Loading...
HomeMy WebLinkAbout20181879.tiffWELD COUNTY AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & RRD COMMUNICATIONS WELD COUNTY PREPAREDNESS GUIDES PRINTING THIS AGREEMENT is made and entered into this 18TH day of JULY, 2018, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and RRD COMMUNICATIONS, a corporation, who whose address is 14701 East 38th Avenue, Aurora, CO 80011, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the 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 Exhibit A which forms an integral part of this Agreement. Exhibit A is specifically incorporated herein by this reference. 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 Exhibit A. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A. This contract may be extended annually upon written agreement of both parties. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $37.583.00, which is the amount set forth in Exhibit A. 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. 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which nay bar withheld in County' sole discretion. iOr ice cfrt t is g- /j-/7 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. 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 ail 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. Contractor shall procure at least the minimum amount of automobile liability insurance required by the State of Colorado for the use of any personal vehicle Proof of said automobile liability insurance shall be provided to County prior to the performance of any services under this Agreement. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract, and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed Minimum Limits: Per Loss Aggregate S 1,000,000 S 2,000,000 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County 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. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices IS. 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. 19. 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 20. 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 21. 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 22. 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. 23. 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 §§2410-101 et seq., as applicable now or hereafter amended 24. 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 nght 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. 25. 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 26. 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 27. Public Employment Retirement Program. Contractor is responsible for notifying Weld County of any previous participation in the Colorado Public Employee Retirement Program. Contractor must notify Weld county of the most recent employment for a PERA contributing employer. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C R.S §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E - Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C R S §8-17 5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. 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 Exhibit A, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this f DATE1 day of f MONTHI, f YEAR1. CONTRACTOR: By: Name: Y. ur r Vv....,.. Title: Przs.�•�.� Date 7- i -1% WELD COUNTY: C� ATTES .j.�) JC/149;(1 BOARD OF COUNTY COMMISSIONERS Weld ' ou ty Clerk to the WELD COUNTY, COLORADO BY i _ .,I/ �!Ii r1�',� J �� C- eputy Cl Steve Moreno, Chair AUG 1 5 2018 ��- g79 From: Sent: To: Subject: Attachments: Tina Campbell <tina.campbell@rrd.com> Monday, June 11, 2018 9:36 AM bids Bid number 81800125 RRD Response to Weld County bid number B1800125.pdf Attached is our response to Bid # B1800125 for your consideration. Please contact me if you have any questions. Thank you, Tina Tina Campbell ( Senior Account Executive I RR Donnelley 14701 East 38th Avenue I Aurora, CO 80011 Office 303.265.7068 I Fax: 303.779.0286 I Cell 303-246-5129 tina.campbell@rrd com http://www.rrdonnelley.com COMMUNICATIONS 1. SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: English Version Quantity 15,000 Document size. 5 '/" W x 81/2" H Finish size 5" W x 8" H Page Count' 56, including covers Front and Back Cover White 100lb coated cover Inside pages. White 801b coated text Ink 4/4 with 0 125" full bleed Bindery Coil/Spiral bound at top Artwork' Print Ready PDF or InDesign File Spanish Version Quantity 7,500 Document size 5 %" W x 8 %i' H Finish size' 5"Wx8"H Page Count 62, including covers Front and Back Cover White 100lb coated cover Inside pages White BOIb coated text Ink 4/4 with 0.125" full bleed Bindery Coil/Spiral bound at top Artwork' Print Ready PDF or InDesign File Bid Total $. k..37 5 2 3 Lead-time. JO -{4 1)ay. BID EASES18601-2 , ��= it ,'+^�I gage 4' 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. #81800125 