Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20241102.tiff
• O11EckI `1 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Dacono Grader Shed design change order DEPARTMENT: Facilities PERSON REQUESTING: Patrick O'Neill DATE: September 30, 2024 Brief description of the problem/issue: Design and engineering services for the Dacono Grader Shed project was awarded to Robert Shreve Architects and Planners. After the design was completed and sent for final review, it was decided that that the shared access into the site was not desirable and needed to be moved. Because the entrance will need to be moved,approximately 300' to meet planning department requirements, a new drainage study and a complete redesign of the site will be required. The design team has provided costs for us. What options exist for the Board? 1. Approve the change order. • 2. Deny the change order. Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $14,250.00 Recommendation: The facilities department recommends adding this change order to an upcoming agenda for approval. Perry L. Buck, Pro -Tern Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: (onwil-Wn6f,1/4- (c.,16).1 -110(5e (Be) 7,(11,0 -I I 07_ Bei007 0 September 30, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Dacono grader shed — Design changes (B2400079) Design and engineering services for the Dacono Grader Shed project was awarded to Robert Shreve Architects and Planners. After the design was completed and sent for final review, it was decided that that the shared access into the site was not desirable and needed to be moved. Because the entrance will need to be moved approximately 300' to meet planning department requirements, a new drainage study and a complete redesign of the site will be required. Robert Shreve Architects and Planners quoted the additional work for $14,250.00. The Facilities Department is recommending the additional design services be completed by Robert Shreve Architects and Planners for $14,250.00. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director Change Order #1 to Service Agreement Between Weld County and Robert Shreve Architects and Planners Dacono Grader Shed Design Date: September 30, 2024 Original Agreement 2024-1102 County Department Facilities The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement_ 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit 3. The amount of the contract is adjusted as follows: $ 52,700.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 14,250.00 Current Change Order Amount $ 66,950.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: ql,S1A,Z104 � . f Le a Date (k2 Zo24 Name: S Title: _ .R.g} r • BOARD OF COUNTY COMMISSIONERS ATTEST:'W.144444i Weld County Clerk to the Boa BY: Page 1 of 1 puty Clerk to the . Ross, Chair 0CT 0 9 2024 2oZ-1—IIoZ RSA= ROBERT SHREVE ARCHITECTS & PLANNERS MADISON & MAIN BUILDING 801 8TH STREET, STE. 120 GREELEY, COLORADO 80631 970-346-0151 FAX 970-352-8761 August 26, 2024 Will Hopkins Weld County Facilities Department 1105 H Street P.O. Box 758 Greeley, CO 80632 Re_ Change Order #1 Dacono Grader Shed Design & Engineering Services B2400079 Dear Will, The civil engineering plans have been completed and submitted to Public Work for review. As the results of the review by the Public Works, the entrance to the facility is to be moved approximately 300'-0" north on WCR 1r. This request will necessitate complete redesign of the civil site plan work including a new drainage study. Public Works has requested that no culverts be installed. The entrance may have a slight dip. At the entrance and the water is to sheet flow across the entrance opening. For the design services outlined previously we propose a "Lump -Sum Fee" of $14,25040 for the preparation of the new Contract Document. Should you have any comments or have any questions regarding this proposal, please write or call. SitZ, y, Robert J. Shreve, AIA Robert Shreve Architects & Planners ontr ct Entity Information Entity Name* Entity ID* ROBERT SHREVE ARCHITECTS & @00027946 PLANNERS INC Contract Name* DACONO GRADER SHED PASS AROUND Contract Status CTB REVIEW ❑ New Entity? Contract ID 8757 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * CHANGE ORDER TO MOVE THE ENTRANCE TO THE SITE APPROXIMATELY 300'. BID# B2400079. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 10/05/2024 GROUNDS 10/09/2024 Amount* $14,250.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO Does Contract require Purchasing Dept. to be Automatic Renewal Grant IGA Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date" 11/04/2024 Committed Delivery Date Renewal Date Expiration Date* 11/04/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHERYL PATTELLI MATTHEW CONROY DH Approved Date Finance Approved Date Legal Counsel Approved Date 10/04/2024 10/04/2024 10/07/2024 Final Approval BOCC Approved Tyler Ref # AG 100924 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 10/09/2024 CoyAvac-1-1Dtk Z Z AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & ROBERT SHREVE ARCHITECT AND PLANNERS DACONO GRADER SHED PROJECT THIS AGREEMENT is made and entered into this -2%4dayof J , 2024, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Robert Shreve Architect and Planners, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; 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 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 the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2400079". Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. Cone PlgencicL cp13/Ze-F z.,Avos,/- 9/zcoiz4 2oZ44-IIoZ 8C-4 00a0 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. 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. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Facilities Department or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. 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. 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. In the event that written authorization and acknowledgment by the 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. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $52,700.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. 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 service for which payment was made did not perform 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. 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. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work 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 Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work 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. 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. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional 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 warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. 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, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work 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. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor 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. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. 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 by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor 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 Contractor 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. e. Certification of Compliance with Insurance Requirements. 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. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement 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, judicial decision, or other 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. It is agreed that the Contractor 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 Contractor 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 Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. 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. 18. 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. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Robert Shreve Architect and Planners Name: Robert J Shreve Position: Owner Address: 801 8th Street Address: Greeley, Colorado 80631 E-mail: rsapinc@aol.com Phone:970-346-0151 County: Name: Curtis Naibauer Position: Interim Facilities Director Address: 1105 H Street Address: Greeley, CO 80632 E-mail: cnaibauer@weldgov.com Phone: 970-400-2027 19. 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. 20. 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. 21. 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. 22. 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. 23. 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. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. 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. 26. Governmental Immunity. No term or condition of this Agreement 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. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the, enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. 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. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. 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. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement 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 by the Colorado Department of Labor and Employment. 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 the other requirements of federal or state law. If Contractor fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, 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 federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 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. CONTRACTOR: By: Raker t.j. ShYe 'e May 22, 2024 Date of Signature Name: Robert J. Shreve Title: President WELD COUNTY: ATTEST: dde...„OWeld County Clerk tothe Board B Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS vin D. Ross, Chair JUN 0 3 2024 EXHIBIT A REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17T" AVENUE GREELEY, CO 80631 DATE: APRIL 2, 2024 BID NUMBER: B2400079 DESCRIPTION: DACONO GRADER SHED DESIGN & ENGINEERING SERVICES DEPARTMENT: FACILITIES MANDATORY PRE -BID: APRIL 17, 2024 BID OPENING DATE: MAY 1, 2024 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: DACONO GRADER SHED DESIGN & ENGINEERING SERVICES A mandatory pre -bid conference will be held on April 17, 2024 at 1:00 PM at Weld County Facilities located at 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre - bid conference to be eligible to submit bids. Bids will be received until: May 1, 2024 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on May 1, 2024 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 395 684 445# PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAINS 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 sha'I 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 Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: A. PREFERRED: email bids to bidsAweld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. B. PDF format is required. 