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
20242784.tiff
PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND ROBERT SHREVE ARCHITECTS AND PLANNERS, INC. THIS AGREEMENT is made and entered into this i day of DeCem.hev , 2024, by and between the Board of Weld County Commissioners, on behalf of Facilities Department, hereinafter referred to as "County," and Robert Shreve Architects and Planners, Inc., hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required 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 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 attached 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) or Request for Proposal (RFP) as set forth in Bid Package No. B2400136. Exhibit B consists of Contractor's Response to County's Request. 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 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. 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 10„, Obirm.ni-nokerdo-- 0/1-#6,;:€61$&) 7.024-213q (zR/Zy /,2-19/azi- BGOOZcD 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. 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 Amendment. 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 2 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, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $47,800 as set forth in the 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 as required pursuant to the Weld County Code. 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 the 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 3 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, documents, 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 the 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 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. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the 4 construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 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 and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy 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 exists 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. Types of Insurance. Workers' Compensation /Employer's Liability Insurance as required by state statute, covering all of 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 indude minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: 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. 5 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. 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. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their 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. 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. 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. 6 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 an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. 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: 7 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 and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Robert Shreve Architect and Planners Position: Robert J Shreve Address: 801 8th Street Address: Greeley, Colorado 80631 E-mail: rsapinc@aol.com Phone: 970-346-0151 TO COUNTY: Name: Patrick O'Neill Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80632 E-mail: poneill@weld.gov Phone: 970-400-2023 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 8 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 state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 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 requirements) 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. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who 9 will perform work under this Agreement (see 8 U.S.C.A. §1324a) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. 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. 31. 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. 32. 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, 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. CONT CTOR Robert hreve hitebts and Planners Inc. Name: (QO J .-1\112.4Z2 Title: Fr c, isb Dte of ignature WELD COU A- { ATTEST: �1 v ) .Jt: 044 BOARD OF COUNTY COMMISSIONERS Weld ounty Clerk to the Board �+�+�. D COUN BY: %����i�` ����/li �� � �` -7 �_ %3 Deputy Clerk to the Boar.' �.�! �,;r Ross, Chair CEC 0 9 2024 coact -2:1V Exhibit A Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80601 Professional Services — Invitation for Bid (IFB) Cover Sheet Bid Number: B2400136 Title: Keenesburg Grader Shed Design & Engineering Services Issue Date: September 18, 2024 Pre -Bid Meeting: October 1, 2024, at 10:00am Pre -Bid Location: 1105 H Street Greeley, CO 80631 Questions Due: October 8, 2024, by 5:00 pm Questions email: bidsweld.gov Bid Due Date: October 15, 2024, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bids@weld.gov or hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids(c�weld.gov Documents Included in this Bid Package RFP Schedules Schedule A: Bid Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: Bid Form Schedule E: Insurance Schedule F: Weld County Contract IFB Attachments Attachment 1 — Weld County Project Documents Table of Contents Professional Services — Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 RFP Schedules 1 IFB Attachments 1 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 5 Project Overview 5 Method of Procurement 5 Pricing Method 5 Project Scope 5 Schedule C - Project Schedule 11 Schedule 11 Proposed Schedule 11 Schedule D - Bid Form 12 Bid Submittal Instructions 12 Fees 12 Attestation 13 Schedule E — Insurance 14 Insurance 14 Insurance Mailing Information 15 Schedule F - Weld County Contract 16 Contractual Obligations 16 Weld County Standard Contract 16 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Keenesburg Grader Shed Design & Engineering Services A Mandatory pre -bid conference will be held on October 1, 2024 at 10:00 am at the Facilities Building 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: October 15, 2024 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on October 15, 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: 576 383 586# Bid Advertisement 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. BidNet Direct is an on-line notification system which is 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 Submission 1. PREFERRED: email bids to bidsicilweld.