Loading...
HomeMy WebLinkAbout20241065.tiffc+ ( C)4 3054 April 3, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Chris Coulter Subject: Fort Lupton Sand Salt Shed Repairs Design -62400057 As advertised this bid is for design services to remodel the Ft. Lupton Sand & Salt Shed. The low bid is from Cairn Design LLC and meets specifications. Therefore, the Facilities Department recommends award for design of the Fort Lupton Sand/Salt Shed - 62400057 to Cairn Design LLC. for $30,000. If you have any questions, please contact me at extension 2023. Sincerely, Chris Coulter Director e0n7-vrl- nrcSA 5/1 /24 2024-1065 3� OZCo PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND CAIRN DESIGN, LLC FT LUPTON SAND AND SALT SHED REPAIRS DESIGN & ENGINEERING SERVICES THIS AGREEMENT is made and entered into this \ Sfiday of M , 2024, by and between the Board of Weld County Commissioners, on behalf of the Facis Department, hereinafter referred to as "County," and Cairn Design LLC, 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. B2400057. 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. 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 2 $30,000.00 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 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. 3 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 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. 4 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. b. 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. c. 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. 5 d. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that 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. 6 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: Kenneth Caudle, PE Position: Owner Address: 1805 Sheely Drive Address: Ft. Collins, CO 80526 E-mail: ken@cairndesignllc.com Phone: 970-286-7968 TO COUNTY: Name: Chris Coulter Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80634 E-mail: rcoulter@weldgov.com 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. 7 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement 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 8 provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law. If Contractor fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract. 31. 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. 9 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: Cairn Design LLC By: 04/29/2024 Name: Ken Caudle, PE Title: Engineering Manager Date of Signature WELD CO T S C�:. •o�ti ATTEST: • Weld C . u Clerk to the B s and BY: Deputy Clerk he t oard // • 10 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry L. Bj k, Chair Pro-Tem MAY 0 1 2024 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17TH AVENUE GREELEY, CO 80631 DATE: FEBRUARY 27, 2024 BID NUMBER: B2400057 DESCRIPTION: FORT LUPTON SAND SALT SHED REPAIRS DESIGN & ENGINEERING SERVICES DEPARTMENT: FACILITIES MANDATORY PRE -BID: MARCH 13, 2024 BID OPENING DATE: MARCH 27, 2024 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: FORT LUPTON SAND SALT SHED REPAIRS DESIGN & ENGINEERING SERVICES A mandatory pre -bid conference will be held on March 13, 2024 at 1:00 PM at Weld County Fort Lupton Grader/Salt Shed located at 7625 WCR 31, Fort Lupton, CO 80621. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: March 27, 2024 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on March 27, 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: 189 134 843# PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the locations) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bidsAweld.gov; however, if your bids exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid is received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Bid Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #B2400057 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will n ot be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder n or any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or u nderstanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim o r right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits u nder the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2400057 Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. 0. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld BID REQUEST #B2400057 Page 4 County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee o r hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid u ntil it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #B2400057 Page 5 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to recuire Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional BID REQUEST #B2400057 Page 6 for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract BID REQUEST #B2400057 Page 7 Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2400057 Page 8 SCOPE OF WORK Fort Lupton Sand Salt Shed Repairs Design and Engineering Services PROJECT OVERVIEW: Weld County is seeking a lump sum bid for professional design and engineering services for repair renovations at the Fort Lupton Sand/Salt Shed (Estimated 60' x 50'). This facility is located at 7625 WCR 31 Fort Lupton, CO. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. SCOPE OF WORK: Weld County is needing professional design services for schematic design, design development, construction documents, and construction administration to repair existing sand and salt shed. General requirements and needs for repairs of the existing building will include but not limited to the following. 