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 your bid is received. Please call Purchasing at 970-400-4222 or 4223 with 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 Controller satisfactory evidence of the authority of the officer signing in 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 Bid Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller 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 Controller; 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 Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. 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 BID REQUEST #B2400079 Page 2 acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If n ecessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the 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., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will n ot be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other 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 n or any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or u nderstanding, 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 e nforcement 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 o r right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned part es that any entity other than the undersigned parties receiving services or benefits u nder the contract shall be an incidental beneficiary only. BID REQUEST #B2400079 Page 3 H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. 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. 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. BID REQUEST #B2400079 Page 4 S ervice 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. 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 successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or persor. 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 BID REQUEST #B2400079 Page 5 County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The 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 Controller 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 Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional 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 Contract Professional 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 Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, 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 Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional 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 Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of BID REQUEST #B2400079 Page 6 the award of this contract, the Contract Professional 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 Contract Professional 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 Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional'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 Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. BID REQUEST #B2400079 Page 7 Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2400079 Page 8 SCOPE OF WORK Weld County Dacono Grader Shed Design and Engineering Services PROJECT OVERVIEW: Weld County is seeking a lump sum bid for professional design and engineering services for a new Grader Shed in Dacono, Colorado for Public Works grader and road maintenance department. ➢ Site location is the Northeast corner of Weld County Road 17 and Weld County Road 10, Parcel # 146917100045. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. ATTACHMENTS: Attachment A - Weld County Project Documents PROJECT SCOPE: Weld County is seeking professional design services for schematic design, design development, construction documents, and construction administration for an approximate 80' by 60', 4800 square foot three -bay pre-engineered metal building for Public Works grader and road maintenance department. The new building is to be a single -story slab on grade Pre -Engineered Metal Building (PEMB). This building will primarily be needed for heavy equipment storage. The design scope shall include but not limited to all civil, structural, PEMB, mechanical, electrical, and plumbing design & engineering services. PROJECT SPECIFIC TERMS AND CONDITIONS: 1 This bid shall include all engineering required for a final complete set of "for construction drawings". This includes any necessary documents for review and approval of the Weld County Planning department. Design team will be required to attend Planning and Public Works meetings. 2. All new structures will need to be designed within the property lines. All setbacks to be applied if applicable. 3. Design consultants shall include but not limit to the following minimum design elements for this design and engineering services RFB and shall be included in their base lump sum price. ➢ Restrooms ➢ Small office space ➢ Fuel island with a 1000 -gallon tank and fuel dispensing system. ➢ Three overhead bay doors that are approximately 20' x 14'. ➢ Lighting controls ➢ Low voltage pathway design to include data, access control, cameras, and intrusion system. ➢ Emergency eye wash and shower station(s) ➢ Mechanical Systems ➢ Electrical systems ➢ Plumbing systems ➢ Exterior lighting ➢ Pneumatic system to include air compressor and a fully piped distribution system. ➢ In floor drainage system in each bay. BID REQUEST #B2400079 Page 9 4 Colors must be approved by Weld County project manager from manufactures standard colors and must adhere to typical County standards 5 Project shall include all architectural, structural engineering, site work, electrical, mechanical, plumbing, and tenant features 6 Design team to hire site survey company to survey current site conditions 7 Sand / oil system to be design based the facilities function and uses 8 Consultant is responsible for and shall provide specifications, stamped drawings and engineering documents for civil, architectural, structural, mechanical, plumbing, and electrical including fire These documents and specifications will be used for Weld County to seek bids for the construction phase of this project 9 Consultant will be responsible for reviewing site conditions to best determine what is needed to provide a complete design and engineering package 10 Consultant is responsible for the coordination and design requirements of the Weld County Planning and Building department This includes but not limited to MS4 requirements and site drainage 11 New equipment shall be sized and designed to meet the needs of the spaces in which they serve Coordination with Weld County project manager will determine what systems and requirements will be needed 12 All design service requirements shall be a part of this contract and be all inclusive of a complete building design for each space 13 Consultant is required to verify that any new design and or equipment meets the needs and functions of the building SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed 1 DESIGN SERVICES 1 Provide a design for the project 2 Provide structural fill analysis and design for fill of building/s area If required 3 Civil engineering and site planning, as required 4 Prepare submittals to governing agencies for approval 5 Provide a schematic design package 6 Provide a design development package 7 Provide full and complete construction documents 8 Provide construction administration/consultation 9 Attend weekly design and construction meetings 10 Prepare building permit submittal and assist in obtaining the permits Make Building Inspection Department requested revisions 11 Provide a design schedule 12 Include all costs for architectural design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal 13 Coordinate surveys and other design activities All costs shall be included in bid PLANS / DOCUMENTS. (At a minimum the county requires the following) 1 Architectural Plans 2 Civil and Site Plans 3 Structural Plans 4 Door / Door Hardware Schedule 5 Mechanical Plans 6 Electrical Plans 7 Fire Alarm & Suppression (If needed) 8 Plumbing Plans 9 Electrical 10 Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County 11 All related engineering calculations, QA/QC, and manufactured equipment documentation 12 Any and all other items required by referenced codes, standards, and ordinances BID REQUEST Page 10 DATA AND INFORMATION REVIEW: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsiblefor: 1. Familiarizing themselves with applicable local, state, and federal regulations. 2. The consultant project manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billing on behalf of the consultant and team members. 3. Consultant shall conduct a project kickoff meeting with the County Project Team, including a site visit to thoroughly review existing conditions and facility's needs. 4. Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities building at 1105 H Street, Greeley Colorado. At a minimum this will be through the design phase until complete and a minimum of ten meetings throughout the construction phases of the project. FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS: The Consultant shall prepare a full and complete set of construction contract documents for this project. The Consultant shall provide the following as part of this task. 1. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the Ccunty Project Team will consolidate comments into one (1) package and provide to consultant for review. • Schematic Design (30% complete) — Provide schematic design drawings for review and comment by County Project Team. • Design Development (60% complete) — Provide draft plans and specifications for review and comment by County Project Team. Participate in preliminary plan review meeting with County Building Inspections staff ( Planning Department) • Permit/Construction Documents (100% complete) — Provide two full and complete sets of documents for permit review by Weld County Building Inspection (Planning Department). These ful_ and complete set of construction contract documents will allow the County to solicit bids for actual construction of the project, Provide one complete set in PDF and hard copy to the Facilities Department. 2. Architectural Design: Produce architectural plans for building structures. Guide selection of exterior and interior finishes, interior design, and office space layout. This process will require close coordination with Facilities Department staff to optimize the layout and details of building spaces. In general, building structures shall be designed to maximize resiliency, minimize long term life cycle costs, and consider. sustainable elements. 3. Civil Design: Produce civil design plan and specifications should the project scope require; including; plans for existing conditions, grading plans, pavement layout and section design, civil details, water supply plans (may include supply well), wastewater disposal plans (may include septic system), drainage plans, electrical and natural gas utility plans, erosion control plans, and post -construction stormwater detention and water quality plans, Municipal Separate Storm Sewer System (MS4) through Colorado Department of Public Health and Environment (CDPHE). 