Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20161120.tiff
WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY&OBAND'S JANITORIAL CO CUSTODIAL SERVICES-HUMAN SERVICES /O1 THIS AGREEMENT is made and entered into this /I day of , 2016, by and between the County of Weld, a body corporate and politic of the State of orado, by and through its Board of County Commissioners,whose address is 1150"O"Street,Greeley,Colorado 80631 hereinafter referred to as"County,"and Oband's Janitorial CO,who whose address is 2861 S. Salida Ct.Aurora, CO 80013, hereinafter referred to as"Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW,THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. #B1600070. 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 begin upon the date of the execut' n of this Agreement ( 1/s )t/VV-S_VJ 4CC3) -Cis— // C) Oki-R OD -11 — ILc' 'M ON 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 ca Igo on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County,and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County,Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties.No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written. authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work,and County's acceptance of tfie same,County agrees to pay an amount no greater than $2,025.00 per month,which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County,or by formal resolution of the Weld County Board of County Commissioners,as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement,County shall have no obligations under this Agreement after,nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes,the Local Government Budget Law(C.R.S. 29-1-101 et. seq.)and the TABOR Amendment(Colorado Constitution,Article X,Sec.20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers,agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement.Contractor shall perform its duties hereunder as an independent Contractor.Contractor shall be solely responsible I 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 financial information at the top the word,"CONFIDENTIAL." However,Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S.24-72-201,et seq.,with regard to public records,and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell,assign, distribute,or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees,agents, and consultants,of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards,and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of,or payment for,the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work,the following insurance covering all operations,goods or services provided pursuant to this request Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement,or any extension thereof,and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements,and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives,employees,or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality,technical accuracy,and quantity of all services provided,the timely delivery of said services,and the coordination of all services rendered by the Contractor and shall,without additional compensation,promptly remedy and correct any errors,omissions,or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers,agents,and employees,from and against injury, loss damage, liability,suits, actions,or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers'compensation law or arising out of the failure of the Contractor to conform to any statutes,ordinances,regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person,persons,or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement.This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain,and maintain at all times during the term of any Agreement,insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act_,AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Note: The policy must be endorsed for the following: 1)To include coverage for property in the care,custody and control of the contractor.2)Master key coverage. iY 4 I Automobile Liability Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury perperson,$1,000,000 for bodily injury for each accident,and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired,and non-owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement,and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages,Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub- vendors, suppliers or other entities providing goods .or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors,sub-vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub-vendors suppliers or other entities upon request by the County. 14. Non-Assignment.Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder,without the prior written approval of County.Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall,at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law,the Contractor agrees that an duly authorized representative of County,including the County Auditor,shall have access to and the right to examine and audit any books,documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement.The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement,where such failure is due to any cause beyond its reasonable control,including but not limited to Acts of God, fires,strikes,war,flood,earthquakes or Governmental actions. 17. Notices. County may designate,prior to commencement of work, its project representative ("County Representative")who shall make,within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations,change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as,Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es)by written notice to the other. Notification Information: Contractor:Oband's Janitorial CO Attn.: Eddy Obando,Owner Address:2861 S. Salida Ct.Aurora,CO 80013 Address: E-mail:obandjanitorial2@gmaiLcom Facsimile: (720)876-1180 County: Name: Toby Taylor Position:Director of Buildings and Grounds Address: 1105 Fl Street,Greeley,CO 80632 Address: PO Box 758 E-mail: ttavlor(&_,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 discrimination and unfair employment practices. 19. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, l 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. §§2418-201 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 §§2410-101 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 CJ 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(5Xc). 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 G.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. §2476.5-101,et seq.,and(c)shall produce one of the forms of identification required by C.R.S. §24-765-103 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. SS WHEREOF,the parties hereto have signed this Agreement this / � day of ,201O. CONTRACTOR: Oband's Janitorial Company By: D� 2:-/-)O2-- -e Date 4-11-2016 N Eddy Obando Ti e: President WELD CO Cam( , ATTEST: • .�C,,(to,e4, BOARD OF COUNTY COMMISSIONERS Weld o my Clerk to th: Board WELD COUNTY, COLORADO _ BY: . .� . .�i �.. 1-a` eti Deputy terk o the : ��' • ike Freeman, Chair , �,. ,fr , y MAY 11 2016 APPROVED AS TO FUN r . -,,ii„v �e PROVED AS TO SUBSTANCE: r 1. �, ur Elected ciat or Department partment Head AP VED1 TO FORM: litT'0`'t M. Director of Services County Attorney 020/l0 -///2 Q -----"INPhone:(970336-7225 Fax:(970)336-7225 ACS CERTIFICATE OF LIABILITY INSURANCE °AM IIIIIINCONWV) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTWICATE 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 S),AUTHORED REPRESENTATIVE OR PRODUCER,AND TIE CEFMRCATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the polbcy ies)must be endorsed I SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain poicies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER rime bun*Ortiz Vela Insurance Agency,Inc. CONTACT pima ma. w Not(303)331-41667 5285 W Louisiana Ave ADoMase taunyialtvelainsunirmariet Lakewood,CO 80232 INSURERS)AFFORDMILICOMERAGE NACO L___-- --- — NSMMBiA: Allied Insurance Comm, 23787 INSURED MAIM E R 6: Oband's Janitorial Company LLC MISINIERC Obando,Eddy MMnlrMseo: 2861 S Salida Ct INSURER Aurora,CO 80013-2178 NnMBR F: COVERAGES CERTIFICATE NUMBER 00000000-0 REVISION NUMBER: 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT ANTHSTANO(NG ANY RECAMDEMENT,TERM OR COMITON OF ANY CONTRACTOR CRIER DOCUMENT WITH RESPECT TO WIICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.UNITS SHOAMI MAY HAVE BEEN REDUCED BY PAID CLAWS. MISR LIR TYPE OF INSURANCE �&WYE POLICY NUMBER ( Y �m LIMITS — YYY),p IM S N A X COMMERCIAL GENERAL"CITY ACPGLO7563997091 061192015 oerisams o OCCIINROICE s 1,000,000 , 1 CLAMM&MADE X OCCUR PRBISESEp mamma $ 100,000 tl®LIP(Anyone pima* s 5,000 . PERSONALS AM INJ RY S 1,000,000 GENT AGGREGATE UNIT APPLIES PEW (BMW-AGGREGATE s 2,000,000 X POLCY I I.Iecr r 1 wc PRODucrs-Opp/oPAGG s 2,000,000 onfat S AUTOMOBILE LIABILITY (Eaacc WIT $ ANY AUTO BODILY INJURY(Par p s ALL OARED SCHEDULED BODILY INJURY(Pr=IWO S AUTOS _AUTOS HIRED AUTOS _ Amos LParaxidNS S S UMBRELLA MB OCCUR EACH OCCURRENCE s — —1 EXCESS LAB CIANgWiB AGGREGATE S DED I I REMATCH f s WORKERS COMPENSATOR 1 FBI ATI/TE I I OT AND EMPLOYERS LIABILITY ANY PROPREETORIPARTNUE JTPJ EXE E YIN EL 6ICH ACCIDENT S tMII EXCLUDED, ' 1 andatory in NH) EL.CEASE-EA EMPLOYEE $ DESCRIPTION OF halal EL.NRFLLF-POIICY LIFT $ I 1 OCESCHIMONOFOPE P.RATION0LOCAT10NSIVEHICLES(AOORD101.AiYrl o iaReYsSetedde,o � iiw sens e Janitorial services. i CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE Marcia Walters THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Weld County Purchasing /URGE WITH THE POLICY PROVISIONS 1150 O Street,Room 107 Greeley,CO 80631 wunR4�R rrATniE I i d 1988-2014 ACORD CORPORATION. AU rights reserved. ACORD 25(2014101) O4).