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. 2. The existing Fort Lupton sand and salt shed is requiring repairs due to rusted structural members. The County is seeking design services for repairing structural members and adding a concrete wall for mitigating future issues. a. Structural steel design for repairs if necessary. b. Design for cleaning / removing rust. c. Design to show panels that need to be replaced. d. Design concrete wall to protect sand shed structure. ATTACHMENTS • Attachment A — Fort Lupton Sand/Salt Shed Photos PROJECT SPECIFIC TERMS AND CONDITIONS The intent of this section is to highlight in general terms the nature and scope of the work to be performed. 1. Investigate and document all structural issues with Fort Lupton sand shed. 2. Consultant to provide a proposed method of cleaning and repairing rusted structural members. 3. Design team to provide structural fixes for all members beyond surface repairs. 4. Design to include replacement panels for exterior metal panels that are rusted. 5. Design team to provide a concrete wall within the perimeter of the building to separate sand/salt mix from structure. DESIGN SERVICES 1. Provide a design for the project. BID REQUEST #B2400057 Page 9 2. Prepare submittals to governing agencies for approval. 3. Provide a schematic design package. 4. Provide full and complete construction documents. 5. Provide construction administration/consultation 6. Attend weekly design and construction meetings. 7. Prepare building permit submittal and assist in obtaining the permits. Make Building Inspection Department requested revisions. 8. Provide a design schedule 9. Include all costs for architectural design services, structural engineering, and all other "consultant" fees in the proposal. 10. Coordinate surveys and other design activities. All costs shall be included in bid. PLANS / DOCUMENTS: (At a minimum the county requires the following) 1. Demolition Plans (if applicable) 2. Architectural Plans 3. Structural Plans 4. Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County. 5. All related engineering calculations, QA/QC, and manufactured equipment documentation 6. 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. Weld County will provide copies existing plans, as -needed, on a per -project basis. Computer -Aided Design (CAD)/AutoCAD copies of plans are typically NOT available. 3. 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. 4. 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. 5. 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. • 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) BID REQUEST #B2400057 Page 10 • 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 structure. Guide selection of exterior and interior finishes. This process will require close coordination with Facilities Department staff to optimize details of building finishes. In general, building structures shall be designed to maximize resiliency, minimize long term life cycle costs and consider sustainable elements. 3. Structural Design: Produce structural plans and specs in compliance with all state and local building codes. 4. 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. 5 Revit or BIM modeling is not required. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built drawings 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 drawings 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 referenced as 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 Request for Bid (RFB) 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: a. Identify who will act as the primary contact person to Weld County for this project. b. 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 a. Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly. BID REQUEST #B2400057 Page 11 b. 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. a. 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. SCHEDULE: Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Design Start Design Completion: PROPOSED DATES: February 27, 2024 February 27, 2024 March 13, 2024 March 20, 2024 March 27, 2024 April 15, 2024 April 29, 2024 Immediately upon receipt of signed contract. July 29, 2024 Based on a contract execution date of April 29, 2024, please provide proposed schedule dates. Schematic Design (30%) Design Development (60%) Construction Documents (100%) FEES: Provide complete cost for the base bid. TOTAL LUMP SUM BID $ BID REQUEST #B2400057 Page 12 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 March 27, 2024: 1) Pages 9 thru 14 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2400057 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2400057. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0124 BID REQUEST #B2400057 Page 14 Exhibit B bids From: Sent: To: Subject: Attachments: Ken Caudle <ken@cairndesignllc.com> Wednesday, March 27, 2024 6:49 AM bids B2400057 Fort Lupton Sand Salt Shed B2400057 Fort Lupton Shed - Cairn Design.