HomeMy WebLinkAbout20150991.tiff WELD COUNTY AGREEMENT FOR SERVICES
BETWEEN WELD COUNTY&OBAND'S JANITORIAL COMPANY
CUSTODIAL SERVICES FOR NORTH BUSINESS PARK
THIS AGREEMENT is made and entered into this 3 day ofCume, 2015, by and
between the County of Weld, a body corporate and politic of the State of Colorado, by and
through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley,
Colorado 80631 hereinafter referred to as "County," and (band's Janitorial Co., a limited
liability company, 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 Exhibit A;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 B are 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.
B1500103. The RFB 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 Exhibit A which is attached
hereto and incorporated herein by reference. Contractor shall further be responsible for the
timely completion, and acknowledges that a failure to comply with the standards and
requirements of Exhibits A and B within the time limits prescribed by County may result in
County's decision to withhold payment or to terminate this Agreement.
3. Term. The term of this Agreement begins upon the date of the execution of this Agreement
C,0t 07015-0991
10-17-i C G: 8e" (TI) $00017
by County, and shall continue through and until Contractor's completion of the responsibilities
described in Exhibits A &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. Therefoarc, within the thirty (30) days preceding the
anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this
Contract.
4. Termination. County has the right to terminate this Agreement, with or without cause on
thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time
without notice upon a material breach of the terms of the Agreement.
Upon termination, County shall take possession of all materials, equipment, tools and facilities
owned by County which Contractor is using, by whatever method it deems expedient and,
Contractor shall deliver to County all drawings, drafts or other documents it has completed or
partially completed under this Agreement,together with all other items,materials and documents
which have been paid for by County, and these items, materials and documents shall be the
property of County.
Upon termination of this Agreement by County, Contractor shall have no claim of any kind
whatsoever against the County by reason of such termination or by reason of any act incidental
thereto, except for compensation for work satisfactorily performed and/or materials described
herein properly delivered.
5. Extension or Modification. Any amendments or modifications to this agreement shall be in
writing signed by both parties.No additional services or work performed by Contractor shall be
the basis for additional compensation unless and until Contractor has obtained written
authorization and acknowledgement by County for such additional services.
6. Compensation/Contract Amount Upon Contractor's successful completion of the Project,
and County's acceptance of the same,County agrees to pay an amount no greater than$9.425.00
per month with 15%markup on consumables,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 Cade.
County will not withhold any taxes from monies paid to the Contractor hereunder and
Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes
related to payments made pursuant to the terms of this Agreement.
7, Independent Contractor. Contractor agrees that it is an independent Contractor and
that Contractor's officers, agents or employees will not become employees of County, nor
entitled to any employee benefits from County as a result of the execution of this Agreement
Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be
solely noaput ale for its acts and those of its agents and employees for all acts pwf%AMA
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.
& 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
sands,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
reeking written permission from the County. Contractor agrees to advise its employees,agents,
and consultants,of the confidential and p.up.ietary 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 sere,at or before the
time of execution of any agreement or commencement of any work,the following
insurance covering all operations,goods or services provided pursuantto this request.
Contractors/Contract Professionals shall keep the required insu ance coverage in force at all
times during the term of the Agreement,or any extension thereof,and during any warranty
period.
The insurance coverages 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,lass 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 tilde, 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 Contra&,tn. 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;
Automobile Liability: ContractodContract Professional shall maintain limits of
$1,000,000 for bodily injury per person,$1,000,000 for bodily injury for each accident,
and$1,000,000 for property damage applicable to all vehicles operating both on County
property and elsewhere, for vehicles owned,hired,and non-owned vehicles used in the
performance of this Contract.
Contractors/Contract Professionals shall secure and deliver to the County at or before
the time of execution of this Ag«at,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, incl ding 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 ContractodContract
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, Coutractor/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
IIII 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 tights of Contractor
hereunder. Such consent may be granted or denied at the sole and absolute discretion of County.
L5. Examination of Records. To the extent required by law,the Contractor agrees that a 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 Agac au t The Contractor agrees to maintain these
documents for three years from the date of the last payment received.
It 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,
Director of Buildings and Grounds. All notices or other communications (including annual
maintenance made by one party to the other concerning the terms and conditions of this contract
shall be deemed delivered under the following circumstances:
(a) electronic transmission via email at the address set forth below, where a receipt or
acknowledgment is required by the sending party;or
(b) transmission via facsimile, at the number set forth below, where a receipt or
acknowledgment is required by the sending party.
Either party may change its notice address(es)by written notice to the other.
Notification Information:
Contractor.Oband's Janitorial Company, LLC
Attn.:Eddy Obando
Address:2861 Salida Court,Aurora,Co 80013
Address:
E-mail:obandjanitorial2@gmail.com
Facsimile:
County:
Name:Toby Taylor
Position:Director of Buildings and Grounds
Address: 1105 H Street, Greeley CO
E-mail:ttalyor@weldgov.com
Facsimile:(970)304-6532
It Compliance with Law. Contractor shall strictly comply with all applicable federal and
State laws, rules and regulations in effect or hereafter established, including without limitation,
laws applicable to discrimination and unfair employment practices.
19. Non-Exclusive Agreement This Agreement is nonexclusive and County may engage or
use other Contractors or persons to perform services of the same or similar nature.
20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto
and incorporated herein, contains the entire agreement between the parties with respect to the
subject matter contained in this Agreement. This instrument supersedes all prior negotiations,
representations,and understandings or agreements with respect to the subject matter contained in
this Agreement This Agreement may be changed or supplemented only by a written instrument
signed by both parties.
21. Fund Availability. Financial obligations of the County payable after the current fiscal
year are contingent upon funds for that purpose being appropriated, budgeted and otherwise
made available. Execution of this Agreement by County does not create an obligation on the part
of County to expend funds not otherwise appropriated in each succeeding year.
22. Employee Financial lnterest/Cuaffict of Interest—C.R.S. §§24-18-201 et seq. and §24-
50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld
County has any personal or lsal interest whatsoever in the service or property which is the
subject matter of this Agreement.
23. Severabi ity. If any term or condition of this Agreement shall be held to be invalid,illegal,
or unenforceable nforu eable by a court of competent jurisdiction, this Agreement shall be construed and
enforced without such provision, to the extent that this Agreement is then capable of execution
within the original intent of the parties.
24. Governmental Immunity. No term or condition of this contract shall be construed or
interpreted as a waiver,express or implied,of any of the immunities,rights, benefits,protections
or other provisions, of the Colorado Governmental Immunity Act §§24-lalol 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 Agicwn.nt, 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. Choke of Law/Jurisdiction.Colorado law, and rules and regulations established pursuant
thereto,shall be applied in the interpretation,execution,and enforcement of this Agreement. Any
provision included or incorporated herein by reference which conflicts with said laws, rules
and/or regulations shall be null and void. In the event of a legal dispute between the parties,
Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve
said dispute.
28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and
agrees that it does not knowingly employ or contract with an illegal alien who will perform work
under this contract. Contractor will confirm the employment eligibility of all employees who are
newly hired for employment in the United States to perform work under this Agreement,through
participation in the E-Verify program or the State of Colorado program established pursuant to
C.R.S. §8-17.5-102(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 stall not knowingly employ or contract
with an illegal alien to perform work under this Agreement Contractor shall not use E-Verify
Program or State of Colorado program procedures to undertake pre-employment screening or job
applicants while this Agreement is being performed. If Contractor obtains actual knowledge that
a subcontractor performing work under the public contract for services knowingly employs or
contracts with an illegal alien Contractor shall notify the subcontractor and County within three
(3)days that Contractor has actual knowledge that a subcontractor is employing or contracting
with an illegal alien and shall terminate the subcontract if a subcontractor does not stop
employing or contracting with the illegal alien within three (3) days of receiving
notice. Contractor shall not terminate the contract if within three days the subcontractor provides
information to establish that the subcontractor has not knowingly employed or contracted with an
illegal alien. Contractor shall comply with reasonable requests made in the course of an
investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of
Labor and Employment. If Contractor participates in the State of Colorado program, Contractor
shall,within twenty days after hiring a 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 fiords 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. §24-763-103(4),if such individual applies for public benefits
provided under the contract. If Contractor operates as a sole proprietor,it hereby swears or
affirms under penalty of perjury that it(a)is a citizen of the United States or is otherwise
lawfully present in the United States pursuant to federal law,(b)shall produce one of the forms
of identification required by C.R.S. § 24-76.5-101,et seq.,and(c)shall produce one of the forms
of identification required by C.R.S. §24763-103 prior to the effective date of the contract.
Acknowledgment. County and Contractor acknowledge that each has read this Agreement,
understands it and agrees to be bound by its terms. Both parties further agree that this
Agreement,with the attached Exhibits A and B ,is the complete and exclusive statement
of agreement between the parties and supersedes all proposals or prior agreements, oral or
written,and any other communications between the parties relating to the subject matter of this
Agreement.
IN WITNESS WHEREOF,the parties hereto have signed this Agreement this
day of April 2015.
CONTRACT PROFESSIONAL:
Oband's Janitorial Company
By:
� Date: 4/27/2015
Name. Eddy Obando
Title: Owner
II
ii
WELD CO 7Y:
Al ZEST: Clerk-Iri C ;II BOARD OF COUNTY COMMISSIONERS
C the WELD COUNTY,CO ORADO
BY: ALA4bczce / vDeputy Cl to j_.'1f ss` Chair ;,IN 1 7 ris
APPROVED AS TO u� r ; ��• •' OVED AS TO SUBSTANCE:
ltz� = �i
Controller / —:����i \ I Elected' ' I• ial or Department Head
APFRn(7
Director of General Services
County
020, 5- 0791
REQUEST FOR BID ' ' cA
P '
WELD COUNTY, COLORA� "I
1150 O STREET 'ft 1 a -
GREELEY, CO 80631 •?"1/4 DATE: MARCH 26, 2015
BID NUMBER: #81500103 ti ,a441
DESCRIPTION: CUSTODIAL SERVICES - NORTH BUSINESS PARK
DEPARTMENT: BLDGS & GROUNDS
MANDATORY PRE-BID CONFERENCE DATE: 4/2/15 @ 2:00 PM
BID OPENING DATE: 4/9/15 @ 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: CUSTODIAL SERVICES - NORTH BUSINESS PARK.
A mandatory pre-bid conference will be held at 2:00 p.m., on Thursday, April 2. 2015 at the Weld
County Public Works Bldg. The Public Works Building is located at 1111 H Street in Greeley.
Bidders must participate and record their presence at the pre-bid conference to be allowed to submit bids.
Bids will be received at the Office of the Weld County Purchasing Dept in the Weld County Administrative
Building, 1150O Street Room #107 Greeley CO 80631 until:Thursdav,Apri9,201501000am
'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.us/Departments/Purchasinq/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.
Did Delivery to Weld County— 3 methods:
1. Email. Emailed bids are preferred. Bids may be emailed to: bids @ w e l 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 one copy of the bid is requested, you must submit/mail hard copies of the bid proposal.
BID REQUEST#61500103 Page 1
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 Bid contained herein (including, but not limited to, product specifications and scope of
services), the successful bidder's response, and the formal acceptance of the bid by Weld County,
together constitutes a contract, with the contract date being the date of formal acceptance of the bid by
BID REQUEST#B1500103 Page 2
Weld County. The County may require a separate contract, which if required, has been made a part of
this RFB.
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.
BID REQUEST#B1500103 Page 3
C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as
a waiver, express or implied, of any of the immunities, rights, benefits, protections or other
provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or
hereafter amended.
D. Independent Contractor: The successful bidder shall perform its duties hereunder as an
independent contractor and not as an employee. He or she shall be solely responsible for its acts
and those of its agents and employees for all acts performed pursuant to the contract. Neither the
successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee
of Weld County. The successful bidder and its employees and agents are not entitled to
unemployment insurance or workers' compensation benefits through Weld County and Weld
County shall not pay for or otherwise provide such coverage for the successful bidder or any of its
agents or employees. Unemployment insurance benefits will be available to the successful bidder
and its employees and agents only if such coverage is made available by the successful bidder or
a third party. The successful bidder shall pay when due all applicable employment taxes and
income taxes and local head taxes (if applicable) incurred pursuant to the con
tract. 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
li 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. Attorneys Fees/Legal Costs: In the event of a dispute between Weld County and the successful
bidder, concerning the contract, the parties agree that Weld County shall not be liable to or
responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the
successful bidder.
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business
enterprises will be afforded full opportunity to submit bids in response to all invitations and will not
be discriminated against on the grounds of race, color, national origin, sex, age, or disability in
consideration for an award.
J. Procurement and Performance: The successful bidder agrees to procure the materials,
equipment and/or products necessary for the project and agrees to diligently provide all services,
labor, personnel and materials necessary to perform and complete the project. The successful
bidder shall further be responsible for the timely completion, and acknowledges that a failure to
comply with the standards and requirements outlined in the Bid within the time limits prescribed by
County may result in County's decision to withhold payment or to terminate this Agreement.
BID REQUEST#81500103 Page 4
K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by
County, and shall continue through and until successful bidder's completion of the responsibilities
described in the Bid.
L. Termination: County has the right to terminate this Agreement, with or without cause on thirty
(30) days written notice. Furthermore, this Agreement may be terminated at any time without
notice upon a material breach of the terms of the Agreement.