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 the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners 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 ,�bids) may ay be awarded to more �than one vendor. FIRM R D R. / I r r I C ( 1 P i t 1'l -k tr1 G II BUSINESS ADDRESS 4 70 I , 3 2-k A-ve xLite- CITY, STATE, ZIP CODE I CDC r 0.. C D O i I TELEPHONE NO 36 3 ' to 5 7 0 (g 2 `-FAX TAX ID # 5 4 - Lag 3GI e CD PRINTED NAME AND TITLE VI CA. i -T h\ a_vY L v\ (� T"('r_ s I Cl SIGNATURE E-MAIL Th-r1 r CoLvy.P I I @ ryr d . OVATE 19/ L / 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 - 3. ATTEST Weld County Clerk to the Board BY' Deputy Clerk to the Board Steve Moreno, Chair BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller/Purchasing Director MT #8 800e.1 ?''t,� _ '_ ' - 1*'"" 74.314 age rrJ CONNECTING YOU WITH YOUR AUDIENCES AT EVERY OPPORTUNITY Whatever the channel message f size or screen Ex curd e Su OME Preparedness Guide (English & Spanish) II Prepared for: Submitted To. Purchasing bidsPweldgov corn Submitted By. Krista Hull Sales Representative RRD 14701 E. 381h Ave Aurora, CO 80011 krista a hull@rrd corn Tina Campbell Senior Account Executive RRD 14701E 381h Ave Aurora, CO 80011 tlna campbell@rrd corn Monday, June 11th, 2018 Disclosure. The contents of this proposal are unpublished, proprietary, confidential and except to the extent of intended purpose, may not be copied, disclosed or used, in whole or in part, for any purpose other than the evaluation of this proposal by Weld County solely, without the express written consent of RRD 2 Summary In the following response, we will demonstrate RRD's ability to deliver a customized all encompassing solution designed to manage all elements of your print project, then leverage our team of experts and extensive manufacturing network of assets and to execute your print strategies where and when they are needed at the lowest total cost Corporate Overview RR Donnelley is a premier communication management service provider Founded in 1864 - over 150 years ago we are a company with a long history of helping organizations communicate more effectively by working on solutions to Create, Optimize, and Execute Multichannel Marketing Communication Strategies on behalf of our customers These strategies engage audiences, reduce costs, drive revenues and increase compliance With over 44,360 employees in 34 countries worldwide, the largest companies in the world rely on our scale, scope, and insight through a comprehensive range of on-line tools, variable printing services, and market - specific solutions such as • Commercial and Digital Print • Statements o Forms and Labels o Direct Mail o Packaging Solutions o Global Turnkey Solutions • Global Document Solutions • Logistics Services • GlobalOutsourcing/BPD o DSG, the creative services platform of RRD RR Donnelley's Innovative technologies enhance digital and print communications to deliver integrated messages across multiple media to highly targeted audiences at optimal times for clients in virtually every private and public sector Strategically located operations provide local service and responsiveness while leveraging the economic, geographic and technological advantages of a global organization We provide companies like yours with communications solutions that span the lifecycle of a program, while our individual capabilities can support a specific project or phase From digital to print, creative development to fulfillment and logistics, we augment tactics with consultative expertise. We produce streamlined solutions that maximize your communications spend while focusing on new and more targeted channels or opportunities to rebuild your communications strategy We help create, manage, deliver, and optimize communications with a comprehensive set of capabilities and expertise -communications that spark conversations, motivate customers, build brand loyalty, and grow profits ` �.. , .. r' �,� i.24" "i f: a` n/ „fr Yf 7 ♦�' w F'6rs" ;4 �r'Ytr �,+`x-�-�" �% tt�. ,^ry— rr�_ 'kt7'h-₹�'�--�'n�v 4 k ' _1r. c' y��4 -Pw� r '" � �? u'G � t?h`'�, r,','�y""- `-�'�e i 4 1t �q 1� .