Loading...
HomeMy WebLinkAbout20243402.tiffCbni-vad-ro41000o October 2, 2025 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: Fleet services design change order request - 2024-3402 Cairn Design LLC was awarded the contract for design services for the Fleet services building renovation and expansion. During the design process, a need was realized to provide a covered parking area on site to help protect vehicles and equipment from the weather. Cairn Design has identified the costs to add services for the design of the structure to be $9,500.00. Therefore, the Facilities Department is recommending approval of Cairn Design LLC change order in the amount of $9,500.00. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director CunwrF Hop -ids - 0/ r1/25 CC: OnbaSe�(��� pwiea,aSt i D/2 -7/2S 2a4-3(102, 6C�, OoZ co BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Fleet building expansion change order DEPARTMENT: Facilities PERSON REQUESTING: Patrick O'Neill DATE: October 2, 2025 Brief description of the problem/issue: A need has been realized for a structure for covered parking to be added into the design and construction of the new fleet building. This structure will help with hail damage and other weather -related issues to vehicles that are parked at the fleet building. The overall budget for the project that has been approved by the BOCC is $18,951,240.00. The estimated cost of the project without this structure is currently projected to be $16,514,245.00. What options exist for the Board? 1) Approve the request. 2) Deny the request. Consequences: Impacts: This rough order of magnitude for the cost to build the structure is $450,000.00 Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): The cost to add this structure into the design documents is $9,500.00. Recommendation: Facilities recommends that this change order be added to an upcoming BOCC agenda for approval. Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppier Kevin D. Ross Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Ew t.„, fwd t2c),2 /due.• ,act ue t,,..4.s. '6 Change Order # 1 to Service Agreement Between Weld County and Cairn Design LLC. Date: October 2, 2025 Original Agreement: 2024-3402 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: $ 394,045.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 9,500.00 Current Change Order Amount $ 403,545.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Name: Ken Caudle, PE Title: Engineering Manager Date 10/20/2025 �� BOARD OF COUNTY COMMISSIONERS ATTEST: WELD COUNTY, COLORADO Weld ounty Clerk to the Board BY: eputy Clerk to the Bod 1861, OCI '/ 2025 2 oZ4 -3 Z. CAIRN DESIGN, LLC eatt.9 kyket4ohmudice,6., 9 ufutwm, September 30, 2025 Will Hopkins Weld County Facilities 1105 H Street Greeley, CO 80632 RE: Weld County Motor Pool - Architecture and Engineering Services - Covered Parking Scope of Work; The project will involve full architecture design, specification, and engineering work and construction administration for the Weld County Motor Pool covered parking structure, not included in the original scope of work. The design includes: • Design and location of two new covered parking structures. • Civil engineering changes • Structural engineering for the foundations • Electrical engineering for lighting and power at the structures and for future solar • Architectural design and specifications Cairn Design, LLC will provide architectural and engineering design under this agreement including: • Architectural, Structural, Electrical and Civil engineering details for a complete system. • Project management and construction administration. Scope of Services: The scope of services included in this proposal are limited to the following: • Full engineering services, with construction administration, as indicated above. Exclusions: • Design of any system not listed above. • Design changes, layout changes, or value engineering requested by client or owner after the final submission. Compensation: Total Design Fee - $9,500.00 Changes in scope, additional trips to the site, or added services would be billed hourly, unless a fixed fee is agreed to in advance for the specific service. Sincerely, Ken Caudle, PE Engineering Principal 1805 Sheely Drive Fort Collins, Colorado 80526 19101286-1968 Co tract Forr Entity Information Entity Name* CAIRN DESIGN LLC Entity ID* @00039527 O New Entity? Contract Name" Contract ID FLEET SERVICES BUILDING COVERED PARKING DESIGN 10009 CHANGE ORDER Contract Status CTB REVIEW Contract Lead* CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* PROVIDE DESIGN AND ENGINEERING SERVICES TO ADD A COVERED PARKING STRUCTURE TO THE NEW FLEET SERVICES EXPANSION PROJECT. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 10/23/2025 GROUNDS 10/27/2025 Amount* $9,500.00 Department Email Will a work session with BOCC be required?* CM- HAD Renewable* BuildingGrounds@weld.go NO Does Contract require Purchasing Dept. to be included? Automatic Renewal Department Head Email YES CM -Build ingGrounds- Grant DeptHead@weld.gov Bid/RFP #* B2400149 County Attorney IGA 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 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date* 12/02/2025 Committed Delivery Date Renewal Date Expiration Date* 12/02/2025 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 10/21/2025 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL RUSTY WILLIAMS BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 10/21/2025 10/21/2025 10/21/2025 Final Approval BOCC Approved Tyler Ref* AG 102725 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 10/27/2025 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND CAIRN DESIGN, LLC �� THIS AGREEMENT is made and entered into this2�l lay of vuv�,lGLIA.A , 2025, by and between the Board of Weld County Commissioners, on behalf of 'JJJ Facilities Department, hereinafter referred to as "County," and Cairn Design, LLC, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1 Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be 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. B2400149 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 t /Z9/25 CC:Ohl 5e C& ) puLYchc6,tY9 k/2_9/2_5 201,4-3-1(2 5�-,002_(0 Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties, and this Agreement shall be modified 2 accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $394,045.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents 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 Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 3 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent 4 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. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and 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 5 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance - Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, trustees, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 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 6 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: Per Loss Aggregate $ 1,000,000 $ 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" for work that is being performed by the Contractor. On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. 7 Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non - renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. 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. 8 Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. 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. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to 9 waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 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. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. 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. 22. 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. 23. 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. 24. 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 10 Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Cairn Design, LLC Position: Architectural Manager Address: 1805 Sheely Drive Address: Fort Collins, Colorado 80526 E-mail: tori@cairndesignllc.com Phone: (970) 286-7968 TO COUNTY: Name: Patrick O'Neill Position: Facilities Director Address: 1105 H Street Address: Greeley, Colorado 80632 E-mail: poneill@weld.gov Phone: (970) 400-2023 25. 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. 26. 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. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. 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. 29. 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, 11 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. 30. 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. 31. 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. 32. Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. 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. 34. 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. 35. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an 12 unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. 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. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: Cairn Design, LLC By: Name: Katherine V. Ligon Title: Chief Executive Manager 1/24/2025 Date of Signature WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld ounty Clerk to the Board BY: Deputy Clerk to the Boar WELD COUNTY, COLORADO '6(&, Perry L , uck, Chair 3 J P i 2 9 2225 Exhibit A Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80601 Professional Services — Invitation for Bid (IFB) Cover Sheet Bid Number: B2400149 Title: Design & Engineering Services — Weld County Motor Pool Complex Issue Date: November 20, 2024 P re -Bid Meeting: December 6, 2024, at 10:00 am P re -Bid Location: 1105 H Street, Greeley Colorado 80631 Questions Due: December 13, 2024, by 5:00 pm Questions email: bids@weld.gov Bid Due Date: December 20, 2024, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bids@weld.gov or hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bidsweld.gov Documents Included in this Bid Package RFP Schedules IFB Attachments S chedule A: Bid Instructions S chedule B: Scope of Work Schedule C: Project Schedule S chedule D: Bid Form Schedule E: Insurance S chedule F: Weld County Contract Attachment 1 — Facilities Department Project Documents Attachment 2 — Motor Pool Site Drawings Table of Contents Professional Services — Invitation for Bid (IFB) Cover Sheet I Documents Included in this Bid Package 1 RFP Schedules 1 IFB Attachments 1 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 5 Project Overview 5 Method of Procurement 5 Pricing Method 5 Project Scope 5 Facility Design and Construction Contract Documents: 9 Schedule C - Project Schedule 12 Schedule 12 Schedule D - Bid Form 13 Bid Submittal Instructions 13 Fees 13 Attestation 14 Schedule E — Insurance 15 Insurance 15 Insurance Mailing Information 16 Schedule F - Weld County Contract 17 Contractual Obligations 17 Weld County Standard Contract 17 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Design and Engineering Services — Weld County Motor Pool Complex A Mandatory pre -bid conference will be held on December 6, 2024 at 10:00 am at the Weld County Facilities Department located at 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: December 20, 2024 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on December 20, 2024 at 10:30. 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: 177 614 069# Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: email bids to bidsiweld.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. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1 Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Procurement Solicitation # B2400149 Page 3 Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bids) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation # B2400149 Page 4 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a vendor to provide Design and Engineering services for the renovation and expansion of the existing Weld County Motor Pool facility. This scope will include demolition, renovation, new building(s) and all associated civil, architectural, mechanical, electrical, and plumbing services to provide a complete design and engineering package. Method of Procurement Invitation for Bid (IFB): An Invitation for Bid (IFB) is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding and IFB the contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Negotiated Price: Negotiated contract prices are fees provided and agreed upon between the County and the bidder. Project Scope Weld County is seeking professional design services for schematic design, design development, construction documents, and construction administration for the renovation and expansion of the Weld County Motor Pool complex. The existing structure that currently houses the Weld County motor pool operations may be expanded and renovated to meet the new needs or demoed to provide the space needed for a new building or buildings. If design determines that additional space is needed consultant shall include the possibility of the demolition of the existing Information Technology building to allow for any new structure or area needed to complete the motor pool complex design. Weld county desires the new building or buildings to be clear span pre-engineered metal structure but is open to the ideas and experience of the design team. Design intent for this project is to provide a complete design package for a seventy to eighty thousand square foot building or buildings which will house at minimum the following. 1. Office Space (10,000 — 12,000 square feet) a. Offices b. Breakroom c. Conference room d. Restrooms Solicitation # B2400149 Page 5 e Locker rooms with showers f Storage 2 Large vehicle mechanic and service shop (25,000 - 30,000 square feet) a Pull through bays large enough for full length tractor trailer and a standard heavy duty road grader or snowplow on each side of pull through bay b Overhead crane to service both sides of pull through bays c Oil and lubricant management and distribution system for both new oils and disposal of used oils d Climate control for each service bay e Parts storage and service f Storage g Heavy Duty vehicle and equipment lifts h Supervisor office space i Ventilation systems for each service bay j Tool and equipment storage k Pneumatic operating system 3 Small vehicle mechanic and service shop (12,000 - 14,000 square feet) a Multi service area with multiple service lifts and work areas b Drive through entry and exits c Oil and lubricant management and distribution system for both new oils and disposal of used oils d Climate control for each service area e Parts storage and service counter f Storage g Vehicle and equipment lifts h Supervisor office space i Ventilation systems for each service area j Tool and equipment storage k Pneumatic operating system 4 Body shop and upfit service area (12,000 - 14,000 square feet) a Multi service area with multiple service lifts and work areas b Drive through entry and exits c Oil and lubricant management and distribution system for both new oils and disposal of used oils d Climate control for each service area Solicitation # B2400149 Page 6 e Parts storage and service counter f Storage g Vehicle and equipment lifts h Supervisor office space i Ventilation systems for each service area j Tool and equipment storage k Paint booth, large enough to service a standard SUV or pickup I Pneumatic operating system 5 Additional storage (5,000 — 6,000 square feet) 6 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 7 Complete Site Survey of all existing conditions This shall include but not limited to all storm water management and drainage, all existing grading, all utility connections, existing structure(s) conditions, and use study, and any element or condition needed to provide a complete design 8 Consultant will be responsible for the goo technical survey and report 9 Consultant shall include demolition drawings and specifications in their design and engineering services for the existing motor pool (1399 N 17th Ave ) and information technology (1401 N 17th Ave ) buildings if design deems necessary 10 Consultant shall include final landscaping and irrigation drawings with their design 11 Consultant shall include the coordination and design execution for all City of Greeley PUD requirements 12 Consultant shall include the electrical distribution requirements for each service bay in all service areas This will include but not limited to additional electrical circuitry for lifts, equipment, tools, and any other item to ensure a complete mechanical service bay design 13 Consultant shall make recommendations to the Weld County project team as what equipment will best suit the'needs of the existing building and its tenants 14 If existing motor pool building is renovated consultant shall include the complete demolition of all interior walls and equipment and would take the existing building to its original core and shell only Interior slab will have to be filled and designed to meet the new needs of the building 15 Consultant is responsible for providing a complete parking lot design including all soil and asphalt design as required 16 Project shall include all architectural, structural engineering, electrical, mechanical, plumbing, civil and tenant features as needed to provide a complete design and engineering package 17 Consultant shall provide low voltage drawings and specifications for access control, intrusion systems, camera systems, and building automation systems 18 Consultant is responsible for and shall provide specifications, stamped drawings, and engineering documents for architectural, structural, mechanical, plumbing, and electrical including fire if needed These documents and specifications will be used for Weld County to seek bids for they construction phase of this project 19 Consultant will be responsible for reviewing site conditions to best determine what is needed to provide a complete design and engineering package Solicitation tt B2400149' Page 7 20 Consultant must provide a conceptual 3D rendering with multiple options for County review during the schematic design phase 21 All design service requirements shall be a part of this contract and be all inclusive of a complete building design for each space 22 Consultant is required to verify that any new design and or equipment meets the needs and functions of the building Scopes 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 a Provide a design for the project b Provide structural fill analysis and design for fill of building/s area If required c Prepare submittals to governing agencies for approval d Provide a schematic design package e Provide a design development package f Provide full and complete construction documents g Provide construction administration/consultation h Attend weekly design and construction meetings I Prepare building permit submittal and assist in obtaining the permits Make Building Inspection Department requested revisions j Provide a design schedule k Include all costs for architectural design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal I Coordinate surveys and other design activities All costs shall be included in bid Plans and Documents (At a minimum the county requires the following) 1 Architectural Plans 2 Civil and Site Plans 3 Structural Plans 4 Mechanical Plans 5 Electrical Plans 6 Plumbing Plans 7 Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County 8 All related engineering calculations, QA/QC, and manufactured equipment documentation 9 Any and all other items required by referenced codes, standards, and ordinances Data and Information Review The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work The Consultant shall be responsiblefor 1 Familiarizing themselves with applicable local, state, and federal regulations Solicitation # B2400149 Page 8 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 Solicitation # B2400149 Page 9 5 Mechanical, Electrical, and Plumbing Design Produce mechanical, electrical, and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction Items to include but are not limited to the following heating ventilation and air conditioning