M. Extension or Modification: Any amendments or modifications to this agreement shall be in
writing signed by both parties. No additional services or work performed by the successful bidder
shall be the basis for additional compensation unless and until the successful bidder has obtained
written authorization and acknowledgement by County for such additional services. Accordingly,
no claim that the County has been unjustly enriched by any additional services, whether or not
there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation
payable hereunder.
N. Subcontractors: The successful bidder acknowledges that County has entered into this
Agreement in reliance upon the particular reputation and expertise of the successful bidder. The
successful bidder shall not enter into any subcontractor agreements for the completion of this
Project without County's prior written consent, which may be withheld in County's sole discretion.
County shall have the right in its reasonable discretion to approve all personnel assigned to the
subject Project during the performance of this Agreement and no personnel to whom County has
an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder
shall require each subcontractor, as approved by County and to the extent of the Services to be
performed by the subcontractor, to be bound to the successful bidder by the terms of this
Agreement, and to assume toward the successful bidder all the obligations and responsibilities
which the successful bidder, by this Agreement, assumes toward County. County shall have the
right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor
hired by the successful bidder and the successful bidder shall cooperate in such process. The
successful bidder shall be responsible for the acts and omissions of its agents, employees and
subcontractors.
O. Warranty: The successful bidder warrants that services performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions
of this Agreement. The successful bidder further represents and warrants that all services shall be
performed by qualified personnel in a professional and workmanlike manner, consistent with
industry standards, and that all services will conform to applicable specifications. In addition to the
foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this
Agreement is subject to a one year warranty period during which Contractor must correct any
failures or deficiencies caused by contractor's workmanship or performance.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free
from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and
conform to the minimum specifications herein. The successful bidder shall warrant that he has title
to the goods supplied and that the goods are free and clear of all liens, encumbrances, and
security interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage,
travel time, and service trucks used in the servicing (including repairs) of any of the goods to be
purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are
necessary for the first one (1) year period after said goods are first supplied to Weld County.
Bidder shall submit with their bids the following information pertaining to the equipment upon which
the bids are submitted:
1. Detailed equipment specifications to include the warranty.
2. Descriptive literature.
BID REQUEST#61500103 Page 5
1
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 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
PP
withthisprovision may result, in County's sole discretion,
successful bidder to ensure compliance Y
No employee of the successful bidder nor any
in immediate termination of this Agreement.
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.
BID REQUEST#B1500103 Page 6
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
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
or decree. Thisparagraph shall survive expiration or termination hereof. It
other law, ordinance, order, p
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:
BID REQUEST#B1500103 Page 7
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;
Automobile Liability: Successful bidder shall maintain limits of$1,000,000 for bodily injury per person,
$1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all
vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non-owned
vehicles used in the performance of this Contract.
Successful bidders shall secure and deliver to the County at or before the time of execution of this
Agreement, and shall keep in force at all times during the term of the Agreement as the same may
be extended as herein provided, a commercial general liability insurance policy, including public
ce table to and approved by said Administrator,
'li ro property damage, in form and company ac PP liability and P
P P Y 9 , P Y
Y
covering all operations hereunder set forth in the Request for Bid.
the right to require the successful bidder to provide a certificate
Insurance: County reserves
Proof of 9 q
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.
SPECIFICATIONS
Weld County is seeking bids to perform custodial services for its buildings located in the WELD COUNTY
for services is anticipated for April 27, 2015.
BUSINESS PARK. The start datep
SP
BID REQUEST#81500103 Page 8
The buildings in the business park are expected to be cleaned five days a week (Monday through Friday) after
6 PM per the requirements detailed in this bid. The buildings are:
Building Location Approximate Cleanable Sq. Ft
1400 Administration , 1400 N. 17th Ave 16,000
Elections, ACS, Phone Services I 1401 N. 17th Ave a 17.226
Law Enforcement Administration ! 1950 O Street 22.000
� + 1
} Motor Vehicle I
1402 N. 17th Ave 16,000
North Ambulance 1 1121 M Street i 6,000
Planning & Health Administration 1555 N. 17th Ave 50, 720
Public Works 1111 H Street 53,605
Training Center 1104 H Street I 4,788
Weld County Administration i 1150 O Street 41,978
1551 Administration ' 1551 N. 17th Ave 16,000
BUILDING INFORMATION For Carpet and VCT
BUILDING LOCATION Carpet VCT _
1400 ADMIN 1400 N . 17TH AV 10 , 014 i312
1401 ELECTIONS 1401 N . 17TH AV 11 , 644 0
1402 MOTOR VEH 1402 N . 177H AV 9, 367 1 , 431
LAW OFFICES 1950 "O" ST 17 , 000 1 , 000
! NORTH AMB . 1721 "M" ST
' PLANNING/HEALTH 1555 N . 17TH AV 32 , 000 6, 000
PUBLIC WORKS 1111 "H" ST 13, 000 1 , 200
TRAINING CENTER 1104 "H" ST 2 , 000 693
1150 ADMIN . 1150 "O" ST 36, 378 459
MEDICAL 1551 N . 17TH AV 10 , 000 1 , 500
CLINIC/RECORDS/
COMMUNICATIONS
1. Regular Services. The following is the Task Schedule for Regular Services:
A. General, Private Offices, Lobby and Lounges:
Daily
• Empty wastebaskets and replace liners as needed
• Dust all furniture including desks, chairs and tables
• Dust all exposed filing cabinets, bookcases and shelves
• Dust all telephones
• Clean and sanitize fountains
• Spot clean desk tops
BID REQUEST#B1500103 Page 9
• Spot clean reception lobby glass including front door and any other partition or door glass
• Dust mop resilient and hard surface floors
• Vacuum carpeted floors in traffic lanes only
• Damp mop resilient and hard surface floors
• Spot clean spills and stains on carpeted floors
• Remove bags of shredded paper
Weekly
• Clean and sanitize telephones
• Low dust all horizontal surfaces below 36" including sills, ledges, moldings, shelves, picture
frames, ducts, radiators, etc.
• High dust all horizontal surfaces above 72" including shelves, moldings, ledges, etc.
• Clean entire interior glass in partitions and doors
• Dust venetian blinds
• Remove dust and cobwebs from ceiling areas
• Vacuum wall-to-wall
• Stairwells—dust all horizontal surfaces, spot clean walls, sweep and mop stairs and landings
• Wipe down chair mats
Monthly
• Machine scrub all resilient and hard surface floors
• Machine scrub and burnish all VCT flooring
Quarterly
• Machine scrub and add finish (2-coats, min. 18% solids) to all VCT floors
B. Washrooms, Showers:
Daily
• Clean, sanitize and polish all vitreous fixtures including toilet bowls, urinals, hand basins
• Clean all glass and mirrors
• Empty all containers and disposals, insert liners as required, spot clean and sanitize container
• Empty and sanitize interior of sanitary container
• Spot clean all walls, doors and partitions
• Refill all dispensers to normal limits (Weld County is responsible for Air Fresheners)
• Sweep, damp mop and sanitize hard floors
Weekly
• Low dust all horizontal surfaces below 36"
• High dust all horizontal surfaces above 72"
• Flush floor drains
Monthly
• Machine scrub hard surface floors
• Machine scrub and burnish VCT
Quarterly
• Machine scrub and add finish (2-coats, min. 18% solids) to all VCT
C. Eating Areas (Lunch room, cafeteria, dining room, kitchen, vending):
Daily
• Damp clean and sanitize table tops, seats and back of chairs
• Clean, polish and refill napkin holders
BID REQUEST#61500103 Page 10
• Empty all containers and disposals—spot clean exterior
• Refill all dispensers to normal limits
• Clean and sanitize drinking fountain
• Spot clean doors, frames, light switches, kick and push plates, handles, walls and glass
• Dust mop resilient/hard surface floors
• Damp mop resilient/hard surface floors
• Vacuum entire carpeted areas
Weekly
• Damp clean pedestals or legs
• Low dust horizontal surfaces below 36"
• High dust horizontal surfaces above 72"
• Clean entire interior glass in partitions and doors
Monthly
• Machine scrub all resilient floors
• Machine scrub and burnish all VCT flooring
Quarterly
• Machine scrub and add finish (2-coats, min. 18% solids) to all VCT floors
D. Building Entrances (Up to 10 feet outside of entry doors):
Daily
• Sweep sidewalk
• Vacuum walk-off mats
• Clean entry door glass
• Empty outside trash
Weekly
• Remove gum from sidewalks
• Clean trash containers
E. Elevators:
Daily
• SweepNacuum
• Spot clean doors and walls
• Clean spots and spills from carpet/floors
Monthly
• Wipe down entire doors and walls (stainless steel clean as needed)
F. Clinic Exam Rooms
Daily
• Disinfect all surfaces
• Empty trash —do not touch Bio Hazard Containers
• Clean regular trash containers inside and out
• Disinfect sinks and dispensers
• Sweep and mop floors
• Refill all dispensers to normal limits
Monthly
• Disinfect walls and vents
BID REQUEST#61500103 Page 11
• Clean furniture
• Dust blinds
Quarterly
• Machine scrub and burnish [or add finish as needed] VCT floors
2. Special Needs Services/Areas. The following is the Task Schedule for Special Needs Services/Areas:
A. Paramedic Services at 1121 M Street:
• This area is cleaned FIVE times per week and only when staff is present
B. Communications (Dispatch) Center in Building 1551:
• Cleaning staff is required to check in with the dispatch manager on duty prior to starting with
cleaning duties, especially vacuuming, so as not to interfere with dispatch communication.
• Special arrangements will need to be made for carpet cleaning in the dispatch area
C. Weld County Training Center:
• Due to various training scheduling, there will be times that the cleaning staff will not have
access to this building until after 10 PM
• Cleaning staff will not have access to certain offices in this building
• Normal cleaning will need to be done in the training rooms, restrooms, kitchen and hallway
3. General Operating Instructions. The following is a listing of General Operating Instructions:
A. Notify building contact (Custodial Supervisor or Security) of any irregularities (e.g. defective
plumbing, unlocked doors, lights left on, etc.)
B. At the end of shift, turn off all lights except those to be left on, close windows and lock all doors, set
alarm
C. Contact Security each time you enter and exit all buildings after-hours
D. You are NOT required to service Bio-Hazard trash containers
E. You will need to pay special attention to offices that are locked — if a door is closed/locked when
you enter, then it must be closed/locked when you leave
F. Take out shredded paper trash bags to outside dumpster
G. Perform monthly building walk-through reviews with Weld County Custodial Supervisor
H. Notify Weld County Custodial Supervisor of dates the Monthly and Quarterly requirements are
scheduled to be performed.
I. The Contractor will ensure that only assigned personnel will be permitted on County premises and
no other personnel including, but not limited to, salesmen, friends, relatives, or minors will be
allowed on County premises without prior notice and approval from the County.
J. Contractor shall provide a list of contractor supervisor(s) and personnel who will be working in
which facility.
K. The Contractor shall establish and implement adequate methods of ensuring that all keys/access
cards entrusted to the Contractor by the County are not lost or misplaced and are not used by
unauthorized persons. No keys issued to the Contractor shall be duplicated. The Contractor shall
report the occurrence of a lost key immediately to the Custodial Supervisor. Superintendent. Costs
associated with key replacement and any need to re-key locks will be the sole responsibility of the
Contractor.
L. The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers
or cabinets, or using telephones or equipment provided for County use only. When the Contractor's
employee is found in violation of the foregoing, the employee shall be escorted to the nearest exit,
and the Contractor shall be notified that such employee shall not be allowed entrance to the facility
in the future until reauthorized by the Director of Buildings and Grounds.
BID REQUEST#B1500103 Page 12
M. Contractor guarantees that an employee or supervisor will be fluent in English and be able to
effectively communicate with all members of their staff so that there is no breakdown in passing
work related requests/information between custodians and the Weld County staff. Contractor will
ensure that all employees working within County facilities can read and understand warning signs
that are written in English
N. Any intentional or unintentional damage caused by Contractor's employees to County property or theft of
County property will be settled in accordance with the insurance carried by Contractor.
0. Employees of the contractor are not considered employees of the County. Therefore, the
contractor shall provide workers' compensation insurance coverage for all persons employed to
perform the work to be done under the contract and assure that all workers will receive the
compensation for compensable injuries. A copy of the workers compensation policy is required to
be submitted to the County as part of this proposal.
P. Contractor shall be allowed job-related use (e.g. calling Security for check in/out procedures) of
County telephones at no cost to the Contractor.
Q. Contractor may store supplies, materials, and equipment in storage areas within the County
building facilities as designated by the Custodial Supervisor. Contractor agrees to keep his portion
of this storage area in accordance with applicable fire and safety regulations.
4. Undocumented Workers and Criminal Record Verification. The following is a listing of requirements for
undocumented workers and criminal record verification:
A. Contractor certifies that the Contractor shall comply with the provisions of section 8-17.5-101 et
seq., C.R.S. The vendor/contractor shall not knowingly employ undocumented worker(s) to perform
work under this contract, or enter into a contract with a subcontractor that fails to certify to the
vendor/contractor that the subcontractor shall not knowingly employ or contract with an
undocumented worker to perform work. If the vendor/contractor obtains actual knowledge work
performing work under this contract knowingly employs or contracts with an undocumented worker,
the vendor/contractor shall:
a. Notify the subcontractor and the Buildings and Grounds Director within three days that the
vendor/contractor has actual knowledge that the subcontractor is employing or contracting
with an undocumented worker; and
b. Terminate the subcontract if within three days of receiving actual notice the subcontractor
does not stop employing or contracting with the undocumented worker, except that the
vendor/contractor shall not terminate the subcontractor if during such three days the
subcontractor provides information to establish that the subcontractor has not knowingly
employed or contracted with an undocumented worker.
c. The vendor/contractor shall comply with any reasonable request by the Department of Labor
and Employment made in the course of an investigation that the department is undertaking
pursuant to C.R.S. § 8-17.5-102(5).