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Please accept the attached as our bid for this project. I hereby waive my right to a sealed bid. Ken Caudle, TEED AP CAIRN DESIGN, LLC leading high performance building solutions Based in Fort Collins, Colorado, and serving you, wherever you may be! cairndesignllc.com ken@cairndesignlIc.com (970) 286-7968 1 CAIRN DESIGN, LIC whit@ AA4/2,403/4frtact bukeht, steatkom t _„�� r _�►..t�,�w• wry., 1 r -'l T r Jr Response to: Request for Bid Fort Lupton Sand and Salt Shed Design and Engineering Services Bid Number B2400057 Submitted by: Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 (970) 286-7968 Date: March 27, 2024 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2400057. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Cairn Design, LLC BY Kenneth Caudle, PE (Please print) BUSINESS ADDRESS 1805 Sheely Drive DATE 03/27/2024 CITY, Fort Collins STATE, CO ZIP 80526 TELEPHONE NO (970) 286-7968 FAX CODE TAX ID # 46-5622-900 SIGNATURE eCi—Ca E-MAIL ken@cairndesignllc.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 — 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0124 BID REQUEST #B2400057 Page 14 Summary and Statement of Understanding Statement of Understanding Cairn Design, LLC and the sub -consultants listed herein have thoroughly reviewed the issued RFP and all addenda The mandatory Pre -Proposal conference was attended by the Project Manager, Ken Caudle, and the facility was visited during this conference The general scope, as it pertains to the design and construction of the facility is as understood below Fort Lupton Sand and Salt Shed The project consists of the structural and siding repairs to the existing sand and salt shed located in Fort Lupton, Colorado The shed has sustained structural, siding, and cosmetic damage due to the corrosive nature of the salt This damage includes the structural column bases, anchor bolts, lower girts, and lower portions of the siding The sand shed will be repaired with a 5' tall concrete stem wall added for future protection of the lower building elements The design will incorporate Weld County's standard building elements such as finishes, colors, etc Cairn Design, LLC is very familiar with the materials Weld County uses on their projects Summary This response to the RFP is hereby submitted by Cairn Design, LLC with the following design team Project Management, Architectural Cairn Design, LLC is submitting this proposal and will be the prime Cairn Design, LLC will lead all project management duties and architectural design Structural Engineering JVA, Inc Team History The principals of Cairn Design, LLC have been working on projects together since the mid 1990's They have been consultants on each other's projects periodically during this time and decided to create Cairn Design, LLC in 2017 Cairn Design, LLC has teamed with JVA, Inc on several Weld County projects periodically over the years Organizational Chart Project Management Cairn Design, U.C Ken Caudle. PE Arch'rectum Cairn Design. LLC Katherine Ligon, RA I Structural Engineering NA. Inc. Steve Carpenter. PE 1 ()rafting and Support Drafting and Support Capabilities, Qualifications, History and Experience Cairn Design, LLC — Architecture, Project Management and Electrical Engineering Cairn Design, LLC, started in 2017 and located in Fort Collins, Colorado provides architectural and engineering services to the Colorado Front Range. As a woman -owned small business, we specialize in municipal; commercial; higher education; federal and local government; space planning; tenant fit - out; and telecommunications projects. We work to integrate high performance, sustainable principles in every design. With more than 50 years, combined, in the business. the owners of Cairn Design, LLC in Fort Collins, Colorado offer expert in-house Architectural and Electrical Engineering services. The principals collaborated on projects for more than twenty years, prior to forming the firm. We are licensed in several states throughout the country and are qualified to add more as needed. Primary areas of expertise include telecommunications; sustainable design; and commercial, higher education, and federal and local government projects. We have broad experience in both new construction and renovation projects. Our focus is working as a team with all members of the design build process, the owners, the users, the contractors and the consultants. The project manager for Cairn Design, LLC, Ken Caudle has extensive experience in medical and lab projects, large office projects, industrial projects and municipal projects including high - end Town Hall and City Council chambers with AN, sound and recording. With his experience in the medical and lab fields Ken was chosen to lead the electrical committee to update and rewrite the 2008 edition of the Design Requirements Manual for the National Institutes of Health. He was also the engineer of record for multiple biomedical labs, operating rooms and medical facilities at NIH in Bethesda, MD and Presbyterian Hospital in Charlotte, NC. Cairn Design, LLC has experience working with Weld County on multiple projects, including: Centennial Courtrooms, DA Offices and HVAC Upgrades Weld County Jail Courtroom Building 1400 — Treasurer's Offices Public Works Storage Building and Public Works Truck Parking Weld County Sheriffs Range and Classroom Probation Offices Renovations Weld County Greeley Sand and Salt Shed Repairs JVA, Inc.