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 1710 Avenue, Greeley, CO 80631 by the bid due date and time. 2. 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 has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. 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 Solicitation # B2400136 Page 3 held to be the bid of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. 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 Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager 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 Procurement Manager; 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. 3. 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. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation # B2400136 Page 4 Schedule B - Scope of Work Project Overview Weld County is seeking a lump sum bid for professional design and engineering services for a new grader shed in Keenesburg Colorado for Public Works grader and road maintenance department. Site location is between Weld County Road 63 and Weld County Road 65 on Weld County Road 6 on the south side of the road. Parcel #147729200002 Method of Procurement Invitation for Bid (IFB): An Invitation for Bid (IFB) 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 and IFB the contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Negotiated Price: Negotiated contract prices are fees provided and agreed upon between the County and the bidder. Project Scope The scope of this project is for Keenesburg Grader Shed Design & Engineering Services. 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.AII 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 IFB and shall be included in their base lump sum price. Solicitation # B2400136 Page 5 1. Restrooms 2. Small office space 3. IT Closet 4. Fuel island with a 3000 -gallon tank and fuel dispensing system. 5. Three overhead bay doors that are approximately 20' x 14'. 6. Lighting controls 7. Low voltage pathway design to include data, access control, cameras, and intrusion system. 8. Emergency eye wash and shower station(s) 9. Mechanical Systems 10. Electrical systems 11. Plumbing systems 12. Exterior lighting 13. Pneumatic system to include air compressor and a fully piped distribution system. 14. In floor drainage system in each bay. 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.AII 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. 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. Solicitation # B2400136 Page 6 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. Consultants to provide and coordinate site / utility surveying and subconsultant 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. 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 responsible for: 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 County Project Team will consolidate comments into one (1) package and provide to consultant for review. Solicitation # B2400136 Page 7 '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. 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. Solicitation # B2400136 Page 8 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 the completed 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 IFB. 2.Summary of the bid, including Statement of Understanding showing familiarity with the Scope of Work 3.Organizational chart and resumes of all key staff and core staff that will be involved with providing 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 for each 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, including meetings 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. Solicitation # B2400136 Page 9 'Include the name of the sub -consultant and a statement of qualifications of the sub -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. Solicitation # B2400136 Page 10 Schedule C - Project Schedule Schedule Below is the anticipated solicitation schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Completion Proposed Schedule September 18, 2024 September 18, 2024 October 1, 2024 October 8, 2024 October 15, 2024 November 4, 2024 November 18, 2024 February 14, 2024 Based on a contract execution date of November 18, 2024, please provide proposed schedule dates. Project Design Phase Schematic Design: Design Development: Construction Documents: Proposed Schedule Date Solicitation # B2400136 Page 11 Schedule D - Bid Form 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 October 15, 2024: 1) Schedule D — Bid Form 2) W9, if applicable.* 3) Any potential or future Addenda must be completed/acknowledged. 4) All other items as requested in the Bid Specifications and/or 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, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project in the space below: Lump Sump Price: Item Price Civil: $ $ $ $ $ $ $ Structural: Architectural: Mechanical: Plumbing: Contract Administration: Other: Total Lump Sum Cost $ The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2400136. 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. Acknowledgement of Schedule E — Insurance and Bond 5. Acknowledgment of Schedule F — Weld County Contract 6. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. Solicitation # B2400136 Page 12 7. 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. Attestation Item Company Name: Address: Entry Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Name: Title: Date of Signature Solicitation # B2400136 Page 13 Schedule E — Insurance Insurance 1. The Contractor shall furnish a certificate of insurance for commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability upon notification of award and prior to performance. Work shall not commence under this Agreement/Contract until the Contractor has submitted to the County, and received approval thereof, the certificate of insurance showing compliance with the following types and coverage of insurance. a. Commercial General Liability Insurance: to include products liability, completed operations, contractual, broad form property damage, and personal injury. Each Occurrence General Aggregate $1,000,000 $2,000,000 b. Comprehensive Automobile Liability Insurance: to include all motor vehicles owned, hired, leased, or borrowed. Bodily Injury/Property Damage $1,000,000 (each accident) Personal Injury Protection Per Colorado Statutes c. Workers' Compensation Insurance: Per Colorado Statutes d. Professional Liability Insurance*: to include coverage for damages or claims for damages arising out of the rendering, or failure to render, any professional services. Each Occurrence $1,000,000 *This insurance requirement applies only to Contractors who are performing services under this Agreement as professionals licensed under the laws of the State of Colorado, such as physicians, lawyers, engineers, nurses, mental health providers, and any other licensed professionals. 2. The Contractor's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government as an "additional insured" and shall include the following provisions: a. Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses resulting from the actions or negligence of the Contractor. b. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. Solicitation # B2400136 Page 14 c. Any and all deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contractor. 3. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contractor shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. a. Upon failure of the Contractor to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated. b. Failure of the Contractor to obtain and/or maintain any required insurance shall not relieve the Contractor from any liability under the Agreement/Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contractor concerning indemnification. c. Contractor shall provide copies insurance coverage policies to the County department maintaining contract administration duties. These include initial policy, updated/changes to coverage, extensions, renewals, etc. 4. If the Contractor is a Joint Venture, then the respective parties thereto are each individually held fully responsible for completion of the project according to the terms of this Agreement. The parties thereto also have joint and several liabilities to the County for any liquidated damages assessed or for performance bond claims against the Joint Venture. The performance bond and all insurance required by this Agreement shall set forth the identity of each party to the Joint Venture. Insurance Mailing Information Certificates of Insurance and endorsements shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Alex Engelbert Email: aengelbert@weld.gov Telephone: 970-381-8974 Mail: Weld County Facilities ATTN: Alex Engelbert PO Box 758 Greeley, CO 80632 Solicitation # B2400136 Page 15 Schedule F - Weld County Contract Contractual Obligations 1 The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is the standard Weld County Contract for Professional Services. PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [DEPARTMENT], hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required 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 services as set forth below. Solicitation # B2400136 Page 16 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 attached 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) or Request for Proposal (RFP) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 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 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. 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. 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. Solicitation # B2400136 Page 17 5. Extension or Amendment. 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, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed as set forth in the 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 as required pursuant to the Weld County Code. 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). S 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. Solicitation # B2400136 Page 18 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 the 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, documents, 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 the 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 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. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 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 and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to Solicitation # B2400136 Page 19 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 exists 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. Types of Insurance. Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all of 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; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: 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). 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. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing Solicitation # B2400136 Page 20 services under this Agreement have or will have the above described insurance prior to their 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 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 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 fulfillmentof 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 an duly authorized representative of County, including -the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records -of Contractor, involving all matters and/or transactions related to this Agreement Contractor agrees to maintain these documents for three years from the date of the last payment received Solicitation # B2400136 Page 21 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 and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: Address: E-mail: Phone: TO COUNTY: Name: Position: Address: Address: E-mail: Phone: 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. Solicitation # B2400136 Page 22 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 state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 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 requirements) 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 Solicitation # B2400136 Page 23 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 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 32 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, 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 Name Title Date of Signature Solicitation # B2400136 Page 24 WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board [Insert Name], Chair Solicitation # B2400136 Page 25 Exhibit B Carolyn Geisert From: Sent: To: Subject: Attachments: rsapinc@aol.com Monday, October 14, 2024 5:35 PM bids Bid for Keensburg Grader Shed 1.RSAP PROPOSAL KEENSBURG GRADER SHED.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the senih. hr c, mu cent safe. Good Morning, Here is Robert Shreve Arch & Planners bid on the Keensburg Grader Shed "I hereby waive my right to a sealed bid". Thanks Robert Shreve 1 Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80601 Schedule B - Scope of Work Project Overview Weld County is seeking a lump sum bid for professional design and engineering services for a new grader shed in Keenesburg Colorado for Public Works grader and road maintenance department. Site location is between Weld County Road 63 and Weld County Road 65 on Weld County Road 6 on the south side of the road. Parcel #147729200002 Method of Procurement Invitation for Bid (IFB): An Invitation for Bid (IFB) 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 and IFB the contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Negotiated Price: Negotiated contract prices are fees provided and agreed upon between the County and the bidder. Project Scope The scope of this project is for Keenesburg Grader Shed Design & Engineering Services. 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 IFB and shall be included in their base lump sum price. 1. Restrooms 2. Small office space 3. IT Closet 4. Fuel island with a 3000 -gallon tank and fuel dispensing system. 5. Three overhead bay doors that are approximately 20' x 14'. 6. Lighting controls 7. Low voltage pathway design to include data, access control, cameras, and intrusion system. 8. Emergency eye wash and shower station(s) 9. Mechanical Systems 10. Electrical systems 11. Plumbing systems 12. Exterior lighting 13. Pneumatic system to include air compressor and a fully piped distribution system. 14. In floor drainage system in each bay. 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. DESIGN SERVICES Solicitation # B2400136 Page 2 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. Consultants to provide and coordinate site / utility surveying and subconsultant 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.AIl related engineering calculations, QA/QC, and manufactured equipment documentation 12.Any and all other items required by referenced codes, standards, and ordinances. 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 responsible for: 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. Solicitation # B2400136 Page 3 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 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. The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes. Solicitation # 52400136 Page 4 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 the completed 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 IFB. 2.Summary of the bid, including Statement of Understanding showing familiarity with the Scope of Work 3.Organizational chart and resumes of all key staff and core staff that will be involved with providing 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 for each of your proposed team members along with a copy of current state licensing for each architect or engineer. 4.Proposed Project Schedule Solicitation # B2400136 Page 5 ' Describe how your firm handles the various communications, including meetings 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 the sub -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. Solicitation # B2400136 Page 6 Schedule C - Project Schedule Schedule Below is the anticipated solicitation schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Completion September 18, 2024 September 18, 2024 October 1, 2024 October 8, 2024 October 15, 2024 November 4, 2024 November 18, 2024 February 14, 2024 Proposed Schedule Based on a contract execution date of November 18, 2024, please provide proposed schedule dates. Project Design Phase Schematic Design: Design Development: Construction Documents: Proposed Schedule Date Dec 13, 2024 Jan 17, 2025 Feb 14, 2025 Solicitation # 82400136 Page 7 Schedule D - Bid Form 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 October 15, 2024: 1) Schedule D — Bid Form 2) W9, if applicable.* 3) Any potential or future Addenda must be completed/acknowledged. 4) All other items as requested in the Bid Specifications and/or 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, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project in the space below: Lump Sump Price: Item Price Civil: $24,000 $ 1,500 $ 9,900 $ 5,400 $ 3,000 $ 4,000 $ 000 Structural: Architectural: Mechanical, Plumbing: Electrical: Contract Administration: Other: Total Lump Sum Cost $47,800 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #62400136. 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. Acknowledgement of Schedule E — Insurance and Bond 5. Acknowledgment of Schedule F — Weld County Contract 6. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. Solicitation # B2400136 Page 8 7. 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. Attestation Item Entry Company Name: Address: Phone Robert Shreve Arch & Planners 801 8th Street, Greeley, CO 80631 970-346-0151 Email: FEIN/Federal Tax ID #: rsapinc@aol.com 84-1268775 CONTRACTOR: By: Robert -J. Shreve Name: Robert J. Shreve Title: President Oct. 14. 2024 Date of Signature Solicitation # B2400136 Page 9 Addendum # 1 Bid Request Number B2400136 Keenesburg Grader Shed Design Engineering Currently Reads: Questions and Answers Change: 1. Question: Is the county asking for the design to include low voltage system (IT, AV, and access control) or just raceways and backboxes? The low voltage system design has typically been contracted or performed by ownership on previous weld county facilities project. Answer: Yes, design consultant to provide specifications for Access Control, Fuel Management System, and Lighting Controls. Raceways and backboxes to be included in design. 2. Question: Can the low voltage design be handled as a delegated design? Answer: No, See Question #1. 3. Question: Will the county provide the stamped design of the fuel system and associated controls or is that to be included in the design documents? Answer: The fuel system and associated controls to be included in the design documents. 4. Question: Can the fuel design be handled as a delegated design? Answer: No 5. Question: Is the design team to include a full topographical survey and geotech report in their fee? Answer: Yes, design to include topographical survey but geotech is to be provided by Weld County. 6. Question: Approximately how much of the 6.5 acre site do you anticipate will be developed as a result of this project? Answer: Undetermined, based on storm water design. 7. Question: Will the three equipment bays be pull through bays? Answer: No 8. Question: Will there be requirements for equipment and/or employee parking outside the grader shed? If so, what are the total exterior parking requirements for the site? Answer: No delegated parking outside of the building. 9. Question: Will this project be within a fenced yard? If so, will access gate be manual or electric? Answer: Yes, this will be a fenced yard and will have a manual gate. 10. Question: It appears that this project will require water & sewer for the restroom. Can you confirm that this project will require a well & septic tank, and that these are to be included in the design for this project? Answer: Design consultant to determine if well is necessary or if domestic water is available. Septic tank and leach field to be included in design. 11. Question: Will there be any requirements for fire protection for this facility (i.e. water storage tank & fire pump)? Answer: No 12. Question: Is natural gas available at this site and/or will it be needed for this facility? Answer: Design consultant to determine if natural gas is available at this site. 13. Question: Will there be any improvements made to the roadway in front of the site? Answer: Undetermined, Consultant will be responsible to verify with City, County. and state regulations for necessary roadway improvements. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Robert Shreve Arch & Planners Oct. 14, 2024 Date of Signature Signature: Roberti.. Shave/ Name: Robert J. Shreve Title: President October 14. 2024 [Click to Update] 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 design 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 the 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 that users 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 to 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 being a positive or a negative aspect should it be introducing 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 make adjustment to the design, as necessary. We believe that including the consulting engineers in design process is beneficial. We do recommend that they not start their work in earnest until the plans have 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 reduce 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 that the project will run more smoothly. The contractor becomes a member of the team. The 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 project for the clients simplifies the communication process. Being located near the client and to the construction location, the team can view the project progress more often. Travel time is expensive and therefore a reduction of the time spent on that activity increases the amount of time available for communication. 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 have pride ourselves in providing quick response 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 Kalib Ainsworth, M & P Structural and Civil Engineers.: Wernsman Engineering Structural Steve Wernsman Civil Engineer Eric Wernsman PROJECT TARGET DATES Schematic Design — (4 weeks) Design Development — (5 weeks) Christmas break Construction Documents — (4 weeks) Construction Administration The schedule for preparing the documents is reasonable. 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 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. RSAP has designed and completed Weld County grader sheds in Kiowa and Ault along with being involved with the redesign of the Mead Grader & Salt/Sand Shed. RSAP is currently involved with the construction of the Briggsdale Grader and Sand/ Salt Shed. At the present time the firm is working on the completing the design of Dacono Grader Shed. 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 Revit, 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 hour. 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 completed 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 in 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/ l icen s i ng/Lookup/Pri ntLicenseDetai 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 Robert Joseph Shreve Public Address Robert Shreve Arch & Planners,inc 801 8th St Ste 120 Greeley, CO 80631 Credential Information License Number License Method ARC. 00300667 Reciprocity License Type Architect License Status Original Issue Date Active 05/19/1967 Effective Date 11/01/2023 Expiration Date 10/31/2025 Board/Program Actions Discipline There is no Discipline or Board Actions on file for this credential. Generated on: 4/29/2024 2:55:49 PM I of 1 4/29/2024, 2:58 PM ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYY1� 11 /21 /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) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Megan Morita NAME: Statefarm Larson Insurance Agency Inc. rat, EM): (970) 356-8700 I v.- (970) 356-8875 4895 W 10th St. Suite C CSti), E-MAIL me an.morita.dv' statefarm.com ADDRESS: 9 U@ INSURER(S) AFFORDING COVERAGE NAIL # Greeley, CO. 80634 INSURER A : State Farm Mutual Automobile Insurance Company 25178 INSURED INSURER B : State Farm Fire and Casualty Company 25143 Robert Shreve Architects And Planners LLC INSURER C : 801 8th St. Ste 120 INSURER D : INSURER E : Greeley, CO. 80631 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADD SUB CZ WVD POLICY NUMBER POLICY EFF (MM/LaYAYY) POLICY EXP (MM/DDIYYYY) UMITS A X COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE X OCCUR N N 96-BK-P566-3 03/29/2024 03/29/2025 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED PREMISES (Ea occurrencel 0 30O 000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY 0i Q a LOC OTHER: GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED _ AUTOS ONLY SCHEDULED X AUTOS NON -OWNED AUTOS ONLY N N 156 3701-020-06J 08/20/2024 02/20/2025 Ea aco dWiNGLE LIMIT $ BODILY INJURY (Per person) $ 250,000 BODILY INJURY (Per accident) $ 500,000 PROPERLY DAMAGE (Peraccident) $ 100,000 UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y. N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A MITE II ERH $ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Facilities ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H St AUTHORIZED REPRESENTATIVE Completed by an authorized State Farm representative. If signature Greeley, CO. 80631 I is required, please contact a State Farm agent. ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1001486 132849.14 04-13-2022 Client#: 1083426 ROBERSHR A CORDre CERTIFICATE OF LIABILITY INSURANCE DATE (MMfDD/YYYY) 41301'2024 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) must have ADDITIONAL INSURED provisions or be endorsed. H SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCERS US! Insurance Services, LLC 4600 S. Ulster Street, Suite 1200 Denver, CO 80237 800 873-8500 cT Sheree S. Zamarripa - (A�c°, No. Est,: 800 873-8500 Uuc, N�� ol, Miss, sheree.zamarripa@usi.com INSURERS) AFFORDING COVERAGE NAIL INSURER A: Pinnacol Assurance Company 41190 INSURED Robert Shreve Architects and Planners, Inc. 801 8th St, Suite 120 Greeley, CO 80631 INSURER B: XL Specialty Insurance Company 37885 INSURER C : INSURER D: INSURER E INSURER F : • v 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. LTR TYPE OF INSURANCE VAR ADOL SUER INSR yyyp pOUCY NUMBER POLICY EFF (MMIDD/YYYYZ pOUCY EXP LIMITS MMO]D/YYYY1 - S COMMERCIAL GENERAL LIABILITY CLAIMS -MADE �� OCCUR pEAtCyfH�OECjCQURRENCE PREMISEI tna oau a oral MED EXP (Any one person) I IPERSONAL & ADV INJURY S I GENERAL AGGREGA 5 GE 'L AGGREGATE LIMIT APPLIES PER: L_ -I JETE POLICY i El LOC OTHER: PRODUCTS - COMP/OPAGG I S j O eIn D SINGLE LIMIT AUTOMOBILE _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS I NON -OWNED � AUTOS ONLY i BODILY INJURY (Per person) j 5 I BODILY INJURY (Per accident) I S PROPERTY DAMAGE I (Peracademl ! S S UMBRELLA LIAR C EXCESS LIARHCLOCAtURMSMADE EACH OCCURRENCE I S AGGREGATE S DED I 1 RETENTIONS 1 A .woRKERsco sosanoN AND EMPLOYERS' UABIUTY ANY PROPRIETORIPARTNER/EXECUTIVE Y / N OFFICERMEMBER daNuEoEDT 7 (Mandatory M NHl tf yes, describe under DESCRIPTION OF OPERATIONS below x N I A 3205439 04/01/2024 04/01/2025 x ISTATUTE 1. lit I E.L EACH ACCIDENT 151,000,000 I E.L. DISEASE - EA EMPLOYEE S1,000,000 I E.L. DISEASE - POLICY LIMIT ; 81,000,000 B Professional Liability Claims Made DPS5011148 03/31/2023 03/31/2025 $1,000,000 per claim $2,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If 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 #S446045721M44584229 AZLZP Emi G2 CONSULTING 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. V EDUCATION I REGISTRATIONS, CERTIFICATIONS B.S. in Architectural Engineering University of Wyoming, 1998 0 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 Weld County Building C Renovation City of Sterling City Hall Mechanical Replacement City of Brighton Historic City Hall HVAC Improvement 0 8th and 8th Building Renovations, Greeley, CO C! Mountain View Fire Maintenance Facility G City of Laramie Mechanical Improvement Project 0 Lonestar School District Kitchen MEP Upgrades 0 Alamosa School District Kitchen & Connector G2 Consulting Engineers, Inc. Lookup Detail View Licensee Information This serves as pr►mary source venficatron* of the license *Prima rysource verification License information provided by the Colorado Division of Professions and Occupations, established by 24-34-102 C R S Name Greg Julius Peterson IPublic 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 I Public Action Resolution Effective Date Completed Date 2017-6350 I CLS Letter of Admonition Letter of Admonition 03/21/2018 Generated on 4/29/2024 3 03 51 PM 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. 0 0 EDUCATION , REGISTRATIONS, CERTIFICATIONS Bachelor of Science, Architectural Engineering Kansas State, 2010 Professional Engineer, Multiple States G LEED Accredited Professional WELD COUNTY PROJECT EXPERIENCE C> Weld County —Ault Grader Shed 0 Weld County —Courts Holding Renovation 0 Weld County— Jail Expansion 0 Weld County —Evidence Storage Expansion 0 Weld County —Planning Renovation 0 Weld County —Election Hall Renovation 0 Weld County —Fuel Station and Mag Chloride holding 0 Weld County -4H Cooling Upgrades 0 Weld County —Hazardous Waste 0 Gaylord National Riverview Ballroom, 23,000 SF 0 Jamul Casino and Hotel -145,000 SF / 14 floor Tower G Harrah's Columbus NE Casino and Racetrack -63,000 SF G Northeastern Junior College Chiller Replacement 0 City of Brighton HVAC Energy Improvements, 7 Building with supporting Energy Modeling 0 RE -Valley 1 —Sterling School District HVAC Improvements Pnnt Lookup Details hops //apps2 colorado gov/dora/hcensing/Lookup/PrmtLicenseDetails Lookup Detail View Licensee Information This serves as primary source venf►cation' 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 David Ryan Smith Public Address AE Associates, Inc 1308 Westndge Dr Loveland, CO 80537 Credential Information License License License Original Effective Expiration Number Method License Type Status Issue Date Date Date PE 0050028 Examination Professional Engineer Active 06/09/2015 11/01/2023, 10/31/2025 Board/Program Actions Discipline There is no Discipline or Board Actions on file for this credential Generated on 4/29/2024 3 0O18 PM I oft 4/29/2024, 3 00 PM (G2 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 ASH RAE Member RELATED PROJECT EXPERIENCE Weld County —Ault Grader Shed 0 Weld County —Wash Bay Facility 0 Weld County— Jail Expansion Weld County —Evidence Storage Expansion Weld County —Planning Renovation Swanee Elementary - Denver, CO Weld County Buildings and Grounds Facility Remodel G Cherry Creek School District (6 schools) 0 Union Colony Preparatory School rinmot_ %Ijt: 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 G Weld County Jail Expansion and Renovation 0 Weld County Wash Bay Building C Weld County Buildings and Grounds Remodel 0 Weld County Building C Renovation G 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 <> Nunn Fire Station G2 Consulting Engineers, Inc. 2 Client#: 1420802 G2CON ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 9/20/2023 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(tes) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Insurance Services, LLC 4600 S. Ulster Street, Suite 1200 Denver, CO 80237 800 873-8500 CNONTACT pp��p�NE 800 873-8500 t FA3c (OJC, No. EzV: ! (A/C, No): n o'er: den.certificate@usi.com INSURERS) AFFORDING COVERAGE NAIL ft INSURER A : Travelers Property Cas. Co. of America 125674 INSURED G2 Consulting Engineers, Inc. 5000 Goodman St., Unit 100 Timnath, CO 80547 INSURER B : Travelers Indemnity Company 125658 INSURER C : Berkley Insurance Company j 32603 INSURER D : Phoenix Insurance Company 25623 INSURER E INSURER F CERTIFICATE 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. lTR TYPE OF INSURANCE ADO UBR INSR POLCY NUMBER POLICY EFF I POUCY EXP (MMIDD/YYYY) �MANDDtY UMITS A X COMMERCIAL GENERAL/.uae.RY X X 6806H900677 10/05/2023;10/05/2024 1$1,000,000 CLAIMS -MADE El OCCUR oEACH�OECCCURRENCE PREMISES (Ea ,Ncair once/ '51,880,000 MED EXP (Any one person) $5,000 PERSONAL s ADV INJURY 51,000,000 GEM. AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 52,000,000 _^ POLICY a JECT O LOC PRODUCTS - COMP/OP AGG 52,000,000 OTHER: I Q I AUTOMVsaE LIABILITY X X BAORO8652723 10/05/2023110/05/2024,Va8 NaUNGLE UMIT x1,000,000 _ ANY AUTO j BODILY INJURY (Per person), S I _ OWNED AUTOS ONLY SCHEDULED - AUTOS I BODILY INJURY (Per accident) $ X _L,(—' _ AUTOS ONLY X . NON -OW NED AUTO5 ONLY i' PROPERTY OAMAGE � (Per accdent) i S B X UMBRELLA LIAR OCCUR X X CUP7H073235 10/05/2023.10/05/2024, EACH OCCURRENCE i 52,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE 52,000,000 DED RETENTION $10000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY X UB6H9O653A23 10/05/2023' 1O/O5/2O24IX ISTaT;ITE ERH 1 ANY PROPRIETOIUPARTNERIEXECUTIVE Y I N OFPICER/MEMBEREXCLUDED? N N/A I E..L. EACH ACCIDENT I $1,000,000 (Mandatory In NH) If describe ! I E.L. DISEASE - EA EMPLOYREI $1,000,000 yes, under DESCRIPTION OF OPERATIONS below I E.L. DISEASE - POLICY LIMIT $1,000,000 C Professional Liability Claims Made AEC907110907 10/05/2023I10/05/2024 $5,000,000 per claim , $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be 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 Facilities Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 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 #S419041171M41899510 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, Umbrella/Excess 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 III- iI WERNSMAN ai ENGINEERING, 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 Wemsman 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 Sttucturai 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/licensing!Lookup/PrintLicenseDetai is.... 