B. Successful respondent/vendor will be required to complete criminal record checks on all employees
who work on County property for this contract. Employees who have been convicted of a theft in the
past 5 years or a violent or serious felony will not be permitted to work in County facilities. Provide
results of all background checks to the Buildings and Grounds Director for review. Provide
background check results for any additional personnel hired during the course of this contract to the
Buildings and Grounds Director for review.
C. If the vendor/contractor violates the provisions of this section, the County may terminate the
contract for breach and the vendor/contractor shall be liable for actual and consequential damages.
5. Sub-contracting. No portion of this proposal may be subcontracted without the prior written approval by the
County.
6. Contractor Supplied Items. The contractor will supply:
A. All cleaning supplies and equipment
B. Consumables (See Paragraph 7)
C. Supervision of cleaning crews
BID REQUEST#61500103 Page 13
D. Uniforms for cleaning staff with company logo and badge
E. Notify Weld custodial supervisor at least one week in advance of carpet and floor work/schedule
F. Material Safety Data Sheets (MSDS) on all products used in buildings
7. Consumable items. The contractor will supply all consumables used in the facilities and invoice Weld
County for these products monthly. A listing of current consumables is identified in the following table. In
order to obtain accurate cost for these items supply the following information: (1) List your package proposed
quantity, (2) your cost to purchase, (3) Percentage of markup, and (4) Total price.
Product Package size Your Cost Markup% ] Total Price
Toilet tissue Jumbo Jr 2ply
Toilet tissue Universal 2-ply
Multi-Fold towels _
EnMotion Roll towels
Cormatic Roll towels
Hand Soap— GoJo Foam —
2 mil F
Sanitary Napkins (4")
Tampons
Wax Paper liners t '
24X33 trash liners
30X37 trash liners
40X48 BLACK trash liners
A. Contractor will invoice the Consumable Items for each building separately from the Custodial Services
each month. With this invoice, the Contractor MUST provide a copy of your supplier's monthly invoice
showing your cost and quantity shipped to EACH building.
B. Contractor is responsible for ordering, storing and receiving shipments
C. Contractor is NOT responsible for maintaining Air Fresheners
8. Contract. Contractor is expected to enter into a service contract of which a sample is attached.
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 anticipated to be April 27, 2015.
Pricing
Provide total pricing for Custodial Services per month for all the buildings identified in bid (excluding the
consumables). For consumables, provide the percentage of mark-up to cover your costs (e.g. moving, storing,
receiving, and managing).
Custodial Services TOTAL for all buildings (Per Month) $
Consumables Markup Percentage ok
BID REQUEST#61500103 Page 14
The undersigned, by his or her signature, hereby acknowledges and represents that:
1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth
in the request for proposal for Request No. #B1500103
2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and
local taxes.
3. He or she is authorized to bind the below-named bidder for the amount shown on the
accompanying proposal sheets.
4. The signed bid submitted, all of the documents of the Request for Proposal contained herein
(including, but not limited to, product specifications and scope of services), and the formal
acceptance of the bid by Weld County, together constitutes a contract, with the contract date being
the date of formal acceptance of the bid by Weld County.
5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to
accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of
Weld County.
FIRM BY
(Please print)
BUSINESS
ADDRESS DATE
CITY, STATE, ZIP CODE
TELEPHONE NO FAX TAX ID #
SIGNATURE E-MAIL
**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.
BID REQUEST#61500103 Page 15
,••
ill P JANITORIAL oBAND,s
2861 S. Salida Ct.
Aurora, Co. 80013
Email: obandlanitorial2@gmail.com
Web: www.obandsjanitorial.com
Phone: 720-876-1180
720-422-9520
PROPOSAL JANITORIAL SERVICES
RFP-B1500103
NORTH BUSINESS PARK
DATE: April 9, 2015
O.
To:Purchasing Dpt. From:Oband's Janitorial Company
Fax:970-336-7226 Page:43
Date: April 8,2015
Regarding:Custodial Services-North Business Park
I CC:Marcia Walters
Attached is our proposal for Custodial Services at:North Business Park/Weld County.
"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
720422-9520
•
970-405-8625(direct)
OBAND'S
• -7,
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 cornerstone 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 visitsjinspections to the facilities to insure contract compliance and assess customer
satisfaction.
•
Oband's Janitorial Company requires our contract management to have daily contact with The
North Business Park supervision. This contact will serve to inform and be informed.Oband's
•
expects our management team to be accessible and available to meet with North Business Park
Buildings represen=tatives 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 North Business Park/Buildings&
Ground Dept. 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 74 hours per day_A list
of numbers is available to insure there is not a point in time that North Business Park cannot
contact Oband's Janitorial Company.Oband's Janitorial Company will respond to each
communication with North Business Park Manager 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 North Business Park management Staff.
PROGRESS MEETING
Beyond daily communications with North Business Park 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 North Business Park 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
Ij trends must not only benefit the work environment but also remain cost efficient.
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.
ois oft 7,
gii SOW NC •
Oband's Janitorial Company
Oband's Janitorial has established an assurance program,with our quality control plan
which is structured step for. North Business Park/Greeley, Co.
1.- CLEANING ROUTINE: Establish a daily routine specific to the North Business Park,
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 contract are being followed and all work is being performed
to satisfaction for North Business Park/Custodial Services.
4.-MONTHLY MAINTENANCE: Oband's Janitorial will provide carpet spot, traffic
areas maintenance to all buildings for North Business Park
as well as floor monthly maintenance to keep all common areas looking their best and
presentable. Any extra work asked by North Business Park,
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 structured awareness Training Program not
only keep our employees safe as well as employees for
Irr■�
North Business Park Buildings_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 then_ We want the City
of Greeley to know that we continually do our best to strive
for the high standards we know they expect,and ourselves.
ii
1
•
North Business Park Buildings _ ; ()band's Janitorial Company
Job Specifications
Task Description
Entrance Area& Lobby FREQUENCY
DAILY
1.-Clear debris at a 10 X10 foot area out from all entrances(Police area for trash) 5 days x week
2.-Clean reception desk 5 days x week
3.-Remove trash from all waste receptacles.Replace liners as needed 5 days x week
4.-Dust all furniture including desks,chairs and tables 5 days x week
5.-Clean and sanitize telephones 5 days x week
6.-Clean all entrance glass and entrance doors inside and out. 5 days x week
7.-Vacuum all carpet area 5 days x week
8.-Sweep and mop floor with germicidal disinfectant 5 days x week
9.-Clean and sanitize fountains 5 days x week
10.-Remove bags of shredded paper 5 days x week
GENERAL OFFICES AREAS
DAILY
1.-Empty wastebaskets and replace liners as needed 5 days x week
2.-Dust all furniture,desk,chairs and tables. 5 days x week
3.-Vacuum all carpet area 5 days x week
4.-Spot carpet 5 days x week
5.-Clean all doors glass 5 days x week
6.-Dust all exposed filing cabinets,bookcases and shelves 5 days x week
7.-Turn off lights 5 days x week
WEEKLY
1.-Wipe any spills on horizontal surfaces.(Don't touch equipment,computers,etc. 1 day x week
2.-Dust all picture frames. 1 day x week
3.-Dust all furniture including cabinets,bookcases,ledges, shelves,etc_ 1 day x week
4.-Stairwells-dust all horizontal surfaces,spot clean walls. 1 day x week
5.-Wipe down chair mats 1 day x week
6.-Dust venetian blinds 1 day x week
MONTHLY
1.-Machine scrub all resilient and hard surface floors 1 day x month
2.-Machine scrub and burnish all VCT flooring 1 day x month
3.-Clean and dust lamp fixture 1 day x month
4.-Clean and wash baseboards 1 day x month
QUARTERLY
1.-Machine scrub and add finish(2-coats to all VCT floors) Quarterly
4
RESTROOMS-SHOWERS-AND LOCKER ROOMS
DAILY
1.-Clean,sanitize and polish all toilet fixtures. 5 days x week
2.-Clean under edges of fixtures and wipe clean ail chrome plated plumbing of fixtures. 5 days x week
3.-Shining and without streaks,using no abrasive or caustic chemicals. 5 days x week
4.-Clean all glass and mirrors 5 days x week
S:Empty and sanitize interior of sanitary container 5 days x week
6.-Spot clean and wails,doors and partitions 5 days x week
7.-Sweep,damp mop and sanitize floors 5 days x week
8.-Clean&sanitize all showers stalls 5 days x week
WEEKLY
1.-Wipe tile walls 1 day x week
2.-Pour water with disinfectant into floors drains 1 day x week
3.-High dust all horizontal surfaces above 72" 1 day x week
MONTHLY
1.-Machine scrub hard surface floors 1 day x month
2.-Machine scrub and burnish VCT 1 day x month
3:Dust fan 1 day x monks
QUARTERLY
1.-Machine scrub and add finish(2—coats,min.18%solids)to all VCT. Quarterly
LUNCH ROOMS/BREAK ROOMS-KITCHENS
DAILY
1.- Damp clean and sanitize table tops,seats and back of chairs 5 days x week
2.-Clean counter tops,microwaves(Inside&outside) 5 days x week
3.-Clean refrigerators(external only) 5 days x week
4.-Empty trash containers and replace liners 5 days x week
5.-Clean polish and refill napkin holders 5 days x week
6.-Damp mop resilient surface floors 5 days x week
WEEKLY
1.-Damp clean pedestals or legs 1 day x week
2.-Clean entire interior glass in partitions and doors 1 day x week
3.-High dust horizontal surfaces above 72" 1 day x week
MONTHLY
1.-Machine scrub all resilient floors 1 day x month
2.-Machine scrub and burnish all VCT flooring 1 day x month
QUARTERLY
1.-Machine scrub and add finish(2-coats,min.18%solids)to all VCT floors Quarterly
ELEVATORS
DAILY
1.-Sweep and vacuum 5 days x week
2.-Spot clean doors and walls 5 days x week
3.-Clean and polish all metal trim 5 days x week
4.-Clean spots and spills from carpet/floors 5 days x week
MONTHLY
•
• 1.-Wipe down entire doors and walls(stainless steel dean as needed 1 day x month
CLINIC EXAM ROOMS
DAILY
1-Disinfect all surfaces 5 days x week
1-Empty trash-do not touch 8io Hazard Containers 5 days x week
3.-Clean regular trash containers inside and out 5 days x week
4.-Disinfect sinks and dispensers 5 days x week
5.-Sweep and mop floors 5 days x week
6.-Refill all dispensers to normal limits S days x week
MONTHLY
• 1.-Disinfect walls and vents 1 day x month
2.-Clean furniture 1 day x month
3.-Dust blinds 1 day x month
QUARTERLY
1.-Machine scrub and burnish(or add finish as needed)VCT floors Quarterly
SPECIALS NEEDS SERVICES/AREAS
A.-PARAMEDIC SERVICES AT 1121 M STREET
This area is cleaned only when staff is present 5 days x week
8.-COMMUNICATIONS(DISPACH)CENTER IN BUILDING 1551
Cleaning staff is required to check in with the dispatch manager on duty prior to
Starting with cleaning duties,especially vacuuming,so as not to interfere with dispatch
Communication.Special arrangements will need to be made for carpet cleaning in the
Dispatch area. 6 days x week
C.- WELD COUNTY TRAINING CENTER
1.-Due to various training scheduling,there will be times that the cleaning staff will not
Have access to this building until after 10 PM.
2.-Cleaning staff will not have access to certain offices in the building
3.-Normal cleaning will needed to be done in the training rooms,restrooms,kitchen and
Walls. 5 days x week
4.0
OBANO'S
0 •
„„••• • JANITORIAL co.
Administration Building
1 Building Janitorial Services Days per week Frequency Hours
1 Employees 5 days per week 2.5
1 Supervisor } 5 days per Cleaning Open
2 Employees
I f
Employees 2-Monday thru Friday
so OBAND'Sop
e 0 JANITORIAL CO.
Law Enforcement Administration
Building J Janitorial Services I Days per week Frequency Hours 1
1 Employees i 5 days per week 3
1 Supervisor i 5 days per Cleaning Open
_. 2 Employees u
- L 1
Employees 2-Monday thru Friday
s :
403
OBAND'S
� • JANITORIAL CO.
PPP-
Elections ACS Phone Services
wilding Janitorial Services Days per week Frequency Hours
1 Employees 5 days per week 3
1 Supervisor 5 days per Cleaning , Open
2 Employees
I _
Employees 2-Monday thru Friday
00
•
.p OBAND'S
JANITO
• RIAL RIAL CO.
pp-
Motor Vehicle
Building i Janitorial Services Days per week Frequency Hours j
1 Employees 5 days per week 2.5
(` 1 Supervisor 5 days per Cleaning Open
If
I
2 Employees I 1
I I
Employees 2-Monday thru Friday
013 OBAND'S
•
41 i JANITORIAL CO.
PP—
North Amtw!ance
Building i Janitorial Services Days per week Frequency Hours
1 Employees 5 days per week 1
1 Supervisor 5 days per Cleaning Open
1
2 Employees
I I
I I i l
Employees 2-Monday thru Friday
i
OBAND'S
,% •
dido ` JANITORIAL CO.