- Structural Engineering JVA, Incorporated is a consulting structural, civil and environmental engineering firm headquartered in Boulder, Colorado with offices in Fort Collins, Winter Park, Glenwood Springs and Denver JVA has a 63 -year history of engineering experience serving architects and owners on building projects, site development and water/wastewater projects throughout the Rocky Mountain area and nationwide Our current staff size is 115 The pnncipals are registered in Colorado and every state across the country Key members of JVA's staff are LEED Accredited Professionals, and as a member of the USGBC, we are committed to sustainable design practices that promote high performance buildings and sustainable sites We provided services on Bethke Elementary, which is the first school in the nation to be certified under LEED for Schools Several of our projects have incorporated Green Roofs As a leader in public work, our municipal experience includes town halls, community/senior centers, libraries, public safety facilities, fire stations and public park JVA's municipal work in Northern Colorado includes projects in Greeley, Fort Collins, Windsor, Johnstown, Ene and Firestone We provided services on the recently completed Fort Collins Museum & Science Discovery Center We are currently involved in parks & recreation projects in a half dozen communities across the state JVA's office and commercial experience includes projects across the nation Our early involvement to evaluate alternative building systems is important and we have expertise in structural steel, light gauge load -bearing steel, masonry, precast concrete, tilt -up concrete, and post -tensioned concrete structures We have been involved in significant structural repair projects and have the expertise to provide structural repair design for the steel and concrete components of this building JVA has experience working with Weld County on the 2019 On -Call design and construction administration services for Centennial Courtrooms HVAC Upgrades Public Works Storage Building Weld County Sheriffs Range and Classroom Weld County Greeley Sand and Salt Shed Repairs ontract and provided Similar Projects Weld County Sheriff's Range and Classroom — Weld County, Nunn, CO Team: Cairn Design, LLC; JVA, Inc.; Fry Engineering, Inc. This project included developing approximately 80 acres of undeveloped land in rural Weld County. Cairn Design assisted the County with regulatory changes in the land use by completing the ZPAG process which included community involvement and public review. Cairn Design, LLC provided project management, architectural design, electrical engineering, and coordination with the PEMB consultant. The 8,000 sqft PEMB, training building consists of two 100 person classrooms, large break room, restrooms with showers, offices and storage. Weld County Public Works Storage Building — Weld County, Greeley, CO Team: Cairn Design, LLC; JVA, Inc.; Fry Engineering, Inc. This project included the design and construction administration fora new vehicle storage building for Weld County on their Greeley campus. Cairn Design, LLC provided project management, architectural design, electrical engineering, and coordination with the PEMB consultant. The project consists of a 15,000 sqft, pre-engineered metal, 6 -Bay vehicle storage building. Logan County Community Center— Logan County, Sterling, CO Team: Cairn Design, LLC; i2, Inc; JVA, Inc.; Fry Engineering, Inc. This project included the design of a new community center at the Logan County Fairgrounds. The 8,000 sqft PEMB, community center building consists of two large gang toilets, a commercial kitchen, storage and utility rooms. Poudre School District - Fort Collins High School Spine Corridor Structural Repairs Team: JVA, Inc. This project was comprised of an existing elevated steel bridge than connects a two buildings at the school. The roof and skylights had been leaking for years causing structural damage. The damage was assessed and repairs designed. Weld County Greeley Sand and Salt Shed Repairs — Weld County, Greeley, CO Team: Cairn Design, LLC and JVA, Inc. This project included the structural repairs for the Greeley Sand and Salt Shed. The project scope is identical to this project. The repairs included rust removal, metal structure multi -part finish, stem wall construction, metal wall repairs, and corrosion preventative. Resumes Cairn Design, LLC Katherine Ligon, RA, LEED AP Owner/Architect Katherine has 20 years of experience in architecture. Prior to creating Cairn Design, LLC in 2017, she worked for private consulting firms as well as the George Washington University system during her career. Her focus on planning and attention to detail has set her apart from many of her peers. As an architect, she gained valuable experience designing large, high-tech office and data center spaces for the national banks in her area. Higher education has also been a pertinent part of her design career and led her to become the Senior Planner and Campus Architect for George Washington University where she was able to work on many of the campus' varied projects. EDUCATION North Carolina State University Bachelor of Science, Architecture REGISTRATIONS & CERTIFICATIONS Registered Architect — (RA) NC and CO LEED AP BD+C 2000 EXPERIENCE Owner/Architect — Carin Design, LLC, Fort Collins, CO Architect/Senior Planner - George Washington University, Washington, DC Architect - Allex Jordan, Washington, DC Sustainability Consultant - GreenShape, Washington, DC Architect - Chatelain