`6-1/0,-/k_X, 61.0_A__ (TJO) The ACORD name and logo are registered marks of ACORD Printed by TJO co April 29,2015 at 03:29PM I Ask TRAVELERS Automobile Policy Declarations 1. Named Insured Your Agency's Name and Address EDDY OBANDO VELA INSURANCE AGENCY 2861 S SALIDA CT 5285 W LOUISIANA AVE AURORA, CO 80013-2178 LAKEWOOD, CO 80232 Your Auto Policy Number 994871556 203 1 For Policy Service 1-720-550-6527 Your Account Number For Claim Service 1-800-252-4633 For Roadside Assistance 1-800-252-4633 2. Premium Your Total Premium for the Policy Period is$2,355. The policy period is from October 31, 2015 to October 31,2016 12:01 A.M.STANDARD TIME at your address shown in Item 1. 3. Your Vehicles Identification Numbers 1. 2004 CHEVR COLORADO B 1 GCDT136X48135511 2. 2013 FORD F-150 SUPE 1 FTFW1 ETSDFB37374 3. 2013 JEEP PATRIOT SP 1 C4NJRBB9DD201299 4. Coverages, Limits of Liability and Premiums Insurance is provided only where a premium entry is shown for the coverage. The premium entry"Incr or"Pkg" means the premium charge is included in the premium for another coverage or a package. VEHICLE 1 VEHICLE 2 VEHICLE 3 04 CHEVR 13 FORD 13 JEEP • Ft COLORADO B F-150 SUPE PATRIOT SP A. Bodily Injury $100,000 each person $300,000 each accident $251 $242 $231 B. Property Damage $100,000 each accident $89 $87 $89 C. Medical Payments ___ $10,000 each person $77 $48 $77 E. Collision Actual Cash Value less a $500 deductible $155 $196 $196 F. Comprehensive Actual Cash Value less $500 deductible $85 $135 $91 Glass Deductible See Endorsement E1OCW02 (01-15) 1,40 $50 deductible Ind Ind Inc! a.W Imr TRAVELERS TRAVELERS Named Insured EDDY OBANDO Policy Number 994871556 2031 Policy Period October 31.2015 to October 31.2016 Issued On Date October 29.2015 5. Information Used to Rate Your Policy(continued) Discounts EFT Discount Continuous Insurance Discount 2. P Early Quote Discount New Car Discount 13 FORD 13 JEEP The a cid f Drivers Date of Birth Gender Marital Status License Status 1. EDDY 02-15-1957 Male Married Licensed L Vehicles Use of Vehicle Location of Vehicle 1. 04 CHEVR COLORADO B Commute AURORA, CO 1 13 FORD F-150 SUPE Commute AURORA, CO 4. 3. 13 JEEP PATRIOT SP Commute AURORA, CO -s ~-ke Safe Driver Discount—Driving/Loss History Used to Determine Eligibility for Discount DriversNehicles Incident Date Status EDDY Violation 05-13-15 Used If any of the information above is incorrect or has changed, please notify your Travelers representative immediately. a A. 31 6. Other Information Your Insurer THE STANDARD FIRE INSURANCE COMPANY ONE TOWER SQUARE, HARTFORD,CT 06183 Q • Lienholder/Loss Payees Information 13 FORD F-150 SUPE FORD MOTOR CREDIT VIN#1FTFW1ET5DFB37374 PO BOX 55439 MINNEAPOLIS, MN 55439-0000 LOAN# 13 JEEP PATRIOT SP' PARTNER COLORADO CREDIT UNION .? VIN#1C4NJRBB9DD201299 PO BOX 1346 ARVADA, CO 80001-1346 LOAN# o.� Policy Coverage Sections and Endorsements That Form a Part of This Policy. o= G01CO00(10-13) General Provisions Section L01 CO01 (08-15) Liability Coverage Section M01 CO01 (08-15) Medical Payments Coverage Section U01 CO01 (08-15) Uninsured Motorists Coverage Section P01CO01 (08-15) Damage To Your Auto Coverage Section ..� soicvvoi (10-13) Signature Page E1OCW02 (01-15) Glass Deductible 0= BUSINESS SERVICES BOND Na ionwide Bond No. 7900440993 In considerati n of an agreed premium; Nationwide Mutual Insurance Company , Des Moines , Iowa a corporation o anized under the laws Of the State of OH and duly authorized to transact business as surety therein (hereinafter Iled"Surety") hereby agrees to Indemnify Oband's Janitorial Company of Aurora CO (hereinafter called"Obligee"),against loss of money or other property,real or personal,b longing to any and all subscribers(hereinafter called"Subscriber")to its services,or in which the Subscriber has a pecuniary Int est,or for which the Subscriber is legally liable,which the Subscriber shall sustain as the result of any fraudulent or dishonest cts,as hereinafter defined, of an Employee or Employees of the Obligee acting alone or In collusion with others, and for which the Obligee is liable, to art amount not exceeding the aggregate One Hundred.Thousand Dollars_ DOLLARS(S 100,000.00 THE FOREG ING AGREEMENT IS SUBJECT TO THE FOLLOWING CONDITIONS AND LIMITATIONS: TERM OF B ND: SECTION 1, he term of this bond begins with the 5th day of, May 2016 , standard time at the address of th Obligee above given,and ends at 12:00 o'clock night,standard time on the effective date of the cancellation of this bond in its en'rety. CANCELLAT N OF PRIOR INSURANCE: By acceptance of the Policy you give us notice canceling prior policy or bond Nos. 790044 64 the cancellation to be effective at the time this Policy becomes effective. DISCOVERY ERIOD: SECTION 2, Loss Is covered under this bond only (a) if sustained through any act or acts committed by any Employee of Obligee while his bond is In force as to Such Employee,and(b)if discovered prior to the expiration or sooner cancellation of this bond in its ent rety as provided in Sectiah 11,or from Its cancellation or termination In Its entirety In any other manner,whichever shall first hap en. DEFINITION F EMPLOYEE: SECTION 3. he word Employee or Employees,as used in this bond,shall be deemed to mean,respectively,one or more of the natural perso a(except directors or trustees of the Obligee,if a corporation,who are not also officers or employees thereof in some other o pacity)while In regular service of the Obligee in the ordinary course of the Obligee's business during the term of this bond and whom the Obligee compensates by salary, or wages and has the right to govern and direct in the performance such service, nd who are engaged In such service within any of the States of the United States of America or within the District of Columbia, uerto Rico, the Virgin Iolands, or elsewhere for a limited period but not to mean brokers, factors commission merchants,c nsignees, contractors, or other agents or representatives of the same general character. FRAUDULEN OR DISHONEST ACT: SECTION 4. A fraudulent or dishonest act of art Employee of the Obligee shall mean an act which is punishable under the Criminal Cod in the jurisdiction within which act occurred,for which said Employee Is tried and convicted by a court of proper jurisdiction. MERGER OR CONSOLIDATION: SECTION 5, f any natural persons shall be taken Into the regular service of the Obligee through merger or consolidation with some other ncern,the Obligee shall give the Surety written notice thereof and shall pay an additional premium on any increase in the number f Employees covered under this bond as a result of such merger or consolidation computed pro rata from the date of such merg r or consolidation to the end of the current premium period. NON-ACCU ULATION OF LIABILITY; SECTION S. egardless of the number of years this bond shall continue In force and the number of premiums which shall be payable or pa d,the liability of the Surety under this bond shall not be cumulative In amounts from year to year or from period to period, LIMIT OF LIABILITY UNDER THIS BOND AND PRIOR INSURANCE: SECTION 7. With respect to loss or losses caused by an Employee or which are chargeable to such Employee as provided in Section 5 and which occur partly under this bond and partly under the other bonds or policies Issued by the urety to the Obligee or to any predecessor in interest of the Obligee and terminated or cancelled or allowed to expire and In which the period for discovery has not expired at the time any such loss or losses thereunder are discovered,the total liability of the Surety under this bond and under such other bonds or policies shall not exceed,in the aggregate,the amount carried under this bond on such loss or losses or the amount available to the Obligee under such other bonds or policies, as limited by the terms and conditions thereof for any such loss or losses,if the latter amount be the larger. SALVAGE: SECTION 8. If the Obligee shall sustain any loss or losses covered by this bond which exceed the amount of coverage provided by this bond, the Obligee shall be entitled to all recoveries,except for suretyship,Insurance,reinsurance sequrity and indemnity taken by or for the benefit of the Surety,by whomsoever made,on account of such loss or losses under this bond until fury reimbursed,less the ac.ual cost of effecting the same, and any remainder shall be applied to the reimbursement of the Surety. CANCELLATION AS TO ANY EMPLOYEE: SECTION 9. This bond shall be deemed cancelled as to any Employee;(a)immediately upon discovery by the Obligee,or by any partner or officer thereof not in collusion with such Employee,of any fraudulent or dishonest act on the part of such Employee,or(b)at 12:00 o'clock night,standard time,upon the effective date specified in a written notice served upon the Instilled or sent by mail. Such date,If the notice be served,shall not be less than ten days after such service,or If sent by mail,not less than fifteen days after the date of ma ling. The mailing by Surety of notice,as aforesaid,to the Obligee at Its principal office shall be sufficient proof of notice. CANCELLATION