Planning&health Administration
Building Janitorial Services Days per week Frequency Hours
4 Employees 5 days per week 9 Flours
1 Supervisor 5 days per Cleaning Open
— 5 Employees
} E
Employees-Monday thru Friday
occi 400 OBAND 5
01 JANITORIAL CO.
PUBLIC WORKS 1111 H STREET
Building ___--_- Janitorial Services Days per week Frequency Hours
fi 4 Employees 5 days per week 9 Hours
1 Supervisor , 5 days per Cleaning Open
5 Employees
Employees-Monday thru Friday
(
•co op
OBANIES
i i JANITORIAL CO.
Weld County Administration
Building Janitorial Services Days per week I Frequency Hours
3 Employees 5 days per week 7
I 1 Supervisor 5 days per Cleaning Open
4 Employees l
Employees 2-Monday thru Friday
-co-40
OBAND'S
0iid JANITORIAL CO.
Training Center
Budding Janitorial Services Days per week I Frequency Hours j
+ 1 Employees 5 days per week 1 ��
I--- 1 Supervisor 5 days per Cleaning Open
2 Employees
e
Employees 2-Monday thru Friday
a
00 OBAND'S.„,,0
0„,,,,0 0 JANITORIAL CO.
1551 Administration
Building Janitorial Services Days per week Frequency Fours
1 Employees 6 days per week 2.5
1 Supervisor 6 days per Cleaning Open —
v 2 Employees 1 1
}E
L. ' 1
Employees 2-Monday thru Friday
Si
OBAND'S
003
e •
• JANITORIAL CO.
s
REFERENCE INFORMATION
Company name Reference information Contract tern/Period Square footage/
Lockheed Martin Info. Sonya Reeser 9/01/20012-progress 76,600 Sq. Ft_
Contracting Officer _t _
7400 S.Tucson Way
Centennial,Co.80112
720-568-2677 -_
Weld County Toby Taylor 10/18/2011-Progress 250,000 Sq.Ft
Downtown Buildings Contracting Officer - —
(8)Buildings _ 1105 H Street
I Greeley,Co.806.32__
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 I
FAA Lelanie Rivera 10/1/2009-2013 55,000 Sq.ft
The Rocky Mountain 11001 Control Tower _w
I Metro Airport — Westminster,Co.80022
425-227-1003
GSA
Immigration Building Kharnmany Kindle 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
1303-916-1561
.--_,
i a.n sJanitorial
. .
SBA 8(a) Certified Small Business
Oband's Janitorial is a locally owned and operated full service
Os I janitorial company .The company was established in 1992 and has been
•. Os Is servicing Government agencies since 2001.The company's in-house
" Ili 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,
preservation services,window cleaning,painting,and construction clean up.
Oband's is also a flooring contractor.
The company has built a strong and successful track record by
providing high quality services,competitive rates,and highly qualified
Certifications personnel ready to provide the following Professional Services to your
• 8(a)Certified ' agency.
• SI3E Expertise/Services
DBE • Multi-Tenant Office NACIS CODES:
• Buildings
• MBE •
• Full Janitorial Services 238320-Painting Wall Covering
• Window Cleaning Services Contractors
(Inside and Outside) 238330-Flooring Contractors
• Construction Clean-lip 238340-Tile.Terrazzo Contractors
• Floor Stripping& Waxing 238390-Building Finishing Contractors
• Office Complexes 561720-Janitorial Services
• Residential 561720-Window Cleaning Services
• Preservation 56174O-Carpet and Upholstery Cleaning
2861 S.Saida Ct. Day Porter-Maintenance 56179O-Cleaning Building Exterior's
Aurora,CO 80013 Ground Services
Office:720.376.1180 Preservation service
720.422.9520 Painting Driver License Administration
Cell:720.317.9235 (Interior&Exterior) DMV/Aurora.Denver, Littleton,
Dorian Obando Facilities Boulder&Noethglenn, Colorado
Email: •
9/1/2011-Present
FAA LRR SSC Janitorial Services-Window
8�11•itaj>lnitOr tAl Aif00•C4111 24665 Stookey Road Cleaning-Care Floor(VCT floor)
Aurora,CO 80016 Contact:Nestor Lujan
303-916-1561
Arapahoe ATCT Weld County/Court House,Plaza West,
7800 S_Peoria Centennial Center,Crime Lab,Justice
Englewood,CO 80]12 Service/Greeiey. Colorado.
Janitorial Services-Carpet Cleaning-Care
FAA-Rocky Mountain CMO Floor(VCT,Ceramic. Marble,Porcelain,
1625 S.Foniharn St. Terrazzo)
Longmont,CO 80503 Contact- Toby Taylor-Stan Nogers
970-304-6532
r,... ell Viii lnnirnrial Needs-Oband's Janitorial!
d
T 0` i •
s T.
'..
,1t fa:,
i ilk /!
Oband's Janitorial CO.
Quality Control
Professional Cleaning Statement:To establish a clean and safe professional
environment, for our clients to feel comfortable and perform to their highest ability.
Hiring&Screening: When Oband's Janitorial interviews people,we look for applicants
who are highly motivated janitorial workers,who have the right attitude,and who have
the necessary abilities we are looking for. The people we hire for the job are screened
thoroughly. We check up to three references and all our potential employees are
submitted to a background check before they are hired by Oband's Janitorial CO. We
look for employees that can work both a morning shift as well as an evening shift and
who have a good work history. Employees who demonstrate trustworthiness and
reliability and who have good work references with their previous employer.Through
screening we reduce the chance of turnover and find capable employees to provide
quality cleaning services.
Thorough Training: Its not enough to just show a new employee how to clean_ Oband's
Janitorial CO,try's to thoroughly train each employee by demonstrating our methods and
procedures by observing and correcting each new employee's work,requiring that they
read our training instructions at all times and by following up with supervision and
reinforcement training when needed. Oband's Janitorial CO. employees follow a
checklist of training categories to ensure that nothing gets missed throughout a days work.
Supervision: Oband's Janitorial CO. supervises their new employees frequently to
ensure that they understand what is required of them and learn how to provide quality
work. After they have proven that they can be reliable and trustworthy,we continue to
inspect their work on a daily basis. Our supervisors ensure that nothing is missed on the
prior work day so complaints are always minimal or nonexistent.
Marcia Walters
From: Eddy Obando<obandjanitorial2 a@gmail.com>
Sent: Wednesday. April 08,2015 6:26 PM
To: bids
Subject: Custodial services North Business Park Bid*B1500103
Attachments: #61500103 part2.pdf,#81500103 partl.pdf
H1 Marcia,
Attached is our proposal for the custodial services at the North Business Park.
"1 Hereby Waive My Right To A Sealed Bid"
Thank you
Gary Tarin
Primary POC
Oband's Janitorial Company
2861 S Salida Ct
Aurora, Co 80013
720-422-9520
970 405 8625 (direct)
1
04/08/2015 11 :55: 19 AM PINNACOL ASSURANCE PAGE 1 OF 3
PINN/1COL 7501 E Lowry Blvd.
ASSURANCE Denver, CO 80230-7006
Phone:303-361-4000
www pinnacol corn
•
FAX
Date 04/08/2015
To Weld County Purchasing Department
Fax Number. 970-336-7226
From: Courtney 303-361-4042
•
Phone Number. 303-361-4042
Subject Document. UV V135 43750832 Policy# 4076604
• Total Pages 3
Notes: Please contact us if you did not receive any portion of this transmission.
•
The information contained in this telecopy transmission is confidential or privileged and is intended to be for the use of the individual
or entity named on this transmission sheet.if you are not the intended recipient be aware that any disclosure,copying.
distribution a use of the contents of this telecopied information is prohibited.If you have received this teecopy in error.
please notify us by telephone immediately so that we can arrange for the retrieval of the original transmission
r
04/08/2015 11:55:19 AM PINNACOL ASSURANCE PAGE 2 OF 3
CERTIFICATE OF LIABILITY INSURANCE
r14CORD ~ CATE INJAJDOMY"r
a•.rnsrzo,6
PRODI.ICER THIS CERTIFICATE IS ISSUED ASA MM TER OF INFORMATION ONLY
Pinnacol Blvd
AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
Denver.E Lowry O CERTIFICATE DOES NOT AMEND.EXTEND OR ALTER THE
CO 80230-7006 COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE NAIL#
we L,RED ' MOW/A Pinnacol Assurance i 41190
Oband'sJanitorial Company LLC fe ti
2861 S Saida Ct +aLwEac
Aurora,CO 80013 riLJRE�Rr _ ' ..._—.
, IwER E I
I COVERAGES ILR --
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHS1ANONG
ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OP.OTHER DOCUMMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES LiIITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
•NEP ; ADC,- —_..._... —_... Pte;[ r 1rv[ I PCL:C'E>APA.No.
,rP - IMMO '"PE C`INELRANCE PJDC'.',M IE. _ _ aA'EMM ilv_ I •.?,.E(MM/.'�S' . glen
' I tlerMAAL LIABILITY EACR•OCC R AENCE
I
• 7 CaMMEPCIA..GENERAL LAItufr 1 •
.
' CAMADE TO PE'irEC.
' • I CLAMS MA.^iE `>`CIIR I PREVIEEE
•
II I ?IEC'ErPfAny rpm prow) _ ....
1. i PEASO.AL 4 ADS*Wry
.J ICIE N•.A�RF.^.ATE IJIITAPPUERt PER IDE^£gkAa_REGt1t I �-
I i PRCOUCrs•COWIE.AGO
7 „_.v IT pct n Lw'
AUTO10B1U LMBILITI 'CCM MEED sNCYf ulk r
ANv A.f.4 .IE•A`CIOllltl
I A.-I.DINNED.:::x SONY MAP(
I ECreDA ED.wTCs i Pe,spool•
,BODILY N•RJRY
._R��A:..ccs
•••}N.LNTNE0•. d
IDS ' I PeN eR•1
• r I .PESPEPTY D•••AGe
i 9q leWlil
k:TC O>L'i.EA',CODE kV!'
6AMOa lAAi1LIT'
•AI,I N. 7!NEP N9A\ EA ACC
,AUTO ONLY ADO
E ECINNAMIlItEL1A UAiIUTt tFA0/OCOAREtaa
MCA ` SLAMS MADE i A GATE
•
•
: — DMA:,s:f
AETE*Pto, s i 1
IwMRRIRt fAv¢IJpTgA ARP A„,,,TAT,} Li OTHER
rV•0YBIl7LiaisonEn Toth'um TI
A 407e604 01.'01:2015 01'01.2016
AN, ORA.V21t₹R+S+EC:.'I�4 I E'_SAO"aLO05o' >I Ti;O.000
i1i11 I OEA ...M
EANER EXCr CEC- I EL DISEASE•EA E). C1EE_4 910'-000
1 Mr4a.Ilse.Di'itlf'SPECJ.LPRW+RONB[tdp •
' I ELD SEAR•PCt:CY ic, 1500 V
• oTWR
I
•
•i • I
t .
DESCRIPTION OF OPERATIONS/LOGATIONSr- HIcLESEXCLU5ION5 ADDEO BY ENDORSEMENT/SPECIAL PROVISIONS
C_ERTIFICATE HOLDER CANCELLATION
'1603681 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Weld County Purchasing Department THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR T
W1NOTIFY 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO
Attn Marcia et lekers THE LEFT,BUT FAILURE TO NOTIFY SUCH NOTICE SHALL IMPOSE NO
11$00 Sheet OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY.ITS AGENTS OR
Room 107 REPRESENTATIVES.
• Greeley.CO 80631 AUTHORIZED REPRESENTATIVE
Vanessa Valdez
ACORD 25(2001/08) I Underwriter _ ACORD CORPORATION 1988
3I
1
04/08/2015 11:55:19 AM PINNACOL ASSURANCE PAGE 3 OF 3
CERTIFICATE HOLDER COPY
Weld County Purchasing Department
Attn Marcia Walters
1150 O Street
Room 107
Greeley, CO 80631
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. A
statement on this certificate does not confer rights to the certificate holder in lieu of such
endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain
policies may require an endorsement.A statement on this certificate does not confer rights
to the certificate holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract
between the issuing insurer(s),authorized representative or producer, and the certificate
holder. nor does it affirmatively or negatively amend, extend or after the coverage afforded
by the policies listed thereon.
--..
ACORD. CERTIFICATE OF LIABILITY INSURANCE E
PROOVCER
I
Pinrrar OI Assurance THIS CERTIFICATE IS ISSUED AS A MATTER OF 4FO4 4A11ON ONLY
7501 E Lowry Blvd AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS
Deriver,CO 80230-706t9 CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE
COVERAGE AFFORDED BY THE POLICIES BROW.
INSURERS AFFORDING COVERAGE NAICE
i:l� 1
utsu
Oband's Janglaial Con4+Any LLC 1 � � Assurance 1 41190
2861 S Sabda CI M' a
Aurora.CO 80013 ie"'IER C. ---
L..FOAM D.
!COVERAGES I .CIRRI E_.
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TFE POLICY PERIOD INDICATED.NOTWITHSSTA DNG
( ANY REOUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
I MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRY HEREIN IS SUBJECT TO ALL THE-weds,EXCLUSIONS AND CANDR ONS OF SUCH
POLICIES.UMrTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
aa� 1 Amt Palle MAME POLICY EJf'VVELA —
VIA MLTAG - TYPE OF INCO AMC POLICY 1ANTREA OATEQS VO'WY'n IMEI'ARNVYYN't LAOIS
NUER4L WIRJTT h•ACH OISllai.71CLC.ONC -AL 4HERAi.UMW-T.Y WiGE TO fT3fiHl _-_ _—�
_Lj a.m.*WIDE f IpplarsEs —
--I _ -----.._.._____._._.