plans, specs, equipment schedules and control systems, plumbing plans, specs and equipment and fixture designation for water supply and wastewater disposal, electrical plans, specs, schedules and diagramming for power, lighting, and provisions for emergency standby power generation, if needed 6 Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process The design team for this proposal will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes 7 Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one- hour on -site Owner -Architect -Contractor (OAC) meetings The duration for OAC meetings shall use 6 months for base bid 8 Revit or BIM modeling is not required However, final CAD of all designs and as-builts will be provided to the County Project Summary and Report Upon completion of construction work, the Consultant shall prepare final as -built of the Project 1 Provide to Weld County one (1) hardcopy and one (1) set of PDF documents of the completed project documented along with AutoCAD files with final as -built of the Project 2 Conduct a post -meeting debriefing discussion with the County Project Team Use of Sub Consultants The proposer shall indicate in their bid any work intended to be performed by sub - consultants or persons outside of the firm The proposer shall name the sub -consultants, if known, at the time of bid submittal Qualifications & Insurance Qualifications and insurance, at a minimum, should include the following ® The consultant(s) must have Architect(s)/Engineer(s) current State license(s) ® Must carry Professional liability insurance (PLI), also called professional indemnity insurance (PII) but more commonly known as errors & omission Solicitation # B2400149 Page 10 Documents and Information to be Submitted with Bid 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 Summary of the bid, including Statement of Understanding showing familiaritywith the Scope of Work 2 Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including a Identify who will act as the primary contact person to Weld County for this project u List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer 3 Proposed Project Schedule ✓ Describe how your firm handles the various communications, includingmeetings and project schedules, to keep the project running smoothly 4 Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet ® Include the name of the sub -consultant and a statement of qualifications of the sub -consultant Solicitation # B2400149 Page 11 Schedule C - Project Schedule Schedule Below is the anticipated solicitation schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution November 20, 2024 November 20, 2024 December 6, 2024 December 13, 2024 December 20, 2024 January 13, 2025 January 27, 2025 Based off of the above anticipated solicitation schedule please provide your proposed completion dates below. Design Phase Design & Engineering Start Design Completion & Engineering Schematic Design Design Development Construction Documents Final Completion Design & Engineering Solicitation # B2400149 Page 12 Schedule D - Bid Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 am on December 20, 2024: 1) Schedule B- Scope of Work 2) Schedule D — Bid Form 3) W9, if applicable.* 4) Any potential or future Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project in the space below: Lump Sum Cost Breakout Price Architectural $ Civil Structural $ Mechanical Electrical Plumbing Contract administration - - r Other Total Lump Sum Cost $ The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2400149. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement of Schedule E — Insurance and Bond 5. Acknowledgment of Schedule F — Weld County Contract 6. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. Solicitation # B2400149 Page 13 7. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Attestation Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Name: Title: Date of Signature Solicitation # B2400149 Page 14 Schedule E - Insurance Insurance 1. The Contractor shall furnish a certificate of insurance for commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability upon notification of award and prior to performance. Work shall not commence under this Agreement/Contract until the Contractor has submitted to the County, and received approval thereof, the certificate of insurance showing compliance with the following types and coverage of insurance. a. Commercial General Liability Insurance: to include products liability, completed operatiors, contractual, broad form property damage, and personal injury. Each Occurrence General Aggregate $1,000,000 $2,000,000 b. Comprehensive Automobile Liability Insurance: to include all motor vehicles owned, hired, leased, cr borrowed. Bodily Injury/Property Damage $1,000,000 (each accident) Personal Injury Protection Per Colorado Statutes c. Workers' Compensation Insurance: Per Colorado Statutes d. Professional Liability Insurance*: to include coverage for damages or claims for damages arising out of the rendering, or failure to render, any professional services. Each Occurrence $1,000,000 *This insurance requirement applies only to Contractors who are performing services under this Agreement as professionals licensed under the laws of the State of Colorado, such as physicians, lawyers, engineers, nurses, mental health providers, and any other licensed professionals. 2. The Contractor's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government as an "additional insured" and shall include the following provisions: a. Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses resulting from the actions or negligence of the Contractor. b. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. Solicitation # B2400149 Page 15 c. Any and all deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contractor. 3. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contractor shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. a. Upon failure of the Contractor to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated. b. Failure of the Contractor to obtain and/or maintain any required insurance shall not relieve the Contractor from any liability under the Agreement/Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contractor concerning indemnification. c. Contractor shall provide copies insurance coverage policies to the County department maintaining contract administration duties. These include initial policy, updated/changes to coverage, extensions, renewals, etc. 4. If the Contractor is a Joint Venture, then the respective parties thereto are each individually held fully responsible for completion of the project according to the terms of this Agreement. The parties thereto also have joint and several liabilities to the County for any liquidated damages assessed or for performance bond claims against the Joint Venture. The performance bond and all insurance required by this Agreement shall set forth the identity of each party to the Joint Venture. Insurance Mailing Information Certificates of Insurance and endorsements shall be provided to the County via electronic correspondence or mail using the information below: Email Project Manager: Will Hopkins Email: whopkins@weld.gov Telephone: (970) 400-2044 Mail: Weld County Facilities Department ATTN: Will Hopkins Po Box 758 Greeley, Co 80632 Solicitation # B2400149 Page 16 Schedule F - Weld County Contract Contractual Obligations 1 The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is the standard Weld County Contract for Professional Services. PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [DEPARTMENT], hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. Solicitation # B2400149 Page 17 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. Solicitation # B2400149 Page 18 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Solicitation # B2400149 Page 19 8 Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors 9 Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County 10 Confidentiality Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL " However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C R S 24-72-201, et seq , with regard to public records, and cannot guarantee the confidentiality of all documents Contractor agrees to keep confidential all of County's confidential information Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement 11 Warranty Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review if the County expenences additional costs dunng 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 materials) 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 ,. ,..n, rv--.. ..,v ..x,t .+..,.n n. nw ,w.e .+. w-aen ,. .. •. r..w.. .. ..x.. .. �..a.,_ .h'+e..mrxTan-xv.e�oem ra.nru �. arm A -••a-.. �. �ynai. w.w.x �4JiaSC' v.a'c.u-cwrv.. r c.rv. a.J Solicitation # B2400149 Page 20 be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally 13 Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period For all coverages, Contractor's insurer shall waive subrogation rights against County Types of Insurance Workers' Compensation /Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment The policy shall contain a waiver of subrogation against the County This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act , AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form Commercial General Liability Insurance including public liability and property damage, covenng all operations required by the Work Such policy shall include minimum limits as follows $1,000,000 each occurrence, $1,000,000 general aggregate, $1,000,000 Personal injury $5,000, Medical payment per person Automobile Liability Insurance Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract, and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed Minimum Limits $1,000,000 Per Loss, $2,000,000 Aggregate Proof of Insurance Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured Subcontractor Insurance Contractor hereby warrants that all subcontractors providing Solicitation # B2400149 Page 21 services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County No limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Certification of Compliance with Insurance Requirements The Contractor stipulates that it has met the insurance requirements identified herein The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies 14 Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in 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 Solicitation # B2400149 Page 22 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: N ame: P osition: Address: Address: E-mail: P hone: TO COUNTY: N ame: Position: Address: Address: E-mail: Phone: 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. Solicitation # B2400149 Page 23 22 Fund Availability Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year 23 Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement 24 Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination 25 Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties 26 Governmental Immunity No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq , as applicable now or hereafter amended 27 No Third -Party Beneficiary It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only 28 Board of County Commissioners of Weld County Approval This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee 29 Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute 30 Public Contracts for Services Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement Contractor shall not use E -Verify Solicitation # B2400149 Page 24 Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien Contractor shall comply with reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law If Contractor fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages Except where exempted by federal law and except as provided in C R S § 24-76 5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract 31 Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf 32 Binding Arbitration Prohibited Weld County does not agree to binding arbitration by any extra judicial body or person Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void Acknowledgment County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement CONTRACTOR By Name Title Date of Signature Solicitation # B2400149 Page 25 WELD COUNTY: ATTEST: Weld County Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO BY: Deputy Clerk to the Board [Insert Name], Chair Solicitation # B2400149 Page 26 Exhibit B Carolyn Geisert From: Sent: To: Subject: Attachments: Ken Caudle <ken@cairndesignllc.com> Friday, December 20, 2024 9:25 AM bids B2400149 - Weld Motor Pool Design and Engineering B2400149 - Weld Motor Pool - Cairn Design.pdf This Message Is From an External Sender This email was sent by someone outside Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Please accept the attached as our bid for this project. I hereby waive my right to a sealed bid. Ken Caudle, PE LEED AP CAIRN DESIGN, LLC leading high performance building solutions Based in Fort Collins, Colorado, and serving you, wherever you may be! Web: cairndesignllc.com Email: ken@cairndesignlic.cor Phone: (970) 286-7968 - / NQINERS Cen&h Vukp4okfrvtaaLUut@ d.aU.uich Response to: Invitation for Bid Design and Engineering Services for Weld County Motor Pool Complex B2400149 Submitted by: Cairn Design, LLC Ken Caudle, PE 1805 Sheely Drive Fort Collins, CO 80526 (970) 286-7968 Date: December 20, 2024 CAIRN DESIGN. LICautos& kcjitrAfrowta Table of Contents Summary and Statement of Understanding 3 Team Key Personnel .4 Project Approach 11 Proposed Schedule 19 Relevant Experience and References 20 Fee Structure 23 CAIRN DESIGN. LLC &6.m k;gkpo4n..i.,.m6wCF:, MCa'mm. Summary and Statement of Understanding Statement of Understanding Cairn Design, LLC and the sub -consultants listed herein have thoroughly reviewed the issued RFP and all addenda. The general scope, as it pertains to the design and construction of the facility is as understood below: New Motor Pool The project consists of providing a new motor pool building. This may include demolishing the existing motor pool building, demolishing the existing IT building, renovating the existing motor pool building, new construction, and/or additions to the existing motor pool building. The design is to be inclusive of all maintenance equipment such as air compressors, lifts, fluid delivery systems, paint booth, etc Cairn Design has provided renovations and new systems within the existing motor pool building including the new body shop bays, new air compressor system, new generator, and a previous renovation to the welding shop. The design will incorporate Weld County's standard building elements. Cairn Design is very familiar with the materials Weld County uses on their projects. Ken Caudle, PE from Cairn Design attended the pre -proposal meeting. The Project Manger, Ken Caudle, PE, will be the primary point of contact for all project correspondence. His contact information is: Ken Caudle, PE Mail: 1805 Sheely Drive Fort Collins, CO 80526 Office: 155 N. College Ave Fort Collins, CO 80524 (970) 286-7968 ken@cairndesicinllc.com Website: cairndesignllc.com CAIRN DESIGN, LLC &oeuly pciyo,M..., but ea,y keeaot, Team Key Personnel Summary This response to the RFP is hereby submitted by Cairn Design with the following design team. Project Management, Architectural and Electrical Engineering Cairn Design, LLC Mechanical and Plumbing Engineering Fry Engineering Structural Engineering RMG Engineers Civil Engineering i2 Consultants, Inc. Landscape Architecture / Irrigation Design TFG Design, LLC / Asher Team History The principals of Cairn Design, LLC have been working on projects together since the mid 1990's. They have been consultants on each other's projects periodically during this time and decided to create Cairn Design, LLC in 2017. Cairn Design, LLC has teamed with 12 Consultants, and Fry Engineering on several Weld County projects periodically over the years. Cairn Design and RMG have worked as consultants on projects together. The primary contact will be Ken Caudle, PE. This response to the RFP is hereby submitted by Cairn Design, LLC with the following design team and we take no exception to the requirements of the RFP. The proposal is provided in accordance with the RFP and the requested information is listed in the order shown in the RFP Our proposed team is comprised of experienced and knowledgeable experts in their fields. We are capable and available to take on any architectural and engineering scope under this contract. Our portfolio of work includes projects for the City of Boulder, Gilpin County, Weld County, Logan County, the State of Colorado, the DMVA, CU Boulder, State project plan review, and other private and municipal entities. We are very familiar with all state, county, and local requirements. Cairn Design routinely provides design services of similar scope and complexity. These projects include a renovation / addition for Weld County Facilities, complete with new storage, offices, field worker workstations, shop space, and drive-thru storage bays; multiple Weld County projects, including renovations to the existing motor pool; a 22,000 sqft industrial welding shop; and 9 commercial garage / body shop projects with paint booths, lifts, alignment equipment, and compressed air systems. Our commitment to our clients is represented by our repeat business. Since the start of 2022, out of our last 66 projects, only 6 were with non -repeat clients. Organizational Chart Pt' J' -! +'iI!I 13, Ken C:41100... rE i QNQC Cairn Design, t.LC Charles rieldef, RP. t'Itt-th(r;y: A r .'j;ill'te(it t I L'( s•'1!'Ifre Lf rt:, ;VA Drafting and Support i _1 1!tt jlni.c1a0 , pa i 'a iL'_u t l pJ,.I;n•)i,ru' R ' a Er Ix!,�.-t. ',l,1t} '.•l^1'1irt� F� r Drafting and Support 1 "I'1 0 _'jry PS. t i _ *milt it.:a,'1'I nttiSar - ty,l;tto-:t:tnr.• LIT" r .1 r Drafting and Suppnn CAIRN DESIGN. LAC iewykr4cstnuthabitifdistu,utentaim, Cairn Design, LLC Cairn Design, LLC, started in 2017 and is located in Fort Collins, Colorado provides architectural, engineering, and consulting services to the Colorado Front Range. As a woman -owned, small business, we specialize in municipal; commercial; industrial; higher education; state, county, and local government; space planning; tenant fit -out; and telecommunications projects. We work to integrate high performance, sustainable principles in every design. With more than 60 years, combined, in the business, the owners of Cairn Design offer expert in-house Architectural and Engineering services. The principals collaborated on projects for more than twenty years, prior to forming the firm. Primary areas of expertise include architecture and sustainable design for r commercial, higher education, and government projects. We have broad experience in both new construction and renovation projects. Our focus is working as a team with all members of the design and construction process, the owners, the users, the contractors and the consultants. The two principals of Cairn Design are K. Tori Ligon, Architect, and Ken Caudle, Engineer and Project Manager. Tori has over 20 years of experience in architecture. Prior to creating Cairn Design she worked for private consulting firms as well as the George Washington University system during her career. Her focus on planning and attention to detail has set her apart from many of her peers. As an architect, she gained valuable experience designing large, high-tech office and data center spaces for the national banks in her area. Higher education has also been a pertinent part of her design career and led her to become the Senior Planner and Campus Architect for George Washington University where she was able to work on many of the campus' varied projects. With a passion for sustainability, she became her company's sustainable design coordinator and was able to influence the sustainability of many of the company's projects. She also designed and implemented the companies sustainable conference room that highlighted several sustainable practices that could be showcased to clients. Tori achieved her LEED-AP designation in 2004. After relocating to Washington, DC, Tori worked for a private consulting firm assisting multiple entities achieve LEED designations by developing tracking forms and spreadsheets for LEED credits that were not readily available at that time. She became the Senior Planner and Architect for the George Washington University and developed their guidelines for all future design and construction that did not exist. These guidelines implemented sustainable requirements, meeting LEED Silver or better, throughout all disciplines. Ken has more than 30 years of experience as a project manager and electrical, security, and communications engineer and has been the Engineering Manager at Cairn Design since 2017. He has and continues to provide design services for a variety of clients in the institutional, government and private sectors. He is an electrical system specialist. His responsibilities include expert technical plan/specification development, peer review, and quality assurance field testing. Ken leads forensic investigations, condition surveys, field performance testing, technical report preparation. and overall quality assurance. He is a Professional Electrical Engineer. With his experience in the medical and lab fields, he was chosen to lead the electrical committee to update and rewrite the 2008 edition of the Design Requirements Manual for the National Institutes of Health. Ken has extensive public safety experience, having designed electrical and telecommunications systems for more than 30 police, fire, 911, and sheriffs departments. During his tenure in Washington, DC, Ken was the designer of record and/or project manager on multiple LEED projects. These projects included seven self -certified projects for the DOD and FBI, two CAIRN DESIGN. LCszuiem, enatm A.A4pe,40Atitant LEED Silver projects fcr Naval Facilities, and three LEED Gold Projects for the US Corps of Engineers. Our in-house services hclude: Project Planning Architectural Design Lighting Design Fire Alarm Design Building Assessments Peer Design Review Construction Administration Space Planning Interiors Power Design Security/Access Design Industrial Controls Forensic Studies Owner Representation Sustainability Assessments Sustainable Design Telecommunications Design Audio/Visual Design Emergency System Design Project Management Medium Voltage Electrical Design Along with the two prin :ipals Cairn Design has architectural and engineering support staff and as - needed, CAD/B1M operators. RMG Engineers - Structural Engineering RIVIG RM J Engineers has provided professional services in Colorado since 1986. sige We stand out as the premier choice for geotechnical, geologic/environmental, ENGINEERS structural, forensic, and construction materials testing services along the Cobrado Front Range. Our extensive experience and commitment to excellence make us a t-usted partner for your engineering needs. Since 1986, RMG Engineers has been influential in shaping engineering projects throughout Colorado. What makes them unique is their balance between maintaining robust technical standards, while promcting a creative approach to their designs and recommendations. RMG prioritizes people and client satisfaction, listening carefully and handling each project with care. RMG is known for solving problems effectively and turning creative ideas into reality. Their team is dedicated to deliverir g professional services with solid technical expertise, staying updated on industry trends, and focusing on customer needs. RMG's Structural Engir eers have been providing Commercial Structural Engineering services since 2001. They work with many architects, contractors and developers providing office, institutional, industrial and specialty design services. As they enter their 5th decade. RMG Engineers has built a solid foundation of knowledge and industry experience. Their long-standing presence in the field translates into a deep understanding or engineering challenges and solutions, ensuring reliable and effective results. RMG offers a full spect-um of engineering services. This breadth of expertise allows them to tackle complex project with a cohesive and integrated approach. Based solely in Colorado, RMG possesses an extensive understanding of the unique geological/environmental conditions and challenging structural design requirements. This enables RMG to provide solutions tailored to local needs. CAIRN DESIGN. LLC eada9 it9i, p't4c^t•u.Jtct. [cheat, .San& • i2 Consultants, Inc. - Civil Engineering 12 i2 Consultants, Inc. formed in early 2020, as there was an opportunity in civil engineering to provide excellent and timely service for land development and municipal Consultants, Inc. clients and projects throughout Colorado. 12 Consultants, Inc. provides civil engineering design for multiple private and municipal projects such as the following: Fort Collins Montessori School, Fort Collins, Colorado; Frederick -Firestone Fire Protection District Station No. 4, Frederick, Colorado; Berthoud Public Works Building; Town of Firestone Town Hall Building Addition, Firestone, Colorado; and Coyote Gulch Regional Park, Northern Colorado; and multiple Weld County projects. Fry Engineering — Mechanical and Plumbing Engineering .,� Fry Engineering offers over 25 years' experience in a combination of areas. This experience enables Fry Engineering to provide high quality design work that meets project and code requirements. Their principal's experience in mechanical contracting and air balancing fields gives them Nr3I N Fa.vt"pil• ►� ,-.� the ability to assess feasibility, cost and ease of implementation from a 1' i contractor's prospective. This combined with skills in design, consulting 9 and project commissioning results in superior design for their clients. Fry Engineering, Inc. offers a wide array of capabilities and experiences that make them a valuable addition to the team and the perfect choice for the project. Fry Engineering, Inc. provides HVAC and Plumbing engineering, design and consulting services for projects throughout Colorado. The firm covers a wide variety of commercial and industrial projects including: restaurants, retail spaces, commercial kitchens, offices, schools, hospitals and manufacturing facilities. Fry Engineering, works ardently throughout the project to ensure the clients' needs, expectations and project specifications are met. They offer a full range of HVAC and Plumbing design services including: Site Analysis, Existing Building System Analysis, Schematic Design, Design Development. Construction Document Production, and Building Performance Analysis. The FronTerra Group / Asher - Landscape Architecture The FronTerra Group (now Asher) is a landscape architectural firm in the Northern Colorado Front Range region and was established in 2003. Located in Loveland, Colorado, our studio is ideally located in northern Colorado, with easy access to Fort Collins, Longmont, and Greeley. Our studio offers landscape architectural, site design, planning, and illustrative services. We specialize in commercial, public, and large residential design and planning. CAIRN DESIGN, LLC etadatli141240frimantinsitIsachA, Project Approach Project Management and Architectural Design - Approach First and foremost, with municipal projects, we understand that we are stewards of the tax payers' money. We take this responsibility seriously and provide design decisions and input in the best interest of the project, the client. and the tax payers. During the pre -design phase, Cairn Design will schedule the necessary staff and consultants to attend the kick-off meeting. This meeting will introduce the team to Weld County. During this meeting communications protocols, project schedule, and ongoing meeting schedules will be established. Design charrettes will be scheduled and attended by the design team and County staff. At these meetings, the quantity, size, location, and adjacency requirements of the required spaces within each group or department will be determined. The adjacency requirements will be analyzed by the design team to start the building layout. Equipment and vehicle flow will be discussed during the meetings to determine where the building can be placed on the site and the configuration of the building. Once the drives, shop areas, and storage areas determined, the building layout can be developed. The building location will be placed to optimize access and future growth. The site constraints, zoning, utilities, and open areas will be coordinated with the proposed built environment. Following approval of the Pre -Design layouts and Site Plan by the County, the design team will move into the schematic design phase. Weekly meetings will be scheduled to address design considerations as the come up. The design team will provide preliminary floor plans during these meetings to further refine the space adjacency requirements, the overall layout and flow of the facility, accessibility, and allow for mechanical, plumbing, electrical, and equipment spaces. Along with the meetings to discuss the building, the site plan will be updated as necessary to ensure travel paths, parking, access, utilities, and other site related items are addressed. Once the concept floor plans are approved, exterior building characteristics will be discussed. Preliminary elevations, sections.. roof plans, materials, and glazing will be provided. The MEP teams will utilize the approved floor plans to provide preliminary designs. Major equipment will be sized to ensure adequate mechanical, electrical, and equipment rooms. Preliminary designs and layouts will also be provided for the shop areas. Special systems such CAIRN DESIGN. IIC klkptis401.44,,,t &au, iceitt.m, as fluid delivery, compressed air, welding ventilation, and waste oil storage will be addressed in the floor plans. Structural components will be coordinated with the layout and aesthetic of the building. Structural grids, horizontal, and vertical members will be shown on the floor plans and sections. At the end of the 30%, Schematic Design, a set of documents will be provided. The design documents will include site plans, floor plans, building sections, code analysis, outline specifications, materials and finishes, structural, MEP, and specialty systems. The plan development will progress with submissions at 60%, Design Development and 100% Construction Documents for permitting, bid, and construction. From the kick-off meeting through design, the team will transfer the knowledge of what the client and end users require in their facilities and use this information to develop a design that meets the needs of the occupants at the budgets set by the funding. The flow of information. in both directions, and effective communication will allow the design team to actively modify the design to benefit the project and keep the client informed of design changes as they happen. The Cairn Design project manager, Ken Caudle, will be a consistent presence throughout the project. By having this constant point of contact, the team will be able to ensure the flow of information and receive feedback from the end users. The project manager will record and issue meeting minutes and develop a Design Progress Log that will include the proposed design schedule, information required for the design, the responsible party, due date, schedule impact, and completion date. Copies of the Design Progress Log will be provided to everyone on the team prior to the scheduled design meetings. Meeting minutes will be kept by the project manager and issued to the team after each design meeting. The design schedule will be updated weekly and any delays noted. The design team will provide current sets of plans at each meeting to review with the client. These plans will be notated and marked up during each meeting in order to ensure the design progresses and all comments are incorporated before the next meeting. The project manager and QA/QC manager will regularly review the documents during design for quality control and coordination. Scheduling multiple entities has its challenges; however, we understand the requirements of the members of the team and strive to provide each with the tools and time needed for a successful design. Throughout the design, the team will need adequate time to develop their portions of the project, but also time to coordinate with all the other team members. The owner likewise needs sufficient time to review the project and provide feedback. Cairn Design utilizes the latest in CAD and BIM software to create our designs. The technical capabilities of all the consultants are in line with modern design firms. Each consulting design CAIRN DESIGN. LIC enttm klitit4ottivt&mt, firm uses CAD software, as well as discipline -specific design software, to guarantee proper coordination and industry standard design. By teaming and partnering together, Cairn Design and our consultants have allocated our staff workload to allow for a completed project on schedule. Cairn Design and their consultants have the manpower and resources to commit to the schedule shown in this proposal and to attend scheduled design meetings per the RFP. As a small business, Cairn Design is selective on the types and quantity of projects we pursue, ensuring we have the resources to stay on schedule. CAIRN DESIGN. LLC ftatui iti.iiittgoktvuthatualitml&Adams. Ken Caudle, PE, LEED AP Project Manager / Electrical Engineer Ken has 36 years' experience as a project manager and electrical, security, and communications engineer and has been the Engineering Manager at Cairn Design, LLC since 2017. He has and continues to provide design services for a variety of clients in the institutional, government and private sectors. He is an electrical system specialist. His responsibilities include expert technical plan/specification development, peer review and quality assurance field testing. Ken leads forensic investigations, condition surveys, field performance testing, technical report preparation and provided overall quality assurance. He is a Professional Electrical Engineer. With his experience in the medical and lab fields he was chosen to lead the electrical committee to update and rewrite the 2008 edition of the Design Requirements Manual for the National Institutes of Health. EDUCATION B.S. in Electrical Engineering Technology University of North Carolina at Charlotte REGISTRATIONS Professional Engineer (PE) — CO, NC, VA, MD, WY, CA Registered Communication Distribution Designer (RCDD) LEED AP 1991 1999 — 1St Registration 2003 - Inactive 2004 PROFESSIONAL AFFILIATIONS Building Industry Consulting Services Inc. (BICSI) US Green Building Council EXPERIENCE Engineering Manager - Cairn Design, LLC, Fort Collins, CO Director of Engineering - PCD Engineering, Longmont, CO Electrical Department Head/Manager - Alphatec, PC, Washington, DC Electrical Engineer II - HSMM, Washington, DC Electrical Engineer - Optima Engineering, Charlotte, NC EXPERTISE Medium and low voltage power distribution Interior and exterior lighting Building and outside plant communications Project coordination Field surveys and construction administration RELEVANT PROJECTS (PARTIAL LIST): Building electrical systems Security, Access Control and CCTV Fire alarm and control systems Cost Estimating Emergency power systems City of Boulder Brenton Building Office Renovation I Boulder, CO City of Boulder Church Site Programming and Design I Boulder, CO City of Boulder Charging Stations, Multiple Sites I Boulder, CO Weld County — Multiple Facilities Logan County Community Center Addition I Sterling, CO CAIRN DESIGN. LIC 6adng h.gFvmh ov.uan., 6wFJa9 wPW;em. t, L.. ilia . lit n- .. • .JILs4 vGFxr.I K. Tori Ligon, RA, LEED AP Owner/Architect Tori has nearly 30 years of experience in architecture. Prior to creating Cairn Design in 2017, she worked for private architectural consulting firms as well as the George Washington University (GWU). Her focus on planning and attention to detail has set her apart from many of her peers. As an architect, she gained valuable experience designing large, high-tech office and data center spaces for the national banks in her area. Higher education has also been a pertinent part of her design career and led her to become the Senior Planner and Campus Architect for GWU where she worked on many varied projects and developed GWU's first campus guidelines for all future design and construction. These guidelines implemented general design requirements, as well as sustainable requirements mandating that all future projects must achieve LEED Silver or better, throughout all disciplines. EDUCATION North Carolina State University Bachelor of Architecture REGISTRATIONS & CERTIFICATIONS Registered Architect — (RA) NC and CO LEED AP BD+C 2000 2008 2004 EXPERIENCE Owner/Architect — Cairn Design, LLC, Fort Collins, CO Architect/Senior Planner - George Washington University, Washington, DC Architect - Allex Jordan, Washington, DC Sustainability Consultant — Winston-Salem, NC and Washington, DC Architect - Chatelain Architects, Washington, DC Intern Architect ! Sustainable Design Coordinator - Walter Robbs Callahan and Pierce Architects, Winston-Salem, NC RELEVANT PROJECTS (PARTIAL LIST): Weld County Administration Building Construction Documents ( Greeley CO Weld County Administration Building Space Planning, I Greeley CO Weld County Generator Enclosure Southeast Service Center I Firestone, CO Wachovia Linden Center ( Winston-Salem, NC Weld County Treasurer's Office I Greeley CO Weld County Public Works Storage Building, I Greeley CO Weld County Centennial Courtrooms and DA Offices I Greeley CO Weld County Sheriffs Range and Classroom Building I Greeley CO Weld County Jail Courtroom Greeley CO Weld County Justice Services Offices I Greeley CO Weld County Probation Offices I Greeley CO Weld County Fleet Services I Greeley CO Charm Industrial Offices I Fort Lupton CO Logan County Community Center Addition I Sterling, CO City of Boulder Church Site Programming and Design I Boulder, CO CAIRN DESIGN. PLC P,aGnq Lyk.ew4onmait., L3A.y uG.Gou Lt.. f Charles Fielder, RA Project QA/QC Charles has multiple decades of experience in architecture, planning, and design for municipal educational, government, and private clients. Charles is a team leader and mentor. Charles strengths include effective oral & written communication, profitability analysis, efficient organization of teams and tasks, marketing, developing win/win solutions, proactive issue resolution, versatility. multi -tasking, self -directed, decisive, and the ability to meet tight schedules & budgets. EDUCATION University of Kansas Master of Architecture University of Kansas Bachelor of Environmental Design REGISTRATIONS Registered Architect -- State of Colorado PROFESSIONAL AFFILIATIONS AJA Northern Colorado Chapter - President 2008 Fort Collins Building Review Board - Chair 1998-2006 EXPERIENCE GSG Architecture - Principal Architect 2020-2023 Thompson Schools - Architect / Project Manager 2019-2020 Adams 12 Schools - Architect / Project Manager 2018-2019 LBA Architects - Sr Associate / Director 2016-2017 Coover Clark - Architect / Project Manager 2012-2016 RB+B Architects - Senior Associate / Architect/Project Manager 1996-2012 RELEVANT PROJECTS (PARTIAL LIST): Chilson Rec Center Renovations I Loveland, CO CDOT Vail Pass Rest Area I Copper Mountain, CO Fairgrounds Park J Loveland, CO North CO Water Conservancy Dist. HQ I Berthoud, CO Fossil Creek Park I Fort Collins, CO Midtown Arts Center Renovations ( Fort Collins, CO US Dept of Agriculture IDIQ J MT, ND, NE, KS Summit County 2016 Bond Projects I Summit County, CO Army National Guard Readiness Ctr I Windsor, CO CAIRN DESIGN. L.LC F.<.Lnq uthem.. . Troy W. Campbell, PE, President/Senior Project Engineer Education B.S., Civil Engineering, Gonzaga University — Spokane, WA M.B.A., Colorado State University — Ft. Collins. CO Registration Colorado, Licensed Professional Engineer (#41159) Industry Tenure 26 Years &Qfl$14ttPvfltS, Inc. Mfg Potts glace, Mead, CO '770217. '714Y Troy has more than 26 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. The following accomplishments are representative of Troy's project abilities relevant to this proposal: Frederick -Firestone Fire Protection District Fire Station No. 4, Frederick, 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 Town of Firestone Town Hall Building Addition, Firestone, CO Berthoud Public Works Building, Berthoud, CO* Windsor Pediatric Dentistry, Windsor, CO Ginnala Office Building, Loveland, CO Cleveland Station, Loveland, CO Subaru of Loveland Building Additions, Loveland, CO High Plains Library District Gilcrest, CO* High Plains Library District Building Addition, Greeley, CO* 3rd Street Roadway and Utility Design, Mead, CO Agfinity/Cenex Site Redevelopment, Greeley, CO Agfinity Station Mead Mead, CO East Countyline Road Bridge over St. Vrain Creek, Boulder County, CO* 83rd Street Bridge over the Little Thompson River, Boulder County, CO* Sunset Street Bridge over the St. Vrain Creek, Longmont, CO* Stormwater Management Plan for US -285 & SH-9 Improvements, Fairplay, Park County, CO* Logan County Community Center Addition, Sterling, CO Weld County Communications Parking Lot, Greeley, CO Weld County Chase Parking Lot, Greeley, CO CAIRN DESIGN. LLC �y RivAF,be„„ivi butioul RMG Engineers Mark Weidhaas, PE Senior Principal Structural Engineering RISIG ENGINEERS Steven has more than 40 years' experience in structural engineering and has been with RMG for 22 years. EDUCATION B.S.S.D., Penn State University, 1983 REGISTRATION Professional Engineer: Colorado Arkansas Arizona Kansas Utah RELEVANT EXPERIENCE Mark Weidhaas is a Senior Principal and Senior Structural Project Manager for major projects at RMG. He provides oversite and design team management for projects in Colorado. His background includes structural design of commercial structures up to 5 -stories tall. He is an expert with the design of structural steel, masonry, wood, and precast concrete construction materials. He is an advocate for Professional Engineering with his 31 years of active membership in the National Society of Professional Engineers (NSPE). He was Colorado State President 2006-07, National Colorado Representative 2010-18, and awarded Fellow Grade Membership in 2010. Mark has been the lead engineer for commercial projects of all sizes and degrees of complexity in Colorado and across the U.S. He approaches each project with full engagement, utilizing his experience and clarity achieved with decades of construction design knowledge of the unique construction practices seen within the 14 states that he is licensed to practice engineering. PROJECT EXPERIENCE Weidner Field Switchbacks Stadium I Colorado Springs, CO West Edge UCCS Student Housing I Colorado Springs. CO City of Colorado Springs Admin Building Parking Garage I CO Patriot Business Park Corp Office Building I Colorado Springs, CO Fry Engineering Shane Fry, PE, FryCo Systems, Inc. and Fry Engineering, Inc., Fort Collins, CO President 2000 — present Pnncipal Mechanical Engineer Qualifications Colorado Licensed Professional Engineer Wyoming Licensed Professional Engineer National Balancing Institute certification Commercial air balancing and systems diagnostics certification Mechanical Contractor licenses in multiple jurisdictions ASHRAE Full Member (Amencan Society of Heating, Refrigeration, and Air Conditioning Engineers) ASPE Full Member (American Society of Plumbing Engineers) Education University of North Dakota (UND) B S in Mechanical Engineering and a Minor in Math - Graduated with honors Engineering Responsibilities: HVAC/R Design - Designing high performance and energy efficient HVAC systems for a wide range of municipal, commercial, industrial, and institutional clients These systems include complex multi -zone systems to simple single roof top unit (RTU) systems I routinely perform heating and cooling load calculations as well as duct design calculations A few of the systems and technologies I work with include precision DOAS (Dedicated Outdoor Air System) units, variable speed compressors, Demand Control Ventilation systems, Commercial Kitchen Ventilation Systems (Hood Systems), VAV systems, hydronic heating and cooling systems, comfort heating and cooling systems, walk-in cooler and freezers, process ventilation, and building management systems for HVAC control My engineering experience is varied and extensive Our HVAC projects include new construction, remodels, repair, and alteration My recent design experience includes a wide variety of municipal design projects for Weld County, CO Plumbing Design - I regularly design high performance and efficient Plumbing systems for our municipal, commercial, industrial, and institutional clients My scope of plumbing design work includes domestic hot and cold -water systems, drain / waste / vent systems, sanitary and grease sewer, grease traps, hot water recirculation systems, fuel gas systems, water storage and pumping systems, and building water service CAIRN DESIGN. LC itilit p i okPvwta buiestm sAd wet Josh McCarn - PLA Landscape Architect Working for an internationally recognized design/build firm and a leading landscape architecture and urban planning practice prior to The FronTerra Group ► ANDSCAPE ARO4FTEC UPE I PLANN+NG joining The FronTerra Group, has provided Josh McCarn with over 19 years of diversified experience. Based on a love of minimalist art and a solid belief in the values of community, his design approach combines extensive construction; project management and horticultural knowledge with a strong background in site design, natural systems and development planning to create fresh, inspiring places. As Associate Principal of The FronTerra Group, Mr. McCarn's unique skill set affords him the opportunity to take on a wide array of projects and see them through from start to finish. He has designed multiple award -winning projects, ranging from wetland restoration and recreational planning to streetscape and urban design, most recently receiving the USGBC's Green Innovation Award for the nation's first net zero energy retail site, Walgreens, in Evanston, Illinois. The Fronterra Group was recently purchased by Asher. EDUCATION Bachelor of Science in Environmental Design, Auburn University Bachelor of Landscape Architecture, University of Georgia REGISTRATIONS Professional Engineer (PLA) — CO, WY EXPERTISE Landscape Architecture Native Plantscapes Hardscapes Irrigation and Controls RELEVANT PROJECTS (PARTIAL LIST): Hewlett-Packard Enterprises Harmony Campus I Fort Collins, CO Riverbend Estates I Johnstown, CO Lowell Development I Denver, CO Pathways Hospice Children's Garden I Larimer County, CO Copper Peak Apartments E Longmont, CO Copper Steppe Apartments I Parker, CO Copper Stone Apartments I Lafayette, CO Homewood Suites } Steamboat Springs, CO Johnston Honey I Loveland, CO 2002 2004 CAIRN DESIGN, LC &A^9 R'9F.Hmm.n...Imam mE.Lau. Proposed Schedule: NTP - January 27, 2025 Schematic Design Complete - By March 31, 2025 Design Development Complete - June 13, 2025 Construction Documents Complete - August 29, 2025 Final Design and Completion - September 15, 2025 CAIRN DESIGN. LLC ream,, rtilfi rt‘,..ant s,dati4his Relevant Experience 1. Weld County Sheriff's Range and Classroom — Weld County, Nunn, CO This project included developing approximately 80 acres of undeveloped land in rural Weld County. Cairn Design assisted the County with regulatory changes in the land use by completing the ZPAG process as well as community involvement and public review. The site includes a training building, five covered briefing buildings, six ranges, and parking. The training building consists of two 100 person classrooms, large break room, restrooms with showers, offices and storage. he facility has a secured perimeter, parking area. roadway and range lighting for night use, storm water management ponds, and well with full water treatment facilities on site. Cairn Design was the architect in charge of design and construction. The subconsultants for this facility were contracted directly with Cairn Design. The County brought a range consultant on board for the range components and targeting systems. CAIRN DESIGN. tic etetdralJk plll4ovna a buifi ti letttiCW1 2. Weld County Public Works Storage Building — Weld County, Greeley, CO This project included the design and construction administration for a new clear span vehicle storage building for Weld County on their Greeley campus. The project consists of a pre- engineered metal, 6 -Bay vehicle storage building. Each bay was design to accommodate two sand truck/plows or one eighteen wheeler. The facility includes two trench drains along the entry / exit doors that drain via a sand/oil water separator. 16 -In Nita, ir„_Aratir grafraidir 3. Weld County Fleet Services Renovations — Weld County, Greeley, CO This project included the design and construction administration for renovations for Weld County on their Greeley campus. The renovations included converting part of the existing building for additional work bays for the motor pool and providing a new emergency generator for continued service during extended power outages. A previous project for the Fleet Services Department included a welding shop and exhaust systems. CAIRN DESIGN. LLC &LAI19kpt4o►tt.unct A 4&19 S4utionti 4. Weld County Facilities Addition - Weld County, Greeley, CO Cairn Design, LLC was the architect for a 12,000 square foot addition to the Weld County Facilities Department. The addition included new office space, a mother's room, restrooms and a break room extension, as well as shop space for the Electrical, HVAC, Plumbing, and Carpentry Shop. The design included the shop equipment, storage, and racking systems. This project involved coordinating with and designing shop space and storage with multiple departments within the facility. Each department had its own equipment and storage needs. Cairn Design was the architect in charge of design and construction. 