No preview available
HomeMy WebLinkAboutC17-430 D&D Manzanares, Inc dba Servicemaster Commercial Cleaning SolutionsAGREEMENT FOR SERVICES BETWEEN EAGLE COUNTY, COLORADO AND D&D MANZANARES, INC d/b/a SERVICEMASTER COMMERCIAL CLEANING SOLUTIONS THIS AGREEMENT ("Agreement") is effective as of _— 12/20/2017 ------------_ by and between D&D Manzanares, Inc. a Colorado corporation d/b/a ServiceMaster Commercial Cleaning Solutions (hereinafter "'Contractor") and Eagle County, Colorado, a body corporate and politic (hereinafter "County"). RECITALS WHEREAS, County desires to utilize Contractor for janitorial services and other on-call services as required for Eagle County Facilities (the "Property" or "Properties"); and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the Services as defined below in paragraph 1 hereof; and WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the Services. AGREEMENT NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as follows: 1. Services or Work. Contractor agrees to diligently provide all services; labor; personnel; equipment; and materials (including but not limited to environmental -friendly cleaning products and consumables including hand soap, paper towels, trash bags and liners, and toilet tissue) necessary to perform and complete the services or work described in Exhibits A, B, C and D ("Services" or "Work") which are attached hereto and incorporated herein by reference. Paper towels and soaps for the individual kitchenettes and break areas are not included in this Agreement. The Services shall be performed in accordance with the provisions and conditions of this Agreement. a. Contractor agrees to furnish the Services in accordance with the schedule established in Exhibit C and in a timely and expeditious manner consistent with the applicable standard of care. By signing below Contractor represents that it has the expertise and personnel necessary to properly and timely perform the Services. b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibits A, B, C and D and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement shall prevail. 2. County's Representative. The Facilities Management Department's designee shall be Contractor's contact with respect to this Agreement and performance of the Services. 3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to the provisions of paragraph 1 1 hereof, shall continue in full force and effect until October 31, 2018. 4. Extension or Modification. This Agreement will renew automatically for three additional one year terms at the rates set forth in ExhibitA, unless earlier terminated as provided for herein. Any amendments or modifications C17-430 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 in accordance with County's internal policies. Accordingly, no course of conduct or dealings between the parties, nor verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that 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. In the event that written authorization and acknowledgment by County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. 5. Compensation. County shall compensate Contractor for the performance of the Services in a sum computed and payable as set forth in ExhibitA. The performance of the Services under this Agreement shall not exceed the amounts as set forth in Exhibit A. Prior to commencement of any additional services, Contractor shall first provide County with a written estimate which shall include an estimate of the labor, materials without any mark up and any additional costs necessary to perform the services. Each estimate must be approved by County's Representative prior to commencement of the services by Contractor and all rates shall be in accordance with the rates set forth herein. Total compensation for additional services under this Agreement shall not exceed twenty thousand dollars ($20,000.00) annually without a written amendment to 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. a. Payment will be made for Services satisfactorily performed within seven (7) days of receipt of a proper and accurate invoice from Contractor. Contractor will invoice County on or before the 15"' of each month for Services performed for the 1" -15"' of that month. Contractor will invoice County on or before the 30"' of each month for Services performed for the 16t1i through the end of the month. All invoices shall include detail regarding the hours spent, tasks performed, who performed each task and such other detail as County may request. b. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the Services for which payment was made were not performed as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. c. 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. d. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefor by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 6. 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 performance of any of the Services or additional services without County's prior written consent, which may be 2 G:L�Continct FbmI ❑m Rs1D&6 Ma amreegAD Mamamt9 dba ServiceMaster. County Fac illtimC1EAN. 112817. docx 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. Contractor 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 Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, 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 Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 7. Insurance. Contractor agrees to provide and maintain at Contractor's sole cost and expense, the following insurance coverage with limits of liability not less than those stated below: a. Types of Insurance. Workers' Compensation insurance as required by law. ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined bodily injury and property damage liability insurance, including coverage for owned, hired, and non -owned vehicles. iii. Commercial General Liability coverage to include premises and operations, personal/advertising injury, products/completed operations, broad form property damage with limits of liability not less than $1,000,000 per occurrence and $1,000,000 aggregate limits. iv. Third party fidelity/crime coverage including coverage for theft and mysterious disappearance. The policy shall include coverage for all directors, officers, agents and employees of the Consultant. The policy shall name Eagle County and Eagle County's clients as loss payee as their interests may appear. The policy shall not contain a condition requiring an arrest or conviction. b. Other Requirements. i. The automobile and commercial general liability coverage shall be endorsed to include Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached hereto as Exhibit E. ii. Contractor's certificates of insurance shall include subcontractors, if any as additional insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each subcontractor. iii. The insurance provisions of this Agreement shall survive expiration or termination hereof. iv. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and volunteers. 3 GAAiidylConunct FbmI ❑m Rs1D&6 Ma ares D&.6 Mamamts dba ServiceMaster. County Fac ilii imC1EAN. 112817. docx Contractor is not entitled to workers' compensation benefits except as provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax on any moneys paid pursuant to this Agreement. 8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents and employees against any losses, claims, damages or liabilities for which County may become subject to insofar as any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties against the County to the extent that County is liable to such third party for such claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination hereof. 9. Building Access. Eagle County Facilities will issue door access cards and keys to ServiceMaster to distribute to employees as required. All access cards and keys obtained during in the performance of the Services shall remain the property of the County and are to be delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement. Failure to return all of the issued access cards and keys will result in the Contractor being liable for cost of rekeying the impacted Facilities. 