_ _ ! I rEO DPW,.onaepl�
PERSONAL!Arm IAAAT
—1
--GEYll Acfaia+IE IMF APPLERS PEN ! GENERAL AGGREGATE
7{� n1 I ?ti cJ ! swa - i LOC , I I LARIPOOPASS
I 1—_ AYrONONNE uM .Ir r -I
1 { cow®sr,+ciE UNIT
I_ AMYAIR°
ALL OMEFD AUTC£ II as Aviirlt
BGOILYKARIY
H spEattlR5n uros
w Ai1TOE MOLY WOW
n
_� __.-_-- --- - ET1oPstivwA/ALcTE i
IPS=MN
SAAAGEf LIABILITY AUTO OILY-EA ACmBYI
ANY AUTO I ODER TWIN EAAOCI
oPUIIGIVEE
j I J IQ rerleOM s l !
wow/Now ea wwwwase ANN ---'" ...—j
-'r
A n ennansra umaY *TORY_
ANY PAGWIErcemAerheircEcunIE I 4078604 01/01/2015 01101/2016 I El EAolActsolarr _ MOMS
OI+ICFROAFMOLR EXnWEL' I -_ { E 1.LIEEASE-EA A ILITEE ��
nl
TYecer+u Pnae+ula.:l4d 404 Al T' A97N5 Lena
.....— — I EL DISEASE-PO-Cy WIR swum MIMIJ I
aEaa PPII0N CO OPERANONSLOCATIONIINVINCLONMCWNWN ADDED a,essosmasesesposaL essaswe
CERTIFICATE HOLDER CANCELLATION
- 1
1603681 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Weld County Purchasing Deprartment THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO 1
I
Mn
n Marcia Walters , NOTIFY 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO
1150 O Street THE LEFT,BUT FAILURE TO NOTIFY SUCH NOTICE SHALL IMPOSE NO
Room 1 f77 i OBLIGATION OR LI ABILT Y OF ANY KIND UPON THE COMPANY,ITS AGENTS OR
Greeley.CO 80631 REPRESENTA7IVE.S.
IL ®AUTHOR REPRESENTATIVE ---1}
•
` jji Vanessa Valdez
ACORD 25(2001/051 1 Underwriter ACORD CORPORATION lees
Pdrret* Passenger Atoneable
cable
' SAFECO INS.CO OF AMERICA-PREFERRED{24740) Endorsement
Named insured(s)
EDDY OBANDO Policy Number. Y7706275
SON1A OBANDO Contract#: 059078
2861 S SALIDACT Producer Sub-Code: 05-9078
AURORA,CO 80013-2178 Billing Amount#* 7207-7706275
(720)876-1180 Premium: 2,164.10
Term 12 Months
Production Date: 10/012007
Transaction Date: 10/31/2014
Effective Dom: 10/31/2014
Expiration Date: 10/312015
Private Passenger Automobile • Preferred
Premium: 2.164.10
Effective Date: 10/31/2014
Coverages
2004 2013 2013
CHEVROLET JEEP FORD
Description Limit COLORADO PATRIOT SPORT F150
Bodily Injury Liability 100,000/300:000 122.20 117.20 117 80
Property Damage-Single Limit 100,000 97.70 101.90 10400
Medical Payments 10,000 91.60 74.70 50.90
Uninsured Motorist Liability 100.000/300,000 106.60
Comprehensive Coverage 500 ded 500 ded 500 ded
82.90 132.00 190.10
Collision 500 ded 500 ded 500 ded
207.50 238.80 322.40
Emergency Roadside Assistance 2.90 1.50 1.40
Mufti-Car Discount Ind Ind Ind
Anti-Theft Opt J Opt J Opt J
Coverage Discount Ind Intl Intl
Homeownership Discount Inc! Ind Inc!
Accident Free incl Inca Inca
VIOFR Incl Incl Ind
Low Mileage Discount Ind
Total Vehicle Premium: 711.40 666.10 786.60
Vehicle(s) --------_.—
1. Pickup Trucks,Sedan Delivery,Panel Truck:2004 CHEVROLET COLORADO
Company Vehicle It: 1 Multi-Car Discount Y
VW: 1GCDT136X48135511 136X48135511 Anti-Theft Y
Territory: 391 Coverage Discount Y
Use: Pleasure Homeownership Discount Y
Cylinders: 5 Accident Free: Y
The insurance easy information contained herein is produced from data contained in the Client Management System and cannot be used to determine
coverage provided by an insurance policy.Please refer to the insurance policy issued by your insurance canter for coverage information.
Page 1 of 4 EDDYOBANDO 11/11/2014
Far g2,4613-11411
A C)Rd CERTIFICATE OF LIABILITY INSURANCE Dale
' "'n
031 2W2914
1Hi5 CEECIIFICATE IS ISSUED AS A NATTER OF NIFORNATION ONLY AND CONFERS NO NIGHTS UPON THE C8CTIFICATE HOLDER_145
CERTIFICATE DOES NOT AFFIRMATIVELY OR IEGA1WELY AMID.EX1DN OR ALUM.THE COVERAGE AFFdiILIEO BY THE POUGIES
BELOW TH I3 CERTIFICATE OF 4ISURANC E DOES NOT CONSTITUTE A COMTRACT MIMES THE ISSUNG INSIVIBICS),AUTHOAEED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOlbE7t
IMPORTANT: 51w%eBH AN holder o ao ADOI11OIIAL INSUP23:1,Ms polls-y(1Rt)Ma be aiskaswdl. II SUBROGATION a1RANEO,sabl.ct to
Ora Iran and cordons of 4r policy,certain policing a an anEorrarne. A MON...et an Ns cartlficier Etear art=PPM dolts la fir
car0lkale holder is bra of such andorssarantis1.
MAIMS*�mrtr+ AVAIL Addle P Ransom
P HONE
Vela Insurance Agency.Inc. svc.w.rrrr i E6?? IENf ---
52(5 W Louisiana Ave mss adligratolosonma-a
Ladvloode CO RS232 ewgsiinscroacoPOINrt _._._...__._._ �.--''!'C`
--_ laKIHOR A' /Hied I!ltRAI 1HC@ COe(ss•etr !13747
MINNANCu Iru+etu_
dbands Janitorial Company LLC _ ..--_ ._. _ _
Eddy «awnr,c,,
wOu1E7t D:
2861 S Sam Ct
IMAM E- I
--
Aurora.CO$0013-217s
W AWA F: t
COVERAGES CERTIFICATE 1R 000055II2-0 REVISION MUNER3t 1
THIS IS TO CERTIFY THAT THE POLIGES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR DE POLICY PERIOD
INDICATED SIOTNWTNSTANDRIO ANY REoutRaiENT,TEAR OR CC]rmr1tON OF ANY C NTRACT OR Onem DOCUMENT NMI Rat TO YMIC ti TINS
CERTIFICATE NAY BE ISSUED OR MAY PERTAK THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HE REIN IS SUELSECT TO ALL THE TERNS,
EXCLUSIONS AND CONIXDOIt.OF SUCH POLICIES soars SH(AMI NAY HAVE BEEN REDUCED BY PAID CLAMS.
pw :F I mucr sr i
tilt Tree s wauEarCF FUMY aMMEx :pliMILYrrrt'*sa 'r r., I(
A;IIENERFJ..L ua r.. I rACPOLD75439e7091 ;06/15r2014;aeriSF2DIS tics mums= I s_
i .11WiadirreaiNtri5-- __
S 1 I CLAdSTECE 0C I I I I EDOCP(Aq are wars* IS SAN
j� LtEPPOW1.cMY PULPY 'S 1 MONO
Li _ _ cis=ACC .A I S00,80Q
NEGFIEpATEUMN:ARMIES PER . I I PICIDIX-m-crawler.,I s 2.000.000
X xctnr 1M i Ex I i I$
AuroroeEEF EERIlJ1r 1 I i ccanriEtt so=tawT I j
ANY AUIO i 1 ( Ia0RY UMW far pant $
s_OCV rera a i
I i HIRED Iloelote.® I+..s;(.A t o
I 1_ P
I I I I
I L&LJ le !.rear i i EIC14=IRRBICE I e
g I i ate QaaeSw�D_E 4AO cTE ,s
r ,OED r—atre ores
oar !! '
waEeseorsrm I
e r F r i i Karl e
__PIMP ors esLJTY rrE
OFFICIPNIFENEEP EXCLUDED ,NIA
Ollorlinivry In NM � I it .EL[WM-EA INPL MEE s
I pEy�-�P t]NLr.A rpPP,s bout i 1 DeNe m.PXXX LAW I I
r� t
1
I
®ml OF OFEML1IIINIMILOGIELIONN ttEENC E3 parr Abt7O 1K aailol EYOMs leleaaEe_a toisweei or•YueE
CERTIFICATE HOLDER CANCELLATION
MOULD ANY CF DIE ANNIE POLJEaesRE CANCELLED_
THE EXPRiATXQI DATE THEREOF,NOTICE NALL RE INJAPIENED M
ACCORDANCE MID TEE POLICY PROPZaoN S.
AUTINIZED ItYNENEMATINE
Inr J p. 5 '!5-4� � _ {APM'
1
C t9ItS- io ACORES co TJ oRATiow. A4 rights reserved.
!s[a:�FrD i5(251401164 Tlro Acs)i mine mews pogo are rrgestara s larks of Air
Prated>19 APIA an August 26.2014 at 01 39PM
F01111 W.9 Request for Taxpayer Give form to the
(Rev.October 2007) identification Number and Certification f°Q •Do not
O epa lmen!of etc Treewr/ send to the IRS.
internal lie erne S,,,w*
Name(as shown on your income tax return)
Eddy Obando
EBusiness name,if different'horn above
0 ()band's Janitorial Company
e+ G Check appropriate box: 0 Individual/ ole proprietor 0 Corporation 0 Partnership
Exempt
Limited liability tympany.Enter the tax classification(Dedisregarded entity,C=corporation,P=parfrwtrship)► ❑ Pines
o 2 ❑ Other(see instru bons)►
CE Address(number,street,and apt or suite no.) Requester's name and address(optional)
• ` 2861 S.Salida Ct.80013
o City.state.and ZIP oode
m Aurora,Co.80013
I List account number(s)here(optional)
Part I Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate born.The TIN provided must match the name given on Line 1 to avoid !Sd secu^br number
backup withholding.For individuals,this is your social security number(SSN).However,for a resident Illl
alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other entities,it Is
your employer identification number(EIN).If you do not have a number,see How to ger a TIN on page 3. eN
Note.if the account is in more than one name,see the chart on page 4 for guidelines on whose i Employer Identification number
number to enter. ( 20 8729430
Part II Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me),and
2. lam not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal
Revenue Service(IRS)that I art,subject to backup withholding as a result of a failure to report al'interest or dividends,or(c)the IRS has
notified me that I am no longer subject to backup withholding,and
3. i am a U.S.citizen or other U.S.person(defined below).
Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup
withholding because you have failed to report all Interest and dividends on your tax return.For real estate transactions,item 2 does not apply.
For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement
arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the Certification,but you must
provide your correct TIN.See the inatru ' on page 4.
Sign I Signature of
Here € u.s.person► u-e Dew► y- 9- o/s_
General irlstru ohs Definition of a U.S. person. For federal tax purposes, you are
considered a U.S.person if you are:
Section references ar o the Internal Revenue Code unless • An individual who is a U.S.citizen or U.S.resident alien,
otherwise noted
• A partnership,corporation.company,or association created or
Purpose of Form organized in the United States or under the laws of the United
A person who is required to file an information return with the States,
IRS must obtain your correct taxpayer identification number(f1N) •An estate(other than a foreign estate),or
to report,for example, income paid to you,real estate •A domestic trust(as defined in Regulations section
transactions,mortgage interest you paid,acquisition or 301.7701-7).
abandonment of secured properly,cancellation of debt,or
contributions you made to an IRA. Special rules for partnerships.Partnerships that conduct a
Use Form W 9 only ifyou are a U.S. trade or business in the United States are generally required to
person(including a pay a withholding tax on any foreign partners'share of income
resident alien), to provide your correct TIN to the person from such business.Further,in certain cases where a Form W-9
requesting it(the requester)and, when applicable,to: has not been received,a partnership is required to presume that
1.Certify that the TIN you are giving is correct(or you are a partner is a foreign person,and pay the withholding tax.
waiting for a number to be issued), Therefore, if you are a U.S.person that is a partner in a
2.Certify that you are not suoject to backup withholding.or partnership conducting a trade or business in the United States,
provide Form W-9 to the partnership to establish your U.S.
3.Claire exemption from backup withholding if you are a U.S. status and avoid withholding on your share of partnership
exempt payee. If applicable,you are also certifying that as a income.