4. Structural Design: Produce structural plans and specs in compliance with all state and local building codes 5. Mechanical, Electrical, and Plumbing Design: Produce mechanical, electrical, and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction. Items to include but are not limited to the following: heating ventilation and air conditioning plans, specs, equipment schedules and control systems; plumbing plans, specs and equipment and fixture designation for water supply and wastewater disposal; electrical plans, specs, schedules and diagramming for power, lighting, and provisions for emergency standby power generation, if needed. 6. Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process. The design team for this proposal will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team. BID REQUEST #B2400079 Page 11 The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes. 7. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one- hour on -site Owner - Architect -Contractor (OAC) meetings. The duration for OAC meetings shall use 6 months for base bid. For additional CA work, identify the hourly rate in table below. 8. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be provided to the County. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built of the Project. 1. Provide to Weld County one (1) hardcopy and one (1) set of PDF documents of thecompleted project documented along with AutoCAD files with final as -built of the Project. 2. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The proposer shall indicate in their bid any work intended to be performed by sub- consultants or persons outside of the firm. The proposer shall name the sub -consultants, if known, at the time of bid submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultant(s) must have Architect(s)/Engineer(s) current State license(s). • Must carry Professional liability insurance (PLI), also called professional indemnity insurance (PII) but more commonly known as errors & omission. BID SUBMITTAL: Please submit your bid, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner. Incomplete bids may be rejected. 1. Signed SIGNATURE PAGE of this RFB. 2. Summary of the bid, including Statement of Understanding showing familiaritywith the Scope of Work 3. Organizational chart and resumes of all key staff and core staff that will be involved withproviding services, including: • Identify who will act as the primary contact person to Weld County for this project. • List specific personnel proposed for the project team and provide a resume foreach of your proposed team members along with a copy of current state licensing for each architect or engineer. 4. Proposed Project Schedule • Describe how your firm handles the various communications, includingmeetings and project schedules, to keep the project running smoothly. • Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances. 5. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet. • Include the name of the sub -consultant and a statement of qualifications of thesub-consultant. AWARD AND AGREEMENT: A Sample of Weld County's "Professional Services Agreement" is available upon request. It is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your bid. The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests. BID REQUEST #B2400079 Page 12 SCHEDULE: Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Design Start Design Completion: April 2, 2024 April 2, 2024 April 17, 2024 April 24, 2024 May 1, 2024 May 20, 2024 June 3, 2024 Immediately upon receipt of signed contract. September 27, 2024 PROPOSED DATES: Based on a contract execution date of June 3, 2024, please provide proposed schedule dates. Project Design Phase Proposed Schedule Date Schematic Design: Design Development: Construction Documents: FEES: Please provide the following breakdown for your total lump sum bid. Description Pricing Civil: $ Structural: $ Architectural: $ Mechanical: $ Electrical: $ Plumbing: $ Contract Administration: $ Other: $ Total Lump Sum Price: _ $ BID REQUEST #B2400079 Page 13 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on May 1, 2024: 1) Pages 9 thru 15 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2400079 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 Bid No. #B2400079. 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 Bid sheets. 4. 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), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0124 BID REQUEST #B2400079 Page 15 EXHIBIT B Carolyn Geisert From: Sent: To: Subject: Attachments: rsapinc@aol.com Wednesday, May 1, 2024 9:29 AM bids Dacono Grader Shed Design & Engineering Services 1-RSAP PROPOSAL-DACONO GRADER SHED.pdf Caution: I hi- - r' ir:nated from': tsideGovei mem.• Hi' not Iiinks . open attachmeuu.- w less: tin •0; •,2•iize th►• 1I. -r mil I 'pit; i s.. •_.-i • �� sate. Good Morning, Here is the bid for Dacono Grader Shed Design & Engineering Services from RSAP. Thanks Bob Shreve 1 SCOPE OF WORK Weld County Dacono Grader Shed Design and Engineering Services PROJECT OVERVIEW: Weld County is seeking a lump sum bid for professional design and engineering services for a new Grader Shed in Dacono, Colorado for Public Works grader and road maintenance department. ➢ Site location is the Northeast corner of Weld County Road 17 and Weld County Road 10, Parcel # 146917100045. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. ATTACHMENTS: Attachment A — Weld County Project Documents PROJECT SCOPE: Weld County is seeking professional design services for schematic design, design development, construction documents, and construction administration for an approximate 80' by 60', 4800 square foot three -bay pre-engineered metal building for Public Works grader and road maintenance department. The new building is to be a single -story slab on grade Pre -Engineered Metal Building (PEMB). This building will primarily be needed for heavy equipment storage. The design scope shall include but not limited to all civil, structural, PEMB, mechanical, electrical, and plumbing design & engineering services. PROJECT SPECIFIC TERMS AND CONDITIONS: I. This bid shall include all engineering required for a final complete set of "for construction drawings". This includes any necessary documents for review and approval of the Weld County Planning department. Design team will be required to attend Planning and Public Works meetings. 2. All new structures will need to be designed within the property lines. All setbacks to be applied if applicable. 3. Design consultants shall include but not limit to the following minimum design elements for this design and engineering services RFB and shall be included in their base lump sum price. Restrooms ➢ Small office space ➢ Fuel island with a 1000 -gallon tank and fuel dispensing system. ➢ Three overhead bay doors that are approximately 20' x 14'. ➢ Lighting controls Low voltage pathway design to include data, access control, cameras, and intrusion system. ➢ Emergency eye wash and shower station(s) > Mechanical Systems ➢ Electrical systems ➢ Plumbing systems ➢ Exterior lighting > Pneumatic system to include air compressor and a fully piped distribution system. ➢ In floor drainage system in each bay. BID REQUEST #B2400079 Page 9 4. Colors must be approved by Weld County project manager from manufactures standard colors and must adhere to typical County standards. 5. Project shall include all architectural, structural engineering, site work, electrical, mechanical, plumbing, and tenant features. 6. Design team to hire site survey company to survey current site conditions. 7. Sand / oil system to be design based the facilities function and uses. 8. Consultant is responsible for and shall provide specifications, stamped drawings and engineering documents for civil, architectural, structural, mechanical, plumbing, and electrical including fire. These documents and specifications will be used for Weld County to seek bids for the construction phase of this project. 9. Consultant will be responsible for reviewing site conditions to best determine what is needed to provide a complete design and engineering package. 10. Consultant is responsible for the coordination and design requirements of the Weld County Planning and Building department. This includes but not limited to MS4 requirements and site drainage. 11. New equipment shall be sized and designed to meet the needs of the spaces in which they serve. Coordination with Weld County project manager will determine what systems and requirements will be needed. 12. All design service requirements shall be a part of this contract and be all inclusive of a complete building design for each space. 13. Consultant is required to verify that any new design and or equipment meets the needs and functions of the building. SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. 1. DESIGN SERVICES 1. Provide a design for the project. 2. Provide structural fill analysis and design for fill of building/s area. If required. 3. Civil engineering and site planning, as required. 4. Prepare submittals to governing agencies for approval. 5. Provide a schematic design package. 6. Provide a design development package. 7. Provide full and complete construction documents. 8. Provide construction administration/consultation. 9. Attend weekly design and construction meetings. 10. Prepare building permit submittal and assist in obtaining the permits. Make Building Inspection Department requested revisions. 11. Provide a design schedule. 12. Include all costs for architectural design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal. 13. Coordinate surveys and other design activities. All costs shall be included in bid. PLANS / DOCUMENTS: (At a minimum the county requires the following) 1. Architectural Plans 2. Civil and Site Plans 3. Structural Plans 4. Door / Door Hardware Schedule 5. Mechanical Plans 6: Electrical Plans 7. Fire Alarm & Suppression (If needed) 8. Plumbing Plans 9. Electrical 10. Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County. 11. All related engineering calculations, QA/QC, and manufactured equipment documentation 12. Any and all other items required by referenced codes, standards, and ordinances. BID REQUEST #B2400079 Page 10 DATA AND INFORMATION REVIEW: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsiblefor: 1. Familiarizing themselves with applicable local, state, and federal regulations. 2. The consultant project manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billing on behalf of the consultant and team members. 3. Consultant shall conduct a project kickoff meeting with the County Project Team, including a site visit to thoroughly review existing conditions and facility's needs. 4. Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities building at 1105 H Street, Greeley Colorado. At a minimum this will be through the design phase until complete and a minimum of ten meetings throughout the construction phases of the project. FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS: The Consultant shall prepare a full and complete set of construction contract documents for this project. The Consultant shall provide the following as part of this task. I. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review. • Schematic Design (30% complete) — Provide schematic design drawings for review and comment by County Project Team. • Design Development (60% complete) — Provide draft plans and specifications for review and comment by County Project Team. Participate in preliminary plan review meeting with County Building Inspections staff ( Planning Department) • Permit/Construction Documents (100% complete) — Provide two full and complete sets of documents for permit review by Weld County Building Inspection (Planning Department). These full and complete set of construction contract documents will allow the County to solicit bids for actual construction of the project, Provide one complete set in PDF and hard copy to the Facilities Department. 2. Architectural Design: Produce architectural plans for building structures. Guide selection of exterior and interior finishes, interior design, and office space layout. This process will require close coordination with Facilities Department staff to optimize the layout and details of building spaces. In general, building structures shall be designed to maximize resiliency, minimize long term life cycle costs, and consider sustainable elements. 3. Civil Design: Produce civil design plan and specifications should the project scope require; including; plans for existing conditions, grading plans, pavement layout and section design, civil details, water supply plans (may include supply well), wastewater disposal plans (may include septic system), drainage plans, electrical and natural gas utility plans, erosion control plans, and post -construction stormwater detention and water quality plans, Municipal Separate Storm Sewer System (MS4) through Colorado Department of Public Health and Environment (CDPHE). 4. Structural Design: Produce structural plans and specs in compliance with all state and local building codes. 5. Mechanical, Electrical, and Plumbing Design: Produce mechanical, electrical, and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction. Items to include but are not limited to the following: heating ventilation and air conditioning plans, specs, equipment schedules and control systems; plumbing plans, specs and equipment and fixture designation for water supply and wastewater disposal; electrical plans, specs, schedules and diagramming for power, lighting, and provisions for emergency standby power generation, if needed. 6. Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process. The design team for this proposal will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team. BID REQUEST #B2400079 Page 11 The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes. 7. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one- hour on -site Owner - Architect -Contractor (OAC) meetings. The duration for OAC meetings shall use 6 months for base bid. For additional CA work, identify the hourly rate in table below. 8. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be provided to the County. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built of the Project. 1. Provide to Weld County one (1) hardcopy and one (1) set of PDF documents of thecompleted project documented along with AutoCAD files with final as -built of the Project. 2. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The proposer shall indicate in their bid any work intended to be performed by sub- consultants or persons outside of the firm. The proposer shall name the sub -consultants, if known, at the time of bid submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultant(s) must have Architect(s)/Engineer(s) current State license(s). • Must carry Professional liability insurance (PLI), also called professional indemnity insurance (PII) but more commonly known as errors & omission. BID SUBMITTAL: Please submit your bid, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner. Incomplete bids may be rejected. 1. Signed SIGNATURE PAGE of this RFB. 2. Summary of the bid, including Statement of Understanding showing familiaritywith the Scope of Work 3. Organizational chart and resumes of all key staff and core staff that will be involved withproviding services, including: • Identify who will act as the primary contact person to Weld County for this project. • List specific personnel proposed for the project team and provide a resume foreach of your proposed team members along with a copy of current state licensing for each architect or engineer. 4. Proposed Project Schedule • Describe how your firm handles the various communications, includingrneetings and project schedules, to keep the project running smoothly. Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances. 5. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet. • Include the name of the sub -consultant and a statement of qualifications of thesub-consultant. AWARD AND AGREEMENT: A Sample of Weld County's "Professional Services Agreement" is available upon request. It is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your bid. The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests. BID REQUEST #B2400079 Page 12 SCHEDULE: Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Design Start Design Completion: April 2, 2024 April 2, 2024 April 17, 2024 April 24, 2024 May 1, 2024 May 20, 2024 June 3, 2024 Immediately upon receipt of signed contract. September 27, 2024 PROPOSED DATES: Based on a contract execution date of June 3, 2024, please provide proposed schedule dates. Project Design Phase Proposed Schedule Date Schematic Design: July 12 Design Development: , Aug 9 Construction Documents: Sept 6 FEES: Please rovide the following breakdown for your total lump sum bid. p . Description Pricing Civil: $ 25,000 • Structural: $ 3,000 Architectural: $ 7,500 Mechanical: $ 4,000 Electrical: $ 1,800 Plumbing: $ 2,000 Contract Administration: $ 3.400 Other: $ 6,000 Total Lump Sum Price: $522700 BID REQUEST #B2400079 Page 13 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on May 1, 2024: on or before the bid opening 1) Pages 9 thru 15 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or Contingencies submitted with your bid it may be disqualified. BID REQUEST #B2400079 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 Bid No. #B2400079. 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 Bid sheets. 4. 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), and the formal acceptance of the bid by Weld County, together constitutes a contract. with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Robert Shreve Architects and Planners BUSINESS ADDRESS 801 8th Street, Suite 120 CITY, Greeley STATE, CO BY Bob Shreve (Please print) DATE 5/1/2024 ZIP CODE 80631 TELEPHONE NO 970-346-0151 FAX 970-352-8761 TAX ID # 84-1268775 SIGNATURE Roberti. Sy'"'e've E-MAIL rsapinc@aol.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0124 BID REQUEST #B2400079 Page 15 Weld County Dacono Grader Shed Design & Engineering Services Addendum #1 B2400079 - QUESTION & ANSWERS 1. Question: At the pre -bid meeting it was mentioned that the county would connect to the water in the street if it was available. Has the county confirmed if there is water in the street? If this has not been confirmed, please clarify whether the base bid for design services should be connecting to water in the street or to provide a well. Does the county want an add alternative for the non -base bid scope? Answer: This will determine through the design and engineering process. All cost should be included in the consultant's proposal. 2. Question: Please confirm that no entitlement is required for this project. Answer: No 3. Question: Please verify how power will be provided at the project. At the pre -bid meeting, it was noted that a generator would need to be provided, but it was not clarified that the generator would be the power source for the building. Answer: This will determine through the design and engineering process. All cost should be included in the consultant's proposal. Main power will need to be designed to be provided by the applicable utility company. The generator is for backup purposes only and will need to be sized to handle the load of the building. 4. Question: Please confirm that the pre-engineered metal building designer fees are to be included in the design team fees. Answer: No, this will be a deferred submittal. 5. Question: Please confirm that the pre-engineered metal building designer will be awarded the project if they are a part of the contracted design team. Answer: No, this will be a deferred submittal. 6. Question: Please confirm that turning movements on site will be for a semi -trailer and provide the semi -trailer length. Some semi -trailers can be up to 72' in length. Answer: Yes, this will be a requirement for the site. 7. Question: Will the electrical design need to provide power for equipment charging, i.e., batteries? Answer: Yes 8. Question: Please clarify if structural fill analysis and design is required for this project. It was mentioned at the pre bid meeting it was noted that the road sits higher than the property. Is the county expecting the entire property to match the grade of the street or to grade a transition between the two elevations? Answer: Weld County will provide a geotechnical report. Grade transitions will need to be determined through the design and engineering process. 9. Question: Please clarify the requirements for attendance at weekly construction meetings. When does the county consider the start of construction? Some contractors like to hold weekly meetings prior to any work on the site. Answer: Consultant will be required to attend weekly design meeting throughout the entire design and then attend the weekly construction meeting once construction has begun on site. 10. Question: Please clarify the scope behind the scope item "Fuel island with a 1000 -gallon tank and fuel dispensing system." Will the design team need to contractor with a consultant to provide the design for this scope of will the design team just need to provide power to the designed designated location? Answer: This will need to be determined during the design and engineering process. Minimum requirements will include but not limited to civil, concrete, electrical, and low voltage routing from the main building to the fuel island. 