AS TO BOND IN ITS ENTIRETY: SECTION 10. This bond shall be deemed cancelled in its entirety at 12:00 o'clock night,standard time,upon the effective date specified in a written notice served by the Obligee upon the Surety or by the Surety upon the Obligee,or sent by mall. Such date If the notice be served by the Surety, shall be not less than ten days after such service, or if sent by the Surety by mail, not less than fifteen days after the date of mailing. The mailing by the Surety of notice,as aforesaid,to the Obligee at its principal office shall be sufficient proof o'notice. The Surety shall refund to the Obligee the unearned premium computed pro rata if this bond be cancelled dt the instance of the Surety,or at short rate if cancelled or reduced at the instance of the Obligee. PRIOR FRAUD,DISHONESTY OR CANCELLATION: SECTION 11. No Employee, to the best of the knowledge of the Obligee, or of any partner or officer thereof not in collusion with such Employee,has committed any fraudulent or dishonest act in the service of the obligee or other wise, If prior to the issuance of this bond,any fidelity insurance in favor of the Obligee or any predecessor in interest of the Obligee and covering one or more of the Obligee's employees shall have been cancelled as to any of such employees by reason of(a)the discovery of any fraudulent or dishonest act on the part of such employees,or(b)the giving of written notice of cancellation by the Insurer issuing said fidelity insurance,whether the Surety or not, and if such employees shall not have been reinstated under the coverage of such fidelity insurancell or superseding fidelity insurance,the Surety shall not be liable under this bond on account of such employees unless the Surety shall agree in writing to include such employees within the coverage of this bond. LOSS-NOTICE-PROOF-LEGAL PROCEEDINGS SECTION 12. At the earliest practical moment,and at ail events not later than fifteen days after discovery of any fraudu ant or dishonest act on the part of any Employee by the Obligee,or by any partner or officer thereof not In collusion With such Employee,the Obligee shall give the Surety written notice thereof and within four months after such discovery shall file with the Surety affirmative proof of loss,itemized and duly sworn to,and shall upon request of the Surety render every assistance,not pecuniary,to facilitate the investigation and adjustment of any loss. No suit to recover on account of lass under this bond shall be brought before the expiration of two months from .he filing of proof as aforesaid on account of such loss,nor after the expiration of fifteen months from the discovery as aforesaid of the fraudu ent or dishonest act causing such loss. If any limitation in this bond for giving notice,filing claim or bringing suit is prohibited or made void by any law controlling the construction of this bond,such limitation shall be deemed to be amended so as to be equa to the minimum period of limitation permitted by such law. SIGNED,SEALED AND DATED May 5.2016 Nationwide Mutual Insurance CompanyLir—The Initial one year premium on this bond is $424,00 By , payable upon delivery Juan Andrade'Attd rney-in-Fact ationwidem BUSINESS SERVICES BOND RIDER SOLE PROPRIETOR OR PARTNERSHIP The foil wing provision Is hereby added to the bond: in the ent that the Obligee's Subscriber shall sustain a loss by reason of the fraudulent or dishonest act or acts(a defined in Section 3 entitled Definition of Employee)committed by the Obligee or any partner of the Oblige ,if a partnership,then and only then,the Obligee shall be considered an Employee and the Subscriber as add! lanai Obligee, subject to all terms and conditions hereof. Nothin herein contained shall be held to vary,alter,waive or extend any of the terms, limits or conditions of the bo except as herelnabov9 set forth. This Ri er becomes effective ort the 5V-1 day of May , 2016 . at twel e and one minute o'clock a.m.,standard time, Attach d to and forming part of Bond No. 790044D993 dated , issued by Nationwide Mutual Insurance Company Des M Ines, Iowa. Signed this �. 5th day of May , 2016 , 1_ / By Juan Andrade ,Attorney-in-Fact POLICY NUMBER: 7900440993 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COLORADO CHANGES This endorsement modifies insurance provided under the following: BUSINESS SERVICES BOND A. SECTION 10. CANCELLATION AS TO BOND IN ITS effective date of the policy unless the ENTIRETY: Obligee has notified u of the change and we accept such chan e. If this policy has been in effect for less than 80 days, we may cancel this policy by mailing or delivering to C. The following Is added and supe edes any other the Obligee Written notice of cancellation at least: provision to the contrary: a. 10 days before the effective date of can- NONRENEWA1» collation if we cancel for nonpayment of premium; or if we decide hot to renew this policy, a will mail through first-class mail to the Obligee shown n the Declarations b. 30 days before the effective date of written notice of the nonrenewal at le st 45 days before cancellation if we cancel for any other reason. the explratioll date. B, The following is added to SECTION 10. CANCELLATION If notice is mailed, proof of mailing wi I be aufftclent AS TO BOND IN ITS ENTIRE(Y: proof of note*. Cancellation of Policies in Effect for B0 Days or More D. The following Condition is added: a. If this policy has bean in effect for 80 days or INCREASE IN PREMIUM OR DECR SE IN more,or Is a renewal of a policy we issue, we COVERAGE may cancel this policy by mailing through first- class mail to the Obligee written notice of We will not irtcnease the premium unlia erafy or decrease cancellation; the coverage benefits on renewal of th policy unless we mail through first-doss mall written noti of our Intention, 1) Including the actual reason, at least 10 including the actual reason, to the Obigee's last mailing days before the effective date of address known to us, at least 45 days efore the effective c#tncaeliation,if we cancel for nonpayment date. of premium; or Any decrease In coverage during the p ticy term must be 2) At least 45 days before the effective date based on one or more of the followin reasons: of cancellation If we cancel for any other reason. 1. Nonpayment of premium; We may only cancel this policy based on one 2. A false statement knowingly made by the Insured on or more of the following reasons: the application for insurance; or 1) Nonpayment of premium: 3. A substantial change in the exp sure or risk other than that indicated In the application and 2) A false statement knowingly made by the underwritten as of the effective date of the policy insured on the application for insurance; unless the Obligee has notified us of the change and or we accept such change. 3) A substantial change in the exposure or If notice Is mauled, proof of mailing wilt be sufficient proof risk other then that indicated in the of notice. application and underwritten as of the Page 1 of 1 EX REQUEST FOR BID s WELD COUNTY, COLORADO 1150 O STREET ►,f,'.fir ` GREELEY, CO 80631 , DATE: FEBRUARY 23, 2016 BID NUMBER: #B1600070 DESCRIPTION: CARPET MAINTENANCE/HUMAN SERVICES BLDGS DEPARTMENT: BUILDINGS & GROUNDS DEPT MANDATORY PRE-BID CONFERENCE DATE: 3/8/16 @ 3:30 PM BID OPENING DATE: 3/22/16 @ 10:00 AM 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase the following: CARPET MAINTENANCE/DOWNTOWN. A mandatory pre-bid conference will be held at 3:30 p.m., on March 8, 2016, at the Weld County Human Services Bldg #A, 315A N 11th Ave, Greeley, CO 80631. Bidders must participate and record their presence at the pre-bid conference to be allowed to submit bids Please call purchasing if you have any questions on the location. (970-356-4000 x4222 or x4223) Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: (March 22,2016 10:00 am(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 bid information on the Weld County Purchasing website at http_.//www.co.weld.co ww.co.weld.co us/Departments/Purchaser /index_html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E-Purchasing System. The Rocky Mountain E-Purchasing System (BidNet®) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County— 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bid s @ w e I d g o v . c o m . 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 gl one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. II 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile:"I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 3. 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 970-336-7225 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Director of General Services; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 81600070 2 4. SUCCESSFUL BIDDER HIRING PRACTICES- ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E-Verify Program or State of Colorado program procedures to undertake pre-employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. B1600070 3 D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 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. B1600070 4 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. P. Non-Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non-Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term B1600070 5 of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request.Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement,or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating"Should any of the above-described policies by canceled or should any coverage be reduced before the expiration date thereof,the issuing company shall send written notice to the Weld County Director of General Services 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 coverage's 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 B1600070 6 that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs,with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Note: The policy must be endorsed for the following: 1) To include coverage for property in the care, custody and control of the contractor. 2) Master key coverage. 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 B1600070 7 vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non-owned vehicles used in the performance of this Contract. Third Party Fidelity Coverage or Crime Insurance. Coverage shall include employee dishonesty including Endorsement Client's Property (CR 0401 or equivalent). If a Crime Insurance Policy is not used, Third Party Fidelity Coverage shall be provided for in limits as stated below: a. The coverage shall be issued with limits of 50% of the contract value or $100,000— whichever amount is greater. b. The coverage shall include coverage for all directors, officers, agents and employees of the Contractor. c. The coverage shall not exclude coverage for theft and mysterious disappearance. d. The coverage shall not contain a condition requiring an arrest and conviction. 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 coverage's 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. B1600070 8 SPECIFICATIONS Weld County is seeking bids to perform carpet maintenance services for its buildings located in the WELD COUNTY HUMAN SERVICE BUILDINGS. The carpets in the Human Service Buildings are expected to be cleaned monthly per the requirements detailed in this bid. The buildings are: BUILDING INFORMATION FOR CARPET BUILDING ADDRESS SQUARE FEET Human Services Building A 315 "A" N. 11th Ave, Greeley 19,928 Human Services Building B 315 "B" N. 11th Ave, Greeley 20,048 Human Services Building C 315 "C" N. 11th Ave, Greeley 31,173 1. Tasks to be performed: A. Monthly Maintenance Carpet Cleaning. 1) Vacuum and maintenance-clean all traffic lanes with an approved carpet maintenance system such as encapsulation or extraction or both. 2) Remove all spots and stains. B. Quarterly Maintenance Carpet Cleaning. 1) Move floor mats, chair mats, trash cans and any other items that can be easily moved out of the way. 2) Vacuum entire carpeted area wall-to-wall including under desks. 3) Perform a wall-to-wall wet carpet extraction cleaning using CRI (Carpet and Rug Institute) "Gold-Seal" or better rated equipment and process (see www_carpet-rug,or_g). 4) Remove all spots and stains. 2. General Operating Instructions. The following is a list of General Operating Instructions: A. Notify building contact (Custodial Supervisor or Security) of any irregularities (e.g. defective plumbing, unlocked doors, lights left on, etc.). B. At the end of shift, turn off all lights except those to be left on, close windows and lock all doors, set alarm. C. You will need to pay special attention to offices that are locked — if a door is closed/locked when you enter, then it must be closed/locked when you leave. D. Notify Weld County Custodial Supervisor of dates the Monthly and Quarterly requirements are scheduled to be performed. E. The Contractor will ensure that only assigned personnel will be permitted on County premises and no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be allowed on County premises without prior notice and approval from the County. F. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in which facility. G. The Contractor 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. H. The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or equipment provided for County use only. When the Contractor's employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit, and the Contractor shall be notified that such employee shall not be allowed entrance to the facility in the future until reauthorized by the Director of Buildings and Grounds. I. Contractor guarantees that an employee or supervisor will be fluent in English and be able to effectively communicate with all members of their staff so that there is no breakdown in passing B1600070 9 work related requests/information between custodians and the Weld County staff. Contractor will ensure that all employees working within County facilities can read and understand warning signs that are written in English. J. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of County property will be settled in accordance with the insurance carried by Contractor. K. Employees of the contractor are not considered employees of the County. Therefore, the contractor shall provide workers' compensation insurance coverage for all persons employed to perform the work to be done under the contract and assure that all workers will receive the compensation for compensable injuries. A copy of the workers compensation policy is required to be submitted to the County as part of this proposal. L. Contractor shall be allowed job-related use (e.g. calling Security for check in/out procedures) of County telephones at no cost to the Contractor. M. Contractor may store supplies, materials, and equipment in storage areas within the County building facilities as designated by the Custodial Supervisor. Contractor agrees to keep his portion of this storage area in accordance with applicable fire and safety regulations. 3. Undocumented Workers and Criminal Record Verification. The following is a listing of requirements for undocumented workers and criminal record verification: A. Contractor certifies that the Contractor shall comply with the provisions of section 8-17.5-101 et seq., C.R.S. The vendor/contractor shall not knowingly employ undocumented worker(s) to perform work under this contract, or enter into a contract with a subcontractor that fails to certify to the vendor/contractor that the subcontractor shall not knowingly employ or contract with an undocumented worker to perform work. If the vendor/contractor obtains actual knowledge work performing work under this contract knowingly employs or contracts with an undocumented worker, the vendor/contractor shall: 1) Notify the subcontractor and the Buildings and Grounds Director within three days that the vendor/contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented worker; and 2) Terminate the subcontract if within three days of receiving actual notice the subcontractor does not stop employing or contracting with the undocumented worker, except that the vendor/contractor shall not terminate the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented worker. 3) The vendor/contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to C.R.S. § 8-17.5-102(5). B. Successful respondent/vendor will be required to complete criminal record checks on all employees who work on County property for this contract. Employees who have been convicted of a theft in the past 5 years or a violent or serious felony will not be permitted to work in County facilities. Provide results of all background checks to the Buildings and Grounds Director for review. Provide background check results for any additional personnel hired during the course of this contract to the Buildings and Grounds Director for review. C. If the vendor/contractor violates the provisions of this section, the County may terminate the contract for breach and the vendor/contractor shall be liable for actual and consequential damages. 4. Sub-contracting. No portion of this proposal may be subcontracted without the prior written approval by the County. 5. Contractor Supplied Items. The contractor will supply: A. All cleaning supplies and equipment B. Supervision of cleaning crews C. Uniforms for cleaning staff with company logo and badge D. Notify Weld custodial supervisor at least one week in advance of carpet work/schedule E. Safety Data Sheets (SDS) on all products used in buildings B1600070 10 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 May 1, 2015. PRICING: Provide total pricing for Carpet Maintenance Services per month for all the buildings identified in bid. Carpet Maintenance Services TOTAL for all buildings (Per Month) $ 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.#61600070. 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. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID# PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** 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 Director of General Services B1600070 11 E IBIT This bid is for a (1) year contract which can be renewed annually up to (3)three additional yea - County's discretion. Contract start date is May 1, 2015. PRICING: Provide total pricing for Carpet Maintenance Services per month for all the buildings identified in bid. Carpet Maintenance Services TOTAL for all buildings (Per Month) $ 2,025.00 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 t'lO.#8160007©. 2. The quotations set forth herein are exclusive of any federal excise taxes and at other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount stir on the accompanying proposal sheets. 