U.S.person,your allocable share of any partnership income from The person who gives Form W-9 to the partnership for
a U.S. trade or business is not subject to the withholding tax on purposes of establishing its U.S.status and avoiding withholding
foreign partners'share of effectively connected income. on its allocable share of net income from the partnership
Note.if a requester gives you a form other than Form W-9 to conducting a trade or business in the United States tS In the
request your TIN,you must use the requester's form if it is following cases:
substantially similar to this Form W-9. • The U.S. owner of a disregarded entity and not the entity,
Cat.No.10231X Form W-9 (Rev. 10.2007)
Office of fxw.-ic llw.loponst
();•alai of Sinai Buse.,ss Opportunity
p DENVER 201 w ryyA Ak.OrM*W7
Dente,CD
op
OFFICE OF ECONOMIC 72ci.s n�
20.s13yB
F
DEVELOPMENT
Deeer taternationa7/import
Airport Otixe 8nlding,Stake 7310
850G Pena Blvd
September 11,2014 De"Mer,CO 8)248
p 303.3,2-2150
t 333.342')1911
www,flYdenvee.ceM
Eddy Obando
Oband's Janitorial Company
2861 S. Salida Court
Aurora. CO 60013
Dear Eddy Obandn:
The City and County of Denver, Division of Small Business Opporlunity(DSBO)is in receipt of your renewal
application for()bands Janitorial Company.
We are extending your certification while your application is in process_Therefore, Oband's Janitorial Company
will have the following certification(s) until December 11,2014
• Airport Concessionaire Disadvantaged Business Enterprise(ACDBE)
Fl Disadvantaged Business Enterprise(DBE)
O Emerging Business Enterprise(EBE)
E Minority/Women Business Enterprise(MWBE)
® Small Business Enterprise(SBE)
❑ Small Business Enterprise-Concessions(SBEC)
Review of your documentation will begin in the near future. Please note that at any time during this review, a
Certification Analyst may request additional information to complete the review
Please notify our office immediately, if there are any changes in legal status, management,control,or ownership
of your business,contact information, etc.from that provided on the documentation submitted to our office.
If you have any questions,please contact us at(720)913-1999 or via email at certificationinfo@denveroov.org.
Thank you.
Sincerely,
Julie Wilson
julte.wilson@fiydenver.com
303-342-2434
„ .,'r:
:,;P.,,r. VISIT CALL
Den_: ver ev.org 1311
SAFECO INS.CO OF AMERICA-PREFERRED(24740) Endorsemerd
Symbol: 15 VIOFR. Y
Driver 1 State Registered: CO
Mud-Car Discount Yes,multi-car discount applies
(New Class Plan)
Principle Operator. Y
2. Private PascengerAutomobile:2013 JEEP PATRIOT SPORT
Company Vehicle#: 3 Principle Operator Y
VIN: 1C4NJRBB9OD201299 Multi-CarDismunt Y
Territory: 391 Anti-Theft Y
Use: Driven To and From Work Coverage Discount Y
Days Driven Per Week: 5 Homeownership Discount Y
Miles to Worts: 7 Accident Free: Y
Cylinders: 4 VIOFR: Y
Symbol: 13 State Registered: CO
Driver: 1
Multi-Car DiscountYes,multi-car discount applies
(New Class Plan)
Loss Payee: PARTNER COLORADO CREDIT UNION
PO BOX 1346
ARVADA.CO 80001
3. Pickup Trucks,Sedan Delivery,Panel Truck:2013 FORD F150
Company Vehicle#: 4 Principle Operator. Y
VIN: 1FTFW1ET5DFB37374 Multi-Car Discount Y
Territory: 391 Anti-Theft Y
Use: L Coverage Discount Y
Annual Miles: 7,500 Homeownership Discount Y
Cylinders: 6 Low Mileage Discount Y
Symbol: 13 Accident Free: Y
Driver 1 VIOFR Y
Multi-Car Discount Yes,multi-car discount applies State Registered: CO
(New Class Plan)
Loss Payee: FORD MOTOR CREDIT
PO BOX 390910
MINNEAPOLIS,MN 55439
The insurance policy information contained herein is produced from data contained in the Client Management System and camel be used to determine
coverage provided by an insurance policy.Please refer to the insurance policy issued by your insurance carrier for cov
erage information.
Page 2 of 4 EDDY OBANDO 11/11/2014
OBAND'S JANITORIAL COMPANY
Complete Building Cleaning Service
Commercial. Construction Clean-Up
(Window Washing, Carpet Cleaning.Stripper&wax floor
And ground men service)
2861 S. Salida Ct
Aurora,CO 80013
(720) 876-1180
(720)422-9520 Cell phone
(303) 766-1681 Fax
Obandjanitorial'ayahoo.com
RECOMMENDED EQUIPMENT AND SUPPLIES
EOUIPMENT
• Commercial Upright Vacuum(and Wet/Dry Vacuum,if possible)
• Commercial Floor Machine(buffer) 17"-21", with block,stripping and polish pads
• Mop Pail and Wringer
• Mop Handles(wet type)
• Mop Heads, 1-16 oz rayon for floor finishing, 1-20 oz cotton for mopping
• Dust
• Trash Barrel with wheels
• Nylon broom and Dustpan
• Window Squeegee(12") with 54"handle
• Window Brush
• Cotton Bowl mop
• Extension Cord(50ft)
SUPPLIES (GREEN PRODUCTS ENVIRONMENTALLY-FRIENDLY)
• Floor Stripper
• Floor Sealer
• Floor finish(acrylic)
• General Purpose Cleaner
• Disinfectant/Deodorizer
• Dust Mop treatment
• Window Cleaner
• Bowl Cleaner
• Furniture Polish
• Carpet Spot remove
• Window Cleaner
• Bowl Cleaner
• Furniture Polish
• Carpet Spot remove
• Misc.Clearing Cloths
• Glass Cleaner
• TOOLS FOR WINDOW CLEANER
• Scrubbers-assorted sizes 18"
• Squeegees-assorted sizes 6", 10" 18"
• Buckets-with a lid
• Poles-with a lid
• Ladders-assorted 12"telescopic 24"telescopic
• Huck towels
• Scrub pads-white only
• Razors and blades
• Belts,squeegees holders
• Scaffold&chair(If is necessary)
! S t; I•
- • a
Cleaning Consumables/Producs Equipment -
Chemicals/
Green Products
Hillayard Super Natural Value Toilet Back
Shine-All natural tissuet8Q Rolls/2 P{ly Vacuums/Upright
cleaner. Dilution
rate,one
Ounce/gallon
Buff/Machine
Hiltyard 1 16 Re- Natural Value Towels
Juv-nal. papers White or
Disinfectanicleaner Natural/250 Stripper/Machine
Hillyard#27 Green Plastic-Liners
Select Glass Mop buckets
cleaner
Mop/handles
Hillayard#33 Foam-Soap
Suprox, Non acid Dusters
toilet bowl cleaner
Wet mop LG
' Med,
Sm 5' head
I Natural floor sealer
RE Whittaker
Crystal dry carpet
cleaner
EQUIPMENT INVENTORY/CARPET CLEANING
MAKE/MODEL 1 #YEARS DEPRECIATION rSERIAL NUMBER
TYPE OF EQUIPMENT
Truck Mount Legend GT w/100 2 10011190000499
Gallon
Portable Extractor Olympus M 1200 2 5447
machine-Hydro force 12 Gallons Capacity
Brush-Pro Machine MH200/20" 1
Square Scrub-Machine EBG-20/C-3450 rpm 1
Portable Extractor Advantage 200-MUS62 1
machine
Clarke Machine 400-CLK-17" &20" 3
/Bonnet
440
OBAND'S
e • 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
t Traffic Lane Cleaner with Biosoly
BioSoly Citrus
Flex Solutions
Ecos—Odor Solution
Bridgepoint Green Balance/Carpet Cleaning
OBAND'S
•e •
e : JANITORIAL Co.
i
EQUIPMENT
—�—
I EQUIPMENT 19 Pro Team Backpack Mop/handles
12 Sanitaire Vacuums Duster
4 Floor Burnishes Stripper/Machine
5 _ Floor buffers + a
4 Floor Scrubber
2 J Carpet Cleaner
1 ! Truck mount
CLEANING/CHEMICALS
Green/products
IHillyard Super Shine—All Natural
Cleaner solution-Floor
Hillyard*16 disinfectant/Cleaner
Hillyard#27 Green Glass Cleaner
Hillyard#33 Suprox-No acid
Toilet Bowl Cleaner
•
16t-
. 0
�► See {/S:
II .: .0
OBAND'S
JANITORIAL COMPANY
Objective Our goal is your goal. Let us do the leaning for you.
Expedience
1111•The been to bandriess since 1992
Oband's Jan3aiat was established r California Oband's Janitorial is a
based in Colorado and we are happy to be wincing here for 11 years
now.
acres Janitorial no lint in the amourt of square feet we dears for
facilities /buildings a1 throughout the Denver Metro Area, Colorado
Spring. Fort Collins, Golden, Lakewood, Centennial, Adams County,
ty,
Arapahoe County.
Oband's Janitorial Company provide quaky work to our customers so
they don't have worry about the rnainteriance of the facility and can
continue to focus on the needs of their direct customer.
Oband's Janitorial is poised to continue its efkxts towards meeting an
exceeding its customers quality and service standards.We are confident
the you vw not be disappo"tied with our services and that our
relationship w l continue to be strong for years to come.• QUALITY CONTROL
- Communication Avarabety
■ Training
• Management
• Personnel—Trainable
• Quality Work
°bands Jandonal company
QUALITY
CONTROL PLAN
• CHECKLISTS
• Supervisors and employees are bailed on the expectations
requirements of daily, weekly, semi-monthly cleanings. They we
instructed to uttze the checkfsts as a guideline had considered it as a
base but not a iinitabon to the cleaning needs of the buiidngs.
Monthly Client Meetings
Meetings with account contacts are scheduled in a monthly basis(or as
required)to discuss positive feedback, request addional services or
share areas of opportunity to improve the services
- Monthly Eeedbedk terms
We encourage dents to complete a feedback b-malty to formalize the
feedback process and to rats the services on a sde of 1 to 10 and
provide any other feedback on services provided.
• Immediate Needs Resolution
Our god is to be available whenever there is a need for our services or in
an event of an emergency. We take pride in sayrig we answer the
phone almost every time you call or cal you bark rnrnedately upon
receiving a message.
Personnel
Employee's are our biggest asset and our biggest competitive
advantage.We are committed to spend training dollars and resources to
train Employees and Supervisors and it is why have a Profit sharing and
other retention programs.
We continue hire are dependable, trainable with experience and most
them ready to work for a company that treats with respect
Our employees tollovAng rules and good understanding of safe work
procedures.
COMPLETED PROJECTS&PROGRESS
FAA-PKRLL - j Lockheed Martin
I 24665 Smokey Road i 7400 Tucson Way
I Aurora,CO 80016 Centennial,CO 80112
Contact:Beth Allison (303)684-5040 Contact:Sonya Reeser(720)568-2677
#DTFANM-09-P-00037 PO#4100721987
I Janitorial Services Janitorial Services
Window Cleaning Strip&Wax floor
Carpet Cleaning
GSA FAA-Rocky Mountain CMO
#PBS,Colorado SVCTR89C 1625 S.Tower Rd.
Building 41DF Broomfield CO.80503
P.O.Box 25546 #DTFAWN-12-P-00434
West 6th&Kipling Street Contact:Lelaine Rivera(425)227-2861
Contact:Lynn Wilson(303)256-8000 ext.2315 Janitorial Service
#GS-08-08-JB-M-0086 Window Cleaning
Janitorial Services
Window Cleaning
Strip&Wax floor
Arapahoe MO" Driver License Administration
7800 S.Peoria I DMV/Aurora,Denver,Littleton,Boulder&
Englewood,CO 80112 Northglenn,Colorado
#DTFAWW-11-C-0002/0008 Contact:Nestor Lujan(303)916-1561
Contact:Lelair.e Rivera(425)227-2861 #DMV1200I--91039000
Janitorial Services Janitorial Services
I Window Cleaning Window Cleaning
Carpet Cleaning Strip&Wax Floor
Weld County/Court House
Plaza West,Centennial Center,Crime Lab,Justice
Service/Greeley,Colorado
Contact:Toby Taylor or Stan Rogers(970)304-6531
#D1100135
Janitorial Services
Carpet Cleaning
Strip&Wax Floor
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 6"'&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
Arapahoe Tower Contact:Nestor
Lelaine Rivera lujan(303)916-
42S227-1003 1561
CUSTOM ERs/AGENCIES/CLNENTS
Weld County
Lockheed Martin
FAA(Federal Aviation Administrdton)
GSA(General Service Administration)
City and County of Denver
COOT Colorado Dept.of Transportation
Flatiron Constructions Services
The Chamber-Aurora
Aurora Association of Realtors
Mountain Plains Minority Supplier Development
Council
ADDENDUM#1
BID REQUEST NO*B1500103
CUSTODIAL SERVICES--NORTH BUSINESS PARK
Buildings &Grounds Department
Changes to the North Business Park Custodial Bid:
Building 1551 N. -from 5-days per week to 6-days per week
Planning and Health—VCT measurements from 6,0O0 sq ft to 3,200 sq ft (deduction for the
Environmental Health Lab that we have to dean in-house)
North Ambulance —2,200 sq ft Carpet
'Please sign and fax back to Weld County Purchasing ti)970.336,7226. Thank Your**
Addendum received by:
FIRM
2661 S. Salida CL
ADDRESS
_Aurora, Co. 80013
CITY AND STATE
_Eddy Obando
BY
_Owner
TITLE
April 3. 2015
D. Uniforms for cleaning staff with company logo and badge
E. Notify Weld custodial supervisor at least one week in advance of carpet and floor work/schedule
F. Material Safety Data Sheets (MSDS) on all products used in buildings
7. Consumable items. The contractor will supply all consumables used in the facilities and invoice Weld
County for these products monthly. A listing of current consumables is identified in the following table In
order to obtain accurate cost for these items supply the following information: (1) list your package proposed
quantity, (2) your cost to purchase, (3) Percentage of markup, and (4)Total price.