11. Question: Will the useable site for vehicular movement be completely paved? There is mention of a fuel island in the RFB, but it is not discussed if there will be asphalt or concrete throughout the site. Paving of the site would also be beneficial if parking was needed for the building. Answer: We will not require paving or concrete for the entire site. Areas that would be included but not limited to would be a 25' — 40 skirt of concrete in front of the building, fuel island, and entry to site. Grading and drainage for the entire site must be included. 12. Question: The RFB mentions a Site Plan process. Will the property need to be rezoned? Answer: No 13. Question: Has it been determined if a welt or public water will be used for this site? If a well is to be used, is the design of the well included as part of this RFB? Answer: This will determine through the design and engineering process. All cost should be included in the consultant's proposal 14. Question: Has it been determined if a septic system will be required for this site? If a septic system is to be used, will the design and permitting of the septic system be included in the Civil scope for this project? Answer: This will determine through the design and engineering process. All cost should be included in the consultant's proposal 15. Question: Will a geotechnical investigation be provided by the County? Answer: Yes, Weld County will provide. 16. Question: Does the county require the design team's contracted surveyor to survey the entire property with the topography or just the area of design? Answer: Entire property 17. Question: Will the county require any landscaping for this project? Answer: Yes, but will be minimal. 18. Question: Please clarify if the fire suppression design is required by the design team. The fire suppression design is typically provided by the contractor. Answer: Fire Suppression will be a deferred submittal. 19. Question: Please confirm that the PEMB design must be part of the design documents produced by the A/E team. Answer: No, this will be a deferred submittal. 20. Question: How will the County handle payment of the PEMB design team. Answer: No, this will be a deferred submittal. 21. Question: Please confirm the extent of vehicle maintenance that will occur inside the shed. Answer: No vehicle maintenance is to be completed in the grader shed. 22. Question: Should the PMB manufacturer be provided as a design team member or wait to be a sub during General Contractor selection? Answer: No, this will be a deferred submittal. 23. Question: Is there a desire for any security fencing around the site to be designed? Answer: Yes 24. Question: Is there a need for site restrictive access with a gate? Answer: Yes 25. Question: Will stormwater detention be required for the site? Answer: That will need to be determined through the design and engineering process. 26. Question: Will Weld County & Dacono review the project? Answer: Weld County • • ***We need signed copy on file. Thank You!*** Addendum received by: Robert Shreve Architects and Planners FIRM 801 8th Street, Suite 120 ADDRESS Greeley, Co 80631 CITY AND STATE 1d T Shveve BY rsapinc@aol corn EMAIL April 25, 2024 Robert Shreve Architects and Planners, inc Madison and Main Building 801 8th Street, Suite 120 Greeley, Colorado, 80631 QUALIFICATION STATEMENT PROJECT APPROACH Robert Shreve Architects and Planners have completed planning and the design of many projects where several needs must be incorporated into a single facility We have designed numerous projects that have required phasing to keep the existing building activities in operation during the construction and or to meet the budget constraints of the owner To accomplish this feat requires a cooperative design effort between architect, owner, and building users All the involved parties must be willing to remain flexible throughout the project We have found that a technique called a charette is particularly effective during the design phase of the project The charette is a series of on -site meetings that occur in a relatively short period of time The meetings are scheduled with all the interested parties, users, owners, and designers At the first meeting the range of functional needs and goals of the project are identified so that all the participants more clearly understand the project and its limitations Next preliminary design concepts are prepared The users are asked to express their needs, wants, desires and their concerns about the project This approach has several advantages The staff members and the users (the staff) are actively involved in the design process and most problems relating to lack of communication or misunderstandings are eliminated Approximately 80 percent of the design decisions are made with the owner's direct input One of the most important aspects of the charette based process is the completed project represents the collective thinking of the users as well as that of the architect The building design is not solely that of the architect whose involvement often ends with the completion when the construction phase of the project To better understand the project goals, we often ask users to respond to questions regarding the use of the specific spaces that will be housed in the project The information regarding the desired size of all the spaces will be included in the project Then we ask about the specifics of the spaces Is there special lighting or heating needed'? Will there be special equipment, or will there be special power needs'? Is natural lighting a positive or a negative aspect if it is introduced into the space? Is there any unique aspect to the space that the designer should be aware of? This information will aid the designers in their work We find that the normal sequence of construction documents preparation works well, schematic design, design development and construction document preparation Each stage offers an opportunity for the owner/user to review the progress of the plans and adjust the design, as necessary We believe that including consulting engineers in the design process is beneficial We do recommend that they not start their work in earnest until the -plans have gone through their design development stage By having the engineers wait until the intermediate reviews have been completed, there is less likelihood of plan changes When design changes are minimized in the later stage of the documentation preparation there is a reduction in the number of RFIs After the bidding has taken place and a general contractor has been selected, we recommend that a meeting be held with the contractor and his major sub -contractor At this meeting, the background of the project should be presented The contractors will then be aware of the unusual aspects of the project We find that if the contractor has a clear understanding of the project, then the project will run more smoothly The contractor becomes a member of the team This approach has several advantages When the owner and the users are actively involved in the design process most problems relating to lack of communication or misunderstandings are eliminated Approximately 80 percent of the design decisions are made with the owners and the user's input The completed project represents the collective thinking of the users as well as that of the architect The building design is not solely that of the architect, who normally does not have a continued interest in the project after construction is completed PROJECT RESPONSE (RFIs & Shop Drawings) Utilizing area consultants who work on various projects for the clients simplifies the communication process Being located near both the client and the construction location, the team can view the project progress more often Travel time is expensive and therefore,a reduction in travel time will allow more time to be spent in meetings and on responses Flexible time schedules allow for quick turnaround Recognizing that there are often field personnel waiting for responses will have a significant effect on the progress of a construction project We pride ourselves in providing quick responses to any questions that arise during the construction phase To aid the project management team in achieving timely responses we log in when all shop drawings and all RFI are received Then note when the documents are forwarded and to which discipline When responses are received the date is noted and date the response is forwarded is added to the log This keeps the paperwork moving ORGANIZATIONAL CHART/ Sub Consultants Project manager RSAP Robert Shreve Architectural RSAP Deborah Brodzinski MEP Engineers G2 Electrical David Smith, Project electrical engineer Kate Hodgson, Electrical designer Mechanical and Plumbing Greg Peterson, Project mechanical engineer Kalb Ainsworth, M'& P Structural and Civil Engineers Wernsman Engineering Structural Steve Wernsman Civil Engineer Eric Wernsman PROJECT TARGET DATES Schematic Design — (3 weeks) Design Development — (4 weeks) Construction Documents — (3 weeks) Construction Administration The schedule for preparing the documents is reasonable however the schedule is very tight To meet this schedule the user will have to' provide timely answers to design questions RSAP RESUMES ROBERT J. SHREVE, AIA Technical Specialties Building Planning, Architectural Design and Construction Observation Education' BA, Architecture, University of Minnesota, 1960 Bachelor of Architecture, University of Minnesota, 1961 Registration: Registered Architect, Colorado (C667), Minnesota, South Dakota, Wyoming, Utah, Kansas, Nebraska NCARB Certified Background and Experience. Mr Shreve was one of the senior partners in the architectural and engineering firm, ARIX which was active during the 1980's in Northern Colorado ARIX was sold to Versar in 1987 Bob had been with the firm since 1967 and had 6 years experience prior to moving to Greeley He served as the Project Manager and Principal Designer for the major architectural projects undertaken by ARIX / Versar In this capacity, it was his responsibility to ensure that aesthetics, functional relationships, budgets, and schedules during and after the design phase In late 1993, Versar closed the architectural and engineering divisions to concentrate on environmental business At that time, Bob opened Robert Shreve Architects and Planners He has had experience working with private and public groups He believes that the designer must listen to and understand the user's wants, needs and desires before the designer can begin his work Bob led the first ARIX design charette The charette was held in Grand Junction as a part of the design process for the Mesa County Schools District during the oil shale boom era Over a one week span the team designed five schools both elementary and secondary The same design charette process has taken place in one form or another on all the projects that are undertaken by our office Since opening the office in Greeley in 1994 the firm has provided design services for both large and small projects The RSAP firm has a wide variety of educational, administrative, technical, and industrial spaces design experience The 30,000 square foot Weld County Alternate Programs building was completed in 2008 and the 37,500 square foot Weld County Community Corrections Center was completed in 2010 Both projects were completed using the design/build format In 2011 two major projects were completed the conversion and of the former Sykes building in north Greeley to the Weld County Administrative offices and the construction of 50,000 square foot Anadarko office building in Evans RSAP completed the design and construction of the 58,000 square foot Loveland Ford Bob was the designer and project manager for the Union Colony Preparatory Grade School in Evans completed in August 2012, the 70,000 square foot Salida del Sol Elementary School in 2014 and the 42,450 square foot Union Colony Preparatory School Addition completed in 2018 and most recently the 7,500 addition to University Schools DEBORAH J BRODZINSKI Technical Specialties: CAD drafting and Interior Design Education: Civil Technology program, AIMS Community College, 1985 AAS, Architectural Technology program, AIMS Community College, 2015 Revd, AIMS Community College, 2022 Background and Experience' Ms Brodzinski introduced the use of CAD drafting to ARIXNersar in 1984 while working on a project for DOE She was able to increase the daily output of plans by completing a floor plan that had previously taken 8 hours in less than 1 hours In 1990 she began working for King Surveyors and in 2003 she moved to RSAP She has worked on various phases of all projects that have been complete by the firm Deb worked on renovation and remodeling projects include the relocation of Weld County Administrative Offices to the former Sykes Building, the Weld County Human Resources building clinic and records department and administrative offices for Anadarko, Phelps-Tointon, and Synergy Vehicle Maintenance Buildings projects were designed for the Colorado Parks and Wildlife at Highline Reservoir, Golden Gate State Park, Staunton State Park and Mancos State Park She also was deeply involved the design of Subaru, Honda and Dodge automotive dealerships in Greeley, Loveland Ford School projects include Salida del Sol Grade School, Windsor Charter Middle School and High School, University Middle School, Union Colony High School and most recently a 6 classroom addition to University School Print Lookup Details https //apps2 colorado gov/dora/licensmg/Lookup/PrmtLicenseDetads Looku ! etail Vie Licensee Information This serves as primary source verification* of the license *Primary source venfication License information provided by the Colorado Division of Professions and Occupations, established by 24-34-102 C R S Name Robert Joseph Shreve Public Address Robert Shreve Arch & Planners,inc 801 8th St Ste 120 Greeley, CO 80631 Credential Information License License License License Original Issue Effective Expiration Number Method Type Status Date Date Date ARC 00300667 Reciprocity Architect Active 05/19/1967 11/01/2023 10/31/2025 Board/Program Actions Discipline IThere is no Discipline or Board Actions on file for this credential Generated on 4/29/2024 2 55 49 PM 1 of 1 4/29/2024, 2 58 PM ACO ®TM Client# 1083426 CERTWW8C ATE OF UUA = IUUTY INSU ROBERSHR NVQCE DATE (MM/DDIYYYI� 4/30/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(Ies) If SUBROGATION IS WAIVED, subject to the terms and conditions of the this certificate does not confer any rights to the certificate holder in lieu of must have ADDITIONAL INSURED provisions or be endorsed policy, certain policies may require an endorsement A statement on such endorsement(s) PRODUCER USI Insurance Services, LLC 4600 S Ulster Street, Suite 1200 Denver, CO 80237 800 873-8500 Uri- Sheree S Zamarripa PHONEoEx:) 800 873-8500 I tr. No) tart, N, ADDRESS sheree.zamarripa@usi coin INSURERIS) AFFORDING COVERAGE NAIL q idsuaERA Plnnacol Assurance Company 41190 INSURED Robert Shreve Architects and Planners, Inc 801 8th St , Suite 120 Greeley, CO 80631 INSURER a XL Specialty Insurance Company 37885 INSURER INSURER INSURER E INSURER v THIS IS TOvCERTIFY 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 VTR' TYPE TYPE OF INSURANCE WVO POLICY NUMBER ARM) ABM LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR EACH OCCURRENCE 5 p PREMISES�EaE ante) 5 MED EXP (Any one person) S PERSONAL & ADV INJURY 5 GENERAL AGGREGATE S GEN L AGGREGATE LIMIT APPLIES PER PROT LOC POLICY ❑ JEC OTHER PRODUCTS COMP/OP AGG S AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS AUTOS NED AUTO.. ONLY F.8=5,.... LIMIT S BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) S (aggc.I ntDAMAGE $ UMBRELLA LIAR OCCUR EXCESS LIAR CLAIMS -MADE EACH OCCURRENCE 5 AGGREGATE S DED I I RETENTION 5 A WORKERSCOMPENSATION AND EMPLOYERS LIABILITY ANY PROPRIETQRIPARTNNER/EXECUTIVE Y I N (Mandatory u In NH) EXCLUQED? (Mandatary In NH) Ir yas descnbe under DESCRIPTION OF OPERATIONS Odom x N I A 3205439 04/01/2024 04/01/2025 j x PER ire 1 IERH E L. EACH ACCIDENT 51,000,000 E L DISEASE - EA EMPLOYEE S1,D00,000 E L DISEASE POLICY LIMIT 1 51,()00,01)0 B Professional Liability Claims Made DPS5011148 03/31/202303/31/202 $1,000,000 per claim $2,000,000 annl aggr DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, AddMonal Remarks Schedule, may be attach. Fr more space Is required) For Professional Services As required by written contract or written agreement, the following provisions apply subject to the policy terms, conditions, limitations ad exclusions A Blanket Waiver of Subrogation applies for Workers Compensation Per terms and conditions described above Weld County is Additional Insured for General Liablity CERTIFICATE HOLDER CANCELLATION Weld County Attn Facilities Department PO Box 758 Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION All rights reserved ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S44604572/M44584229 AZLZP GyCONSULTING ENGINEERS, INC. Greg Peterson, PE, CEM, CBCP, CEA, LEED AP Principal Project Director Greg serves as the Mechanical, Electrical, and Plumbing Project Director for G2 Consulting Engineers. He provides leadership and general direction for the firm. As a hands-on engineer, Greg is involved with projects from conceptual design through construction administration and Owner occupancy. Greg began his engineering career in 1999 at AE Associates, Inc. After spending eighteen years at a AE where he served as the head of their mechanical department, he along with his two business partners founded G2 Consulting Engineers. Throughout Greg's career he has been involved in numerus project types including Municipality, LEED certified projects, Mixed -used, Hospitality, Commercial, Worship, Retail, Restaurant, Educational, and Residential projects. He has extensive field experience performing mechanical replacement projects, commissioning, energy audits, indoor air quality studies, facilities assessments, forensic engineering studies, and troubleshooting MEP systems. Greg's wide range of design and field experience allows him to bring a unique engineering perspective to projects teams. Greg is able to blend his MEP design expertise and his understanding of energy usage within buildings along with his extensive field experience to deliver MEP designs that perform. One of Greg's strongest skills sets is listening to Owners, Architects, Contractors and other key project team members and then delivering MEP designs that meet or exceeds the team's goals and expectations. Greg also has a knack for explaining complex engineering concepts in a way the project team — Owners, Architects, Consultants and Contractors can understand. When Greg is not working, he enjoys spending time with family and friends, traveling, and enjoying all of the great outdoor opportunities Colorado has to offer. If Greg is not engaged in a conversation with a friend or family member you will find him trying to slip in a workout, outside fishing, hunting, or relaxing on a beach. EDUCATION , REGISTRATIONS, CERTIFICATIONS 0 B.S. in Architectural Engineering University of Wyoming, 1998 C' Professional Engineer - Multiple States 0 AEE Certified Building Commissioning Professional (CBCP) 0 AEE Certified Energy Auditor (CEM) 0 LEED Accredited Professional RELATED PROJECT EXPERIENCE 0 Weld County Jail Expansion 0 Weld County Buildings and Grounds Remodel 0 Weld County Budding C Renovation 0 City of Sterling City Hall Mechanical Replacement 0 City of Brighton Historic City Hall HVAC Improvement o 8th and 8th Building Renovations, Greeley, CO 0 Mountain View Fire Maintenance Facility 0 City of Laramie Mechanical Improvement Project C� Lonestar School District Kitchen MEP Upgrades 0 Alarnosa School District Kitchen & Connector G2 Consulting Engineers, Inc. Lookup ®etait View Licensee Information This serves as primary source venhcation* of the license *Prrmarysource verification License information provided by the Colorado Division of Professions and Occupations, established by 24-34-102 C R S Name Greg Julius Peterson Public Address IGreeley, CO 80634 Credential information License License License Original Effective Expiration Number Method License Type Status Issue Date Date Date PE 0038512 Examination Professional Active 06/30/2004 11/01/2023 10/31/2025 Engineer Board/Program Actions Case Number Public Action Resolution Effective Date Completed Date 2017-6350 CLS Letter of Admonition Letter of Admonition 03/21 /2018 Generated on 4/29/2024 3 03 51 PM G2 CONSULTING ENGINEERS, INC. Dave Smith, PE, LEED AP Project Manager Mechanical & Electrical Engineer Dave serves as a Project Manager for G2 Consulting Engineers. He graduated with an Architectural Engineering degree from Kansas State University, and is proficient in designing Mechanical, Electrical, and Plumbing systems. Dave's multi -discipline background enables him to effectively coordinate all aspects of a project from the beginning of design through construction administration. Dave worked as a mechanical and electrical engineer at two fast paced MEP firms prior to joining the G2 team. He has experience designing and managing a wide range of projects from large gaming and hospitality projects to small office renovations. Dave has spent a large amount of time in the field trouble shooting existing HVAC prob- lems, conducting MEP field work, performing indoor air quality studies, and commissioning new and existing sys- tems. His broad experience makes him a valuable addition to G2's design team. Dave recognizes the importance of highly coordinated projects. He has designed MEP systems in which have been largely unseen and heard, but effectively serve the space. He has excelled on projects with changing scopes, chal- lenging schedules, and difficult existing conditions. When Dave is not in the office, he tries to rock climb, ski, and fly fish. EDUCATION , REGISTRATIONS, CERTIFICATIONS 0 Bachelor of Science, Architectural Engineering Kansas State, 2010 0 Professional Engineer, Multiple States 0 LEED Accredited Professional WELD COUNTY PROJECT EXPERIENCE 0 0 0 0 0 0 0 0 0 Weld County Weld County Weld County Ault Grader Shed Courts Holding Renovation Jail Expansion Weld County —Evidence Storage Expansion Weld County --Planning Renovation Weld County —Election Hall Renovation Weld County —Fuel Station and Mag Chloride holding Weld County -4H Cooling Upgrades Weld County —Hazardous Waste 0 Gaylord National Riverview Ballroom, 23,000 SF 0 Jamul Casino and Hotel -145,000 SF / 14 floor Tower 0 Harrah's Columbus NE Casino and Racetrack -63,000 SF 0 Northeastern Junior College Chiller Replacement 0 City of Brighton HVAC Energy Improvements, 7 Building with supporting Energy Modeling G RE -Valley 1 —Sterling School District HVAC Improvements Print Lookup Details hops //apps2 Colorado gov/dora/licensmg/Lookup/PnntLicenseDetails �. k p Detail View Licensee Information This serves as primary source venf►cat►on * of the license *Primary source venfication License ►nformatron provided by the Colorado Division of Professions and Occupations, established by 24-34102 C R S Name David Ryan Smith Public Address AE Associates, Inc 1308 Westndge Dr Loveland, CO 80537 formation License License License Original Effective Expiration Number Method License Type Status Issue Date Date Date PE 0050028 Examination Professional Active 06/09/2015 11/01/2023 10/31/2025 Engineer Board/Program Actions Discipline There is no Discipline or Board Actions on file for this credential Generated on 4/29/2024 3 00 18 PM 1 oft 4/29/2024, 3 00 PM CONSULTING ENGINEERS, INC. Kalib Ainsworth Mechanical Project Manager Kalib serves as a mechanical project manager for G2 while also being heavily involved in the design of the mechani- cal and plumbing systems. He has been in the industry for over 10 years. In addition to performing engineering, has performed field work, commissioning, energy modeling and construction admiration task. One of his skills sets is working collaboratively with the design team to complete jobs on time and within budget. His project experi- ence includes new construction and building renovations of municipally, commercial, education, health care, hospi- tality and residential spaces. With his wide range of project experience, Kalib has a working knowledge of many different mechanical systems. Kalib's skills include performing load calculations, energy modeling, mechanical sys- tem design, duct sizing and layout, hydronic piping sizing and layout, plumbing design and is proficient both in Au- toCAD and Revit. Outside the office Kalib enjoys spending time with his wife and two daughters, hanging out with friends, playing golf, and racing his Shelby GT500. EDUCATION , REGISTRATIONS, CERTIFICATIONS Bachelor of Science Mechanical Engineering Colorado State University, 2010 0 ASH RAE Member RELATED PROJECT EXPERIENCE G Weld County —Ault Grader Shed G Weld County —Wash Bay Facility 0 Weld County— Jail Expansion 0 Weld County —Evidence Storage Expansion 0 Weld County —Planning Renovation 0 Swanee Elementary - Denver, CO 0 Weld County Buildings and Grounds Facility Remodel G Cherry Creek School District (6 schools) 0 Union Colony Preparatory School s I t CONSULTING ENGINEERS, INC. Kate Hodgson Senior Electrical Project Manger Kate serves as Senior Electrical Project Manager for G2 Consulting Engineers, providing project management and detail design for electrical power distribution, fire alarm, and lighting systems. Kate has worked with two respected electrical engineering firms located in Greeley and Fort Collins during her twenty five years of experience prior to joining the G2 team. Throughout her career, Kate's expertise has derived from a wide variety of project experience. Each of these opportunities have led her to develop extensive knowledge of many project styles including commercial, institutional, heavy industrial oil and gas, and light industrial water and wastewater projects across the United States. This experience has given her opportunities to develop technical skills that apply to a variety of markets and clients. Her experience with power distribution ranges from 12 to 15,000 Volts. Kate's power distribution experience is essential in assessing the client's energy efficiency needs and her ability to communicate with Owners, Architects and Contractors is essential for project coordination and implementation. Kate's key skills include communication and field coordination for effective installation success of project construction. Away from the office, Kate enjoys following her college -aged children as they compete on the golf course and in track and field events and also camping in a newly renovated vintage camper, enjoying the opportunities Colorado has to offer. EDUCATION , REGISTRATIONS, CERTIFICATIONS 0 A.A.S. Architectural Technology — 1992 0 LEED Accredited Professional 0 25 years of Experience RELATED PROJECT EXPERIENCE 0 Weld County Jail Expansion and Renovation 0 Weld County Wash Bay Building 0 Weld County Buildings and Grounds Remodel 0 Weld County Building C Renovation 0 Weld County Booking Renovation 0 City of Sterling City Hall Mechanical Replacement 0 Mountain View Fire Maintenance Facility 0 8th and 8th Building Renovations, Greeley, CO 0 Nunn Fire Station G2 Consulting Engineers, Inc. 2 ACORD. Chent# 1420802 CERTIFICATE OF LI : BILITY INSU G2CON NCE DATE (MMIDDIYYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER 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 THIS IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement this certificate does not confer any rights to the certificate holder m lieu of such endorsement(s) on PRODUCER USI Insurance Services, LLC 4600 S Ulster Street, Suite 1200 Denver, CO 80237 800 873-8500 COPLEACT raHc°°M,M Ho, Ex, 800 873-8500 I rAAic, No) A0 olLFss den certificate@usi corn INSURERS) AFFORDING COVERAGE I NAIL k INSURER A Travelers Property Cas Co of America 125674 125658 INSURED G2 Consulting Engineers, Inc 5000 Goodman St , Unit 100 Timnath, CO 80547 INSURER B Travelers Indemnity Company INSURER c Berkley Insurance Company 32603 INSURER D Phoenix Insurance Company 25623 INSURER E INSURER F CATE 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 TN TYPE OF INSURANCE ADDL SUER IAA' WVD POLICY NUMBER AIM, POLICY EXP (MIi1lDDIYYYY►IfMM1UDD/YYY17 LIMITS A X COMMERCIAL GENERAL LIABILITY 1 CLAIMS MADE LI OCCUR X X 6806H900677 10/05/2023 10/05/2024 ETCH OCCURRENCE 51,000,000 p E PREM ES IOg .15°.„CeI 51 000,000 55.000 MED EXP (Anyone person) PERSONALBADVINJURY 51,000,000 GEN L AGGREGATE UMIT APPLIES PER POLICY a JECT O LOC OTHER GENERAL AGGREGATE 52,000,000 PRODUCTS -COMP/OPAGG 52,000,000 D AUTOMOBILE X LIABILITY ANY AUTO WOWNED OES' 'Aga ONLY �- SCHEDULED _� AU70S X NON-0WNED AUTOS ONLY X X BAORO8652723 10/05/2023 10/05/20241 fees e,9,?NGLE LIMIT 51,000,000 BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) 5 PROPERTY DAIETGE (Per axldent) 5 B X UMBRELLA LIAB X EXCESS LIAB OCCUR CLAIMS MADE X X CUP7H073235 10/05/2023 10/05/2024 EACH OCCURRENCE 52,000,000 AGGREGATE s2,000,000 OED I XI RETENTION 510000 B Wrgrig COMPErAABTi N AND EMPLOYERS LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/ N OFFICERIMEMBER EXCLUOED� ® (Mandatory in NH) If yes descnhe under DESCRIPTION OF OPERATIONS below X N!A UB6H90653A23 10/05/2023 10/05/2024 X ISTA UTE I IER EL EACH ACCIDENT 51 000,000 � EL DISEASE - EA EMPLOYEE 51,000,000 EL DISEASE - POLICY LIMIT 51,000,000 C Professional Liability Claims Made AEC907110907 10/05/2023 10/05/2024 $5,000,000 per claim $5,000,000 annl aggr DESCRIPTION OF OPERATIONS f LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space Is required) As required by written contract or written agreement, the following provisions apply subject to the policy terms, conditions, limitations and exclusions The Certificate Holder and owner are included as Automatic Additional Insured's for ongoing and completed operations under General Liability, Designated Insured under Automobile Liability, and Additional Insureds under Umbrella / Excess Liability but only with respect to liability arising out of the Named Insured work performed on behalf of the certificate holder and owner (See Attached Descriptions) CERTIFICATE HOLDER Weld County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Facilities Department ACCORDANCE WITH THE POLICY PROVISIONS 1105 H Street Greeley, CO 80631 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION All rights reserved ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S41904117/M41899510 SHPZR DESCRIPTIONS (Continued from Page 1) The General Liability and Umbrella/Excess insurance applies on a primary and non-contributory basis. A Blanket Waiver of Subrogation applies for General Liability, Automobile Liability, UmbrellalExcess Liability and Workers Compensation. The Umbrella / Excess Liability policy provides excess coverage over the General Liability, Automobile Liability and Employers Liability. Please note that Additional Insured status does not apply to Professional Liability or Workers' Compensation. SAGITTA 25.3 (2016/03) 2 of 2 #S41904117/M41899510 MF WERNSMA Ems ENGINEER NGN INC. 1011 42nd STREET • EVANS, CO 80620 Phone (970) 353-4463 Fax (970) 353-9257 STATEMENT OF QUALIFICATIONS STEPHEN C. WERNSMAN, P.E EDUCATION Colorado State University B.S./Industrial Construction Management Northeastern Junior College A.S./Civil Engineering Technology REGISTRATION Licensed Professional Engineer State of Colorado License No. 17467 PROFESSIONAL Wernsman Engineering, Inc. Greeley, Colorado President Western Technical Services, Greeley, Colorado Project engineer, design engineer, and director Samberson & Associates, Colorado Springs, CO Designer and draftsman Weingardt & Associates, Denver, Colorado Draftsman SUMMARY OF EXPERIENCE Over 40 years experience in structural design and analyses of wood, steel, masonry and concrete structural systems. Included are new construction and renovation projects, through all phases of design,retrofit and construction. Past projects include churches, apartments, residences, restaurants, schools, fire stations and a variety of municipal, commercial and industrial facilities. Owner, and president of Wernsman Engineering, Inc. for the past thirty six years. SELECTED PROJECTS Pinnacle Park Sub - Greeley, Colorado Structural design of three office buildings. Union Colony Prep School Addition — Greeley, Colorado Structural design of new classroom / gymnasium addition. University High School Concession / Press Box Building — Greeley, Colorado Structural design of new building. University Middle School Structural design of new building. The Reserve at T -Bone Structural design of new apartment buildings University School Addition — Greeley, Colorado Structural design of classroom addition. JAC Building - Greeley, Colorado Structural design of new building at the new Police Department. Ritchie Brothers - Mead, Colorado Structural design for new office and auction facility, three buildings total. Coral Bay Buidings — Greeley and Johnstown, Colorado Structural design of new retail buildings. Rod Smith Business Park — Monument, Colorado Structural design of new office buildings. Heritage Market — Eaton, Colorado Structural design of new grocery store facility. Becker Office Building — Loveland, Colorado Structural design of new 3 story office building. Call Center Office Building — Loveland, Colorado Structural design of new 2 story office building. Highline Lake State Park Headquarters Building and Maintenance Building — Rifle, Colorado Structural design of new buildings. Platteville Commons Retail Building — Platteville, Colorado Structural design of new commercial building. Fox Run Business Park — Greeley, Colorado Structural design of new office buildings. Lighthouse Point at Water Valley — Windsor, Colorado Structural design of new condominium buildings. Berthoud Commons Retail Building — Berthoud, Colorado Structural design of new commercial building. Pinnacle Park Office Buildings — Greeley, Colorado Structural design of new buildings. Salida Del Sol School — Greeley, Colorado Sttuctural design of nee school building Orchard Park at Grapevine Hollow — Evans, Colorado Structural design of new townhome complex. Homestead at Prospect Park — Greeley, Colorado Structural design of new apartment complex. Happy Trails Pet Spa and Resort — Loveland, Colorado Structural design of new building. Galt Properties — Longmont, Colorado Structural design of new commercial building. Island Grove Community Building — Greeley, Colorado Structural design of new multi -use building. Hewlett-Packard Warehouse - Greeley, Colorado Structural design, (phase one and phase two), of new warehouse building. Tilt -up concrete walls and bar joist roof. Wasson ECE - Ft. Collins, Colorado Structural and site design for a new office/warehouse facility. Startek - Greeley, Colorado Structural and site design of a new computer technology services building. Weld County Public Works Complex - Greeley, Colorado Structural design of new County offices and shop facilities, four Buildings total. Hays Market - Johnstown, Colorado Structural design for a supermarket. Minot Air Force Base Library- Minot, North Dakota Structural and site design for a new two-story library facility. West Point Professional Building - Greeley, Colorado Structural design of new two story office building Print Lookup Details https://apps2.colorado.gov/dora/i icensing/Lookup/PrintLicenseDetails.... Lookup Detail View Licensee Information This serves as primary source verification* of the license. *Primary source verification: License information provided by the Colorado Division of Professions and Occupations, established by 24-34-102 C.R.S. Name Stephen C Wernsman Public Address 1011 42 Street Evans, CO 80620 License License License Original Effective Expiration Number Method License Type Status Issue Date Date Date PE.0017467 Examination Professional Active 08/28/1980 11/01/2023 10/31/2025 Engineer Board/Program Actions Discipline There is no Discipline or Board Actions on file for this credential. Generated on: 4/29/2024 3:20:07 PM I of 1 4/29/2024, 3:20 PM ERIC WERNSMAN 16493 Essex Road South Platteville CO 80651) 970-539-2656 I ejwerns25@gmail.com I ericwcivilengineer.com EDUCATION Colorado State University B.S. Civil Engineering 1993 CERITIFICATIONS Colorado Registered Professional Engineer 1999 EMPLOYMENT CDS Engineering Project Engineer Civil and Structural Design of Commercial and Residential Projects in Colorado and Las Vegas, NV Landmark Builders of Greeley Inc. Project Engineer Civil and Structural Design of Commercial and Residential Projects in Colorado H and H Excavation (Partner) Project Engineer Civil Design of Commercial Projects in Northern Colorado Self Employed Project Engineer Civil and Structural Design of Commercial/ Industrial Projects in Colorado MAJOR PROJECTS 1992-1996 1996-2005 2005-2010 2010-2019 Expedition Water Solutions (11) Industrial Sites in Weld County 2013 -Present Complete Civil Design and USR Applications of 11 Sites Across County Weld County USR Lead, Site Plan, Grading Plan, Drainage Report, Utility Design, Vehicle Path Modeling, The Reserve at West T -Bone Phase 1 and II Greeley Colorado Complete Civil Design, 275 unit Apartment Complex(s) Minor Subdivision, Grading Plan, Drainage Design, Utility Design, Alinut Funeral Home Complete Civil Design of a 5 Acre Funeral Home Site in Greeley Site Plan, Grading Plan, Drainage Report, Sewer main design 2015-2018 2018 GREELEY MAZDA/ GREELEY SUBARU Greeley Colorado 2016 Complete Civil Design, New Auto Dealership USR, Minor Subdivision, Rezoning, Grading Plan, Drainage Report, Utility Design, Vehicle Path Modeling, Print Lookup Details https://apps2. colorado.gov/dora/I i censing/Lookup/PrintLicenseDetai I s.... Lookup Detail View Licensee Information This serves as primary source verification* of the license. *Primary source verification: License information provided by the Colorado Division of Professions and Occupations, established by 24-34-102 C.R.S. Name Eric Jon Wernsman Public Address LaSalle, CO 80645 License License License Original Effective Expiration Number Method License Type Status Issue Date Date Date PE.0033371 Examination Professional Active 01/25/1999 11/01/2023 10/31/2025 Engineer Board/Program Actions Discipline There is no Discipline or Board Actions on file for this credential. Generated on: 4/25/2024 3:25:09 PM I oft 4/29/2024, 3:25 PM HOURLY RATE SCHEDULE 2024 Principal Project Manager Architect Civil Engineer Electrical Engineer Mechanical Engineer Structural Engineer MEP Designer BIM Manager CAD/BIM Tech $170.00/hour $155.00/hour $130.00/hour $130.00/hour $130.00/hour $130.00/hour $130.00/hour $115.00/hour $95.00/hour $90.00/hour ACORDe Client: 1083426 ROBERSHR CERTIFICATE OF LIABILITY INSURANCE DATE (FIMIDDNYYY) 4!30/2024 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 poliey('ies) must have ADDITIONAL INSURED provisions or be endorsed. • If SUBROGATION IS WAIVED, subject to the terms and conditions.. the policy, certain policies mayrequire an endorsement. A statement on this certificate does not confer any rights to the certificate holder in II of such endorsement(s). • PRODUCER USI Insurance Services, LLC 4600 S /Aster Sheet, Suite1200 Denver, CO 80237 800 $ � JET Shewee S. Zamarripa -RIMotc,E E.,>, 800 873-8500 MG. : sfteme eamarriADDRESSpa@usi con INSUREWS) AFFORDING COVERAGE NAIL 0 INSUomA; Mimeo! Assurance Company 41190 INSURED Robert Shreve Architects and Planners, Inc. 801 8th St., Suite 120 Greeley, CO 80631 ...R.: XL Specialty Insurance Company 37885 INSURER C: INSURERS: wstIRER E 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED CRi 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. Bir 7YPEOF IJSURAlIL£ ADDLSUBIY RASR MAID POLICY NIRIBIER EFF SIMIWIYWYT POLICY OW IMMEDDIYYTY).POLICY LIMITS COMMERCIAL GENERAL LIABILITY ICLAIMS -MADE OCCUR EACH OCCURRENCE $ gariagO(Ee mnce) s MIDI7(P(A,a.parson) $ PERSONAL a ADV INJURY $ GEICRAL AGGREGATE S GEM AGGREGATE MAT APPLIES PER. _ POLICY u JECT Q LOC OTHER: PRODUCTS - COMP/OP AGG $ AUTOMOBILE - _ _AUTOS UABILRY ANY AUTO OWNED ONLY HIRED ONLY - SCHEDULED AUTOS NON.OINNED AUr tEaC0 ED SINGLE LIMIT eat $ BODLYINJURY (Per parson, S GODLY INJURY (Per accident) $ PROPERTY DAMAGE (Per en3dend $ $ UNBRELUI /JAB 1 I 1H:. Q(C DEO I I RETENTIONS AGGREGATE S $ 3205439 - 04/01/2024 04✓01/2025x Ia mv I I A WORKERS NxxeaN ANY PROPRIETOR/PARTNBR/DIFEreSE Y / N OFFICEWMEMBFJREXCI.UDED? Waan , in nRI DESCWBP ION OF OPERATIONS beim x N/A FI EACH ACCIDENT $1,000,000 El DISEASE- EA EMPLOYEE $1,000,000 E.LDISEASE -POUCYLISR $1,000,000 B Professional Liability Claims Made DPS5011148 03/3112023 03/31/2026 $1,000,000 per claim 52,000,000 anni aggr... DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101. Additional Remarks Schedule, maybe attached if more space b required) For Professional Services .As required by written contractor written agreement, the following provisions apply subject to the policy terms, conditions, limitations ad exclusions: A Blanket Waiver of Subrogation applies for Workers Compensation 'Per terns and conditions described above Weld County is Addditionat Insured for General tiablity CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld Caul Attu: Facilities Department THE EXPIRATION DATE THEIEOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 758 Greeley, CO 80632 AVTHarIISMI REPRESENTATIVE I lTW ® 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) t t>'f t the ACORD name and logo are registemedmarks of ACORD #S446045721M44584229 A7r ZP ntr ct Entity Information Entity Name" Entity ID* ROBERT SHREVE ARCHITECTS & @00027946 PLANNERS INC Contract Name * Contract ID DACONO GRADER SHED DESIGN AND ENGINEERING 8232 Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov New Entity? Parent Contract ID Requires Board Approval YES Department Project # Contract Description* PROVIDE DESIGN AND ENGINEERING SERVICES FOR THE NEW DACONO GRADER SHED (B2400079) Contract Description 2 Contract Type* CONTRACT Amount* $52,700.00 Renewable* NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 06/06/2024 GROUNDS 06/10/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2400079 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date* 11/04/2024 Committed Delivery Date Renewal Date Expiration Date* 11/04/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 05/23/2024 Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 05/22/2024 05/23/2024 05/23/2024 Final Approval BOCC Approved Tyler Ref # AG 060324 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 06/03/2024 May 7, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Chris Coulter Subject: Dacono Grader Shed Design & Engineering Services — B2400079 As advertised this bid is for Design and Engineering Services for the Dacono Grader Shed. The low bid is from Robert Shreve Architects and Planners and meets specifications. Therefore, the Facilities Department is recommending the award to Robert Shreve Architects and Planners in the amount of $52,700.00. If you have any questions, please contact meat extension 2023. Sincerely, Chris Coulter Facilities Director 5/20 2pZe4- I 102_ gel 00ZIP DATE OF BID: MAY 1, 2024 REQUEST FOR: DACONO GRADER SHED DESIGN & ENGINEERING SERVICES DEPARTMENT: FACILITIES BID NO: B2400079 PRESENT DATE: MAY 6, 2024 APPROVAL DATE: MAY 20, 2024 VENDOR WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverettc6 weld.gov coeisert 6iweld.gov ttaylor@weld.gov Phone: (970) 400-4222, 4223 or 4454 START FINISH DATE DATE TOTAL ROBERT SHREVE ARCHITECTS AND PLANNERS 7/12/2024 9/6/2024 $52,700.00 801 8TH STREET, SUITE 120 GREELEY, CO 80631 CAIRN DESIGN, LLC 7/12/2024 9/13/2024 $54,560.00 1805 SHEELY DRIVE FORT COLLINS, CO 80526 GSG ARCHITECTURE, INC. 6/3/2024 9/20/2024 $262,820.00 3535 WEST 12TH STREET, SUITE C GREELEY, CO 80634 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2024-1102 5l Co
Hello