10. Ownership of Documents. All documents (including electronic files) and materials obtained during, purchased or prepared in the performance of the Services shall remain the property of the County and are to be delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement. 11. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv) when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days prior written notice of such change to the other party. Well] L40Ira Eagle County, Colorado Attention: Ron Siebert 590 Broadway Post Office Box 850 Eagle, CO 81631 Telephone: 970-328-8881 Facsimile: 970-328-8782 E -Mail: ron.siebert@eaglecounty.us With a copy to: Eagle County Attorney 500 Broadway Post Office Box 850 Eagle, Co 81631 4 GAAiidylConunct FbmI ❑m Rs1D&6 Ma ares D&.6 Mamamts dba ServiceMaster. County Fac ilii imC1EAN. 112817. docx Telephone: 970-328-8685 Facsimile: 970-328-8699 E -Mail: atty@eaglecounty.us CONTRACTOR: D&D Manzanares, Inc. dba ServiceMaster Commercial Cleaning Solutions P.O. Box 410 Eagle, Colorado 81631 Telephone: 970-328-4444 Facsimile: 970-328-4447 E -Mail: dan@servicemasterccs.com 12. Termination. a. County may terminate this Agreement, in whole or in part, at any time and for any reason, with or without cause, and without penalty therefor with seven (7) calendar days' prior written notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents as defined in paragraph 10 hereof, in such format as County shall direct and shall return all County owned materials and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination. b. Contractor may terminate this Agreement with or without cause upon sixty (60) calendar days' prior written notice to County. In such event, Contractor shall be compensated for all Services satisfactorily completed up to the date of termination for such services. 13. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. 14. Execution by Counterparts-. Electronic Signatures. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R -S. 24-71.3401 to 1.21. 15. Other Contract Requirements and Contractor Representations. a. Contractor has familiarized itself with the nature and extent of the Services to be provided hereunder and the Property, and with all local conditions, federal, state and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services. b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of the Services. C. To the extent possible, Contractor has correlated the results of such observations, examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement. 5 GAAiidylConunct FbmI ❑m Rs1D&6 Ma ares D&.6 Mamamts dba ServiceMaster. County Fac ilii imC1EAN. 112817. docx d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or discrepancies. e. Contractor shall be responsible for the completeness and accuracy of the Services and shall correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact that the County has accepted or approved the Services shall not relieve Contractor of any of its responsibilities. Contractor shall perform the Services in a skillful, professional and competent manner and in accordance with the standard of care, skill and diligence applicable to contractors performing similar services. Contractor represents and warrants that it has the expertise and personnel necessary to properly perform the Services and shall comply with the highest standards of customer service to the public. Contractor shall provide appropriate supervision to its employees to ensure the Services are performed in accordance with this Agreement. This paragraph shall survive termination of this Agreement. f. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and professional standards, in the performance of this Agreement. Time is of the essence with respect to this Agreement. g. This Agreement constitutes an agreement for performance of the Services by Contractor as an independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to create a relationship of employer-employee, master -servant, partnership, joint venture or any other relationship between County and Contractor except that of independent contractor. Contractor shall have no authority to bind County. h. Contractor represents and warrants that at all times in the performance of the Services, Contractor shall comply with any and all applicable laws, codes, rules and regulations. i. This Agreement contains the entire agreement between the parties with respect to the subject matter hereof and supersedes all other agreements or understanding between the parties with respect thereto. j. Contractor shall not assign any portion of this Agreement without the prior written consent of the County. Any attempt to assign this Agreement without such consent shall be void. k. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties, and not to any third party. 1. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. M. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. n. The signatories to this Agreement aver to their knowledge no employee of the County has any personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the Services and Contractor shall not employ any person having such known interests. o. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to b G:I,r Conunct FbmI ❑mfts1D&6 Ma ares D&.6 Mamamt9 dba ServiceMaster. County Fac ilk imC1EAN. 112817. docx federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this Agreement. 16. Prohibitions on Government Contracts. As used in this Section 15, the term undocumented individual will refer to those individuals from foreign countries not legally within the United States as set forth in C.R.S. 8-17.5-101, et, seq. If Contractor has any employees or subcontractors. Contractor shall comply with C.RLS. 8-17.5-101, et. seq., and this Agreement. By execution of this Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual who will perform under this Agreement and that Contractor will participate in the E -verify Program or other Department of Labor and Employment program ("Department Program") in order to confirm the eligibility of all employees who are newly hired for employment to perform Services under this Agreement. a. Contractor shall not: Knowingly employ or contract with an undocumented individual to perform Services under this Agreement; or ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an undocumented individual to perform work under the public contract for services. b. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform Services under this Agreement through participation in the E -Verify Program or Department Program, as administered by the United States Department of Homeland Security. Information on applying for the E -verify program can be found at: https://www.uscis.gov/e-verify C. Contractor shall not use either the E -verify program or other Department Program procedures to undertake pre-employment screening of job applicants while the public contract for services is being performed. d. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required to: i. Notify the subcontractor and County within three (3) days that Contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented individual; and ii. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or contracting with the undocumented individual; except that Contractor shall not terminate the contract with the subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented individual. C. 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 its authority established in C.R.S. 8-17.5-102(5). 7 GAAiidylContinct FbmI ❑m Rs1D&6 Ma ares D&.6 Mamamts dba ServiceMaster. County Fac ilii imC1EAN. 112817. docx If Contractor violates these prohibitions, County may terminate the Agreement for breach of contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor shall be liable for actual and consequential damages to County as required by law. g. County will notify the Colorado Secretary of State if Contractor violates this provision of this Agreement and County terminates the Agreement for such breach. [REST OF PAGE INTENTIONALLY LEFT BLANK] 8 GAAiidylCoaunct FbmI ❑m Rs1D&6 Ma ares D&.6 Mamamts dba ServiceMaster. County Fac ilii imC1EAN. 112817. docx IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above. Attest: By: Regina O'Brien, Clerk to the Board State of , a _-rx+4 6 Q } County of In A w G E } } The foregoing instrument was t •A-WJ � G f . 