4. The signed bid submitted,all of the documents of the Request for Proposal contained herein cto the product specifications and scope of services),the formal acceptance of the bid by Weld ��' si not limited oft e 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 at 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. FIRM_Oband's Janitorial Company BUSINESS ADDRESS 2861 S. Salida Ct. CITY, STATE, ZIP CODE_Aurora, Co. 80013 TELEPHONE NO 720-422-9520 FAX 720-876-1180 TAX ID# 20-8729430 PRINTED NAME AND TITL Eddy Obando-Qwgier SIGNATURE �- -G.—C. E-MAIL oba anitorial2@gmail.co DATE March 22, 2016 **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** 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 Director of General Services 81600070 11 0:0 OBAND'S • !� JANITORIAL Capability Statement Additional information Name: Oband's Janitorial Company Point of Contact:Gery Tarin 2861 S.Salida Ct Email:services@obandsjanitorial.com Aurora,CO 80013 Office Phone:720-422-9520 Owner: Eddy Obando Email: services@abands1ani`orial.com Office:(720)876-1180 Cell:(720)317-9235 Status: SBE, DBE,MBE,and ACDBE DUNS# 129299157 ElN#:20-8729430 CAGE#:3ED41 SERVICES Complete cleaning services,Floor Maintenance,Strip and Waxing floors,Commercial,Residential, Construction Clean-up,Window Washing,Window Restoration,Carpet Cleaning,Power Washing, Property Preservation,Day Porter-Maintenance,Ground Services,Painting and Carpet Restoration. NAICS Codes: 238320-Painting Wall Covering Contractors 238330-Flooring Contractors 238340-Tile,Terrazzo Contractors 238390-Building Finishing Contractors 561720-Janitorial Services 561720-Window Cleaning Services 561740-Carpet and Upholstery Cleaning 561790-Cleaning Building Exteriors COMPANY OVERVIEW Oband's Janitorial is a locally owned and operated full service janitorial company. The company was established in 1992 and has been servicing Government agencies since 2001.The company's in-house management team collectively has more than 18 years of facility services experience.The company specializes in successfully delivering a wide array of services including building,janitorial services, building maintenance,property preservation services,window cleaning,painting and construction clean up. Oband's is also a flooring contractor. .� OBAND'S : : • JANITORIAL CO, ()BAND'S JANITORIAL COMPANY 2861 S. Salida Ct.Aurora, Co. 80013 720-422-9520-Email:oban' anitoria!2@gmai! com CARPET CLEANING —CARPET IM AiNTENANCEIHUMAN SERVICES BLDGS BID REQUEST # 81600070 March 22, 2016 To:Purchasing Dpt. From:Oband's Janitorial Company Fax:970-336-7226 Page:24 Date: 3-22-2016 Regarding:Carpet Maintenance/Human Services CC:Marcia Walters Comment: Attached is our proposal for Carpet Maintenance/Human Services Buildings "I HEREBY WAIVE MY RIGHT TO A SEALED BID" Thank you. Gery Tarin Primary-POC Oband's Janitorial Company 2861 S.Salida Ct. Aurora,Co.80013 720-422-9520 970-405-8625(direct) OBAND'S s JANITORIAL CO. Complete Janitorial Services/building Maintenance Commercial,Residential,Construction Clean-Up Window Cleaning,Carpet Cleaning,Hallways Cleaning, Ground services,Strip&wax floor. 720-422-9520 720-876-1180(fax) 2861 s.Salida Ct.Aurora,Co.80013 COMPANY NAME OBAND'S JA'iITORIAL COMPA) BY SIGNATURE �-��' TYPED/PRINTED NAME ,EddyObando TITLE Owner ADDRESS 2861 5.Salida Ct.Aurora.Co.80013 TELEPHONE 720-422-9520 FAX NUMBER 720-876-1180 EMAIL ADDRESS obandjanitorial2@gmail.com services@obandsjanitorial.com STAFF RESOURCES: Eddy Obando-Owner Gery Tarin-Primary-POC Richard Torrez-Project Manager Paula Mena-Assistant project Cris Rosario-Assistant-Contact Delma Tarin-Supervisor Sonia Obando-Supervisor Jose Flores-Supervisor COMPLETED PROJECTS FAA-PKRLL I Lockheed Martin 24665 Smokey Road 7400 Tucson Way Aurora,CO 80016 Centennial,CO 80112 Contact: Beth Allison(303)684-5040 Contact:Sonya Reeser(720)568-2677 #DTFANM-09-P-00037 PO#4100721987 GSA FAA-Rocky Mountain CMO #PBS,Colorado SVCTR89C 1625 S.Fordham St. Building 41DF Longmont,CO 80503 P.O. Box 25546 #DTFAWN-12-P-00434 West 6th&Kipling Street Contact:Lynn Wilson(303)256-8000 ext.2315 #GS-08-08-1B-M-0086 Arapahoe ATCT Driver License Administration 7800 S. Peoria DMV/Aurora,Denver,Littleton,Boulder& Englewood,CO 80112 Northglenn,Colorado #DTFAWW-11-C-0002/0008 Contact:Nestor Lujan(303)916-1561 #DMV12001-91039000 Weld County/Court House Flatiron Construction Plaza West,Centennial Center,Crime Lab,Justice US 34,Evans,Co. Service/Greeley,Colorado Loveland,Co. Contact:Toby Taylor or Stan Rogers(970)304-6532 Ma Cervantes #D1100135 720-494-8O79 REFERENCE INFORMATION FAA-PKRLL Weld County/ Lockheed Martin GSA Driver License 24665 Smokey Court House 7400 Tucson Way P.O.Box 25546 Administration Road Contact:Toby Centennial,CO West 6th&Kipling DMV/Aurora, Aurora,CO 80016 Taylor or Stan 80112 St. Denver,Littleton, Contact:Beth Rogers(970) Contact:Sonya Contact:Lynn Boulder& Allison(303)684- 304-6532 Reeser(720)568- Wilson(303)256- Northglenn, 5040 2677 8000 ext.2315 Colorado Contact:Nestor Lujan(303)916- 1561 CUSTOMERS/AGENCIES/CU ENTS Weld County Lockheed Martin FAA(Federal Aviation Administration) GSA(General Service Administration) City and County of Denver CDOT Colorado Dept.of Transportation The Chamber-Aurora Aurora Association of Realtors Mountain Plains Minority Supplier Development Council x is Oband's Janitorial Company Oband's Janitorial has established an assurance program,with our quality control plan which is structured step for: Custodial Services Contract/Greeley,Co. I.-CLEANING ROUTINE: Establish a daily routine specific to the City of Greeley, supervision on a daily and weekly basis.Monthly walkthrough with management to improve quality of work. 2,-SUPERVISION RELIABILITY:Oband's Janitorial supervisors and Management work hand in hand to provide a quality cleaning schedule and inspection for the City of Greeley to keep all buildings in a professional Manner and continuously keep improving the quality of work. 3.-MANAGEMENT COMMUNICATION;Oband's Janitorial will stay in constant communication with the City of Greeley management to ensure all aspects of the contracct are being followed and all work is being performed to satisfaction for the City of Greeley_ 4.-MONTHLY MAINTENANCE: Oband's Janitorial will provide carpet spot,traffic areas maintenance to all buildings for the City of Greeley as well as floor monthly maintenance to keep all common areas looking their best and presentable. Any extra work asked by the City of Greeley, Oband's Janitorial is willing and ready to provide services such as carpet extraction, buff;strip and wax floor, Power washing,window cleaning Both(High-rise and lower windows). 5.-EMPLOYEE AND CLIENT SAFETY: Oband's Janitorial takes safety awareness very seriously for all our employees as well as employees for the City of Greeley, we are aware that providing a sts_uctured awareness Training Program not only keep our employees vife as well as employees for the The City of Greeley. All safety training is done in orientation with our Management demonstrating the safety skills to our employees_ All Emergency drills and plans are covered and security concern are show to detail. 6.-HOPEFULLY OUR QUALITY CONTROL PLAN:will give our client for Custodial Services Contract a better understanding of how we're trying our best to ensure that they get the best service we can give them. We want the City of Greeley to know that we continually do our best to strive for the high standars we know they expect_and ourselves. oro occo OBAND'S e„,, •• JANITORIAL KEY PERSONNEL NAME TM.E/POSMON PHONE/CONTACT Edddy Obando President 720-876-1180- 720-422-9520 Gery Tarin Vice-President 720-422-9520- 970-405-8625 Richard Torrez Project-Manager 720-876-1180 Crismeili Rosario Assistant-Contact 720-949-3315 Paula Mena Project Assistant 720-422-9520 Sonia Obando Supervisor 720-317-9235 Detma Tarin Supervisor _ 970-301-9754 Jose Flores Supervisor 970-308-8333 Email:services@obandsianitorial.com Email:obandjanitorial2@gmaii.com EDDY OBANDO Is the owner of Oband's Janitorial Company.He has overlooked company over 23 years assuring to be delivering the best Janitorial service.Mr.Obando attended and completed a Janitorial Service training course related to waxing,stripping floors,carpet cleaning and maintenance. GERY TARIN Is the General Manager for Oband's Janitorial Company.He will report directly to Eddy Obando. Mr. Tarin will be the Project Manager for this project. Also,he is the Main Point of Contact answers in coming cells and provides great customer services ensuring that every call that comes in gets followed through. CRIS ROSARIO Will be assisting in Human Resources functions of this contract_She is capable of working in a team setting as well as independently able to communicate clearly,friendly,warm attitude with patient interaction.Miss Rosario attended and completed physical training,bio mechanics,nutrition, physiology,janitorial service training course.She speak fluent Spanish and English.Miss Rosario is Main Point of Contact of Oband's Janitorial Company.She Handle every call coming in for a potential job, arrange walk through,act as a first point contact working hand in hand with owner and The General Manager Mr.Gery Tarin in order to provide the best services. SUPERVISOR 0band's Janitorial has supervisors conduct daily inspection of areas both as work progresses and after completion of daily tasks.This inspection process allows the individual supervisor to address a potential deficiency before it becomes a problem. in addition,to the supervisor doing daily inspections,the assigned Project manager inspects facilities weekly to insure compliance