(s) (day and/or night) ➢ Begin services ➢ Begin 30/60/90 review process 30/60/90 Day Review Process The First 30 Days 60 Days Quarterly Review • Train porter(s) • Monitor operations daily • Complete QCA (Quality Control Audit) • Address and solve any concerns from audit • Schedule a meeting with Facility Manager to review • Monitor operations daily • Complete QCA (Quality Control Audit) • Address and solve any concerns from audit • Schedule a meeting with Facility Manager to review Monitor operations weekly • Complete QCA (Quality Control Audit) Addresses and solves and concerns • Schedule a meeting with Facility Manager to review • Ask for review from customer • Complete quarterly QCA (Quality Control Audit) • Schedule a walk-thru with Facility Manager • Address concerns from audit and walk-thru 131Fage 702 W. 481h Avenue, Unit H - Denver, CO 80216 - Phone: 303-388-3052 Quality Assurance Program We are a company driven towards excellence. Our goal is to exceed your expectations by using our Quality Assurance Program. Our Quality Assurance Program is built on 3 values: Quality Schedule inspections and walk-thrus with Facility Managers. • Using CleanTelligent® software to document, report and solve any problems. Our electronic time keeping system, TimeWorks, tracks our employees to their exact location to ensure all contracted hours are being fulfilled. Reassurance CleanTelligent® will store all QCA's (Quality Control Audits) to keep a record of issues and theft resolutions. O Reports can be provided to customers upon request. 4 TimeWorks time keeping reports can be provided to customers upon request. Communication a Once a QCA is completed at the walk-thru, the report is sent directly to the Facility Manager. • We will communicate any issues or problems we encounter and provide quick and sustainable solutions. CleanTelligent Using our software program, CleanTelligent®, we can create detailed monthly inspection reports. Please see the following Quality Assurance Program break down for details. • A customized scope of work and daily task list will be created for your facility. ® This scope of work and task list will be used to train the porter(s) as well as set a foundation for the QCA's. • The Area Manager that is assigned to your building will complete a monthly inspection using CleanTelligent®. ® The Area Manager will then implement any corrective actions needed based on the audit. • The Area Manager will oversee all porter(s), chemical/supply inventory management and quality control for each facility. • A night lead or supervisor's responsibilities include a walk-thru of the entire facility after cleaning operations are complete. TimeWorks Time Keeping • Peace of mind for our customers. • Pinpoint GPS location snapshots to ensure the contracted hours are being worked. • Improving communication between our managers and porters. 14IPage 702 W. 48th Avenue, Unit H - Denver, CO 80216 - Phone: 303-388-3052 GREEN CLEANING PROGRAM The intent of the Green Cleaning Program (GCP) is to meet Maintenance Resources Inc. cleaning requirements. Our GCP reduces the exposure of your personnel and building occupants to potentially hazardous products, equipment or procedures which could adversely affect human health and the environment, indoors and outdoors. The program was developed to assist Maintenance Resources Inc. in pursuing LEED-EB certification and for Maintenance Resources Inc. to create a more sustainable environment. We have incorporated criteria and practices from USGBC LEED-EB O&M 2009 Version 3, from Green Seal GS 42 standard for cleaning services, IFMA Foundation "The Business of Green Cleaning" and from the "Pennsylvania Green Building Maintenance Manual" to develop the green cleaning program. Components of the program: - Chemicals and dispensers - Powered maintenance equipment - Miscellaneous supplies - Procedures - Training - Communications - Staffing - Monitoring results - Glossary of terms - Examination for company/facility certification C.emical*: This section will outline Maintenance Resources Inc. criteria for choosing sustainable chemicals and a list of chemicals to be used in the program. The following are typical criteria for environmentally - Low VOC - More moderate pH (4-11) - Low odor - Work in cold water - Multiple use products - Products derived from renewal resources preferable cleaning chemicals: - Low toxicity - Concentrates & dilution control - Readily biodegradable - No carcinogens - No heavy metal floor finishes - Products in recyclable packaging 15!Page 702 W. 48th Avenue, Unit H - Denver, CO 80216 - Phone: 303-388-3052 CONFIDENTIAL Customer Service P h i los# h y our customer philosophy comes from a desire to create an experience that shows each customer that we not only listen but understand their needs. We strive to make sure that each customer feels respected, heard and taken care of. We are not happy until our customers are 100% satisfied. We are building a company culture that is customer focused. We believe by providing our customers with a positive experience and supreme service, we are building lasting relationships. References Denver Transit Operators Roberto Arocho, Contracts and Procurement Manager 5151 Fox Street Denver, CO 80216 720-460-5838 Robertaarocho rtdcrail.com Length of Service: 2 years — multi -year contract Description: Day porter and night cleaning of all train stations, parking lot sweeping, bio-hazard cleans and power washing. Service is 24/7, 365 days per year. Pueblo Mall Tim Schweitzer, General Manager Dillon Drive Pueblo, CO 81008 719-544-3454 tsch reitzer ce tennialr c. cam Length of Service: 12 years Description: 7 days a week, 365 days per year. Day porter services of common areas. Deep cleaning as needed. Arrow Electronics Henry Fernandez, Procurement Manager 640 Maestro Drive Suite 108 Reno, NV 89511 775-335-8216 hfernandez@arrow.com Length of Service: 2 years Description: Day Porters and Night Porter 161Page CERTIFI TE OF LS MCSINC0m01 ILITY INUANGE BBLOSS DATE (MM/DD/YYYY) 8/29/2019 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 th- 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 AP Intego Insurance Group, LLC 1601 Trapelo Rd Suite 280 Waltham, MA 02451 INSURED Mcs Inc 702 W. 48th Ave Unit H Denver, CO 80216 CONTACT NAME: PHONE (A/C, No, Ext): E-MAILDEs SS: upport@apentegoocom FAX (A/C, No): INSURER(S) AFFORDING COVERAGE INSURER A : Technology Insurance Company INSURER B : NAIC # 42376 INSURER C : INSURER D : INSURER E : INSURER F : COVER GES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR MD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY] LIMITS COMMERCIAL GENERAL CLAIMS -MADE LIABILITY OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES Flef PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A TWC3815303 9/1/2019 9/1/2020 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 ‘A. E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Weld County, Col 1150 O Street Greeley, CO 80631 rado SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 011-1 Rif CERTFCATE OF LaN CE DATE (MMIDD/YYYY) 08/29/2.019 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 TAG -Holt Insurance Team 5393 S Vaidal Way Aurora CO 80015 INSURED MCS, Inc.. DBA: Maintenance Resources 702 W. 48th Ave.. Unit H Denver CO 80216 COVERAGES CONTACT Nicole Holt NAME: PHONE (303) 862-9250 (A/C, No, Ext): E-MAIL nicole@holtins.net ADDRESS: FAX (A/C, No): (303) 862-9263 INSURER(S) AFFORDING COVERAGE INSURER A : Atain Specialty Insurance INSURER B : Preferred Consumers INSURER C : National Union Fire Ins Co of PA INSURER D : Berkshire Hathaway INSURER E : INSURER F : CERTIFICATE NUMBER: CL1922692645 REVISION NUMBER: NAIC 17159 10194 19445 20044 THIS IS TO INDICATED. CERTIFICATE EXCLUSIONS CERTIFY THAT THE NOTWITHSTANDING MAY BE ISSUED AND CONDITIONS POLICIES ANY OR MAY OF SUCH OF INSURANCE REQUIREMENT, PERTAIN. THE POLICIES. LIMITS LISTED BELOW TERM OR CONDITION INSURANCE AFFORDED SHOWN HAVE MAY HAVE BEEN OF ANY CONTRACT BY THE BEEN ISSUED TO THE INSURED NAMED OR OTHER DOCUMENT POLICIES DESCRIBED HEREIN IS REDUCED BY PAID CLAIMS. ABOVE FOR THE WITH RESPECT SUBJECT TO ALL POLICY PERIOD. - M� TO WHICH THIS THE TERMS, INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF ' (MMJDD/YYYY) POLICY EXP (MWDDIYYYY) LIMITS A `- COMMERCIAL GENERAL LIABILITY Y Y PRB13393 13393 11/26/2018 11/26/2019 EACH OCCURRENCE$. ~ 1,000,000 ��,,,//` CLAIMS -MADE [s'�,. OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 300 000 $ ' MED EXP Any one person) $ 15 '000 PERSONAI. & ADV INJURY $ 1,000,000 GEri'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000 '000 POLICY I"W. PRO- JECT LOC . PRODUCTS COMP/OP AGG 000000 2 , OTHER. $' I B - AUTOMOBILE LIABILITY il- Y 01390582-5 02/27/2019 02/27/2020 COMBINED SINGLE LIMIT (Ea accident) $ 1,000$000 ANY AUTO BODILY INJURY (Per person) $ OkA/NED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS ONLY r NON -OWNED AUTOS ONLY PROPERTY DAMAGE ,Per accident) MED s 5.000 C UMBRELLA LIAB X OCCUR Y Y EBU026136804 11/26/2018 11/26/2019 EACH OCCURRENCE s 5,000,000 EXCESS LIAB 1 I CLAIMS -MADE AGGREGATE $ 5,000.000 DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY y / NER N IA __._ I PER 0TH- L EACH ACCIDENT ANY PROPRIETOR/PARTNER/EXECUTIVEE OFFICER/MEMBER EXCLUDED'E. E L DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E L DISEASE - POLICY LIMIT S D Nevada Business Auto 01APM012149-03 1 02/27/2019 02/27/2020 1.000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Per policy terms, conditions, and exclusions certificate holder to be listed as Additional Insured with respect to General Liability, Auto Liability and Excess Liability. Waiver of subrogation in favor of certificate holder with respect to General Liability. Auto Liability and Excess Liability CERTIFICATE HOLDER Weld County Buildings & Grounds 1105 H Street Greeley L�. CO 80631 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH TI,POLICY PROVISIONS. t /1) in RUTHRI•ED:.•EPRESE° T V 9 ACORD 25 (2016/03) The ACORD name and logo are reered marks of RPORATION. All rights reserved. New Contract Request Entity Inform Entity MAIN I hNANCE RESOURCES Contract Name* SOUTH COUNTY BUILDINGS CUSTODIAL CONTRACT Contract Status CTB REVIEW Contract Description iC CUSTODIAL SERVICES FOR. SOUTH COUNTY BUILDINGS Contract Description 2 Contract Type CONTRACT Amount* $3747°:00 Renewable* YES Automatic Renewal ICA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weigov.co m rtr�rrent Head Email CM-BuildingGrounds- DeptHead nreldgov.r_orn County Attorney GENERAL COUNTY A I I ORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY.c WELD GOV.COM f this is a renewal enter previous Contract ID Contract ID Note: the Previous. Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase ❑ New Entity? Contract ii) 3095 Contract Lead* SGEESAMA I Contract Lead Email sigoesaman@caweliico.us Requested BOCC Agenda Date 08/28/2019 Parent Contract ID Requires Board Approval YES Department Due Date 08O412019 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Contrac Dates Effective Date Termination Notice Period Review Date* 08131/2020 Committed Delivery Date Renewal Date* 08/31/2020 Expiration Date 1213112019 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department H ,v ' TOBY TAYLOR DH Approved Date 09/03/2019 Final Approval ROCC Approved BOCC Signed Date BOCC Agenda Date 09/09/2019 Originator ti SEESAMAN Contact Type Contact :snail Finance Approver BARB CONNOLLY Contact Phone I Contact Phone 2 Purchasing Approved Date Finance Approved Date 09/04/2019 Tyler Ref* AG 090919 Counsel BOB CHOATE Legal Counsel Approved Date 09/05/2019 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 August 6, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Custodial Services - South County; (Bid #B1900116) As advertised, this bid is for Custodial Services for the South County Buildings. The low bid is from MCS Inc, DBA Maintenance Resources, Inc and meets specifications. Therefore, Buildings & Grounds is recommending award to MCS for $3,478.00 per months with zero percent markup for consumables. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 48(n ao to - 35D4 3C,00a� WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(weldgov.com E-mail: reverett(a.weldgov.com E-mail: rturfweldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: AUGUST 2, 2019 REQUEST FOR: CUSTODIAL SERVICES - SOUTH WELD COUNTY DEPARTMENT: BUILDINGS & GROUNDS BID NO: #61900116 PRESENT DATE: AUGUST 5, 2019 APPROVAL DATE: AUGUST 19, 2019 TOTAL MONTHLY CONSUMABLES VENDOR CUSTODIAL SERVICES MARK-UP % MCS, INC., DBA MAINTENANCE $3,478.00 0% RESOURCES, INC 702 W. 48TH AVE, UNIT H DENVER, CO 80216 S & B CONFLUENCE LLC $3,900.00 8% DBA JANI KING OF COLORADO 12835 E. ARAPAHOE RD TOWER 2, STE 650 CENTENNIAL, CO 80112 CARNATION BUILDING SERVICE $4,200.00 0% 6666 E 47TH AVE DRIVE DENVER, CO 80216 LUNAR CLEANING AND MAINTENANCE LLC 1129 DOUGLAS DR DENVER, CO 80221 $4,340.00 0% CLEANING MATTERS LLC $9,759.52 10% 1215 16TH ST GREELEY, CO 80631 THE DEPARTMENT OF BUILDINGS AND GROUNDS IS REVIEWING THE BIDS. 2019-3524 ig6. 0001.1 Hello