1'V1,nfv�r�71 of corporation}. NOTARY PUBLIC b *VOI❑ WOLL-1.1 iFPI- Print Name. My commission expires: t-77 a -x,1019 COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its BOARD OF COUNTY COMMISSIONERS By: ]illian H. Ryan, Chair CONTRACTOR: D&D MANZANARES, INC d/b/a SERVICEMASTER COMMERCILEANING 50LUTIONS By: �Gv" N' Print Name. Title- NOTARY BLOCK fill before me this day of t*J'"C`20l 1 by (name of person acknowledged), its ,-S PIC,(name of DAVID HOLDS I En NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20154020809 MY COMMISSION EXPIRES MAY 22, 2019 s G WAINTENANCEZennce AgmmormiU eimna1L2017.18 Agreement -All Fnminiesl_Se a MamwkAgrase I\D&d Mm mm= dm SemceMastc Comity Fwdihea CLEAN 111417 dock EXHIBIT A m m I J O G OO T m m m m m m m m m m m a «p m m n Q.3.0.�.� n���� �� w w m����� ���S oa R m a m m m m m �i' m m� 3 3 3 9 uui a m mm ��;i� nm�n�r�nv�4A�-mmm m w a�xr m N nw N n N n N— n i m a =y yr �' o a Ta A:m m i� t c� = a a ro d y C7 � aaaCO aaa=aciNm c m m y c � r 3 3 nnma=m, =m _' Om ;; . °a. 2� x 3 a m 0 m m m v m n a UP ro to n 2 m to 'D m v - m N v JN. 10 m ua w eo w eo m eo ^ * o v w y A v v o m nnnn — o �-40 sn v g8gg— WwCimm m 1 to A W W im S W Wm m a= w e•e m 3 m m 3i m m 3 v m w aaa w aa+ 3 3 m ac a a c w ao c t n� m x im m a a a m m a CL w CL UP a C a a a a .� �a y� N N CD v m m a a w a a w v.� Co o o c, c, m U3 a U3 m a m r m t 40 �v v �c �c o m _m _m _m m N A e iF 3 3 OOOn Om!° o v_ p 0 3 3 3 3 N N i Co 00 W 0 O ee n n m n? ❑ a CP0�.0-0-0-0- onOn000 v owww CM,0 00 C r, m Ift Ma, i Z O G) m n_ i i N N 07 O1 OO OO + I11 N NI + O OI tll OI th M N r OD Y O w+ o o a O A V o f71 N a Ill Tf o a CA t co o o w w o o W .moi ea C 5 m N N N r �P.r r.ar. r. r.3m F.r.r.r.r. ❑ 1 1 1 1 1 1 1 1 0 2 � � � 2 �� 2 2 2 2 �' ❑ T T -[ 11 T T1 T1 -n N N w Nm N (n N G9 N N N a s a a s aaa a a a a + Ch W W w W V W CA N W W W N N 0 m [,C C W DI 4A A W Of 4A V fA Cb 4H N N N m Gca W co w w W w W 4A N CA th W A w O tin V Oa, I �+ + m CA ro V W m N N G ,� {; N A O OO OI Ch A + CV Oo Ou W N m til V W-4 m m m+ oO [A 10 V Ch 00 + 07 M N O to K) V N O Lh A7 N W AO N V O Ch ih co A] Ch V . + O Ch p 8 00 W W+ V CD Ch O A N FD V_ T V Ch A V O -NA W Ch W Cil W C3 W DD W + A O O T s V M GI tO CIO N V Ch O CA m W ca 00 4A _P -V W 44 V 44 W W W N N !D W OD W W W W 4A N 4A w W fh G O 44 Uq m EA CA !+ — 44 W O�0 PD w to N N O CO W CA CII W VO 2 A V V [A C31 A Cil N (D V C) W— O VEA O N W 0 W CA V W V W N to 0)M V m pp v, A + T A rD V CA t0 Ch N W N OO V KO O OD O W N CO V O a A O W A W V + O V O V 0 A 00 W C, 0) A T W Ch N V 03 m+ N W CA W A W O 0) W [h a W S Cq 4A V 4A 07 �y (A N W O A 69 OO W 49 W 4A N fA Ch W Ch O W v fA Cil �+ N M Of m + m N W Q N tlt N A N A w m W V v a. tb W N CA A V Gl A W C) 00 V W Cts N w 00 W A m N -I G1 pp A W C] N 0o O CP p! CD W mN y V AJ O O7 O V A (h m A p [P 9C�0 O V O V v OVO 0) J J 'w W N O N W W N� � W V y�yyyl A R O [Vp� A W Gn fr A W �O 64 Vm d1 ' 4o N W M C7 A W W W N Cis [ D1 O [gyp � N to W �1 C� AA �1 tO A O1 m w A Al t [Rp1 [t�p1 [�1 pA j1 O .. C,Aj �1 4 Cil, O1 A 4 9 4 CT !D 4 A CP 4 W A CC, p�p 0) A [i�C�1 C7 N a) �Ni Q1 O 4 �l 4 fAa 41 N . A? . O 90 1m to EXHIBIT A CDM r+ i m rCD 0 N N 0i •�► o [D OD i G cD OO 03 49 N N N N 46 w bo i4 O O w000cnN LQ N c m rfs �► � -Ga 'U �40� W w w w m? 0 0 0 Co m19 00 V C7 Gy � i0 C7V � G7 :-41 C7 � 00 CO V -[ (DD wAl�AH'� D D 7 4040 40 wwww�,,� oraoo o C a V Gi L37 CA� MLGs :-4 C D � o to a 07 O� V A � �1 �v ] 0 4A -PA fR {f3 1 o o o 0-1 DO V CA MC7 L A O C7 � C7 � ca A i CD R��+ �f 40 4A Ef3 iR 0000� cn eD R] IV R] L►7 '+ C CD tQWo000 00 N 0) o 3 IT4A n• 4A 4A i i i a 0 R C e� cD ao 0o C 3 C) N00Obo,� ,fp1 LD 40 40 4A 4A o< 40 n;� ^i V�Na 404040v N o 0 o o 0 iwi,3i,)ij CD a5 to to �C C -1 4 s C1 0 Q I= Li . I I fis ff, . a - - I PA lot0019 NOW-VURMWOV in w ,LlmDo rric.)'9°9 k n NIL zs- ....... IMIlt im�, Ire Orli !n1;: 1 �i._ Ili 'w�r�C,i II� .''