(J r S i'-7'�Yt, i 3 RR Donnelley has a rich history of innovation, service and Integrity, and with our talented workforce and extensive capabilities, Including content management, digital and print production, supply chain management, business process outsourcing and logistics services, we believe we are well positioned to provide you with innovative and cost-effective solutions that drive your continued success RRD would like to thank Weld County for the opportunity to provide a response to your Emergency Management Preparedness Guide We are confident that RRD's print solutions will deliver exceptional service with the largest and most comprehensive footprint services and production resources on the continent FREDERIC PRINTING AN RR DONNELLEY COMPANY What makes sense for us makes even more sense for you Get the perks of doing business locally and the big -size advantages of an international corporation We promise personal attention and service, innovative thinking, flexibility, and on -time delivery And because RR Donnelley, the largest commercial printing company in the world, has our back, you get better pricing, a wide array of high-tech digital and print services, and the time -and -cost savings of a large geographic network Buy local Think national Frederic Printing is one of the finest, most successful commercial printing companies in Denver Our parent company, RR Donnelley, is the largest print and communications provider in the world Socially Responsible Business Practices. RR Donnelley can safeguard your brand and positively affect your environmental and sustainability initiatives in multiple ways Business practices - FSC PEFC - SF1 - ISO 14001 - OSHAS 18001 Commercial Print. RR Donnelley Commercial Print has an unmatched geographic footprint, connected systems, and cutting edge capabilities We operate one of the largest digital print networks in the world 4 Capabilities. We utilize sheet -fed, web, digital and large format presses to create communications in any shape and size Each of our connected facilities is supported by comprehensive technical systems to compose, modify, customize, store, archive and distribute your content regardless of the medium You'll receive local service and support backed by the global resources of a worldwide leader for your every printing need Our connectivity provides for a consistent client experience from start to finish Graphic Standards and Business Continuity in emergency situations. You can print across the street or around the world and we manage graphic standards if one plant has issues we easily connect to another plant and not miss the deadlines The essential romponent to our print program is to help nor riistnmer's enable the future of innovative communications by transforming from standard communications to effective communications From a single production management platform Weld County can easily create, kit, and distribute all graphic materials needed for a campaign, including marketing collateral, direct mail, signage, and email or other digital marketing campaigns. Compelling Marketing Programs: We have years of expertise in driving direct marketing programs such as customer retention, customer reactivation, product cross-sell/up-sell, customer acquisition, lead generation, branding, and multi -channel communications Direct Mail Communication With more than six billion pieces printed and mailed annually, our production expertise and capabilities are unsurpassed We provide the highest degree of variable personalization and are equipped to provide traditional and digital print solutions for both short and long run print quantities Our production facilities have full mailing capabilities, and each of our information processing facilities is USPS Detached Mail Units with USPS on -site representation We maximize your postal savings through large volume mailings Sortation programs and multiple distribution channels gets your mall into the mall stream and increase the concentration of pieces going to the same places Conclusion RR Donnelley is an industry leader, we create solutions that drive results and maximize the value of every message and every printed piece Through our multichannel marketing communication strategies we will execute your print strategies where and when they are needed at the lowest total cost, saving you time and money while improving efficiency We look forward to your reviewing of our proposal and discussing in further detail how we can help you meet the objectives outlined in your request Once again, thank you for the opportunity Disclaimer i 5 This proposal (including pricing and products and/or services offered) shall remain open and valid until Monday, August 6 unless earlier withdrawn or extended In writing by RR Donnelley This proposal is not intended to be the final expression of the legal relationship between RR Donnelley and Weld County and does not constitute a legally binding offer or obligation of RR Donnelley to provide the products and/or services referenced in this proposal Neither RR Donnelley nor Proposal Recipient shall have any obligations to one another with respect to the transactions contemplated by this proposal until RR Donnelley and Proposal Recipient have executed a subsequent written agreement pertaining to such transactions, which shall supersede all of the terms and conditions herein contained The terms of this proposal (Including, but not limited to, pricing) are based, In part, upon information provided to RR Donnelley