with contract specifications.oBAND,s 00 ® JANITORIAL CO. MANAGEMENT CONTROL Contract Management Staff: The success of any custodial operation is dependent on choosing the right manager and staff to oversee the project. Oband's Janitorial Company has experienced management and supervision on staff ready to be part of this project.Their experience in contracts of this nature insures a strong presence Oband's Janitorial Company presence with a focus on Quality Control and Communication. We recognize the value of consistency within any facility operation.We would also be willing to consider incumbent management staff,should they meet our qualifications for any position. QUALITY CONTROL The cornerstones of a successful custodial program is supervision. Our efforts are to put as many supervisory hours into a job as the budget will permit by using combinations of working and non-working direct supervisors.This level of supervision will report to the Contract manager and Alternate Contract Manager who continuously monitor the building personnel to ensure the highest quality levels are met or exceeded. Quality Control requires quality assurance at all levels. From the daily accountability of individual cleaners to the visual tours of supervisors and the written inspection of management. Oband's Janitorial Company operates in accordance with total quality principals that benefit our customers and our employees. Oband's Janitorial Company has supervisors conduct daily inspection of areas both as work progresses and after completion of daily tasks.This inspection process allows the individual supervisor to address a potential deficiency before it become a problem.This allows for continual training of employees in their specific assigned areas.In supervisor is also responsible for interaction with facility management and administration to address any issues that may arise or to answer questions. Oband's Janitorial Company Main Office Management also make periodic visits/inspections to the facilities to insure contract compliance and assess customer satisfaction. Oband's Janitorial Company requires our contract management to have daily contact with Human Services Buildings supervisor.This contact will serve to inform and be informed. Oband's expects our management team to be accessible and available to meet with Human Services Buildings representatives throughout the day if necessary. We encourage our management teams to view our client relationships as partnerships in the success of keeping their facility clean and well maintained.Open and honest contact with Human Services Buildings management should enhance our relationship at all times.To enhance open and honest communication. Oband's Janitorial Company Corporate Management staff will make frequent visits to the buildings to perform independent inspections. Will make insure accurate reporting of ongoing operations. COMMUNICATIONS All Oband's Janitorial Company Supervisors are available via cell phone 24 hours per day.A list of numbers is available to insure there is not a point in time that Human Services Buildings supervisor cannot contact Oband's Janitorial Company. Oband's Janitorial Company will respond to each communication with Human Services Buildings Management or staff immediately. General communications will be logged and provided to Oband's Main Office Management.The Oband's Management Team on duty will be expected to immediately investigate any contract discrepancy.Any deficiency will be corrected as soon as possible and correction will be reported to Human Services Buildings Management Staff. PROGRESS MEETING Beyond daily communications with Human Services Buildings Management Staff.Oband's Main Office Management will be part of a regular schedule of progress Meetings.We believe at contract inception, these meetings should be more frequent.As time passes,we believe they still will be a valuable part of communications between Oband's and Human Services Buildings Management but they will not need to be as frequent.All inspection reports and discrepancy logs will be items of discussion at progress meetings. Oband's Janitorial Company believes part of our responsibility as a Janitorial Service provider is to keep ourselves educated when it comes to cleaning trends that benefit our clients.These trends must not only benefit the work environment but also remain cost efficient. STAFF/CARPET CLEANING Oband's Janitorial believes that it is only as good as our employees make us.To this end, we choose our employees carefully.They are bonded,insured and trained for the tasks they were hired to do and monitored by experienced supervisors. Customers who have special needs are accommodated by employees trained in special areas. Further,the company offers service twenty—four hours daily for emergency situations. PERFORMANCE BASED SPECIFICATIONS: Upon award of the contract, Oband's Janitorial Company will assess the best cleaning specifications for each individual area within the buildings covered in this contract.Oband's is a progressive company making necessary adjustments as needed to improve our methods of efficiency. In assuming responsibility,we ensure that attention monthly carpet cleaning detail. Meticulous care is also routinely given to: MONTHLY [1]. Maintenance Carpet Cleaning(Once a month) [2].Spot Cleaning Remove [3]. Traffic Areas QUARTERLY [1]. Clear the areas of chairs, trash cans,etc. [2].Vacuum the entire areas [3].Spot Clean entire area, using appropriate spotting techniques [4]. Power Spray the area with recommended cleaning agent. [5]. Hot water extraction (Truck mount ) [6]. Odor [7]. Drying system 4 ()BAND'S 400 JANITORIAL CO. SPECIFICATION FOR CARPET CLEANING/HUMAN SERVICES BUILDINGS,GREELEY,CO. TASK TO BE PERFORMED-HUMAN SERVICES BUILDINGS ITEM DESCRIPTION/HUMAN SERVICES BUILDING A-BUILDING B-BUILDING C MONTHLY MAINTENANCE/CARPET/CARPET CLEANING 0001.-Vacuum and maintenance all traffic areas 0002.-Remove all spots and stains 0003.-Pre-Spray 0004.-Extraction, encapsulation or both QUARTERLY MAINTENANCE CARPET CLEANING 0001.- Move floor mats,chair mats,trash cans and any other items. 0002.-Vacuum entire carpeted area wall to wall including under desks 0003.-Perform a wall to wall carpet extraction cleaning using CRI. 4 0004_-Remove all spots and stains 0005_- Deodorize 0006.-Drying .sofof OBAND'S s i JANITORIAL CO. LIST OF ASSIGNED PERSONNEL/HUMAN SERVICES BUILDING A-B-C SUPERVISORS/CARPET CLEANING SERVICES FACILITY NAME Human Services A Gery Tarin Human Service B Gery Tarin Human Services C Gery Tarin °band's Janitorial Company O10 OBAND'S 0 • / JANITORIAL CO. EQUIPMENT INVENTORY/MACHINE EQUIPMENT MAKE/MODEL YEARS DEPRECIATION Truck Mount Legend GT W/100 gallon 3 Portable Extractor Olympus m1200 12 3 machine gallons capacity Brush-Pro Machine MH200/20" 1 Square Scrub-Machine EBG-20/C-3450 rpm 1 Clarke Strip Machine 400-CLk-17" and 20" 2 Advance High Speed II 20" High Speed burnish 2 QUIMICALS-SOLUTIONS/CARPET CARE Traffic Slam Traffic Lane Cleaner with Biosolv BioSolv Citrus Flex Solutions Ecos—Odor Solution Bridgepoint Green Balance/Carpet Cleaning EQUIPMENT/CARPET EXTRACTION SERVICE • Truck Mount • Portable Olympia Machine • Pump—Sprayer • Carpet blower dryers STEPS • Remove all obstruction • Vacuum area prior to cleaning • Pre-Spray traffic lane areas first. Do not allow the pre-spray to dry • Extractor(More than 2 (two)passes with the extractor per area • Neutralizer • Deodorizer • Drying QUIMICALS • Traffic Lane—Flex with Citrus Solv. $36.67 Gl. • Zone perfect Ultra $39.76 Gl. • Carpet Extraction-Green balance $34.63 Gl. • Neutralizer-Fab-Set $17.81 GI. • Spot Removal—T-Rust $59.82 GI • Deodorizer-Ecoz Odor Neutralizer $35.00 Gl. SAFELY STANDARS FOR CARPET CLEANING We make sure workers clean carpet safely We use and maintain carpet cleaning equipment in good conditions Our employees are training to use carpet cleaning equipment(truck mount,portable machine,pump sprayers,fans, fill solutions tanks with the properly measured amount of defoamer to the recovery tank. We sure allow carpet to dry before replacing furniture. TRAINING WORKERS TO USE CARPET CLEANING EQUIPMENT 1.-Proper care and maintenance of the equipment 2.-Review manufacturer's instruction for proper equipment use. 3.-Methods for clean, remove spot , deodorizer carpet cleaning. Oband's Janitorial Company °band's Janitorial Additional Work Services • Carpet C caning $0.15 per SF • Strip & Wax Floor $0.25 per SF • Window Cleaning (inside & Out) Estimate cost per panel • Scrub machine floor $O20 per SF • Deep Chairs Cleaning Estimate per chairs • Emergency carpet/Extraction 1.00.00 and Services • Additional work cleaning .