Product Package size .' am_Your Markup% Total Price=
C .
1 Toilet tissue Jumbo Jr. 2-ply ; 12RUCase ` $23.42 t 3 ` -1—$515.46L
`Toilet tissue Universal 2-ply 96/500 _ $44.76 i 3 $358.08_4
Mufti-Fold towels ! 16/250 ; $22.59 2 i $453.80
j EnMotion Roll towels : 6/600 $56.00 2 i $360.00 i
Cormatic Roll towels 6RUCase ' $51.24 1 ' $358.68 _
H d Soap-GoJo Foam - ML2/Case i $43.05 ! 1 _ - i $344.48
2 mil I
Sanitary Napkins(4) 250/Case s $26-69 - 0.5 ' $ 106.76 j
Tampons ' 5O0/Case i $78.00 . 0.5 , $ 156.00
I Wax Paper liners : Napkin $24.95 1 ----0.5 $149.70
disposal
24X33 trash liners _ ! 15GL 8mic $33.61 _ 1 2 ! $403.32 .
30X37 trash liners 25GL 13C ; $34.59 i 2 $380.49
40X48 BLACK trash liners `48GL 16MC $36.35 i 2 $436.20
A Contractor will invoice the Consumable Items for each building separately from the Custodial Services
each month. With this invoice, the Contractor MUST provide a copy of your suppliers monthly invoice
showing your cost and quantity shipped to EACH building.
B. Contractor is responsible for ordering, storing and receiving shipments
C. Contractor is NOT responsible for maintaining Air Fresheners
8. Contract Contractor is expected to enter into a service contract(attached).F
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 anticipated to be April 27, 2015.
Pricing
Provide total pricing for Custodial Services per month for all the buildings identified in bid (excluding the
consumables). For consumables, provide the percentage of mark-up to cover your costs(e.g. moving, storing,
receiving, and managing).
Custodial Services TOTAL for ail buildings (Per Month) $ 9,425.00
Consumables Markup Percentage 15.0%
BID REQUEST #81500103 — — —
Page 14
The undersigned, by his or her signature, hereby acknowledges and represents that
1. The bid proposed herein meets ail of the conditions. specifications and special provisions set forth
in the request for proposal for Request No.#B1500103
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, alt of the documents of the Request for Proposal contained herein
(including, but not limited to, product specifications and scope of services), and the formai
acceptance of the bid by Weld County, together constitutes a contract, with the contract date being
the date of formal acceptance of the bid by Weld County.
5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to
accept the bid that, in the opinion of the Board of County Commissioners, is to the hest interests of
Weld County.
FIRM Oband's Janitorial Company BY Eddy Obando
BUSINESS (Please print)
ADDRESS 2861 S. _Salida Ct_ DATE 4/0-912015
CITY, STATE, ZIP CODE Aurora, Co. 80013
TELEPHONE NO 720-422-O520 PAX 720-876-1180 TAX ID# 20-8729430 • • .
SIGNATURE - -• - E-MAIL obandjanitorial2@gmail_corn
"THE SUCCESL BIDDERS 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.
BID REQUFS i#61500103 �� Pace 15
OBAND'S101
41110
•
• JANITORIAL. co.
Capability Statement Additional Information
Name: °band's Janitorial Company Point of Contact:Gery Tarin
2861 S.Salida Ct. Email:services@obandsjanitoriaicom
Aurora,CO 80013 Office Phone:72O-422-9520
Owner: Eddy Obando
Email: services Pobandsiaritorial.com
Office:(720)422-9520
Cell:(720)317-9235
Status: SBE,DBE,MBE,and ACDBE
DUNS# 129299157 EIN#:20-8729430 CAGE#:3ED41
SERVICES
Complete Janitorial services,Floor Maintenance,Strip and Waxing floors,Commercial,Residential,
Construction Clean-up,Window Washing,Window Restoration,Carpet Cleaning,Power Washing,
Property Preservation,Day Porter-Maintenance,Ground Services, Painting and Carpet Restoration.
NAJt5 Codes:
238320-Painting Wall Covering Contractors
23833O-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 23 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,strip&wax floor and
construction clean up.Oband's is also a flooring contractor.
/ rosi OBAND'S
i01°I Oil 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.1 TORIAL COMPANY -
BY SIGNATURE c
TYPED/PRINTED NAME d Obando
TITLE Owner
ADDRESS 28615.Salida Ct.Auuror Co.80013
TELEPHONE 720-422-9520
FAX NUMBER 720-876-1180
EMAIL ADDRESS obandianitorai2PgmaiLcom
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
. - OBAND'S
s �
JANITORIAL CO.
KEY PERSONNEL
NAME TITLE/POSITION PHONE/CONTACT
Edddy Obando President 720-876-1180- 720-422-9520
Gery Tarin Vice-President-management 720-422-9520- 970-405-8625
Richard Torrez Human Resources _ 720-876-1180
Crismeili Rosario Assistant Manager 720-949-3315
Paula Mena I Marketing 720-422-9520
Sonia Obando Supervisor r 720-317-9235
Delma Tarin Supervisor 970-301-9754
Jose Flores Supervisor 1970-308.8333
i Elizabeth Flores Supervisor 970-308-8333
Email:services@obandsjanitorial.com
Email:obandjanitorial2@gmail.com
EDDY OBANDO
Is the owner of Oband's Janitorial Company.He has overlooked company over 22 years assuring to be
delivering the best Janitorial service.
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 assist in the Human Resources functions of this contract.
SUPERVISOR
Oband'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.
Nemo
Phone: (970)336-7225 Fax:(970)336-7225
,..--"1"."1 e DATE(MMR1DfIYYYI
ACORO CERTIFICATE OF LIABILITY INSURANCE 04/29/2015
THIS RTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
•
CONTACT Taun la Ortiz
PRODUCER NAME: Y
PHONE 720 550-6527 T .No):(303 337.4697
Vela Insurance Agency, Inc. INC IL Farb (720)550-6527 )
E-MAIL taun la elalnsurance.net
5285 W Louisiana Ave AOPRESS: y
Lakewood,CO 80232 INSURER(S)AFFORDING COVERAGE NAIC$
INSURER A: Allied Insurance Company 23787
INSURED INSURER B:
Oband's Janitorial Company LLC
INSURER C:
Obando, Eddy INSURER D:
2861 S Salida Ct INSURERS:
Aurora, CO 80013-2178
INSURER 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. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE AWL SUBR POLICY EFF POLICY EXP LIMITS
LIRINSR WVD POLICY NUMBER (MMNDIYYWI IMMIDDWYYYI
A X COMMERCIAL GENERAL LIABILITY ACPGLO7563997091 06/15/2015 06/15/2016 EACH OCCURRENCE $ 1,000,000
DAMAGE TO RENTED
CLAIMS-MADE I Xi OCCUR PREMISES(Ea occurrence) 3 100,000
MED EXP(Any one person) 3 5,000
PERSONALBADV INJURY $ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000
X POLICY f—I Ter. —I LOC PRODUCTS-COMP/OP AGG 3 2,000,000
S
OTHER: COMBINED SINGLE LIMIT
AUTOMOBILE LIABILITY (Ea accident) $
BODILY INJURY(Per person) $
ANY AUTO —
A OOWNEDLEO BODILY INJURY(Per accident) $
• AUTOS AUTOS
NON-0WNED PROPERTY DAMAGE $
HIRED AUTOS AUTOS (Per sudden()
UMBRELLA LIAB _ OCCUR EACH OCCURRENCE $
EXCESS LIAR CLAIMS-MADE AGGREGATE $
DED RETENTIONS _ $
WORKERS COMPENSATION STATUTE IER
AND EMPLOYERS'LIABILITY Y I N
ANY PROPRIETORIPARTNER/EXECUTIVE n NIA E.L.EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S
Il yea.tlescnbe untler E.L.DISEASE-POLICY LIMIT $
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached Kmere spec.Is requIred)
Janitorial services.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Marcia Walters THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Weld County Purchasing
1150 O Street,Room 107 qU N WEED REPRESENTATIVE
Greeley,CO 80631
I (TJO)
0)1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD
Printed by TJO on April 29,2015 at 03:29PM
RESOLUTION
RE: APPROVE EMERGENCY BID #B1500103, CUSTODIAL SERVICES (NORTH
BUSINESS PARK) AND WAIVER OF TEN-DAY WAITING PERIOD FOR
CONSIDERATION AND INVESTIGATION - DEPARTMENT OF BUILDINGS AND
GROUNDS
WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS, the Department of Purchasing has requested waiver of the ten-day waiting
period for Emergency Bid Request #B1500103, Custodial Services (North Business Park), for
the Department of Buildings and Grounds, to preclude a disruption in custodial services, and
WHEREAS, the Board of County Commissioners deems it advisable to waive the
ten-day waiting period for said emergency bid.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of
Weld County, Colorado, that the ten-day waiting period for Emergency Bid Request#B1500103,
Custodial Services (North Business Park), for the Department of Buildings and Grounds, be,
and hereby is, waived.
BE IT FURTHER RESOLVED by the Board that the low bid from Oband's Janitorial
Company, in the amount of $9,425.00 per month, be, and hereby is, accepted on an emergency
basis.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 20th day of April, A.D., 2015.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, OLORADO
ATTEST: Cam{ Ct( rte_; / tMKirk4C&
Weld County Clerk to the Board I_
)
• Mike Freeman, Pro-Tem
BY:: Clerk
DeG a to e B3
Jut ?�`•, � an_P. Conway /
.
APPROV�ORM:
� vulie A. Cozad
®U
County Attorney - EXCUSED
5/ Steve Moreno
Date of signature: 1 :nn n"
7Ui bQ1 5't f 2015-0991
P00016
BG0017
DEPARTMENT OF BUILDINGS AND GROUNDS
IA T
r,; PHONE: (970) 304-6531
„-,I� FAX: (970) 304-6532
CU N T
u_ WEBSITE: www.co.weld.co.us
V� G_
1105 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
April 14, 2015
To: Board of County Commissioners
From: Toby Taylor
Subject: Custodial—North Business Park; Bid #B15000103
As advertised, this bid is to perform routine cleaning of the buildings located in the North Business Park
in Greeley. The low bid received was from Oband's Janitorial Company and meets specifications.
Therefore, Buildings & Grounds is recommending the bid be awarded to Oband's Janitorial Company for
$9,425.00 per month with a 15% markup for consumables.
Since the Janitorial Services need to be established prior to April 27, 2015 due to the current contractor
ceasing service on this date, Buildings and Grounds is requesting emergency approval to preclude a
disruption in custodial services.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
4/ax615-oQ'
° cb,--7
WELD COUNTY PURCHASING
1150 O Street Room 107; Greeley CO 80631
E-Mail: mwalters(a�co.weld.co.us
E-mail: reverett(c�co.weld.co.us
Phone: (970) 356-4000, Ext 4222 or 4223
n r;
Fax: (970) 336-7226
� GQUNTYt _.:
DATE OF BID: APRIL 9, 2015
REQUEST FOR: CUSTODIAL SERVICES - NORTH BUSINESS PARK
DEPARTMENT: BUILDINGS & GROUNDS DEPT
BID NO: #61500103
PRESENT DATE: APRIL 13. 2015
APPROVAL DATE: APRIL 20, 2015 EMER ENCY O ***
TOTAL MONTHLY CONSUMABLES
VENDORS CUSTODIAL SERVICES MARKUP %
OBAND'S JANITORIAL CO $9,425.00 15%
2861 2 SALIDA CT
AURORA CO 80013
AFL MAINTENANCE GROUP INC $11,940.15 5%
dba American Facility Maintenance Group
1075 S YUKON ST STE 300
LAKEWOOD CO 80226
WHAYNE & SONS $14,327.04 10%
ENTERPRISES INC
10515 E 40 AVE STE 103
DENVER CO 80239
VARSITY FACILITY SERVICES $14,908.00 5%
3720 WEST 72 AVENUE
WESTMINSTER CO 80030
A.R.C INCORPORATED $16,776.79 0%
1821 E MULBERRY
FT COLLINS CO 80524
CARNATION BUILDING $17,406.28 3%
SERVICE, INC
631 SALIDA WAY A-3
AURORA CO 80011
MAINTENANCE RESOURCES INC $21,012.00 0%
490 S SANTA FE DR UNIT C
DENVER CO 80223
ao1s-o9,
14/moo oo► ,
uo oo in LO M in I Ln in o n CMi v N 01 ((D 0 0 (ov1 0 M n OG1 v m O h M in r-I-I or Cr! N W r
M O 01 M O 00 00 01 LD 00 CP N U1 N In n 00 0 .-i N n• 00 LD M N N n• O O O
O 01 in N. M in L!1 V1 N N N LO in 00 N 0 00 01 V) NC" 0 v} ai a-I en 0) in N. v ..i
I- M ei in CO in .-I V} V} N .-I N M or CO N N in LO in a•i V} V3 a-I i/? e-1 LO 01 L0
in in V} V} V} in V} N 01 N in i/1 i/? 4.4 in a� .--1 M
4"i �
O 1l Lf 4.4CC
G
U1 .�1 co Ol ei N M M a1 00 N a--I Ul ri 00 01 a1 N M M a-1 00 N .-i
V M N N M O O U1 LD C' M N N M6 O U1 a LD
H .-I .-t .-I
_Q 0 v —
M N- 01 0p M N 01 0 01 to 00 0 (0 0 U1 00 N N N d' 0 M .-I 00 ( �,
N Cr? O or 01 U1 (.0 N. (.00 n•D L 00 E 00 2. 01 M M ,.-I o N N. N - 00 M n E 0p _
O LO 1-I to [t 00 01 O 01 00 00 C1 rI cm 0) 01 N N N N U1 M N M U 00 1 L C
co N in N LO in or en 00 N en en or (n 'C 2 a--I N a-I U1 (M e N U1 .1 N N N IA 'C C
C in in N an an V} V1 V} 4.4V} V} V} T N co V}V} V} N V} in V} V} V} V} V} N UJ f0 0
—.?. w 2
D au av
U1 in Ill in in in in in in U1 Ln in 0 0 LA Ill to U1 ut Ill <n in to in Lf1 Ln 0.