�Lilf��...-------- ....� I 11' Illilll! ml ll 91,10 14' TR Ld I Y .1011 smo ocwaww AvyNnIcaa dim $1S7�LlF1 V s un r� ssterv►+� AINMOO 9 n i JJim E alip.Fit� Z 9 �will o � 2 eg MT 88� I 1,5g, i A ; i b A� g 7 9 7 Cal w En m i iz 1� Im W EA z P4 W H W a ------------------ A w En m i iz 1� Im W EA z P4 W H W a ------------------ w s WR Z Q H H CL . W {9 d�i�l5 L_o l z LLJ .� _ U H Y z 0 Z_ 3 I' so) z--qj- Li 0 W a nI g 0 s WR Z Q H H CL Z 4�a w 0 LL t f _ I I_ I , r i W W a z w A .M LJ w co 0 x H 0 u A 0 0 D w rd W 0 w H a 0 a 0 7; tI3 v Lam rd 0 nQ Ov bo LU 1 W, - no 1� = r w N . N U � m N S UF LL 0QNN cp � 4 �r I 0T° _G p [wjrian ND in Q En E-4 cn • �' o vs � F r,- r (!d O w LL. w ni H in 06 La r 0 co CD (n U r IA g LL w ry W or rrj U N] LU N LLli D T— V; m o � A N I �W r N� �W cn 3 a: 0 CO �. 4 _ W: u �• N IL w i • ~• • e'`•f l+•�� it S IL w 4mr ,W m U Ilk L;� / / J r / r f •i /�/\f / /`/♦ f 1 ! ! / /fir ! J♦ I � ♦ • \ y ♦ \ , \ ; to , • 4 V . • , ♦ t I � I ♦ 1 L�„• t t � I Ju�� F cc xJ[ k xJlti. .Y 1tOI f l9 . t Q U3 1 3 w f n E ul 1 f . 1 17� �.. a - � � ✓�ti E f � I I � 1 n � •— 1 I [ 1 I IIJI L•F ?': .S•9 I � � 1 } ' z x it r. tu h [; { � ••i•'� � 11 s M rl � 1 I 1 s f 1 � r Mn- tr1 1 al I 1 I I 1 1 t E r�� w t E �1 E t w1 I r 1 r 1 1 I e At t i 1 t E 1 r i r v d m M m m 0 rt Oim B 0 0o — L� (,D- m m 3 CL =t ,z 3 In w a) O.0� U QQ (0 = i3 N M d y O OL �. n C d r. [D N N Hf =r H C] C N 3 N .0 (D n m (D ?' m (D g �w�77 61 in O❑ N 7 fD LDD -1 C C N. m [D y ` iD o N C 7 = ii 0 N CQ 6 (D �y�. fD N N iD 5D fD N _ Avon Annex � _ x o a � 2� u Landfill Admin X 3--ILadfill c HHW rm m0Eagle-Vail S.O.3 m Edwards S.O .. �x Miller Ranch x z Justice Center & 3 o Sherrif Office Justic Center Annex Animal Services � " S a m u x Eagle County 3 Building Old Courthouse X 1 & 3 Floor a s m In Old Courthouse ' 2nd Floor x Facilities Management Senior Center A '.� X 9 White House Eagle River Center � X 3 Exhibit Hall 3 1 3 MSC Bldg A MSC Bldg B SC MSC Bldg C MSC Bldg Q m EI Jebel m X B Community Cntr m x 'C _ X FEI Cr m Jebel R & B V m w 3 a fn CID CD m Wi � r D' N N+; EXHIBIT QV ,N. i C OW N N ta f rn3 7 CL N "". [ND = Q- tll.� N 0000 N 00 Q V 3❑ N CL a y 3 C ❑ ID23 (n � Nn 91 T 01 C. N m 7 fl Q1 N C O �� o ia'' N a ��77. m a �C 61 Cr < = °m c S� N@ N [C W w03a3 Q° y [D C w�7 N N p C❑ N—@ N @ N O wc03Dpi=� 3 N 3 Q w Q ❑ o _ � a Zh ❑ C❑ m ..n S � C7, ❑ � d Nfp= vo Ul Q N @ 7 o__ fl1 4D M Q 7 w N � n N i (C] C 3 @ fD Al N :3 N 0 m f➢ M 0 @ Q � ❑ ❑ y �% CD M eqk ib O a =w=m=m Al U1 von Annex Landfill Admin c Ladfill HHW m s 3 Eagle-Vail S.O. Edwards S.O. Miller Ranch > XJustice Center & 0' W 0? 3 Sherrif Office p.r ,fustic Center w w w 4 s "Annex v m m a 3 ❑' Animal Services �x Eagle County N N N �r s Ln Building X Did Courthouse 4 3 `r l & 3 Floor x did Courthouse m ra N N N '�2nd Floori m i Facilities s s Management v m su3 -' ISenior Center v a sWhite House m 4 "' Eagle River Center �+ 4 � s "' Exhibit Hall 'm 00) ' 3 . MSC Bldg A =w =w w 3 " . � MSC Bldg B w � % 3 s `'' MSC Bldg C 3 m u 'm 'm 'm 'm w MSC Bldg D x EI Jebel W W G, 3Community tn Cntr m �o E1 Jebel R & B Y -4T m a= o [A 071 m 0 m d Q* 0 art{ =O ° ?E v m 3 3 uW 9 a'O m 0 0 G� O� N � 4) 3 o o °1 � C a) n13 3 N a 3 a (<D (<D n m 3 ❑ m n w 4 9@ N C N ❑ :5 ����pv❑3� m M 7 CD D v N Ci r0CD 0 3` ❑ z N d CL CL �• @W Hw y ��°�a�Qy �' C OL o u) ❑ Q� N❑ 0yv+�A' N [� = O 8 y -1 A 3 y N °1�°1 ° ' G Cr- m'� m N m a i m X C CD G7CD a' [p = c tD y y V CD °i 0 O C NCL_ von Annex x 3 W Landfill Admin c 'm w V °1 Ladfill HHW ZIfl Eagle -Vail S.O. m Edwards S.O. �s G' iller Ranch Zx3 � ustice Center & herrif Office A � x ustic Center Annex ❑' nimal Services x Eagle County Building ZD "' Id Courthouse 1 & 3 Floor m - -Old 0 Courthouse 2nd Q ;F 1=lovr X `'' 3 Facilities Management Senior Center A � 3 ite House zjg3 Eagle River