Architects, Washington, DC Intern Architect / Sustainable Design Coordinator - Walter Robbs Callahan and Pierce Architects, Winston Salem, NC RELEVANT PROJECTS (PARTIAL LIST): Weld County Administration Building Construction Documents, Greeley CO Weld County Administration Building Space Planning, Greeley CO Weld County Generator Enclosure Southeast Service Center, Firestone, CO Excel Electric Office Building, Longmont, CO Westin Lobby Coffee Shop, Westminster, CO Wachovia Linden Center, Winston-Salem, NC Weld County Treasurer's Office, Greeley CO Weld County Public Works Storage Building, Greeley CO Weld County Centennial Courtrooms and DA Offices, Greeley CO Weld County Sheriffs Range and Classroom Building, Greeley CO Weld County Jail Courtroom, Greeley CO Weld County Justice Services Offices, Greeley CO Logan County Community Center, Sterling, CO Weld County Greeley Sand and Salt Shed Repairs Ken Caudle, PE, LEED AP Project Manager Ken has 30 years' experience as an electrical, security, and communications engineer and has been the Engineering Manager at Cairn Design, LLC since 2017. He has and continues to provide design services for a variety of clients in the institutional, government and private sectors. He is an electrical system specialist. His responsibilities include expert technical plan/specification development, peer review and quality assurance field testing. Ken leads forensic investigations, condition surveys, field performance testing, technical report preparation and provided overall quality assurance. He is a Professional Electrical Engineer. With his experience in the medical and lab fields he was chosen to lead the electrical committee to update and rewrite the 2008 edition of the Design Requirements Manual for the National Institutes of Health. EDUCATION B.S. in Electrical Engineering Technology University of North Carolina at Charlotte REGISTRATIONS Professional Engineer (PE) — CO, NC, VA, MD, WY, CA Registered Communication Distribution Designer (RCDD) LEED AP PROFESSIONAL AFFILIATIONS Building Industry Consulting Services Inc. (BICSI) US Green Building Council 1991 1999 —10 Registration 2003 - Inactive 2004 EXPERIENCE Engineering Manager - Cairn Design, LLC, Fort Collins, CO Director of Engineering - PCD Engineering, Longmont, CO Electrical Department Head/Manager - Alphatec, PC, Washington, DC Electrical Engineer II - HSMM, Washington, DC Electrical Engineer - Optima Engineering, Charlotte, NC Electrical Designer - KM Armstrong Associates, Charlotte, NC Controls Designer - Combs and Associates, Charlotte, NC Controls Designer - Honeywell, Inc, Charlotte, NC EXPERTISE Medium and low voltage power distribution Interior and exterior lighting Building and outside plant communications Project coordination Field surveys and construction administration RELEVANT PROJECTS (PARTIAL LIST): Weld County Sheriffs Range and Classroom Building Weld County Centennial Courtrooms, DA Offices and HVAC Upgrades Weld County Administration Building Construction Documents, Greeley CO Weld County Health Lab and Welding Shop Renovations, Greeley CO Weld County Generators - Three Locations, Firestone, Dacono and Fort Lupton, CO Logan County Community Center, Sterling, CO Boulder Housing Authority Kestrel Housing, Louisville, CO Building electrical systems Security, Access Control and CCTV Fire alarm and control systems Cost Estimating Emergency power systems JVA, Inc. Steven D. Carpenter, PE, LEED AP Principal • Fort Collins • Structural Engineering Steven has more than 30 years' experience in structural engineering and has been with JVA for 6 years. EDUCATION B.S.C.E., North Carolina State University, 1988 M.C.E., North Carolina State University, 1991 REGISTRATION Professional Engineer Colorado, 2009 North Carolina, 1993 Tennessee, 2008 Wyoming, 2009 Nebraska, 2017 Montana, 2018 LEED AP PROFESSIONAL ORGANIZATIONS USGBC ICRI SEAC PROJECT EXPERIENCE Greeley Fire Station #1, Greeley, CO Greeley City Center, Greeley, CO CSU Medical Center, Colorado State University, Fort Collins, CO CSU ARDEC, Fort Collins CO CSURF 2537 Research Boulevard Office Building — Fort Collins, CO CSURF 2401 Research Boulevard Office Renovation — Fort Collins, CO CSURF CAT 23, Lot 2 - Fort Collins, CO FRCC Larimer Redcloud Peak Renovations — Fort Collins, CO FRCC Larimer Mt. Antero Additions and Renovations — Fort Collins, CO FRCC Larimer Blanca Peak Renovations — Fort Collins, CO University of Wyoming — Enzi STEM Building, Laramie, WY Wyoming Medical Center — West Tower, Casper, WY Wyoming Medical Center — MRI, Casper, WY Weld County Sheriffs Range and Classroom Building Weld County Public Works Storage Building Logan County Community Center, Sterling, CO Weld County Greeley Sand and Salt Shed Repairs Schedule and Approach The Cairn Design, LLC project manager, Ken Caudle, will be a consistent presence throughout design and construction. By having this constant point of contact, the team will be able to ensure the flow of information and receive positive feedback from the end users. If necessary, the project manager will record and issue meeting minutes and develop a Design Progress Log that will include the proposed design schedule, information required for the design, the responsible party, due date, schedule impact and completion date. Copies of the Design Progress Log will be provided to everyone on the team prior to the weekly design