0 .f°,,
,, ri ,-, ai a-1 ri ri .� .-+ ri a-i ri « p o 0 0 o 0 0 0 0 o O O O Ln D
i 0 0 0 0 0 0 0 O 0 0 O 0 0 .C .0 1- 0 0 0 0 0 0 0 0 0 0 0 0 x -0 1-
V
al▪l 0 ' 1 0 o C C VI a
0,1 ffa
O
z m t7 2L m l7
N LD 01 O or LO C1 O in .-i C1 U1 Ul in 0 'Cr L0 VD N N 0 L/1 O U1
Cr n• 0 O N O LD O 01 LD U1 M C1 al t!'1 i.0 no a-I cr in in N N U'1
M N to rl M LD 00 qt M V to NN d'
H CI N - N U1 U1 ' N N N en en en r I N .-I or en en N in .-I.--IN NN
N
Q V VT V} V} V} in V} in V} in V} V► V} in. in in in in i/1 in V} 411 V1 in in
N
v al
'� Y
totV 0 01 N N C) -C 01 C) N tU v C1 C) C) -C C1 0 C)
• (O N VI VI tV�I ItI) U N N en X X X in VI cv+ (1 rrillC( u tvI�) r01 .A X X X
CO a CO CO U a U w U U C.1 m 00 00 O 0 0 0 O w U U CO 0 U 00 00 00
-0
+.I
L
O To
r
E C 01 H J C U C C C C 3 v, J C U C C C
ry y C_ .0 J J N ry Y�' C J J J
CO t v a
r 62 ' . ' J L .C L U 01 F p i N N L
O N v C U Z v A m eo y N v c m Z o m .a x
ti '0 I- E= Iis
° 0 z o m r ~ }_ ° 4 is P. r
m o m n ao ._ o m a m n00
C w a 2 E = c E A X Q x 01 'c E m z x x
Q I-- l- c u Up i in H 3 rry m a I- a a Up 2 v10i I° 3 N eenn a
44
VI
Z
V
In
C) 00 •-(
u Lei 6
N
01
a
N
(0 a-i
an.
i
10 '.
O U
C LL
C
O N N
13 z0 10 C N
COI .13 E
O a
iniiMi
00 N .-I CO l0 CO N CO 01 in CO in 4 0 d' t0 N 0 CO M Cf1 .-1 M M V1 .-I 0 N ((11' 1.13-
▪ O IN t-1 C011 IN V 00 '14: N C11 .-1 M 0 M 01 01 CO Ot M I. I- IN *•1 e-1 r1 01 LO O Lo
cri .4 ai d' W. CO Yr N V} (-1 I-I V1 .-I (11 I 0 CO (I CO N 01 N 00 NNN O 1Y1 Cr.-i N Oi N1 N
M CO Lf 1 r•1 N CD N .--1 N N N N N cr 01 M
N N N N NNN .4( V „S• l./} in V) N N N N N Li.
N (-I .-1 V1 .--I r-I
1./} if} N t/}
1.11 ei 00 01 r-1 N CO CO-.-I 00 N .-1 u1 e-I CO 01 N N M M .-I CO N .-I
Ti: M N N M O O u1 V CD 4 M N N M O O V1 4 CO
C1 a1 —
M a--1 r-I tD tO LO V1 01 CO tO O 0 10 tO d' tD CO 01 O 0 on V e-I N N
co in .4 e-1 01 N Cry N O ID E to ?' N. LA M IN: CO V n .-i .-I CO Yr CO E m 174
u1 111 M 01 .4 tO 4 in a 5 O M t0 tO V1 01 tO c7; N Ol it 5
C
M of N Q ar I� ..,7,M m CD .--I N N N N N HN C C m V N N CD in in co N N M M U1 C C
NIR VI-NN V} V} V} tA if} NN ? d 0 NNN NNNNNNNNN LIJ? W 0
O.U Ca.. U
a.
in in in in u1 in in in in in V1 in ' O A 000000000000 0 0
O O O O O O O O O O O O V 4 p .--1 r! r-I .--I .--1 .--I .-1 .ti r1 e-1 .1 t'.14-• O
0006006 a O O O O L'0 I- O Oa O O6 Oa a O O O a 13 L m
o d A O V' ICO
07 laa fa 6,
N it (-I N N V1 in M 0 1.11 .-4 CO t0 CO tD V1 N N [t O V1 N tO 0
.-1 m a 00 00 01 O N CO r-1 N CO CO 111 01 CO e-I CO 1.0 0 N CD N
✓ M N lO N in O M M tD in 4 N 01 m co N .i O .4 M tD 01 tD
m d N V M M t0 .-1 N N N N M N 1.0 (.0 1.11 V1 00 N N NM
NNNN IA. N1.} V} V1- V} if} V} V} V} NN th N iR iR N tR NN
01 Cl 01 Cl 01 L W W (1/ aJ N aj 0.1 C) L Cl N Cl
I/I ran in iv) to U N Von mN X X X 3 ,533 (50, ,5650 .2 .20°
Vv1 cIn N 1tri rEn U V1 V1 N X X X
CJ V U CJ U w U CJ U 000 m CO 3 U U cJ t> W U CJ V m 000 COO
6 Co —
2 a0 n e w w u`. .°. v a v
E j "' J c y c c c c u3 ,, t.,. c `y c c c
O in N �e- C 'Z J J n O — N N Y- C• _ J J J
O• J ~ a[ O, N J N N c 7 J ~ CC a A w L L
N n 'O C u fo0 Z N g. e A M N N V C U aM Z A I` I`
N
5 w +• ° E -0 a x m m CO a v .... ° E c E tom ro x M Q q.
c •c E Ia x x x ° c c E a
'O '0 ' C xi re m v• rD O O O c O xi x
,- 1- 2 W U° x VI i- 3 N n/ v I- I- c W U S t% Fes- 3 N M y
I
0 g
CO N
01 M
- .4
N N
IA
aC
N
.0
C
1C
N
C
aT+ T
10
L
01 01 00 00N01 01 tO O O M O MF Co O1 n in N N t!/ .--I e-I M tD e-1 In a N t0 co 4
CO 01 tD O Mr. O n 01 00 00 N n m n ei ei 01 IA M N V N M N V 00 ei N N t/1
n 01 at 01 01 n N t0 a tD 00 N tO0 M N t0 t t/1 4 a co N M N 4 00 tO of tD co
.--I O N 10 n eti N N to CO M t/1 n m LC. N V1 t0 V1 N e-I N N V' ei d' ID OLD
e-I 1A t/1 Al? in. 1A V} 1/? ,-i N t i n n V1 m r-1 V} t0 IAN 1R V} V} .-I e-I N 0 V <t
V} V} V} V} to e-i t0 00 V} iA V} V} to 4/T L! N R O1
to N el L? .--I N
IA to v1 to
Vl e-I co at N N M M ei CO N .-i to ei CO CA N N M M ei co N e-I
M N N Ma O V1 4 t0 4 M N N Ma O V1 4 tD
0) 01
N 00 O 01 N 01 Mt 00 O mr O LO m 00 V M O ei 00 n .-+ O ei
00 ei 00 if O V1 tD N O O N E 0p - 01 O M l oo t/1 N CO00 tD co q CO
E 0D ?,
o
to an. to V} V} V} V} V} V} V} V} W m O V} taA V} 1/1. V} to V} V} in. in. V} in. W coo
000000000000 N m M m M M M M M M M M M M C 0 M —
O o 0 0 o 0 o o 0 o 0 0 0 " `I p-
H 0 0 0 0 o O o O O O O o .m ~
C N C C in RI e C) C
RI
N 00 O 01 N 00 Mt 00 O d O LO V1 V1 to O in O O O O V1 O Ul
00 cr .-i 00 e-I V1 t0 Co O O N N n N O N M N tO IA CO C LO
00 V1 M ar 0 Ni01 0 01 O N .-1 ri d 01 01 O .-1 V ^ 0 1 e1 M v 1
N MN up at at Co N N NN N M ei III mr LO it NNN N M
to V} V} V} 1/1. V} iA 1/ V} V} N N 4/1. V} Vf I.A. V} to to V} 4.4 to to V}
II{�/}1 VI �ft CLI tffl� 1c(/pf �IVRp U 1Np Np vi X X X 01 In fIVII1 I1I VI tVI U �VI VI 0.1 X X X
U U U CJ U W U U . 000
U m 00 co U U U U U W U U U 00 co m
T.
L > N N a i. C nn .0 5. ti y r n
c °' to c y c c •c ; ,� :7 c y c c c
n N N jy— a J J J n N Y— c J J J
N 01 1- g O A z _. .. .. W N H C O J w L t
J 3 C K O. 0 eN0 R ` ✓Oi = 'O C cc O.u fa Z N I` I`
L- . . •0 m A m c 0 m N 00 r . o 1° m o m N w
a a_"i E c 'c E xo X X a
m a/ E c 'c E A m y
H CO U s In 1- 3 N m a 1-o ;79 CO U s a I- 3 N m a
crs N N
n a
t0 n
e-I .
V} V}
U C
Y
CJ C
rro
4 I.
U
N
• M O^ rl N LO Ln O LD O1 O in O Lo
.
N ( N I1 LA N M N M 00 00 O M N CI
N N 411 O d N N M rl CO CO 00 C) LO
d' a-L t/1 d to. 1/} t/1 Vl ‘--u Vl �--� l0 O i0
iA Vl Vl N
Vl N N
Ln e-I 00 O r'1 N CO CO N 00 N N +
▪ M N N M O O L/1 d LO
ei a-1
0J
LD LD N d h 00 00 O1 O LD 00 N T
I" 00 LA I� 00 h� O � .-� LI'f E 40
• Q 00 00 LA d M M O .-� O ≤ r
N r-1 M d N d N M N N N V( 2 C
VT N VY 1/1. tR ih V. If) V} f 11? t!1• T v O
a L
OO O O O O O O O O O o N o (0
. I-
= m y
o
COc7 2
M Ion 00- 1.0 Ldi1 N 00 N N O d L/1
N ,4 M d N N m N N N
1/1 4./1 VT Vl Vl Ill IA t? N Vl V}
r�vvqs ccn r�Npp L V CU �1 U Nn�o �((/G1 0VI/ X X X
lJ tJ CJ lJ U LT., U lJ U m m 0
To
B
C
C W H J C y C C C
— 2, .L) N Y— c J J J
N W H K
• N . O , O y L L .L'
V N
O O Z O. e
O C F I—
F
.~+ .�.. i p m t g, a m ao
a+ w E c c E R X
FO- F CO m a N 3 N m
O
N
O
e-1
N
</).
N
— d
Q
N
c
U
— u
co
C
JJ
cc
C L
WELD COUNTY PURCHASING
,.� 1150 O Street Room 107, Greeley CO 80631
1861<
E-Mail: mwaltersco.weld.co.us
1` �� �w; r. �� E-mail: reverettco.weld.co.us
' .. ='- '�� '` Phone: (970) 356 4000, Ext 4222 or 4223
•1 �� Fax: (970) 336-7226
DATE OF BID: APRIL 9, 2015
REQUEST FOR: CUSTODIAL SERVICES - NORTH BUSINESS PARK
DEPARTMENT: BUILDINGS & GROUNDS DEPT
BID NO: #B1500103
PRESENT DATE: APRIL 13, 2015
APPROVAL DATE: APRIL 27, 2015
TOTAL MONTHLY CONSUMABLES
VENDORS CUSTODIAL SERVICES MARKUP
OBAND'S JANITORIAL CO $9,425.00 15%
2861 2 SALIDA CT
AURORA CO 80013
AFL MAINTENANCE GROUP INC $11,940.15 5%
dba American Facility Maintenance Group
1075 S YUKON ST STE 300
LAKEWOOD CO 80226
WHAYNE & SONS $14,327.04 10%
ENTERPRISES INC
10515 E 40 AVE STE 103
DENVER CO 80239
VARSITY FACILITY SERVICES $14,908.00 5%
3720 WEST 72 AVENUE
WESTMINSTER CO 80030
A.R.C INCORPORATED $16,776.79 0%
1821 E MULBERRY
FT COLLINS CO 80524
CARNATION BUILDING $17,406.28 3%
SERVICE, INC
631 SALIDA WAY A-3
AURORA CO 80011
MAINTENANCE RESOURCES INC $21,012.00 0%
490 S SANTA FE DR UNIT C
DENVER CO 80223
TOBY TAYLOR WILL REVIEW THE BIDS. 2015-0991
Hello