Center ^' Exhibit Hall `'' MSC Bldg A s 3 `r MSC Bldg B Q K V 3 MSC Bldg C 3 MSC Bldg Q A � EI Jebel Community Cntr m A L N X k 3 s EI Jebel R & B n womr-000nWm71710mon (D to AN) N @ 3 ro W m 3 m a- (0 S � MMo -oa:a _ —m N' N' 0 D a 7 QQ^^ o- �. tl+ n N a ro 7 ren m w — U) ¢1 N (p:2 y w 0 w N N' T ' N C l y `L ry N _K N 0 g. 7 7 CD al 3 n. d j ro y m R y L N W ix p. m@ CD y �' Q 41 a: - a N@ 7 0 O CD y R. N= C m 7 Al N � O a �7 v N C Q a 0 .N+ E Q N = y M v, 3 w N � ro nro a E y � .i VI a 5 oamaw = o m w y- � ' a a V� y ffal 3_ N n_ m n U1 3 m 6'H rosy G 0 Ma= 0 ro w n @ a n 7 41 d >_ fD (D 2t N N y a a_ � ID - Y w m w c N SA {p N 4 o � � w �O ti 0 m• rn 3 3 w Avon Annex 3 3 w Landfill Admin c Ladfill HHW 3 3 N Eagle-Vail S.O. j 41 3 3 Edwards S.O. ti Miller Ranch 3 3 G, 3 3 Justice Center & Sherrif Office 3 3 , Justic Center Annex 3 x 3 Animal Services Eagle County Building j x x Old Courthouse 1& 3 Floor m m 3 3 Old Courthouse 2nd Floor " 3 13 Facilities Management s A TC TC 3 3 1 Senior Center s A k X 3.3 s White House 3 31 r, Eagle River Center 3 3 ti, Exhibit Hall 3 3 MSC Bldg A s46 3 3 _, MSC Bldg B X x w 3 3 w MSC Bldg C 3 61 X 3 MSC Bldg D 3 3 (n IEl Jebel m C- M ro IEl ro 3 3 Jebel R& B n V fa n ); 2 2/ E/ 2 2 B k' �' m n a o (D 0 7 / 7 m! ; a r+ 0 7 7 § CL \ \ 0 a g _ £ k 2 2 § t 9) § F ■ b bCL! m m _— 2 § -0 - ( § E E - D o t E» \ o (D o ■ n § # § _. S o § B �. _ (D§ Cr / E CD rz / k / j % " ; M \ § - ® % 91 / / § E y / . 4 - e 2 2 ƒ @ to ED U3 to Avon Annex 2 - @ 2 2 2 ' Laa : Landfill Admin = f I 26trlHHa E 2 -n 2 e 2 -n 2 2 Eagle -Vail S.O. CO -n e 2 2 -n e k _ _= Edwards S.O. # 2 e 2 U3 = ƒ @ _ _ _ _ _ = Miller Ranch ƒ2 ® ® ® 2 ® Justice Center & Office (a to E13 31SkA 2 ƒ @ 2 @ _n e JmkCenter Annex t 2 2 e@ _ _ 2 _ 2 = Animal Services f2 2 @ 2 ƒ e + + - » Faglem un mkim # m m = -n § "n@ M. m ƒ U3 n U3 Old Courthouse E 2 2® ® co 2 ® ©1 15' IFacilities Management ? 0 — 2 a @ ± e S_irCenter � _ _ � / 2 — 2 @ 2 � 2 House _ _ _ _ U) \ -n s � = 2 = 2 a m - e —White Eagle River Center 7 2 @ 2 2 - @ Exhibitxl cn 7 -n & 0) _ C/) \ - & 2 _ �SCBd1gA k & \ / co 2 \MSC Bldg B F ƒ ® ® 0 2® — FRIMSC Bldg C § e \ -n e @ 2 - & 2 M5 Bldg s R 7 m ® ƒ B #&I Community / Center■ 2 -n W 0 -n @ ■ ƒ + & & & m kb[R&B k \ n EXHIBIT D ORDERED BY Customer PURCHASED BY Customer Cleaning Supplies and Tools, Cleaing Clothes, Damp Mops & Rags X X Trash Liners for Scope of Service Area X X Trash Bags & Trash Liners for Scope of Service Area X % Toilet Paper for Restrooms X X Folding Towels for Restrooms X X FIand Soap for Restrooms X x Sanitary Napkiin Liners X X Toilet Seat Covers for Restroom Dispensers X X Facial Tissue X X Feminine Products for Dispensers x K Hand Sanitizer for Dispensers X K Dishwasher Soap / Dish Soap X X Laundry Detergent x X Soap and Shampoo for Showers X X Folding Towels for Kitchens X X Roll Towels for Kitchens X X Hand Soap for Kitchens X x Dishwasher Soap / Dish Soap X X EXHIBIT D A`R D® CERTIFICATE OF LIABILITY INSURANCE DATEiMM1DDlYYYY) 11/a9/aD17 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder 19 an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed - If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certiflrate de as not confer rights to the certificate holder in lieu of such endorsement sj. PRODUCER Stanley McDonald Agency 1101 ;chin street ,Teresa F ffie0oaald PONE FA% (608) 788-6160 AUC Not, =as: imemcdonalda ono .com Onalaska WI 54650 INSURERM) AFFORDING COVERAGE NAIC R INSURER A: Tudor Insurance company 37952 INSURSo {9701 388-4444 D&D Mansanares, Inc. dba INSURERIS:The Federal Insurance Co. 20281 INSUREiRC:ACE Property& Casualty 20699 Sam:viommaster Commercial Cleaning Solutions INSURER D - PO Sox 410 INSURER E: Eagle CO 81631-0410 INSURER F MED EXP (Any one parson) $ 5,000 COVERAGES CERTIFICATE NUMBER: Cert ID 676 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OFWSURANCE AD aR POLICYNUMSER POLICY EFF POLICY ExP LIMITS A X COMMERCIAL GENERALLUIBILrTY EACHOCCURRENCE S 1,000,000 CLAIMS -MADE Fx_1 OCCUR Y CPG10DB836 04/28/2017 04/28/2016 