by Proposal Recipient Accordingly, such terms (including pricing) are subject to RR Donnelley's confirmation of the provided information The terms of this proposal (including pricing) are also based, in part, upon RR Donnelley's standard terms and conditions of sale applying to the transactions proposed herein RR Donnelley reserves the right to modify terms of this proposal (including, but not limited to, pricing) to the extent that it deems necessary to accommodate any request for modification to any of RR Donnelley's standard terms and conditions of sale that RR Donnelley chooses to accept This proposal was developed specifically for Proposal Recipient and the terms and conditions of this proposal are unique to Proposal Recipient Accordingly, Proposal Recipient may not assign or transfer this proposal to any other party The contents of this proposal are unpublished, proprietary and confidential and, except to the extent required by law, may not be copied, disclosed or used, in whole or In part, for any purpose other than the evaluation of this proposal, without the express written consent of RR Donnelley ®® ABILITY CERTIFICATE OF LIINSURANCE07/20/2018 DATE (MM/DD/YYYY) 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 MARSH USA INC 540 W MADISON CHICAGO, IL 60661 Attn Chicago CertRequest@marsh corn CONTACT NAME PHONE I FAX (A/C. No. Ext). (A/C, No) E MAIL ADDRESS INSURER(S) AFFORDING COVERAGE NAICf1 INSURER A ACE American Insurance Company 22667 INSURED R R DONNELLEY & SONS COMPANY AND ITS SUBSIDIARIES 35 W WACKER DRIVE 36TH FLOOR (RISK MANAGEMENT) CHICAGO, IL 60601 INSURER B Indemnity Insurance Company of North America 43575 INSURER C ACE Fire Underwnters Insurance Company 20702 INSURER D INSURER E INSURER F CHI 009027636 01 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 NSD S WVD POLICY NUMBER POLICY EFF IMM/DD/YYYY) POLICY EXP (MM DDIIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY HDO O7109778A 07/01/2018 07/01/2019 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 500,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 1,000,000 GEN X L AGGREGATE POLICY OTHER LIMIT APPLIES JECT PRO PER LOC PRODUCTS-COMP/OPAGG $ 1,000,000 $ A AUTOMOBILE X — _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY _ _ SCHEDULED AUTOS NON OWNED AUTOS ONLY ISA H25158118 07/01/2018 07/01/2019 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTIONS B A WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE (Mandatory In NEREXCLUDED? (Mandatory In NH) If yes descnbe under DESCRIPTION OF OPERATIONS below Y ( N N N /A WLR C64785059 (AOS) WLRC64785011 (CA, MA) SCF C64785096 (WI) 07/01/2018 07/01/2018 07/01/2018 07/01/2019 07/01/2019 07/01/2019 X I STATUTE I 10TH E L EACH ACCIDENT $ 1,000,000 E L DISEASE EA EMPLOYEE $ 1,000,000 E L DISEASE POLICY LIMIT $ 1,000,000 A EXCESS WORKERS COMP (OH) WCU C64785138 (OH) 07/01/2018 07/01/2019 Limit SIR Value 1,000,000 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If mom space Is required) CERTIFICATE HOLDER CANCELLATION Weld County Office of Emergency Management 1150 0 Street Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS AUTHORIZED REPRESENTATIVE of Marsh USA Inc Manashi Mukherjee �Cuv�aotu ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD Office of Emergency Management PHONE: (970) 304-6540 FAX: (970) 336-7242 WEBSITE: www.weldoem.com 1150 O Street P.O. BOX 758 GREELEY, COLORADO 80632 June 20, 2018 To: Board of County Commissioners From: Merrie Garner Subject: OEM Preparedness Guide II Bid #B1800125 This bid is for printing of 15,000 English and 7,500 Spanish Emergency Preparedness Guides from print - ready files supplied by us. The low bid from RRD-Frederic Printing meets the bid specifications and timeline, and the budgeted amount for printing in the grant contract. Therefore, the Office of Emergency Management recommends the bid be awarded to RRD-Frederic Printing in the amount of $37,582.00 If you have any questions, please contact me at extension 2023. Sincerely, Merrie Garner Coordinator— Project Lead for Preparedness Guides project --77 a(7ig ^ 1079 ootz WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: rturfaweldgov.com E-mail: reverettaweldgov.com E-mail: cmpeters a(�.weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 304-6434 DATE OF BID: JUNE 4, 2018 REQUEST FOR: OEM Preparedness Guide II (English & Spanish) DEPARTMENT: OFFICE OF EMERGENCY MANAGEMENT BID NO: #B1800125 PRESENT DATE: JUNE 18, 2018 APPROVAL DATE: JULY 2, 2018 VENDOR PRICE RRD/FREDERIC PRINTING 14701 E. 38TH AVENUE AURORA, CO 80011 ONETOUCHPOINT - MOUNTAIN STATES 5280 JOLIET STREET DENVER, CO 80239 WELD COUNTY PRINTING & SUPPLY 1500 2ND STREET GREELEY, CO 80631 OEM WILL REVIEW THE BIDS. $37,583.00 LEAD-TIME 10 - 14 DAYS $43,083.23 -4 WEEKS $91,050.63 -5 WEEKS (English version only) 2018-1879 Leh 5McI),1B Hello