meetings. Meeting minutes will be kept by the project manager and issued to the team after each weekly design meeting. The design schedule will be updated weekly and any delays noted The list of deliverables is noted in the proposed schedule; however, the design team will provide current sets of plans at each weekly meeting to review with the County. These plans will be notated and marked up during each meeting in order to ensure the design progresses and all comments are incorporated before the next meeting. Full size pdf sets of the design documents will be provided at the milestone DD and SD submissions. Smaller print outs will be provided at the weekly design meetings for review and mark-ups. Full size pdf and hard copy (if necessary) of signed and sealed drawings and specifications will be provided at the design completion for permit and construction. As -built drawings, CAD files and specifications will be provided at the end of construction. For the existing portions of the facilities, obtaining accurate as -built information by field surveys, will be the first task for the design. The designers will use this information to define the limits of structural testing, demolition, and the condition of any existing system to remain. The condition of the systems will be evaluated, and the design team will make recommendations on replacing or keeping the system. Once the as -built conditions are complete, the team will start weekly meetings to develop the scope for the project and continue this process until the design is complete. The project manager will constantly review the documents during design for quality control and coordination. With multiple pre-engineered metal buildings between them, the design team can develop the repairs for a fully functional building to last the County decades. Special attention will be given to ensure the buildings are designed with the robustness necessary for longevity in their intended use. Having provided several project design services for Weld County, the design team understands the needs of the County and the desire to standardize on finishes and building elements. We know the colors, materials, fixtures, hardware and equipment the County uses and have a tried and true specifications to ensure the County receives what is required during construction. Proposed Schedule The main point of contact for the project will be the Cairn Design, LLC project manager, Ken Caudle. The project manager will attend all design and construction meetings and be involved throughout the entire project. All correspondence between the design team, sub -consultants, equipment providers and the owners team will include or originate with the project manager. Cairn Design, LLC has increased their production staff to handle the increased workload and any possible future projects and/or scope changes. Cairn Design, LLC has also chosen and contracted with sub -consultants with the experience and manpower to address any quick turnaround requests. Cairn Design, LLC and the rest of the design team understands and has worked through the addition and prioritizing of projects during the previous on -call contracts with Weld County. The project team anticipates following the schedule in the RFP: Contract Execution Schematic Design Design Development Construction Documents April 29, 2024 May 24, 2024 June 7, 2024 July 12, 2024 Rate Sheet, Reimbursable Estimate, Original Solicitation, Support Information, Insurance, etc. Cairn Design, LLC 2024 Hourly Rate Sheet Design Architect t Engineer Rate Principal $185.00 Project Manager $175.00 Project Architect $165.00 Drafter $110.00 Office Administration Secretarial $100.00 $80.00 We estimate approximately $300.00 in reimbursable expenses on this project to include mileage and printing. SCOPE OF WORK Fort Lupton Sand Salt Shed Repairs Design and Engineering Services PROJECT OVERVIEW: Weld County is seeking a lump sum bid for professional design and engineering services for repair renovations at the Fort Lupton Sand/Salt Shed (Estimated 60' x 50'). This facility is located at 7625 WCR 31 Fort Lupton, CO. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. SCOPE OF WORK: Weld County is needing professional design services for schematic design, design development, construction documents, and construction administration to repair existing sand and salt shed. General requirements and needs for repairs of the existing building will include but not limited to the following. 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. 2. The existing Fort Lupton sand and salt shed is requiring repairs due to rusted structural members. The County is seeking design services for repairing structural members and adding a concrete wall for mitigating future issues. a. Structural steel design for repairs if necessary. b. Design for cleaning / removing rust. c. Design to show panels that need to be replaced. d. Design concrete wall to protect sand shed structure. ATTACHMENTS • Attachment A — Fort Lupton Sand/Salt Shed Photos PROJECT SPECIFIC TERMS AND CONDITIONS The intent of this section is to highlight in general terms the nature and scope of the work to be performed. 1. Investigate and document all structural issues with Fort Lupton sand shed. 2. Consultant to provide a proposed method of cleaning and repairing rusted structural members. 3. Design team to provide structural fixes for all members beyond surface repairs. 