PREMISES Eaeccurrenca i 300,000 MED EXP (Any one parson) $ 5,000 PERSONAL a ADV INJURY $ 1.000,000 GENT AGGREGATE LIMIT APPLIES PEP, GENERAL AGGREGATE 5 2,000,000 R POLICY E jE,r,,T r_1 LOC PRODUCTS - COMPJOP AGO 5 2,000,000 6 OTHER: AUTOMOBILE LIABILITYaccida B1NE IN M rT S (EaANY BODILY INJURY (Per person) $ AUTO OWNED SCHEDULED AUTOS ONLYAUTOS BODILY INJURY (Par accident) $ HIRED NCN-OWNED ALFfOS ONLY AUTOS ONLY PROPERTY DAMAGE $ d a C UMBRELLAUAB X CMUR M00992061 04/28/2017 04/28/2016 EACH OCCURRENCE $ 1,000,000 AGGREGATE 3 1,000,000 K EXCESS UAe CLAIMS -MADE DEQ I x I RETENTIONS 10,000 5 WORKERS COMPENSAMON AND EMPLOYERS' LIASHM YIN PER DTH - STATUTE F-LEACH ACCIDENT 5 ANYPRDPRIETORIPARTNERIEXECLITIVE ❑ OFRCERIMEMSER EXCLUDED? NIA EL.OISEASE-EAEMPLOYEE $ (Mandatory In NMI K yes, desCr>te under OESCR]Pn N OF OPERATIONS b0ow E.L. DISEASE - POLICY LIMIT S B Property Section 670-85-08 04/28/2017 04/28/8016 i 250,000 B Nmploras Dishonesty 670-85-08 04/28/2017 04/28/2018 $ 25,000 VMCRIPTION OF OPERATIONS I LOCATIONS IVEIICLES (ACORO i01, Add0lanal Remarks Schedule, may be allachod IF more space Is required) Eagle County, Its Associated Or Affiliated Entities, Its Successors And Assigns, glectad Officials, Employees. Agents And Volunteers Are Additional Insureds Bader The Commercial General Liability Policy#CF01008836. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE OELIVEREG IN Nagle County ACCORDANCE WITH THE POLICY PROVISIDNS. AUTHORIZED REPRESENTATIVE P.O. Bax 050 Nagle CO 81637 ®1988-2015 ACORD CORPORATION. A ACORD 2512018103) The ACORD name and logo are registered marks of ACORD EXHIBIT Page 1 of 1 E SERVI.4 OP ID: JL '4�� zX CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDOYYYY] 1113012017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) 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 certlfieats does not confer rights to the certificate holder in lieu of such endorsomant(a). PRODUCER Bron & Brown of Colorado, Inc 2170 S. Parker Rd Ste 251 Denver, CO 80231DADA House . Deliver CONTACT Julia Lukyananko NAME. 1AICPHON n 720-963.4300 NO; 720-962-6142 RESS; ilukyaneriko-@bbdonver.com C INSURERS AFFORDING COVERAGE RAIL 9 INSURER A Annacol Assurance Company 4119D INSURED ServiceMaster Commercial Cleaning Solutions PO Box 410 INSURER D: General Ins. Co of America 24732 wauReRc: INSURER D : Eagle, CO 81631 INSURER Ii INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR I TYPE OF INSURANCE 1i rNVR SUBRI VVVO POLICY NUMBER POLICY EFF iNfiVii POLICY fMWDDrYYM L111i Eagle, CO 81631 GENERAL LIAS$LW EACH OCCURRENCE S COM MERCIAL GENERAL LIABILITY CLAiM&MADE ❑ OCCUR PREMISES a oca rer S MED EXP (Any one person) 5 PERSONAL & ADV INJURY S GENERAL AGGREGATE S GENLAGGREGATELIMITAPPLIESPER: PRODUCTS -COMPIOPAGG S POLICY PRO- LOC S AUTOMOBILE LIA&LnY don 1,000,00 BODILY INJURY (Per person) s B X ANY AUTO X BAO (18) 53 53 03 60 0110112017 01101/2018 ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Peracddenq S PROPER TY OEAMAGE S HIRED AUIDS ANO"WNED UTOS S UMBRELLA LABOCCUR HCLAIUSNADE EACH OCCURRENCE S AGGREGATE S EXCESS LIRB DED I I RETENTION S WORKERS COMPENSATION IC STATUS O TonyTH- A AND EMPLOYERS' LUABDJTY ANY PRCPRI2TORYPARTNERXECUTFVE YIN N IE OFFICERIMEMBEREXCLUDED? {Mandatary In Ni NIA 07590 01/0112017 0110112018 1 EACH ACCIDENT S 100,000 E.L. DISEASE -EA EMPLOYE S 100,000 IT yyes, descripe under OESCRIP' F OPERATIONS below E.L DISEASE - POLICY Ui S 500,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Ati ACCRO 101, AddBlonal Remar$e Schedule, Nmme eii Is raqulredl 39axile County Government; is named as additional insured as required by wra.tten contract. All policy torma, conditions and exclusions apply. CERTIFICATE HOLDER CANCELLATION EAGLECG SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPUTATION DATE THEREOF, NOTICE WILL. HE IDWVERED IN Eagle County Government ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Ron Siebert AUTHORLiEo REPRESENTATIVE PO BOX 860 Eagle, CO 81631 „94 p..Ab ®1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD