Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20241101.tiff
BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Grounds building water main extension. DEPARTMENT: Facilities. PERSON REQUESTING: Patrick O'Neill DATE: October 11, 2024 Brief description of the problem/issue: The City water main does not extend to the new grounds building site. There is a water main north of the site and another one south of the site. The City of Greeley is requiring that they be connected in a loop to provide adequate water flow. This change order will provide the necessary engineering to accomplish this. What options exist for the Board? 1. Approve the change order request. 2. Deny the change order request. Consequences: Without this change, we will not be able to get water service to the building. Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $8,850.00 Recommendation: The facilities department recommends placing this change order request on an upcoming BOCC agenda for approval. Perry L. Buck, Pro -Tern Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Q CmSen-& ccSe (BO Z014 -110) I o/23/2 PtolZ3/2� B(1bOZ(o Karla Ford From: Sent: To: Subject: Mike Freeman Tuesday, October 15, 2024 8:49 AM Karla Ford Re: Please Reply - Grounds building change order pass around Approve putting on the agenda. Sent from my Phone On Oct 15, 2024, at 7:42 AM, Karla Ford <kford@weld.gov>wrote: Please advise if you support recommendation and to have department place on the agenda. From: Curtis Naibauer <cnaibauer@weld.gov> Sent: Monday, October 14, 2024 8:46 AM To: Karla Ford <kford@weld.gov> Cc: Patrick O'Neill <poneill@weld.gov>; Jill Scott <jscott@weld.gov>; Cheryl Pattelli <cpattelli@weld.gov> l l i @weld .gov> Subject: Grounds building change order pass around Please see attached pass around. Curtis Naibauer Deputy Director Weld County Facilities Department 1105 H Street P.Q. Box 758 Greeley, CO 80632 P: 970.400.2027 F: 970.304.6532 cnaibauer@weldgov.com <Pass around.pdf> October 11, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Grounds building water main design change order— Bid #62400077 Design and engineering services for the Grounds Building design project was awarded to Collab Architecture. During the design process issues with the water main location were brought to our attention by the City of Greeley. Currently the City water main has a north leg that stops near the IT building. There is also a south leg that stops south of the fuel site. The City of Greeley wants these two connected in a loop to provide adequate water flow to the new building. This will need to be done as part of this project. This was not a part of the original design request and will need to be added into the design teams' scope of work. Collab Architecture quoted the additional design work for $8,850.00. The Facilities Department is recommending the additional design services be completed by Collab Architecture for $8,850.00. If you have any questions, please contact meat extension 2023. Sincerely, Patrick O'Neill Director Change Order # 1 to Service Agreement Between Weld County and Collab Architecture • Date: October 11, 2024 Original Agreement: 2024-1101 County Department: Facilities The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 35,950.00 $ 0.00 $ 8,850.00 $ 44,800.00 Original Contract Amount Previously Approved Change order(s) Amount Current Change Order Amount New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Name: Kaylyn Charlesworth Title: Project Architect ATTEST: -''°a1/ ;c1 Weld County Clerk to the Board BY: Deputy Clerk to the Boa Date 10/17/2024 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO . Ross, Chair CT 2 3 2024 Page 1 of 1 zcz4--1101 EXHIBIT A ARCHITECTURE STUDIO Weld County Change order #1 C2024.024 Change Order Project: Grounds Building Design & Engineering Services Project Address:1105 H Street Date: 9/30/2024 Subject: Additional Civil Engineering RE: Contract dated July 15th To: Alex Engelbert Facilities Project Manager aengelbert@weldgov.com 970-400-2043 From: Jordan Lockner Principal Architect Iordanacollabarchitects.com 970-215-9907 Acknowledging that a change order can & usually will affect the schedule for the specified service, we hereby agree to the following changes or additional work specified below: Description of the Change The scope of work for this change order includes the additional civil engineering and survey consultation to expand the extent of this project beyond what was originally agreed upon in the original contract. Please see Exhibit 1.0 for additional details. The original contract sum was: Net amount of the previous change orders: Total contract sum to date: Total amount of this change order: The schedule will be changed by the following number of days: _$35,950.00_ -$0 _$35,950.00_ _$8,850_ _21 Days_ The signed parties below hereby agree to the project cost and schedule changes as they are listed above to the original scope of work: Client: Architect: Signature: Signature: Name: Name: Date: Date: Weld County Facilities COLLAB ARCHITECTURE September 30, 2024 The Project Site extents were previously surveyed under the Original Contract. The results of that survey indicated that there is no water supply or sewer/waste on or near the Project Site. In order to design the appropriate services, additional site extents need to be investigated. In addition to this, the Water and Sewer Department of Greeley is requesting specific connection and looping of the existing water utility adjacent to the Project Site (See attached Exhibit). In order to provide the design required, the Design Team is requesting additional fees to provide the following additional services: Site Survey. outside the original Project Site extents - On -site crew to record data - Compilation of the recorded Survey information (provided in CAD and PDF format) Civil Engineering Design Services - Coordination of Survey Team - Design of approx. 800 ft length of water pipe between the connection points in the attached Exhibit, including full pipe profiles, pipe elevations, and details for construction From: Derek Hannon <Derek.Hannon@Greeleygov.com> Sent: Monday, September 23, 2024 2:00 PM To: Alex Engelbert <aengelbert@weld.gov> Subject: RE: Weld County Grounds Exhibit 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. Hi Alex, I discussed the water and sewer services for this property with our engineering staff and there are some significant issues on the water side. The biggest concern is the fire protection for the property. Even for just the existing structures, we do not believe the system can meet flow requirements and adding another structure would only exacerbate the problem. As such , there are two dead-end lines that need to be connected which will greatly improve flow in the system. I have highlighted the two connection points below. The northern connection point currently shows as a fire hydrant lateral but it is an 8" line and would be used as a main once it is looped. 1 • t 1 • 1 k St% i 1 • t • alt 4 • I I1 0 1 Please let me know if you have any questions. Thank you. Derek Hannon Development Reviewer Water & Sewer Department 1001 11TH AVE, 2ND Floor, Greeley, Colorado 80631 P: 970.336.4120 I Derek.Hannon@greeleygov.com C: 970.415.1829 I www.greeleygov.com tr Ct Entity Information Entity Name * COLLAB ARCHITECTURE Contract Name * GROUNDS BUILDING DESIGN SERVICES Contract Status CTB REVIEW Entity ID* @00046427 O New Entity? Contract ID 8784 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * GROUNDS BUILDING DESIGN SERVICES CHANGE ORDER TO EXTEND CITY OF GREELEY WATER MAIN. B2400077 Contract Description 2 Contract Type * CHANGE ORDER Amount* $8,850.00 Renewable* NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 10/19/2024 GROUNDS 10/23/2024 Department Email CM- BuildingGrounds@weld.go Department Head Email CM -Bu ildingG rounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV 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? YES Bid/RFP #* B2400077 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 Contact Info Review Date * 01/10/2025 Committed Delivery Date Renewal Date Expiration Date* 01/10/2025 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 10/21/2024 Approval Process Department Head PATRICK O'NEILL DH Approved Date 10/18/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 10/23/2024 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 10/21/2024 10/21/2024 Tyler Ref # AG 102324 Originator CNAIBAUER Cunct $q35 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND COLLAB ARCHITECTURE GROUNDS BUILDING DESIGN SERVICES THIS AGREEMENT is made and entered into this 151day of 2024, by and between the Board of Weld County Commissioners, on behalf of the Facilities epartment, hereinafter referred to as "County," and Collab Architecture, 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. B2400077 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. C%Un i-1-P -7/1572 2o2yf-1101 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 $35,950.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will 2 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. Contractor shall not make use of such material for purposes other than in connection with this 3 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 a. 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: 51,000,000 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. 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 5 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. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays 6 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: Collab Architecture Name: Jordan Lockner Position: Principal Architect & Owner Address: 9217 Eastman Park Drive, Unit 3 Address: Windsor, CO 80550 E-mail: iordan(&,collabarchitects.com Phone: 970-215-9907 TO COUNTY: Name: Curtis Naibauer Position: Interim Director of Facilities Address: 1105 H Street Address: Greeley, CO 80634 E-mail: cnaibauer0f weldgov.com Phone: 970-400-2027 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to 7 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 provision included or incorporated herein by reference which conflicts with said laws, rules and/or 8 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 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. 9 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: Collab Architecture By: Name: Jor an Lockner Title: Founding Principal 7/2/2024 Date of Signature WELD CO 'g1 ATTEST: ,404,0t)�; ��lD Wel . o n y Clerk tot Board B Deputy Cler Kevin D. Ross, Chair loth th Bo11 40 to BOARD OF COUNTY COMMISSIONERS WELD CO O /t- 0 - JUL 1 5 2024 °14°v71--- //o Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17T" AVENUE GREELEY, CO 80631 DATE: APRIL 1, 2024 BID NUMBER: B2400077 DESCRIPTION: GROUNDS BUILDING DESIGN & ENGINEERING SERVICES DEPARTMENT: FACILITIES MANDATORY PRE -BID: APRIL 16, 2024 BID OPENING DATE: APRIL 30, 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: GROUNDS BUILDING DESIGN & ENGINEERING SERVICES A mandatory pre -bid conference will be held on April 16, 2024 at 1:00 PM at Weld County Facilities located at 1150 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre - bid conference to be eligible to submit bids. Bids will be received until: April 30, 2024 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on April 30, 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: 928 730 062# 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 location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: A. PREFERRED: email bids to bids(dweld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid is received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Bid Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the pad of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By BID REQUEST #B2400077 Page 2 acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If n ecessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA) with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will n ot be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder n or any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or u nderstanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the e nforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits u nder the contract shall be an incidental beneficiary only. BID REQUEST #B2400077 Page 3 H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. 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. BID REQUEST #B2400077 Page 4 Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order' authorizing such additional payment has been specifically approved by the BID REQUEST #B2400077 Page 5 County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of BID REQUEST #B2400077 Page 6 the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. BID REQUEST #B2400077 Page 7 Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2400077 Page 8 SCOPE OF WORK Grounds Building Design and Engineering Services PROJECT OVERVIEW: Weld County is seeking a lump sum bid for professional design and engineering services for the new Grounds Building. The new facility will be located just north of the existing Greeley Sand Shed and west of the current Well House along H Street. 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 terns 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. PROJECT SCOPE: Weld County is seeking professional design services for schematic design, design development, construction documents, and construction administration for a new three -bay pre-engineered metal building for Facilities Grounds Department. The new pre-engineered metal building is to be a single story on grade structure. This building is primarily needed for shop/warehouse space for storing the Grounds Department's small vehicles and maintenance equipment. This building is to include but not limited to sufficient power for current and future equipment / vehicle needs, three bay access, bathroom, and workstations for employees. PROJECT SPECIFIC TERMS AND CONDITIONS: General requirements and needs for the Grounds 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. Design team will be required to attend Planning and Public Works meetings. 2. All new structures will need to be designed within the property lines. All setbacks to be applied if applicable. 3. Consultant to design a clear span steel frame building with appropriate tenant finishes. a. The new grounds building will need to include the following. i. Restroom ii. Work bench area with cabinets. iii. Five overhead commercial grade rollup doors. iv. Mechanical systems v. Maintenance area for small vehicles vi. Wash area with appropriate sanitary system vii. Emergency eye wash and shower. viii. Electrical design accommodate current and future equipment needs. ix. Design to include exterior lighting. x. Design to consider future expansions of this building as the county grows. xi. Full piped air system for pneumatic tools and equipment. xii. Three-man door entrances / exits. xiii. Civil requirements will include not limited to storm water management plan, grading, and paving. 4. Colors must be approved by Director of Facilities from standard color scheme. 5. Project shall include all architectural, structural engineering, site work, electrical, mechanical, plumbing, and tenant features. BID REQUEST #B2400077 Page 9 6. Design team to hire site survey company to survey current site conditions. 7. Sand / oil system to be design based the facilities function and uses. 8. Design team to locate existing 3 phase power and represent accurate location on the plans. This facility will need to accommodate the following for power needs. a. Charging electric vehicles at exterior of building. b. Charging electric small tools and lawn equipment within the facility. 9. Consultant is responsible for and shall provide specifications, stamped drawings and engineering documents for civil, architectural, structural, mechanical, plumbing, and electrical including fire. These documents and specifications will be used for Weld County to seek bids for the construction phase of this project. 10. Consultant will be responsible for reviewing site conditions to best determine what is needed to provide a complete design and engineering package. 11. Consultant is responsible for the coordination and design requirements of the Weld County Planning and Building department. This includes but not limited to MS4 requirements and site drainage. 12. New equipment shall be sized and designed to meet the needs of the spaces in which they serve. Coordination with Weld County project manager will determine what systems and requirements will be needed. 13. All design service requirements shall be a part of this contract and be all inclusive of a complete building design for each space. 14. Consultant is required to verify that any new design and or equipment meets the needs and functions of the building. SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. 1. DESIGN SERVICES 1. Provide a design for the project. 2. Provide structural fill analysis and design for fill of building/s area. If required. 3. Civil engineering and site planning, as required. 4. Prepare submittals to governing agencies for approval. 5 Provide a schematic design package. 6. Provide a design development package. 7. Provide full and complete construction documents. 8. Provide construction administration/consultation. 9. Attend weekly design and construction meetings. 10. Prepare building permit submittal and assist in obtaining the permits. Make Building Inspection Department requested revisions. 11. Provide a design schedule. 12. Include all costs for architectural design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal. 13. Coordinate surveys and other design activities. All costs shall be included in bid. PLANS / DOCUMENTS: (At a minimum the county requires the following) 1. Architectural Plans 2. Civil and Site Plans 3. Structural Plans 4. Door / Door Hardware Schedule 5. Mechanical Plans 6. Electrical Plans 7. Fire Alarm & Suppression (If needed) 8. Plumbing Plans 9. Electrical 10. Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County. 11. All related engineering calculations, QA/QC, and manufactured equipment documentation 12. Any and all other items required by referenced codes, standards, and ordinances. BID REQUEST #62400077 Page 10 DATA AND INFORMATION REVIEW: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsiblefor: 1. Familiarizing themselves with applicable local, state, and federal regulations. 2. The consultant project manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billing on behalf of the consultant and team members. 3. Consultant shall conduct a project kickoff meeting with the County Project Team, including a site visit to thoroughly review existing conditions and facility's needs. 4. Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities building at 1105 H Street, Greeley Colorado. At a minimum this will be through the design phase until complete and a minimum of ten meetings throughout the construction phases of the project. FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS: The Consultant shall prepare a full and complete set of construction contract documents for this project. The Consultant shall provide the following as part of this task. 1. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review. • Schematic Design (30% complete) — Provide schematic design drawings for review and comment by County Project Team. • Design Development (60% complete) — Provide draft plans and specifications for review and comment by County Project Team. Participate in preliminary plan review meeting with County Building Inspections staff ( Planning Department) • Permit/Construction Documents (100% complete) — Provide two full and complete sets of documents for permit review by Weld County Building Inspection (Planning Department). These full and complete set of construction contract documents will allow the County to solicit bids for actual construction of the project, Provide one complete set in PDF and hard copy to the Facilities Department. 2. Architectural Design: Produce architectural plans for building structures. Guide selection of exterior and interior finishes, interior design, and office space layout. This process will require close coordination with Facilities Department staff to optimize the layout and details of building spaces. In general, building structures shall be designed to maximize resiliency, minimize long term life cycle costs, and consider sustainable elements. 3. Civil Design: Produce civil design plan and specifications should the project scope require; including; plans for existing conditions, grading plans, pavement layout and section design, civil details, water supply plans (may include supply well), wastewater disposal plans (may include septic system), drainage plans, electrical and natural gas utility plans, erosion control plans, and post -construction stormwater detention and water quality plans, Municipal Separate Storm Sewer System (MS4) through Colorado Department of Public Health and Environment (CDPHE). 4. Structural Design: Produce structural plans and specs in compliance with all state and local building codes. Mechanical, Electrical, and Plumbing Design: Produce mechanical, electrical, and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction. Items to include but are not limited to the following: heating ventilation and air conditioning plans, specs, equipment schedules and control systems; plumbing plans, specs and equipment and fixture designation for water supply and wastewater disposal; electrical plans, specs, schedules and diagramming for power, lighting, and provisions for emergency standby power generation, if needed. 5. Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process. The design team for this proposal will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team. The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes. BID REQUEST #B2400077 Page 11 6. 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. 7. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be provided to the County. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built of the Project. 1. Provide to Weld County one (1) hardcopy and one (1) set of PDF documents of thecompleted project documented along with AutoCAD files with final as -built of the Project. 2. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The proposer shall indicate in their bid any work intended to be performed by sub- consultants or persons outside of the firm. The proposer shall name the sub -consultants, if known at the time of bid submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultant(s) must have Architect(s)/Engineer(s) current State license(s). • Must carry Professional liability insurance (PLI), also call professional indemnity insurance (PII) but more commonly known as errors & omission. BID SUBMITTAL: Please submit your bid, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner. Incomplete bids may be rejected. 1. Signed SIGNATURE PAGE of this RFB. 2. Summary of the bid, including Statement of Understanding showing familiaritywith the Scope of Work 3. Organizational chart and resumes of all key staff and core staff that will be involved withproviding services, including: • Identify who will act as the primary contact person to Weld County for this project. • List specific personnel proposed for the project team and provide a resume foreach of your proposed team members along with a copy of current state licensing for each architect or engineer. 4. Proposed Project Schedule • Describe how your firm handles the various communications, includingmeetings and project schedules, to keep the project running smoothly. • Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances. 5. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet. • Include the name of the sub -consultant and a statement of qualifications of thesub-consultant. BID REQUEST #B2400077 Page 12 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: April 1, 2024 April 1, 2024 April 16, 2024 April 23, 2024 April 30, 2024 May 20, 2024 June 3, 2024 Immediately upon receipt of signed contract. July 31, 2024 PROPOSED DATES: Based on a contract execution date of June 3, 2024, please provide proposed schedule dates. FEES: Provide complete cost for the base bid. Schematic Design (30%) Design Development (60%) Construction Documents (100%) TOTAL LUMP SUM BID $ BID REQUEST #B2400077 Page 13 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on April 30, 2024: 1) Pages 9 thru 15 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2400077 Page 14 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid propos3d herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid Nc. #B2400077. 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) mad✓ be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board BY: YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. 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 #B2400077 Page 15 Exhibit B Carolyn Geisert From: Sent: To: Cc: Subject: Attachments: Holly Fink <holly@collabarchitects.com> Tuesday, April 30, 2024 8:51 AM bids Jordan Lockner; Erica Sayers Re: RFP B2400077 RFB_B2400077_Collab Architecture (with Addendum).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. Good Morning Carolyn, Thank you so much for catching that! Please find an updated version with the signed addendum attached. Please let me know if you need anything additionally, and thank you again for following up on that. Have a wonderful day! Holly On Tue, Apr 30, 2024 at 8:39 AM bids <bids@weld.gov>wrote: Thank you for submitting your bid. At glancing at it, I do not see the signed addendum #1. attached. Please submit that to be considered. Thank you! Carolyn Geisert Buyer Weld County Purchasing Department 1301 N. 17th Avenue Greeley, CO 80631 (970) 400-4223 cgeisert@weldgov.com 1 From: Holly Fink <holly@collabarchitects.com> Sent: Tuesday, April 30, 2024 8:30 AM To: bids <bids@weld.gov> Cc: Jordan Lockner <jordan@collabarchitects.com>; Erica Sayers <erica@collabarchitects.com> Subject: RFP B2400077 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. Good Morning, Please find Collab Architecture's proposal for RFB B2400077. Thank you for your time and dedication in reviewing this proposal. We look forward to hearing from you. Have a great rest of your week! I hereby waive my right to a sealed bid. Thank you so much, Holly at NI Holly Fink Marketing Director. Collab Architecture www. collabarchitects. corn 336 209 2625 2 RESP SE TO RFB BID NUMBER: B2400077 WELD COUNTY FACILITIES DEPARTMENT GROUNDS BUILDING DESIGN & ENGINEERING SERVICES 0 Ser A3 CC g+115t1 WELD COUNTY FACILITIES GROUNDS BUILD NG DESIGN & ENGINEERING SERVICES RFB: BID NUMBER B2400077 TABLE OF CONTENTS 1./ COVER LETTER.... 3 2./ SIGNED SIGNATURE PAGE 4 3./ SUMMARY OF BID & STATEMENT OF UNDERSTANDING 5 4./ ORGANIZATIONAL CHART & RESUMES...6 5./ PROPOSED PROJECT SCHEDULE 15 6./ SIGNED ADDENDUM FORM 16 2 Weld County Facilities Department 1301 N. 17th Avenue Greeley, CO 80631 Re: RFB - Bid Number B2400077 To Weld County Staff and Stakeholders, ARCHITECTURE April 30,2024 After reviewing RFB no. #B2400077, its accompanying documents, and visiting the project site, it is clear that the county is working to update its facilities to better serve the needs of the area, its staff, and the community. It is our goal to address the design and replacement of these facilities efficiently and effectively to improve the functionality of the buildings and overall site. Collab Architecture is a Windsor based firm dedicated to improving the local community and the spaces that support it. I, Jordan Lockner, will serve as the Project Architect and primary point of contact for this project. Myself and the Collab team bring a strong background in industrial and maintenance facility design and renovation. We have completed projects with the Town of Windsor and the Town of Estes Park, in addition to several private warehouse and vehicle bay projects. We have outlined some of this experience in more detail on page 13 of this document. In addition to Collab, we have included experienced subconsultants to round out our project team. Having worked closely with these consultants on previous projects, I believe the relationships our firm has built will aid this team in achieving the end -goals laid out by the county while keeping the project within budget and on schedule. As a team, we strive to provide productive environments, and will work diligently to produce a design to meet the needs of Weld County and the facilities staff. We look forward to becoming a partner with the County, working together and helping to create a successful facility that we can all feel proud of. We are enthusiastic to move forward on the proposed Grounds Building Design and Engineering Services and helping to bring your project to life. Sincerely, r Jordan W. Lockner, AIA, NCARB Principal Architect & Owner( Collab Architecture jordan@collabarchitects.com 1970.215.9907 GROUNDS BUILDING DESIGN & ENGINEERING SERVICES - COLLAB ARCHITECTURE 3 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. #B2400077. 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 Collab Architecture BY Jordan Lockner BUSINESS ADDRESS 9217 Eastman Park Dr, #3 (Please print) CITY, Windsor STATE, Colorado DATE May 01, 2024 ZIP 80550 TELEPHONE NO 970.292.7078 ./-7/7 SIGNATURE �� p FAX NIA TAX ID # 85-1352829 E-MAIL CODE ordan(@collabarchitects.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 #62400077 Page 15 GROUNDS BUILDING DESIGN & ENGINEERING SERVICES COLAS ARCHITECTURE 4 STATEMENT OF UNDERSTANDING Weld County is planning to develop a new 5,000 SF facility for its Facilities Grounds Department. The project involves constructing a five door, three -bay, pre-engineered metal building that will serve primarily as a shop and warehouse for storing small vehicles and maintenance equipment. As the county's needs grow, this facility will provide essential support for the Grounds Department's operations. The county is looking for professional design and engineering services for to produce a turnkey design and manage all phases of this project, including schematic design, design development, construction documents, and construction administration. The new building will be a single -story, on -grade structure with essential features such as multiple bays, mechanical systems, and adequate power for current and anticipated needs. The design process will prioritize practicality and adherence to building codes to ensure the facility meets both immediate and long-term requirements. DELIVERABLES SCOPE REQUIREMENTS • Restroom and wash area with appropriate sanitary system • Work bench area with cabinets • 5 overhead commercial grade roll -up doors • Mechanical systems and electrical design to accommodate equipment needs • Design to include exterior lighting • Maintenance area for small vehicles • Emergency eye wash and shower • Consideration of future expansions as the county grows • Full piped air system for pneumatic tools and equipment • 3 -man door entrances / exits • Accommodate EV charging on exterior of facility Deliverables for this project include: • Site survey • Site plan set to include coordination with the Weld County Site Review Committee • Fully coordinated set at SD (30%), DD (60%), and CD (100%) • Fully coordinated building set with sheet specifications • Coordination with Weld County Stakeholders for geo-technical aspects of the project • Coordination with GC and PEMB Manufacturer PROJECT TEAM ORGANIZATION Collab Architecture will be spearheading the design team. This architectural team brings a depth of experience in the design and construction of fleet, facility, and warehouse buildings We believe this experience will be beneficial in approaching the design needs for the Grounds Building Design. This team will be involved throughout the entire project to ensure a successful completion. In addition to the Collab team, we have included extremely experience sub -consultants to manage the civil, structural, and MEP aspects of the project. These firms are outline below WELD COUNTY STAFF & STAKEHOLDERS 12 Consultants, Inc. CORBEL ENGINEERING ST%C''..ftAt:NGiNEERfNG SEM.IaS Io I• INTEGRATED MEP ,-£O tANCAL - ELECTRICAL - Architecture + Interior Design Collab Architecture 9217 Eastman Park Drive, Unit 3 Windsor, CO 80550 PRINCIPAL ARCHITECT Jordan Lockner, AIA, NCARB (970) 215.9907 jordan@collabarchitects.com PROJECT ARCHITECT Kala Bailor, AIA, LEED GA (970) 310.3417 kala@collabarchitects.com Civil Engineering i2 Consultants 16911 Potts Place Mead, CO 80542 Structural Engineering Corbel Engineering 301 Boardwalk Dr., #273353 Fort Collins, CO 8052.7 MEP Engineer Integrated Mechanical 320 Maple St, #110 Fort Collins, CO 80521 PROJECT ARCHITECT Kaylyn Charlesworth (970) 988.0989 kaylyn@collabarchitects.com QAQC MANAGER Michael Aller, AIA, LEED AP, NCARB (970) 988.7926 mick@collabarchitects.com PRINCIPAL - Troy Campbell, PE PRINCIPAL - Cory Myrtle, PE, SE, LEED AP MECHANICAL/PLUMBING PRINCIPAL - Thomas Seqelhorst, PE, LEED AP ELECTRICAL PRINCIPAL - Lawrence N. Smith, PE GROUNDS BUILDING DESIGN & ENGINEERING SERVICES - COLLAB ARCHITECTURE 6 FIRM INTRODUCTION WHO WE ARE CO13 ARCHITECTURE Catznado ►.ill Colorado O4 -all Collab Architecture was founded in 2020 As of 2023, we have been named one of the fastest growing private companies in Northern Colorado and the Front Range We strive to always put the client first and emphasize the cooperative effort for each project. We have a holistic approach to every project, which starts with two fundamental questions. What design problem are we looking to solve, and how can we make the project the most successful for our client? It all starts with listening. "Stop. Collaborate and Listen", is our unofficial motto, and we push to live by those words. We intend to listen and learn from our clients as much as they will from us during this process. This collaborative approach has proven to be successful, and has helped us to mitigate preventable issues early in the design process. OUR "Bringing the power of collaborative design to create a stronger, better, and more sustainable community." PURPOSE SERVICES SECTORS We provide full service commercial and residential architecture. We have in-depth experience on projects ranging from small remodels and tenant finishes to large ground -up structures. No one project is the same, as each project is designed specifically to a different set of needs, a unique site, a specific program, and a variety of desired outcomes We will work with the client throughout the entire design process, from design concept through occupancy, to ensure that the project goals are met and expectations are exceeded, so that we can all walk away with projects that we are happy and proud of. Architecture, Interior Design, Space Planning, Master Planning, 3D Rendering & Visual Design, Model Making, Community Engagement, and Marketing Services HIGHER EDUCATION, K-12, MUNICIPAL, AFFORDABLE HOUSING, MULTI -FAMILY, OFFICE/ RETAIL, HOSPITALITY, MEDICAL, AND INDUSTRIAL PRIMARY 9217 Eastman Park Drive, Unit 3 OFFICE LOCATION Windsor, Colorado 80550 GROUNDS BUILDING DESIGN & ENGINEERING SERVICES - COLLAR ARCHITECTURE JORDAN LOCKNER, AIA, NCARB PRINCIPAL ARCHITECT EDUCATION Bachelor of Environmental Design, focus on Architecture (B. ENVD) University of Colorado, 2013 REGISTRATIONS CO Licensed Architect: ARC 00405867 ID Licensed Architect: AR 987330 NCARB Certified AFFILIATIONS American Institute of Architects COMMUNITY INVOLVEMENT ACE Mentor Northern Colorado Unify ENVD Alumni Advisory Board Respite Care Construction Committee PERSONAL STATEMENT 3 ARCHITECTURE I truly believe that through the power of design, we can make a positive influence and dif- ference in a community and its inhabitants. I find enjoyment and value in the collaborative process of bringing a variety of opinions, expertise, and knowledge to the same table to perform and come together on a common goal. Creatively finding a solution to a complex problem is one of the most rewarding feelings. RELEVANT EXPERIENCE • Town of Windsor, Public Works Campus - Windsor, CO* • Town of Estes Park, Transit Facility - Estes Park, CO • Department of Public Safety Fire Prevention and Control - Windsor, CO • Adams County, Government Storage Facility - Brighton, CO • Smash My Trash Tenant Finish - Windsor, CO • Take 5 OH Renovation - Denver, CO • Lightning e Motors HQ Renovation - Loveland, CO • Hickory Industrial Core and Shell - Fort Collins, CO • Ten Eyck Pre -Engineered Building - Fort Lupton, CO • Steel Tailings - Wellington, CO • Simon Chemical Storage Facility - Bennet, CO • Greystar Storage Buildings - Various Locations • Granby Ranch Ski Resort Grip Bay Maintenance Facility - Granby Ranch, CO • Becker Safety and Supply Warehouse - Greeley, CO • Coloscapes Concrete Industrial Building - Loveland, CO* • Concrete Equipment Supply - Windsor, CO* • Autoplex - Loveland, CO* • Greendale Metal Building Complex - Windsor, CO* *Completed prior to joining Collab Architecture WORK HISTORY Collab Architecture - Owner/Principal Springhaus Architecture - Principal Architect Infusion Architects - Project Manager MEP Engineering - Electrical Project Engineer AWARDS Jason Pettigrew Scholar - 2018 University of Colorado ENVD Young Designer Award - 2022 BizWest 40 Under 40 Honoree - 2023 jordan@collabarchitects.com 1 970.215.9907 1 www.collabarchitects.com MICHAEL ALLER, AIA, NCARB, LEED AP GA/GC MANAGER EDUCATION Master of Architecture, University of Michigan, 1981 Bachelor of Arts in Architecture, Iowa State University, 1976 Southeastern Community College, Burl- ington, Iowa, 1973 REGISTRATIONS CO Licensed Architect: ARC 00405267 LEED Accredited Professional NCARB Certified AFFILIATIONS American Institute of Architects IFMA - Rocky Mountain Chapter PERSONAL STATEMENT COILAI ARCHITECTURE What matters most is that each and every customer interaction is authentic, collaborative and tailored to the client's needs. Every project is unique anc each client has a different set of requirements and expectations. I take great strides to ensure that the client is in the driver's seat as much — or as little — as they choose to be, while myself and the project team of experts are readily available to provide as much advice and direction as request- ed. RELEVANT EXPERIENCE • Town of Estes Park, Transit Facility - Estes Park, CO • Mapleton Public Schools, Operations Warehouse Renovation and Addition - Denver, CO • Simon Chemical Storage Facility - Bennet, CO • URSA Major Technologies Renovation - Berthoud, CO* • City Of Fort Collins, Continuous Contract Projects - Fort Collins,C0* • City of Fort Collins, Utility Vehicle and Maintenance Facility - Fort Collins, CO* • City of Fort Collins, Treatment Plant Maintenance Building - Fort Collins, CO* • City of Fort Collins, Transit Center City - Fort Collins, CO* • Morgan County, Ambulance Center - Fort Morgan, CO* • Tripoint Industrial Expansion / Renovation - Loveland, CO* • Colorado State University, University Transit Center Addition - Fort Collins, CO* *Completed prior to joining Collab Architecture WORK HISTORY Coiiab Architecture - QAQC Manager Aller Architects PC - Principal Aller•Lingle•Massey Architects P.C. - Principal ZVFK Architects/Planners - Project Architect/Job Captain/Designer Abraham Kadushin, Architect - Job Captain/Designer Harvey W. Henry and Associates - Job Captain/Designer AWARDS AIA Colorado Citation Award // SonnyLubick Field at Hughes Stadium Expansion, Colora- do State University, 2006 F. W. Dodge Silver Hard Hat Award // Plant Sciences Building Renovation, 2003 National Associated Builders & Contractors, Award of Excellence // Plant Sciences Building Renovation, 2003 AIA Colorado North Chapter Merit Award // Fountainhead Offices, 1984 ACI Concrete Award // Fountainhead Offices, 1984 Masonry Institute of Michigan // Martin Luther King Community Hall, 1983 Michigan Society of Architects // Martin Luther King Community Hall, 1983 mick@collabarchitects.com 1970.988.7926 I www.collabarchitects.com EDUCATION Master of Architecture, University of Colorado Denver, 2012 Bachelor of Biomedical Science, Minor in Chemistry, University of Northern Colorado, 2007 REGISTRATIONS / AFFILIATIONS Licensed Architect: CO LEED Green Associate American Institute of Architects KALA BAILOR, AIA, LEED GA PROJECT MANAGER / ARCHITECT PERSONAL STATEMENT // I enjoy working through the design process and diving into the details to ensure the final outcome is exactly what the client desires. My goal is for people to feel connected to their project and enjoy their experience working with Collab Architecture. I value the relationships built through the design process and hope clients keep us in mind when thinking of their next adventure RELEVANT EXPERIENCE • Granby Ranch Ski Resort Grip Bay Maintenance Facility - Granby Ranch, CO • Kaizen Collision Center Renovation - Fort Collins; CO • Mapleton Public Schools, Operations Warehouse Renovation and Addition - Denver, CO • Town of Timnath, Police Services Building -Timnath, CO* • Town of Timnath, Town Center - Timnath, CO* • Loveland Service Center, Locker Room Renovation - Loveland, CO* • Town of Timnath, Wild Wing Park Restroom and Maintenance Facility - Timnath, CO • Town of Timnath, Community Park Restroom and Maintenance Facility - Timnath, CO* • City of Longmont, Affolter Park Restroom and Maintenance Facility - Longmont, CO* EDUCATION Masters in Architecture, Montana State University, School of Architecture, 2016 Bachelor of Arts in Environmental De- sign, Montana State University, 2014 REGISTRATIONS / AFFILIATIONS Licensed Architect: CO KAYLYN CHARLESWORTH PROJECT MANAGER / ARCHITECT PERSONAL STATEMENT // As Designers and Architects, we have the opportunity and responsibility of shaping the world around us. Whetner it be where we work, where we dwell, where we 'play or anywhere else in between; Architecture has the ability to enhance people's every -day lives. We can do many things with that power but the best design aims to marry aesthetics with functionality to provide each individual project with unique solutions. RELEVANT EXPERIENCE • Take 5 Oil - Denver, CO • Hach Building / Detail Mitigation - Loveland, CO • Hach Building 3 Repairs, Loveland, CO • Propeller Park at Skypark Airport - Woods Cross, UT* • Town of Estes Park, Transit Facility - Estes Park, CO • Adams County, Honnen Facility Condition Assessment - Commerce City, CO • Adams County, Government Storage Facility - Brighton, CO • Teton National Park, Concessionaire Condition Assessment - US Department of the Interior - Teton County, WY* • Zion National Park , Concessionaire Condition Assessment - US Department of the Interior - Springdale, UT* 970.292.7078 1 www.collabarchitects corn 9217 Eastman Park Drive, Windsor, Co 80550 CIVIL & SURVEY / i2 CONSULTANTS, INC. EDUCATION Gonzaga University, Bachelor of Science - Civil Engineering Colorado State University, MBA REGISTRATIONS / AFFILIATIONS Colorado, Licensed Professional Engineer (#41159) TROY W. CAMPBELL, PE, PRESIDENT, SENIOR PROJECT ENGINEER 12 Consultants, Inc. B10 /I Mr. Campbell has more than 25 years of diverse civil engineering experience. Troy formed i2 Consultants, Inc. in early 2020, as there was an opportunity in civil engineering to provide excellent and timely service for land development and municipal clients and projects. Mr. Campbell's experience extends across the Front Range of Colorado and into mountain communities RELEVANT EXPERIENCE • Weld County Facilities Building Addition - Greeley, CO • Weld County Jail Grinder Pump Civil Plans - Greeley, CO • Berthoud Public Works Building - Berthoud, CO • Berthoud Fire Station improvements - Berthoud, CO • Thornton Fire Department Warm Vehicle Storage Building - Thornton, CO • Town of Firestone Public Works Building Addition Water Quality, SWMP and Drainage Design - Firestone, CO • Frederick -Firestone Fire Protection District Fire Station No. 4 - Frederick, CO • Downtown Greeley Parking Let Redesign - Greeley, CO --mos STRUCTURAL ENGINEERING / CORBEL ENGINEERING EDUCATION University of Colorado, Bachelor of Science, Architectural Engineering, 2006 REGISTRATIONS / AFFILIATIONS Professional Engineer, CO Structural Engineers Association American Society of Civil Engineers CORY MYRTLE, PE, SE, LEED AP PRINCIPAL STRUCTURAL ENGINEER "CORBEL ENGINEERING :W L T: RAL ENGINEERING SE;.ICES BIO // Cory Myrtle, PE, has over 16 years of experience in structural engineering projects' planning, design, and construction management. Cory specializes in analyzing and design- ing conventional steel, light gauge steel, masonry, and timber structures He has worked on a broad range of projects throughout his career, including municipal,industrtal, k-12, higher education, medical, and commercial projects. RELEVANT EXPERIENCE • Windsor Public Works Facility - Windsor, CO • • Adams County Public Works Parking Structure - Commerce City, CO • South Adams County Fire Department Maintenance Shop - Commerce City, CO • Houska Automotive Repair Addition - Fort Collins, CO • Kiewit Equipment Maintenance Facility - Aurora, CO • Baker Hughes Chemical Storage Facility - Brighton, CO • Pioneer Natural Resources CNG Maintenance Facility - Ulysses, KS • Greeley Town Hall Renovations - Greeley, CO • Windsor Parks and Recreation Facility - Windsor, CO • Keenesburg Community Center Renovation - Keenesburg, CO MEP ENGINEERING / INTEGRATED MECHANICAL EDUCATION Colorado State University, Bachelor of Science, Mechanical Engineering, 1991 REGISTRATIONS / AFFILIATIONS Professional Engineer, CO LEED AP American Society of Mechanical Engineers (ASME) The National Council of Examiners for Engineering & Surveying (NCEES) INTEGRATED MEP ►E,L - ELECTRICAL -P. THOMAS M. SEGELHORST, PE, LEED AP PRINCIPAL MECHANICAL & PLUMBING ENGINEER BIO 1/ Thomas brings over 30 years in mechanical engineering design as well as 12 years as a mechanical estimator and contractor. This has given him experience in a variety of project types to include small renovations to large developments. He is proficient in large economic and energy studies, fluent in current installation techniques, codes, materials, and methods, and well versed in technical terminology and drawings for architecture, civil, and structural sets. RELEVANT EXPERIENCE • Town of Estes Park Transit Facility - Estes Park, CO • Mapleton Public Schools Operations Warehouse Renovation - Denver, CO • CDOT, Lab & Vehicle Maintenance Center- Pueblo, CO • City of Thornton, Maintenance Building - Thornton, CO • City of Fort Collins, Operations Services - Fort Collins, CO • Weld County Buildings & Grounds Facility - Greeley, CO • Weld County Admin Building - Greeley, CO EDUCATION University of South Florida, Bachelor of Science, Electrical Engineering, 1990 REGISTRATIONS / AFFILIATIONS Professional Engineer, CO LAWRENCE N. SMITH, PE PRINCIPAL ELECTRICAL ENGINEER BIO // Lawrence brings over 33 years of experience in electrical engineering and design and serves as the head of the electrical division within Integrated MEP. He has experience in a variety of project types including education, health care, institutional, industrial, commercial, and residential. His philosophy is built on designing systems that are functional and efficient while considering the constructibility, maintainability, controllability and value to the client. Through thorough study and design, Lawrence is able to deliver designs that are practical, cost effective, and seamlessly integrated RELEVANT EXPERIENCE • Town of Estes Park Transit Facility - Estes Park, CO • Mapleton Public Schools Operations Warehouse Renovation - Denver, CO • CDOT New Lab & Vehicle Maintenance Center - Pueblo, CO • COOT, Vehicle Storage & Maintenance Facility - West Yard, CO • CDOT Repair Facility Building - Twin Rivers, CO • Windsor Severance Fire Station #1 • Weld County Public Works Remodel - Soils `ab • Bobcat Commerce City - Construction Equipment Repair Facility Building • Bobcat Windsor - Construction Equipment Repair Facility Building • Western Equipment and Trucks - Repair Facility Building 320 Maple Street, #110, Fort Collins, Co 80521 1970-556-0570 TOWN OF WINDSOR PUBLIC WORKS CAMPUS Windsor, Colorado The Town of Windsor Public Narks Campus included (6) different buildings with over 51,500 SF in Windsor, Colorado for a variety of services. The complex was awarded a DOLA Grant and included an office building, (2) Unheated Storage Buildings, Heated Storage Building, Fleet Services Building, Fueling Island, Water Tower, Shops Building, and Iv aterial/Salt Storage. - a:-:u1i1 RELEVANT EXPERIENCE TOWN OF ESTES PARK TROLLEY FACILITY Estes Park, Colorado Collab is working with the Town of Estes Park to design an addition to the Fleet Division Shop to house the Town's two shuttle (battery -electric trolley replica) vehicles. Our team is responsible for conceptual designs, engineered construction plans, and construction management. This project will require full entitlement approval along with building .lepartment approval This project is federally funded through the FTA. sacr MAPLETON PUBLIC SCHOOLS WAREHOUSE W es :minx:er, Colorado A planned 1,700 SF renovation and 3,800 SF addition to the Food Storage Warehouse for Mapleton Public Schools. Renovation to include reprogramming the existing office space for better efficiency, new restrooms, new offices and expanded maintenance storage The addition will provide tall storage for dry goods and a future productioi kitchen for the school district. I WILDWING PARK RESTROOM & MAINTENANCE FACILITY Tirana :h, Colorado Current programming for the proposed structure for Phase 1 includes a facility accommodating (2) garage bays for park maintenance, a utility room, and male and female public restrooms with all necessary fixtures. A thorough needs assessment is needed to fina9ize programming and size the building appropriately. TAKE 5 OIL Wheatndge, Colorado Local Colorado location for the national brand Take 5 Oil Change. Site and building improvements are included it the scope of work provided by Collab. Interior remodel of existing automotive repair shop into a drive-thru oil change facility. Work included the reconfiguration and remodel of office spaces, restrooms and a training area as well as recont1guration of drive-thru bays Exterior work included new directional site circulatioi and painting of exterior finishes 13 GROUNDS BUILDING DESIGN & ENGINEERING SERVICES - COLLAB ARCHITECTURE PROJECT SCHEDULE PROJECT APPROACH: We strive to help our clients be successful throughout each stage of the project by bringing together the most qualified team that is focused first and foremost on creating a cooperative environment, while providing expert and professional services as it relates to their respective disciplines. Tnis allows all parties to contribute to the success of the project from the preliminary design phase up to its completion. Throughout each phase, our team utilizes tools and processes to ensure that there is clear and consistent communication, documentation, and understanding around the project among the design team and Weld County stakeholders and staff. These are listed to the right. Our approach has proven to be successful in synchronizing the various design disciplines and keeping project needs front -of -mind, while also keeping stakeholders and staff informed and involved throughout the process. These tools and processes also ensure that schedules are maintained and keeps the project running smoothly. Due to the consistency of our team meetings and the availability of support staff, we are able to address and respond to design requests quickly. TOOLS & PROCESSES: • Stakeholder Kick-off Meeting • Weekly Design Team Meetings • Meeting Minutes • Phase Sign -Offs • Cost Estimation at the end of Each Phase (if necessary) • Value Engineering Exercises • • 3DRenderings Digital & Physical Material Boards • Page Turn at the End of Design Development Drawings PROPOSED PROJECT SCHEDULE: Please see the proposed tentative schedule and fee on the following page. Above: Town or Windsor Public Works Campus - Windsor, Colorado GROUNDS BUILDING DESIGN & ENGINEERING SERVICES - COLLAB ARCHITECTURE 14 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 April 1, 2024 Advertisement Date April 1, 2024 Pre -Bid Conference April 16, 2024 Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Design Start Design Completion: April 23, 2024 April 30, 2024 May 20, 2024 June 3, 2024 Immediately upon receipt of signed contract. July 31, 2024 PROPOSED DATES: Based on a contract execution date of June 3, 2024, please provide proposed schedule dates. The tentative proposed dates included here do not include AHJ review times, or Pre -Engineered Metal Building manufacturer reaction times. Both of these factors will be critical to the schedule and will vary depending on external processes that are not in the design team's control. FEES: Provide complete cost for the base bid. Schematic Design (30%) Design Development (60%) Construction Documents (100%) TOTAL LUMP SUM BID $ $35,950 June 14, 2024 July 19, 2024 August 9, 2024 BID REQUEST 411110 Page 13 GROUNDS BUILDING DESIGN & ENGINEERING SERVICES - COLLAB ARCHITECTURE 15 Answer: No, any modifications of the existing fencing will be determined during design. 19. Question: Is there intention to perform vehicle maintenance in this building? i.e. oil changes Answer: No 20. Question: Should the PMB manufacturer be provided as a design team member or wait to be a sub during General Contractor selection? Answer: General Contractor to carry PEMB design. Design team to include foundation structural drawings with this bid. 21. Question: During the pre -bid, you mentioned that you had created a conceptual sketch regarding the building and site. Can that be provided to help bidders understand what the County has in mind? Answer: This will be provided to the successful bidder. 