4. Design to include replacement panels for exterior metal panels that are rusted. 5. Design team to provide a concrete wall within the perimeter of the building to separate sand/salt mix from structure. DESIGN SERVICES I. Provide a design for the project. BID REQUEST 1111111. Page 9 2. Prepare submittals to governing agencies for approval. 3. Provide a schematic design package. 4. Provide full and complete construction documents. 5. Provide construction administration/consultation 6. Attend weekly design and construction meetings. 7. Prepare building permit submittal and assist in obtaining the permits. Make Building Inspection Department requested revisions. 8. Provide a design schedule 9. Include all costs for architectural design services, structural engineering, and all other "consultant" fees in the proposal. 10. Coordinate surveys and other design activities. All costs shall be included in bid. PLANS / DOCUMENTS: (At a minimum the county requires the following) 1. Demolition Plans (if applicable) 2. Architectural Plans 3. Structural Plans 4. Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County. 5. All related engineering calculations, QA/QC, and manufactured equipment documentation 6. 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. Weld County will provide copies existing plans, as -needed, on a per -project basis. Computer -Aided Design (CAD)/AutoCAD copies of plans are typically NOT available. 3. 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. 4. 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. 5. 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. • 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) BID REQUE Page 10 • 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 structure. Guide selection of exterior and interior finishes. This process will require close coordination with Facilities Department staff to optimize details of building finishes. In general, building structures shall be designed to maximize resiliency, minimize long term life cycle costs and consider sustainable elements. 3. Structural Design: Produce structural plans and specs in compliance with all state and local building codes. 4. 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. 5. Revit or BIM modeling is not required. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built drawings 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 drawings 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 referenced as 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 Request for Bid (RFB) 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: a. Identify who will act as the primary contact person to Weld County for this project. b. 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 a. Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly. SID REQUEST OlliM Page 11 b. 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. a. 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. SCHEDULE: Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Design Start Design Completion: PROPOSED DATES: February 27, 2024 February 27, 2024 March 13, 2024 March 20, 2024 March 27, 2024 April 15, 2024 April 29, 2024 Immediately upon receipt of signed contract. July 29, 2024 Based on a contract execution date of April 29, 2024, please provide proposed schedule dates. Schematic Design (30%) May 24, 2024 Design Development (60%) June 7, 2024 Construction Documents (100%) July 12, 2024 FEES: Provide complete cost for the base bid. TOTAL LUMP SUM BID $ 30, 000.00 BID REQUEST #B2400057 Page 12 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 March 27, 2024: 1) Pages 9 thru 14 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid Itlay result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2400057 Page 13 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 Katherine Victoria Ligon Public Address Fort Collins, CO 80526 License License License License Original Issue Effective Expiration Number Method Type Status Date Date Date ARC.00404152 Endorsement Architect Active 11/12/2015 11/01/2023 10/31/2025 Board/Program Actions Discipline There is no Discipline or Board Actions on file for this credential. Generated on: 3/27/2024 6:21:09 AM 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. I Name IKenneth Ray Caudle Credential Information License License License Original Effective Expiration Number Method License Type Status Issue Date Date Date PE.0048202 Endorsement Professional Active 12/10/2013 11/01/2023 10/31/2025 Engineer Public Address Fort Collins, CO 80526 Board/Program Actions Discipline There is no Discipline or Board Actions on file for this credential. Generated on: 3i27/2024 6:21:42 AM 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 Steven Derek Carpenter Public Address Fort Collins, CO 80524 License License Original Effective Expiration Number License Method License Type Status Issue Date Date Date PE.0043003 Endorsement w/ Professional Active 04/07/2009 11/01/2023 10/31/2025 NCEES Council Engineer Record Board/Program Actions Discipline There is no Discipline or Board Actions on file for this credential. Generated on: 3/27/2024 6:22:20 AM ACVD,RL7" CAIRDES-01 CERTIFICATE OF LIABILITY INSURANCE CKING DATE (MMIDD/YYYY) 10/4/2023 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 certRicate 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 PUI