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 Wemsman 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 1 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 CERITIFICATIONS Colorado Registered Professional Engineer 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 1993 1999 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 I and 0 Greeley Colorado Complete Civil Design, 275 unit Apartment Complex(s) Minor Subdivision, Grading Plan, Drainage Design, Utility Design, Allnut 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.co lorado.gov/dora/I icensi ng/Lookup/PrintL i cen seDetai l 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 Credential Information License Number PE.0033371 License Method Examination License Type Professional Engineer License Status Active Original Issue Date 01/25/1999 Effective Date 11/01/2023 Expiration Date 10/31/2025 Board/Program Actions Discipline There is no Discipline or Board Actions on file for this credential. Generated on: 4/29/2024 3:25:09 PM 1 of 1 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 ACORD. Client:1083426 ROBERSHR CERTIFICATE OF LIABILITY INSURANCE DATE 413012024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFRRMATIVELY 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 TTiE CERTIFICATE HOLDER IMPORTANT: If the certificate holder is an ADDRIONAL INSURED, the policy(ias) 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 anendorsemenL A statement on this certificate does not confer any rights to the certificate holder in Feu of such endorsement(s). •PR UUcER USI Insurance Services, LLC 4600 S. Ulster Street, Suite 4200 Denver, CO 80237 800873-8500 MA. Shame S ZamaFripa PHONE 800 873-85500 FA�c I (A� N. shereezamarripaausico ADDRESan lrr INSURER. AFFORDING COVERAGE NAIL I A; Planaeol Assurance Company 41190 INSURED Robert Shreve Architects and Planners, Inc. 801 8th St, Suite 120 Greeley, CO 80631 ...AB: XL Specialty Insurance Company 37885 INSURER El: INSURERRER COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POUCIF..5 OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDRIONOF ANY CONTRACTOR 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, AND CONDIRONS OF SUCH POLICES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �EXCLUSIONS liR TYPEOF INSURANCE ADDLSUBIt INSR MD POUCY NUMBER (1 MPOUCY �fY) POUCY ESP =mss COMMERCIAL. GENERAL LIABILITY CLAUS -MADE OCCUR EACH OCCURRENCE S RattaiOICao nEDmorencsl S RED U IP (Any one parsan) S PERSONALS ADV INJURY S GENERAL AGGREGATE S GENt AGGREGATE LSAT APPLIES PER: POLICY I____I JECT El LOC OTHER PRODUCTS-COMPIOP AGG S AUTOMOBILE _ _ LIABILITY ANY AUTO OWNED AUTOS ONLY TO AUTOS ONLY SCH®SLED _ NON -O INNED y C SINGLE LAW j BODLY INJURY (Pr person, S BODILY INJURY (Pr accident) S PROPERTY DAMAGE (Per =Went) S S UMBRELLA LIAB EXCESS LIAR DED I I RETENTIONS -+ OCCUR CLAIMS -MADE EACH OCCURRENCE S AGGREGATE S S A A WORKERSi LI �Linr YTN ANY PROPRIETORIPARTN(321FJLCUTIVE OFFICERIMEMBER EXCLUDED, (Mend.. in NH) If yes. DESCRIPTIOF ON OPERATIONS below x N f A 3205439 04/0112024 0410011�S x IrAATvrr I TER EL EACH ACCIDENT 11,000,000 51,000,000 L EDISEASE- EA EMPLOYEE E.L DISEASE - POLICY UNIT 51,000,000 B Professional Liability Claims Made DPS5011148 03/31/2023 03/31/2026 $1,000,000 per claim $2,000,000 annl aggr. DESORPTION OF OPERATIONS I LOCATIONS / MUCUS (ACORD 19 ,Addidmul Reno. Schedule, may be attached H mare apace is requi ed) 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 terms and conditions described above Weld County is Additional' Insured for General Liablity CERTIFICATE HOLDER Weld County Attu: Facilities Deparltnent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 758 ' Greeley, CO 80632 AUTHOR® REPRESENTATIVE ® 1988 2015 ACORD CORPORATION. All rights reserved ACORD 25 (2016103) f of 1 The ACORD name and lowers registered marks of ACORD Contract Form Entity Information Entity Name* Entity ID* ROBERT SHREVE ARCHITECTS & @00027946 PLANNERS INC Contract Name* KEENSEBURG GRADER SHED DESIGN AND ENGINEERING SERVICES Contract Status CTB REVIEW Q New Entity? Contract ID 8894 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description * PROVIDE DESIGN AND ENGINEERING SERVICES FOR THE KEENSEBURG GRADER SHED. Contract Description 2 Contract Type" CONTRACT Amount* $47,800.00 Renewable* NO Automatic Renewal Grant IGA Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 1 1 /30/2024 GROUNDS 12/04/2024 Department Email CM- BuildingGrounds@weld.go Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2400136 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 * 05/01/2025 Committed Delivery Date Renewal Date Expiration Date* 05/01/2025 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 CURTIS NAIBAUER CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 12/02/2024 12/04/2024 12/05/2024 Final Approval BOCC Approved Tyler Ref # AG 120924 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 12/09/2024 October 21, 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: Keenesburg Grader Shed Design & Engineering Services - 82400136 As advertised this bid is for the design & engineering services for a new grader shed in Keenesburg for Weld County Public Works. 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 $47,800.00. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director 11/4 U100ZCo WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett@weld.gov cceisertaweld.gov ttavlor(aiweld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: OCTOBER 15, 2024 REQUEST FOR: KEENESBURG GRADER SHED DESIGN & ENGINEERING SERVICES DEPARTMENT: FACILITIES BID NO: B2400136 PRESENT DATE: OCTOBER 21, 2024 APPROVAL DATE: NOVEMBER 4, 2024 VENDOR Robert Shreve Architects & Planners 801 8th Street Greeley, CO 80631 Cairn Design LLC 1805 Sheely Drive Fort Collins, CO 80526 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. TOTAL $47,800.00 $50,715.00 2024-2784 10/Zk t(LI OO Z
Hello