&50 per hour J .: r ps ,crsi ® oBAND ® JANITORIAL CO. REFERENCE INFORMATION Company name Reference information Contract term/Period Square footage/ Lockheed Martin Info. Sonya Reeser 9/01/20012-progress 76,600 Sq.Ft. Contracting Officer 7400 S.Tucson Way Centennial,Co.80112 720-568-2677 Weld County Toby Taylor 10/18/2011-Progress 397,000 Sq.Ft Downtown Buildings Contracting Officer (18)Buildings 1105 H Street Greeley, Co.80632 970-304-6532 Federal Aviation Adm. Lelanie Rivera 9/1/2007-2013 35,000 Sq.Ft Centennial Tower 7800 Peoria St Arapahoe,Co.80124 425-227-1003 FAA Lelanie Rivera 10/1/2009-2013 55,000 Sq.ft The Rocky Mountain 11001 Control Tower Metro Airport Westminster,Co. 80022 425-227-1003 GSA Immigration Building Khammany Hindle 9/1/2007-2009 65,000 Sq.ft 4730 Paris St. Denver,Co.80239 303-236-8000 x 3010 Driver License Nestor Lujan 9/1/2010-2013 75,000 Sq.ft Administration 1865 W.Mississippi#C (5)Buildings/DMV Denver,Co.80126 303-916-1561 Flatiron Constructors,Inc. Ana Cervantes 9/26/2014-Present (2) Buildings 720-494-8079 cari OBAND'S ® JANITORIAL CO. HIRING AND RECRUITMENT PROCESS Equal employment opportunity legislation based on race,color gender national Origen,religion, disability and age. BACKGROUND/SCREENING • SSN • Criminal Check • Educational verification • Employment verification. We use screen for our applicants and new employees to verify past employment,confirm educational degrees,criminal offenses. EDDY OBANDO 2861 s.Salida CtAurora,Co.80013 720-876-1180 Objective A position as Manager/President Profile • Nearly 20 experience as professional in janitorial Facilities Services • Ability to direct complex projects from concept to fully operational status. • Goal-oriented individual with strong leadership capabilities. • Organized,highly motivated,and detail-directed problem solver. • Proven ability to work in unison with employees and board of directors. Education Marketing,Nicaraguan University Relevant Experience &Accomplishments Program Coordination • Successfully training,capability in Janitorial cleaning services • Creative and professional approach to all aspects of facilities services • Managed several building senior center maintenance. • Reorganized projects • Managed all finances • Designed service development plans and conducted operation assessments. • work related goals and objectives. • Formulated,wrote,and implemented new employee orientation quality assurance program. Management/Supervision • Directed recruitment and retention of supervisors • Trained,supervised and evaluated crews,coached improvement management Principal goal is customer satisfaction • Successfully refined and implemented new projects. Employment Owner/Oband's Janitorial Company 1992-present Executive Director maintnance facilities, • Dunmire Property- • Urban Management • Ross Management Inc • ACF-Management • GSA • FAA • Lockheed Martin I GERY TARIN 3629 Ponderosa Ct#8 970-405-8625 SUMMARY: Highly skilled in supervising employees and coworkers. Planning and preparing work loads,organizing Well to meet deadlines,exceptional interpersonal skills.Successfully operate in a stressful,fast paced work environment.Self directed and self motivated hard worker.,ready to take on new challenges and opportunities. Fluent in English and Spanish. PROFESSIONAL EXPERIENCE: 12 Years business owner 7 Years lead supervisor Maintenance excellent customer relations WORK HISTORY 2010-Present Oband's Janitorial,Company.Vice-President 2010—Present Walmart Distribution Center,Loveland,Co. 1992-2000 Burrows Enterprices,Greeley,Co. Lead Welder I SONL4 OBANDO 2861 Salida Ct.Aurora,Co.80013 720-317-9235 Objective A position as Manager-Supervisor Profile . Nearly 20 experience as professional in janitorial Facilities Services • Failure of quality inspections. • Introduction of quality client Surveys&n reporting • Introduction of quality complaint tracking&n reporting • Periodic schedule tracking and reporting Education Emphaa+s on financial bank/,Nicaraguan University Relevant Experience&Accomplishments • Successfully training,capability in Janitorial cleaning services • Successfully mining,in Stripper&wax floor • General assignments and special operations • Quality assurance customer services and job performing Management/Supervision • Provide to the client for reporting review and approach • Trained,supervised and evaluated crews,coached improvement management Account and assistant account manager conduct daily inspections • Supervisory staffs conduct,inspections three time weekly Employment Manager-Supervisor/Oband's Janitorial Company Maintenance/Cleaning services Aurora,Public School District • Dunmire Property- • Urban Management • Ross Management Inc • ACF-Management • GSA • FAA • Lockheed Martin Key Personnel: Crismeili Rosario 19552 E.Wyoming Ave. Aurora Co 80017 SUMMARY OF QUALIFICATIONS • Capable of working in a team setting as well as independently • Able to communicate clearly • Friendly, warm attitude with patient interaction EDUCATION HERITAGE COLLEGE—Associates of occupational studies in physical training Denver, CO February 2013 XXX to 2010 Client fitness assessment, program design, cardiovascular/strength training, weight management, clinical exercise, bio-mechanics, nutrition, kinesiology, physiology, one on one coaching, group exercise classes and, aerobics. BILINGUAL Spanish & English EMPLOYMENT OBAND'S JANITORIAL Main Point of Contact Aurora, CO 10/2014-Present Handle every call coming in for a potential job,arrange walk though, act as a first point of contact working hand in hand with owner and supervisor in order to provide the best services. MARGOLIS VISION—Ophthalmic testing technician Lone Tree, CO 08/2013-08/2014 • Patient history taking, visual acuity measurement, tonometry, visual field testing, corneal topography, optical coherence tomography testing, diopsys testing, iOL master testing, Fundus photos, tear science testing which include Lipiview and Lipiflow as well as tear lab, sjogrens testing, ocular allergy testing, color testing. DR. ROSENTHAL&ASSOCIATES-Optometry technician/Receptionist Aurora, CO 04/2013- 08/2013 Patient history taking, optical coherence tomography testing, Optomap testing, visual field testing, verify medical and vision insurance benefits, submit insurance claims, make reminder calls, order contact lenses for patients, contact lens patient education and front office management. .0. Phone:(970)336-7225 Fax:(970)336-7225 A RIJ CERTIFICATE OF LIABILITY INSURANCE DATE IN n 04129/2015 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" TICS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSIMIG INSURER(S)),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT_ If the certificate holder is an AD0ITIONAL INSURED,the policy{iesl must be endorsed. *SUBROGATION IS WAIVED,subiect to the terms and cordons of the policy,certain policies may aequire an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NTACT TaUny�wiz AX PRONE Vela Insurance Agency,Inc. E (7 FMcc.lee(303)337-4697 5285 W Louisiana Ave ADDRESS: net Lakewood,CO 80232 IISUREIRSLAFFORDIMSCOVERAGE ISMS USURER A: Migillgusiagceny 23787 M__ INSURED INSURER B: Oband's Janitorial Company LIZ INSURER Obando,Eddy Ns«RD: 2861 S Salida Ct Aurora,CO 80013-2178 asuRERE__ _ __ INSURER F COVERAGES CERTIFICATE NUMBER 00000000-0 REVISION NUMBER: 1 THIS IS TO CERTIFY THAT THE POLICIES OF INStatANCE US I to BELOW HAVE BEEN ISSUED 70 THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOURFI V41r,TERM OR CO ITION OF ANY CONTRACT OR OTHER DOCUMENT MTH RESPECT TO MOCH TINS 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 CLAUS_ cnt TYPE OF INSURANCE NIDI\MUD POLICY NUMBER tl r' POLICY TYY) (I NY I L�� A X, com N-0 rALumun' ACPGLO7563997091 06(1512015 06(15(2016:EACH CCCURRENCE S 1,000,000_" aAarsLrADe l X I occuR ! I PREMISES(Eaa schisseleM S 100,000 WED ESP(Any mower* a 5,000 , PERSCNALSA0 *court s 1,000,000 GDILAGGREGATE LBW APPDES PER: GENERALAS RATE $ 2,000,000_ X PccLICY�I ( ;LOC PRODUCTS-ca PAOPAGG $ 2,000,000 OTHER: S —AUTOMOBILE UAes.rry COLIBIN(D gH1GF F MST $ (Es accident) ANY AUTO I BODILY RAW(Per osmorg i __.._.___.___.... AUTOS� — SCHEDULED A BODILY ILNIRY(Par,ndd t) S _.... '— NON.OMRD PROPERTY DAMAGE S WRED AUTOS Auyas Per aaddsy) _,_....._ • S UNBRBLALAR OCCUR EACH OCCURRENCE S E'XLESS LIAR CLAIMS-MADE AGGREGATE S FED ! I RETENTIONS ( T [QM- $ AM PLAYERS LIABILITY Y(N WORKERS COMPENSATION , - C ATUiE I I tN ._ .. ANY PROPRIETCR/PARTNERIDIECUTVE I (NIA EL.EACH ACCIDENT $ OFFICSINIESIBER(We in NH)E7ccLuom7 I EL DISEASE-EA EMPLOYEE S DE9CR(PTION OF OPERATION'S below I! EL IXSEtSE-POLICY WHY S DESCRIPTION OF OPERATIONS I LOCATIONS IYENICL, IAGONC 101.AlL ia,ae Ramses Schedule,hay he attached II ewes sauce is eeishredl Janitorial services. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE AMINE DESCRe3E0 POUCBeS BE C.ANCR I ED BEFORE Marcia Walters THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELNERED IN ACCORDANCE MTH TEE POLICY PROVISIONS. Weld County Purchasing 1150 0 Street,Room 107 AUTITIZED Greeley,CO 80S31 REPRESENTATIVE @1988-2014 ACORD CORPORATION_ Ail rights reserved. I ACORD 25(2014101) The ACORD name and logo are registered marts of ACORD Printed by T,eO en AEI 29,2015 at 03,29PM i ACORD,. --- CERTIFICATE OF LIABILITY INSURANCE PRODUCERER of Assurance THIS CERTIFICATE LS ISSUED AS A MATTER OF ENFORMATION ONLY ' 7501 E Lawry Blvd AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS Denver,CO 80230-7(106 CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER 781E 'COLERAGE AFFORDED BY THE POLICIES BELOW. -- —INSURERS AFFORDING COVERAGE MCI INSURED BOBS R Oband's Jambi-1M Company LLC R'TAVAI�oi Asaul—--- 49190 2861 5 Salida Ct WESAIRER Aurora,CO 80613 ''a"es:� IreuTEen. AMBER e COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE tt'E.7rylRE.D NAMED ABOVE FOR THE POLICY PERIOD INDICATED..NOTWITHSTAIENG ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT CR OTTER usr etIAAUENTMTh RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED CR MAY PERTAIN,THE INSURANCE AFFORDED BY THE PIES DESCRIBED AMEN IS SIALECT TO ALL TIDE TERMS,EXCLUSIONS AND COQ CNS CF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCEDt'BY PAID CLANS_ MISR ACM —I N IMI(ETTECTNE MC"ExPIRMICA LTR NSW 1'P€ -VICE POUCYHZAMER IDATF$wag"r..r5 MTEATROOTm! LAWS GIM@AL LIABIW( EACH OCCURRENCE 00A*ERCIA&GENERAL LIABILITY DAMAGE TO RENTED I ct.,mmsanoF occue PR6IISES — I REV E+TYAnr Noe per4m) PERSONAL ADV BMW _ GENE ROMECATE LAO RIMERS PER GENERAL AGGREGATE PFOXYI fl PROJECT I l LOC PRODUCTS-COIMA AGG AUTOMOBILE LLFBLRY CCp6IlED SINGLE LINT ANY ALTO XsAccievO) .Y!!WRY .-_._.-_--.._....._..__.._ ALL OMJGD AIRS !{ SCHEDULED ALTOS !rer esnee) HIRED AUTOS �ecaLrMaurzr NMOIABED ALTS I rREt accident? --_ PROPERTY O WkSGE ------ GARAGE umai v AUTO ONLY-EAACCCENT ASO AUTO QMER THAN FAA=• AUTO CIRCO ?CZ furies ituousony EACH OCCURRENCE OCCUR U CLANS LaUICE AGGREGATE DEDUCTIBLE RETENTION $ LICIUDE SCOONiBt'SAATIOM AND LA NC S:ATRI- `GRIER A aIVL OYERB LIABILITY (j Tom,WITSWITSANY PROPRIETORIPAR IEREiECTISk1E 4076604 01A3112016 B1 A3tII1317 EL EA ISLACQOBNf • S310,000 OFFICERATEYSER ExQLOEM syea.apse�,Ee uelec SPECIAL PTRa:aSICRSxb. EL a�EASE-EAL3ITF+InweE $103.,C013 j EL DISEASE-PO—CY UNIT ; 3bDD.co —I DINER DESCRIPTION OF OPERATIONSLOCEIMONSNIENICLESIEWIJUSIONS AGO®3N OlIDONSIDNIENTSPECIAL ROONSNRIS CERTIFICATE HOLDER CANCELLATION 1669359 - SHOULD ANY OF TILE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR 1O Marcia Walters NOTIFY I)DAYS WRITTEN NOTICE TO TIE CERTIFICATE HOLDER NAMED TO 11513 O St Roane 107 T1€LEFT,BUT FAILURE TO NOTIFY SUCH NOTICE SHALL IMPOSE NO Greeley:CO 80631OBLIGATION OR UABILJTY OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Monique Dwyer ACORD 25(2001108) I1rlde$wIiter ACORD CORPORATION 1964 W-9 Request for Taxpayer Give Form to the (Hev.August 2013) identification Number and Certification requester.to not Department of the Treasury send to the IRS. internal Revenue Service Name(as shown on your-home tax return) Eddy Obando Business nameeteeereelcd entity name,if deferent from above m Oband's Janitorial Company kl Check appropriate box for Federal tax classification: instructioes): e ❑individuallsole proprietor 0 C Corporation []S Corpartian ❑ ParteemJip 0 Tresveseere 0 o Exe, .payee it ()_ l invited 5 ty�riTpanjr-t=l�ter the tax c.ta .en;C-��.a.us �a xa. S ccxporoi s P--tsartnaslt% Eire ion from FA T CA n Cat ay ` cede(t,ety) c � ae ❑ Other(see A thins)► Address(number,send',and apt.or suite no Requester's<r Anne and addr=ess(optimal) a 2861 S.Salida Ct. eCity,state,and ZIP code Aurora,Co.80013 list account rurrrber(s)here(apaoneq Taxpayer Identification Number(TIN) Enter your T1N in the approptiate hot.The T1N provided must mach the name given on the-Name'Brae !Social sscuiylnrnbar to avoid backup withholding.For individuals,this is your social security number(SSN).hicr .ewer.for a resident alien,sole proprietor,or disregarded entity,see the Part I**motions on page 3.Far other - - entities,it is your employer identification number(FIN).If you do not have a cumber,see How fo geta , TIN on page 3. Note.if the account is in more than one name,see the chart on page 4 for guidelines on whose Employer identification number number to enter. 2 0 — 8 7 2 9 4 3 0 P a rt II Certification Under penalties of perjury,I certify that 1. The number shown on this form is my correct taxpayer identification mintier(or I am waiting for a number to be issued to me),and 2. I am not stilled to backup withholding because:tail am exempt from backup withhakkg,or tb)1 have not been notified by the krternal Reveres Service(IRS)that I am subject to backup withholding as a result of a failure to report ale iitediat or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,aid 3, i am a U.S.citizen or other U.S.person(defined below),and 4.The FATCA code(s)entered on this form of army)indicating that i amt exert**from FATCA repotting is correct_ Certification instructions.You must cross out item 2 above if yeti have been notified by the IRS thee you are-monody sidirect to trader**Voiding because you have failed to report ad interest and dividends on your tax rehrn.For real estate transactions.item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancedatko of debt,contributions to an individual retirismot arrangement(IRA),and generally,payments other than interest arid dividends, not required to sign the certification,but you must provide your correct T1N.See the instructions on page 3. Skin Signature of Aire us.person - C tom. e/2 5 / ; General Instru s \ withholding tax on foreign partners'share of drectitiely connected*come,and Section references am in Internal4eversre Cede unless otherwisefluted_ 4.Certify FATCA codes')entered on this form Of any) ing that you are exempt thorn the FATCA reporting,is correct hi fulrrre developments.The IRS has ciliated a page on t S.tgov for information Make If you are a ids,person and a requester gees you a torn other than Fomr about Form W-9,at voriens.gov/W9.bifarna con about any future developments W-9 to request your TN,you must use the recerester's karm if it is rkf®Yy affecting Form W-9(such as legislation enacted aster we release a)"VI be posted stale to this Form W-9. an that page. Beholden of a U.SS person.Fur ti far ere-eases,far•ere...esiJeind a U.S. Purpose of Form person if you are: A person wire is required to Se an information return wigs the ens nowt vebtati your •An individual who n a U.S.dpi or US resident alien, correct taxpayer identification number(tiN)to report,for example,name paid to •A partnership,corpora Ash.co parry,or assncsatlon cneated or oryarized it the you,payments made to you in settlement of payment card arid third party network United States or under the taws of the tented States, transactions,real ese trmo.s.tkms,mortgage ink you paid,acquisition or •An estate(other than a foreign niece)or abandonment of seared property,cancellation of debt,or contributions you made to an IRA. •A domestic lust(as rued in Regulations section 301.7701-7). Use Form W-9 only if you am a U.S.person(fnc krdig a resident alien),to Special rules tor pa roars ups.P.tu eislips that candle a lade or business e provide your correct IN to the person requesting iit(he requester)and,when the United States are generally required to pay a withholding tax under section appreable to: 1446 on any forager p hairs'drama effectively connected taxable arcorne horn such business.Further,*certain cases where a Form W-9 has not beenreceived, 1.Certify that the TIN you ere giving is correct tor you am waiting for a number sealer 446 partner is to be issued), foreign parson,and pey the section 1446 withholding ore#Theret , you are a 2.Certify that you are not subject to backup wthlwotarhg.or U.S.person that is a partner in a partnership conducting a trade or business n the 3.Claim exemption from backup witttwioirng it you are a U.S.exempt payee If UnitedStates,provide s orrn IN 9 to the partnership to establish your t1 S.status appFcai&e,you air_also certifying that as a U.S.person.your allocable share of and amid section 1446 wdlmfholdkhg on your share of partnership income. arty pa treership income from a U.S.trade or business is riot subject to the Cat.No.10231X From W-9 ilea.3-2013) Marcia Walters From: Eddy Obando <obandjanitorial2@gmail.com> Sent: Monday, March 21, 2016 9:41 PM To: bids Subject: Carpet Maintenance/Human Services/Bid # B1600070 Attachments: Carpet Maintnance-Human Services.pdf Hello Marcia, Attached is our proposal for the Carpet Maintenance/ Human Services Bldgs. "I Hereby Waive My Right To A Sealed Bid" Thank you. Gery "1'arin Primary POC Oband's Janitorial Company 2861 S. Salida Ct. Aurora, Co. 80013 720-422-9520 970-405-8625 1 1$6i DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 u FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us V ' G__C) . N T Y l 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 4, 2016 To: Board of County Commissioners From:Toby Taylor Subject: Carpet Maintenance—Human Services Buildings; Bid#B1600070 As advertised, this bid is to perform carpet maintenance at the Human Services Buildings. The low bid received was from Oband's Janitorial Co. and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Oband's Janitorial Co for$2,025.00 per month. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 4/1r (RO1(0- 112O WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E-Mail: mwalters(a�co.weld.co.us E-mail: reverett(aco.weld.co.us ■1'J Phone: (970) 400-4222 or 4223 Fax: (970) 336-7226 GO - . r DATE OF BID: MARCH 22, 2016 REQUEST FOR: CARPET MAINTENANCE- HUMAN SERVICES BLDGS. DEPARTMENT: BUILDINGS & GROUNDS DEPT BID NO: #61600070 PRESENT DATE: MARCH 28, 2016 APPROVAL DATE: APRIL 11, 2016 **contract can be renewed up to three additional years** TOTAL PRICE VENDOR PER MONTH TOTAL YEARLY OBAND'S JANITORIAL CO $2,025.00 $24,300.00 2861 S SALIDA CT AURORA CO 80013 GAM ENTERPRISES INC $2061.10 $24,733.20 P O BOX 9635 DENVER CO 80209 COLORADO RESIDENTIAL, COMMERCIAL $2,223.40 $26,680.80 RESORT & FACILITIES SERV INC 1218 W ASH ST SUITE K WINDSOR CO 80550 BRAVO CARPET CLEANING & CARE $2,490.00 $29,880.00 1908 HOMESTEAD RD GREELEY CO 80634 A.R.C INCORPORATED $2,845.96 $34,151.52 1821 E MULBERRY FT COLLINS CO 80524 J & M CARPET CELANING INC $3,795.00 $45,540.00 Dba Magic Cleaners 3549 TAMARAC LN JOHNSTOWN CO 80534 SASOMA CLEANING SERVICES $4,957.59 $59,491.08 Dba OFFICE PRIDE COMMERCIAL CLEANING SERVICES 20561 E WEAVER AVE AURORA CO 80016 COLORADO PREMIER RESTORATION INC $11,495.37 $137,944.44 2091 E 74th AVE UNIT E DENVER CO 80229 PROSPERITY BLDG SERVICES LLC $21,344.70 $256,136.40 PO BOX 16131 DENVER CO 80216 2016-1120 TOBY TAYLOR WILL REVIEW THE BIDS. 6&' O°I
Hello