22. Question: Will stormwater detention be required for the sites? Answer: Yes 23. Question: Will Weld County & Greeley review the projects? Answer: Yes End of Addendum ***We need signed copy on file. Thank You!*** Addendum received by: Collab Architecture FIRM 9217 Eastman Park Drive, Unit 3 ADDRESS Windsor, CO 80550 CITY AND STATE Jordan Lockner BY YA- '4/ GROUNDS BUILDING DESIGN & ENGINEERING SERVICES - COLLAB ARCHITECTURE 16 1. CLOSING STATEMENT To Weld County Staff & Stakeholders, We look forward to the possibility of working with you for the Grounds Building Design & Engineering project. We appreciate your consider- ation and the time that you've dedicated in reviewing this proposal. Our team would be thrilled to work with you. Please feel free to contact us if you have any questions or if there was any part of this proposal that we mis-interpreted. Sincerely, Jordan W. Locher, AIA, NCARB Principal Architect & Owner' Collab Architecture jordan@collabarchitects.com ► 970.215.9907 GROUNDS BUILDING DESIGN & ENGINEERING SERVICES - COLLAB ARCHITECTURE 17 TOWN OF ESTES PAID January 25, 2023 Jordan Lockner Principal Architect Co!lab Architecture 9217 Eastman Park Dr, Unit 3 Windsor, CO 80550 Dear Jordan: On behalf of the Town of Estes Park's Mobility Services Division (part of the Public Works Department), I am pleased to provide this letter in support of Collab Architecture. Collab Architecture was selected by the Town in Fall 2021 to design an addition to the Town's existing Fleet shop for the purpose of housing and charging the Town's two battery -electric trolley buses. Throughout the project, I have been very pleased with the Collab team every step of the way. Our project manager, Kaylyn Chaelesworth, has done an excellent job of keeping our team informed, organized and engaged in important decision points throughout the project. While our project is small compared to most municipal projects of this type, the Collab team provided us with a high level of service at a cost that worked within our modest budget. They brought a talented team of civil and structural partners, and were responsive to every unique aspect of our project in a timely and efficient way. Collab has been flexible when unexpected situations have arisen and have successfully assisted the Town with important project milestones like the Federal Transit Administration Categorical Exclusion (NEPA) process. Our project is Federally -funded and the Collab team has been able to navigate the requirements of our funding partner with ease. I am very pleased with the work that Collab Architecture has done for the Town to date, and I would absolutely hire you again for future projects. Please don't hesitate to share my name and contact information with future clients as a reference — I am very happy to provide one! Sincerely, Vanessa Solesbee, CAPP, CCTM Mobility Services Manager Town of Estes Park, Colorado 170 MACGREGOR AVE. P.O. BOX 1200, ESTES PARK CO. 80517 WWW.ESTES.ORG Public Works Department 970-577-3957 Mobility Services Division vsolesbee@estesorg ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE/272.7) 67 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Crest Insurance Group of Colorado, LLC 3711 JFK PARKWAY 410 Colorado Center Tower 1 Fort Collins CO 80525 License#:572621 CONTACT Dan Stevens PHONE FAX IA/c, a, EA; 970-231-7403 I (ac, No): 303-776-5495 C[05550: dstevens@crestins.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: H:ocoo 10200 INSURED COLLARC01 Collab Architecture 9217 Eastman Park Drive 3 Windsor CO 80550 INSURER 6: Pinnacol Assurance 41190 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1003948029 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INTR TYPE OF INSURANCE ADDL UBR INSD SWVD POLICY NUMBER POLICYEFF (MEW, POLICY EXP ADISIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE X OCCUR Y pi...2.006.4 9/10,2023 9/10/2024 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL 8, ADV INJURY $ 1,000,000 GENII AGGREGATE LIMIT APPLIES PER: POLICY ❑ JECT LOC OTHER: GENERAL AGGREGATE $3,000,000 PRODUCTS - COMP/OP AGG $ s/t gen agg AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE DED I I RETENTION $ $ B WORKERSCOMPENSATION AND EMPLOYERS' LIABILITY EH ANYPRPREE,THT PARTNER/EXECUTIVE / N OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 4226043 9/1/2023 9/1/2024 I STATUTE I I aRH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A PROFESSIONAL LIAB Y P100.520.557.3 9""2023 9/10/2024 OCCURANCE GENERAL AGGREGATE ,000,000 3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Additionally Insured under this policy: WELD COUNTY FACILITIES DEPARTMENT 105 H STREET PO BOX 758 GREELEV CO 80632 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN WELD COUNTY FACILITIES DEPARTMENT ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H STREET PO BOX 758 AUTHORIZED REPRESENTATIVE GREELEY CO 80632 eljetit I k• 14;/2 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Ct Entity Information Entity Name* COLLAR ARCHITECTURE Contract Name* Entity ID* @00046427 O New Entity? Contract ID Parent Contract ID FACILITIES GROUNDS BUILDING DESIGN SERVICES 8435 Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description* PROVIDE DESIGN SERVICES FOR A NEW GROUNDS BUILDING - BID (B2400077) Contract Description 2 Contract Type" CONTRACT Amount* $35,950.00 Renewable * NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS 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 Requires Board Approval YES Department Project # Requested BOCC Agenda Due Date Date* 07/13/2024 07/17/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2400077 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 Contact Info Review Date* 01/06/2025 Committed Delivery Date Renewal Date Expiration Date. 01/06/2025 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 07/09/2024 Approval Process Department Head CURTIS NAIBAUER DH Approved Date 07/08/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07/15/2024 Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 07/09/2024 07/09/2024 Tyler Ref # AG 071524 Originator CNAIBAUER May 9, 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: GROUNDS BUILDING DESIGN & ENGINEERING SERVICES - B2400077 As advertised this bid is for design and engineering services for Grounds Building located in Greeley, CO. The low bid is from Collab Architecture and meets specifications. Therefore, the Facilities Department is recommending the award to Collab Architecture in the amount of $35,950.00. If you have any questions, please contact me at extension 2023. Sincerely, Chris Coulter Director 05/ ao aO -i-11O1 c3C7oo aco DATE OF BID: APRIL 30, 2024 REQUEST FOR: GROUNDS BUILDING DESIGN & ENGINEERING SERVICES DEPARTMENT: FACILITIES BID NO: B2400077 PRESENT DATE: MAY 6, 2024 APPROVAL DATE: MAY 20, 2024 VENDOR WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett(S weld.00v cgeisertAweld.gov ttavlor 5iweld.gov Phone: (970) 400-4222, 4223 or 4454 START FINISH DATE DATE TOTAL COLLAB ARCHITECTURE 6/14/2024 8/9/2024 $35,950.00 9217 EASTMAN PARK DRIVE, UNIT 3 WINDSOR, CO 80550 CAIRN DESIGN, LLC 6/24/2024 7/31/2024 $53,665.00 1805 SHEELY DRIVE FORT COLLINS, CO 80526 ROBERT SHREVE ARCHITECTS AND PLANNER 6/24/2024 8/12/2024 $67,150.00 801 8T" STREET, SUITE 120 GREELEY, CO 80631 CLARK & ENERSEN, INC. 7/1/2024 8/12/2024 $162,000.00 1010 LINCOLN MALL, SUITE 200 LINCOLN, NE 68508 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2024-1101 5/ BC-� 00Z(o
Hello