Agancy 12 Colorado, Inc. P.O. Box 34of Littleton, CO 80161 INSURED Cairn Design, LLC 1805 Shealy Drive Fort Collins, CO 80526 N/uuEU =1,2* (720) 465-9116 tabs: CKing@profunderwriters.com INSURERIS)AFFORDING COVERAGE INSURER A:RLI Insurance Company INSURER B INSURER C: INSURER D INSURER E INSURER F (n/c,Noy(248) 5534305 NAIL 13056 COVERAGES T 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 tat ryvaR. POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD VND POLICY NUMBER IMMIDOIYYYYI I,1 A X COMMERCIAL GENERAL UABILITY cuoms-MADE X OCCUR PSB0007254 GEML AGGREGATE L' pTAPPLIES PER. X POLICY JECT LOC OTHER: EACH OCCURRENCE S 9/11/2023 9/11/2024 AGETORENTED PREMISES (Ea ocwnenccl. MEDEXP(Any one persan) .._ S PERSONAL 5 ACV INJURY $ GENERAL AGGREGATE 5 PRODUCTS - COMP/OPAGG $ 1,000,000 10,000 1,000,000 2,000,050 2,000,000 A AUTOMOBILE UABIUTY ANY AUTO PSB0007254 OWNED SCHEDULED A�U(TOAS ONLY AUQQT��Opp2"-E p X AUTOS ONLY X_ AUTOS ONLY Wah,1o 555 SINGLE LIMIT S 9/11/2023 9/11/2024 BODILY INJURY (Per person) $ scaly INJJPY (P r a n , S F$tOVR1Y 0AMAGE $ 1,000,000 UMBRELLA 'JAB OCCUR EXCESS UAB CLAIMS -MADE DEO RETENTION $ EACH OCCURRENCE AGGREGATE S 21,1 MPLNATABRTeITY YIN ANY PROPRIIEMTOR/PARTNER/EXECUFIVE an awry In NM EXCLUDED', N I A K describe under DESCRIPTION OF OPERATIONS below STATUTE ERH E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE. 5 E.L. DISEASE - POLICY LIMIT S A Professional Liab RDP0051959 A Professional Liab RDP0051959 9/11/2023 9/11/2024 Each Claim 9/11/2023 9/11/2024 Aggregate 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES IACORD 101, Additional Remarks Schedule, maybe attacked If more apace Is required, CERTIFICATE HOLDER CANCELLATIO Weld County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE WILL BE DELIVERED IN THE EXPIRATION DATE THEREOF, THE POLICY PROVISIONS. ACCORDANCE WITH 1150 O Street Greeley, CO 80631 AUTHORIZED REPRESENTATIVE ACORD 25 (2016(03) 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ADDENDUM#1 BID REQUEST NO. B2400057 Ft. Lupton Sand Salt Shed Repairs Design & Engineering Services Answers to questions that were received during bid process: 1. Question: It has been mentioned that no geotechnical report is currently available. Is the county willing to procure a new geotechnical report, or is it on the bidder to include any geotechnical investigation costs into our lump sum bid? Answer: No Geotechnical report is required, retaining wall and encasement of columns will be attached to existing stem wall foundation and footings. 2. Question: It is permissible for us to dig exploratory pits below the foundation to assess the current structure? Stability or strength of the structure will not be compromised during any temporary excavations. Answer: Yes. 3. Question: Is it permissible in the final design to have concrete supports for the retaining wall to extend outside the current building footprint? If so, are there any specific geometric constraints around the sides or back of the building? Answer: No constraints if needed. ***A signed copy must be submitted with your bid. Thank you!*** Addendum received by: March 21, 2024 Cairn Design, LLC FIRM 1805 Sheely Drive ADDRESS Fort Collins, Colorado 80526 CITY AND STATE � BY ken@cairndesignllc.com EMAIL ADDENDUM#1 BID REQUEST NO. B2400057 Ft. Lupton Sand Salt Shed Repairs Design & Engineering Services Answers to questions that were received during bid process: 1. Question: It has been mentioned that no geotechnical report is currently available. Is the county willing to procure a new geotechnical report, or is it on the bidder to include any geotechnical investigation costs into our lump sum bid? Answer: No Geotechnical report is required, retaining wall and encasement of columns will be attached to existing stem wall foundation and footings. 2. Question: It is permissible for us to dig exploratory pits below the foundation to assess the current structure? Stability or strength of the structure will not be compromised during any temporary excavations. Answer: Yes. 3. Question: Is it permissible in the final design to have concrete supports for the retaining wall to extend outside the current building footprint? If so, are there any specific geometric constraints around the sides or back of the building? Answer: No constraints if needed. ***A signed copy must be submitted with your bid. Thank you!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL March 21, 2024 tr ct F Entity Information Entity Name* CAIRN DESIGN LLC Entity ID* @00039527 Q New Entity? Contract Name* Contract ID FT LUPTON SAND AND AND SALT SHED REPAIR AND 8054 ENGINEERING DESIGN SERVICES Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* PROVIDE DESIGN AND ENGINEERING SERVICES FOR THE REPAIRS OF THE FT. LUPTON SAND AND SALT SHED. Contract Description 2 Contract Type* CONTRACT Amount* $ 30,000.00 Renewable" NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 04/26/2024 GROUNDS 04/30/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? 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 * 08/30/2024 Committed Delivery Date Renewal Date Expiration Date* 08/30/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 04/29/2024 Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 04/29/2024 04/29/2024 04/29/2024 Final Approval BOCC Approved Tyler Ref # AG 050124 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 05/01/2024 Hello