5. Logan County Community Center Addition - Logan County, Sterling, CO This project consists of an 8,000 square foot addition to the existing fairgrounds arena and a renovation of the commercial kitchen. The addition is a pre-engineered metal building with approximately 6,000 square foot, clear span open area with gang toilets, and support areas for approximately 1,200 people. The community center is a showcase project for the County, and Cairn Design led a public question and answer session during a County Commissioner's meeting to answer any questions, and receive input. The County had a desire to use a pre-engineered metal building, but to have it not look like a PEMB. We design a timber frame wrap around porch with stone bases. CAIRN DESIGN. LLC Enatitlitaiii,r4Amnia truilitm &ogatwitts, Fee Structure Cairn Design, L LLC 2024/2025 Hourly Rate Sheet - Design 1 Architecture Rate Principal $200.00 Project Manager $185.00 Project Architect $175.00 Drafter $130.00 Engineering Principal $200.00 Project Manager $185.00 Project Engineer $175.00 Drafter $130.00 Office Administration $100.00 Secretarial $90.00 Rates Reproduction per Sheet Size Black & White Color 8'/2 x 11 $1.00 $2.00 11 x 17 $2.00 $4.00 24 x 36 $3.00 $40.00 30 x 42 $3.50 $60.00 36 x 48 $4.00 $80.00 ,- - fr Mileage: Federal Current Rate - -- Cairn Design, LLC anticipates only reproduction and mileage expenses for this project. The estimate for reimbursable expenses is $3,000.00. Schedule B a Scope of Work Project Overview Weld County is seeking bids for a vendor to provide Design and Engineering services for the renovation and expansion of the existing Weld County Motor Pool facility. This scope will include demolition, renovation, new building(s) and all associated civil, architectural, mechanical, electrical, and plumbing services to provide a complete design and engineering package. Method of Procurement Invitation for Bid (IFB): An Invitation for Bid (IFB) is a procurement method often referred to as a sealed bid solicitation. When issued. the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding and IFB the contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications. the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Negotiated Price: Negotiated contract prices are fees provided and agreed upon between the County and the bidder. Project Scope Weld County is seeking professional design services for schematic design; design development, construction documents. and construction administration for the renovation and expansion of the Weld County Motor Pool complex. The existing structure that currently houses the Weld County motor pool operations may be expanded and renovated to meet the new needs or demoed to provide the space needed for a new building or buildings. If design determines that additional space is needed consultant shall include the possibility of the demolition of the existing Information Technology building to allow for any new structure or area needed to complete the motor pool complex design. Weld county desires the new building or buildings to be clear span pre-engineered metal structure but is open to the ideas and experience of the design team. Design intent for this project is to provide a complete design package for a seventy to eighty thousand square foot building or buildings which will house at minimum the following. 1. Office Space (10,000 — 12,000 square feet) a. Offices b. Breakroom c. Conference room d. Restrooms Solicitation # B2400149 Page 5 e Locker rooms with showers f Storage , 2 Large vehicle mechanic and service shop (25,000 - 30,000 square feet) a Pull through bays large enough for full length tractor trailer and a standard heavy duty road grader or snowplow on each side of pull through bay b Overhead crane to service both sides of pull through bays c Oil and lubricant management and distribution system for both new oils and disposal of used oils d Climate control for each service bay e Parts storage and service f Storage g Heavy Duty vehicle and equipment lifts h Supervisor office space i Ventilation systems for each service bay j Tool and equipment storage k Pneumatic operating system 3 Small vehicle mechanic and service shop (12,000 -14,000 square feet) a Multi service area with multiple service lifts and work areas b Drive through entry and exits c Oil and lubricant management and distribution system for both new oils and disposal of used oils d Climate control for each service area e Parts storage and service counter f Storage g Vehicle and equipment lifts h Supervisor office space i Ventilation systems for each service area j Tool and equipment storage k Pneumatic operating system 4 Body shop and upfit service area (12,000 -14,000 square feet) a Multi service area with multiple service lifts and work areas b Drive through entry and exits c Oil and lubricant management and distribution system for both new oils and disposal of used oils d Climate control for each service area Solicitation # B2400149 Page 6 e Parts storage and service counter f Storage g Vehicle and equipment lifts h Supervisor office space I Ventilation systems for each service area j Tool and equipment storage k Paint booth, large enough to service a standard SUV or pickup I Pneumatic operating system 5 Additional storage (5,000 — 6,000 square feet) 6 This bid shall include all engineenng 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 7 Complete Site Survey of all existing conditions This shall include but not limited to all storm water management and drainage, all existing grading, all utility connections, existing structure(s) conditions, and use study, and any element or condition needed to provide a complete design 8 Consultant will be responsible for the geo technical survey and report 9 Consultant shall include demolition drawings and specifications in their design and engineering services for the existing motor pool (1399 N 1r Ave ) and information technology (1401 N 17th Ave ) buildings if design deems necessary 10 Consultant shall include final landscaping and irrigation drawings with their design 11 Consultant shall include the coordination and design execution for all City of Greeley PUD requirements 12 Consultant shall include the electrical distribution requirements for each service bay in all service areas This will include but not limited to additional electrical circuitry for lifts, equipment, tools, and any other item to ensure a complete mechanical service bay design 13 Consultant shall make recommendations to the Weld County project team as what equipment will best suit the needs of the existing building and its tenants 14 If existing motor pool building is renovated consultant shall include the complete demolition of all interior walls and equipment and would take the existing building to its original core and shell only Interior slab will have to be filled and designed to meet the new needs of the building 15 Consultant is responsible for providing a complete parking lot design including all soil and asphalt design as required 16 Project shall include all architectural, structural engineering, electncal, mechanical, plumbing, civil and tenant features as needed to provide a complete design and engineering package 17 Consultant shall provide low voltage drawings and specifications for access control, intrusion systems, camera systems, and building automation systems 18 Consultant is responsible for and shall provide specifications, stamped drawings, and engineering documents for architectural, structural, mechanical, plumbing, and electrical including fire if needed These documents and specifications will be used for Weld County to seek bids for the construction phase of this project 19 Consultant will be responsible for reviewing site conditions to best determine what is needed to provide a complete design and engineenng package Solicitation # B2400149 Page 7 20 Consultant must provide a conceptual 3D rendering with multiple options for County review during the schematic design phase 21 All design service requirements shall be a part of this contract and be all inclusive of a complete building design for each space 22 Consultant is required to verify that any new design and or equipment meets the needs and functions of the building Scopes 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 a Provide a design for the project b Provide structural fill analysis and design for fill of building/s area If required c Prepare submittals to governing agencies for approval d Provide a schematic design package e Provide a design development package f Provide full and complete construction documents g Provide construction administration/consultation h Attend weekly design and construction meetings i Prepare building permit submittal and assist in obtaining the permits Make Building Inspection Department requested revisions j Provide a design schedule k Include all costs for architectural design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal I Coordinate surveys and other design activities All costs shall be included in bid Plans and Documents: (At a minimum the county requires the following) 1 Architectural Plans 2 Civil and Site Plans 3 Structural Plans 4 Mechanical Plans 5 Electrical Plans 6 Plumbing Plans 7 Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County 8 All related engineering calculations, QA/QC, and manufactured equipment documentation 9 Any and all other items required by referenced codes, standards, and ordinances Data and Information Review The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work The Consultant shall be responsible for 1 Familiarizing themselves with applicable local, state, and federal regulations Solicitation # B2400149 Page 8 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 Solicitation # B2400149 Page 9 5 Mechanical, Electrical, and Plumbing Design Produce mechanical, electrical, and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction Items to include but are not limited to the following heating ventilation and air conditioning plans, specs, equipment schedules and control systems, plumbing plans, specs and equipment and fixture designation_ for water supply and wastewater disposal, electrical plans, specs, schedules and diagramming for power, lighting, and provisions for emergency standby power generation, if needed 6 Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process The design team for this proposal will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes 7 Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one- hour on -site Owner -Architect -Contractor (OAC) meetings The duration for OAC meetings shall use 6 months for base bid 8 Revit or BIM modeling is not required However, final CAD of all designs and as-builts will be provided to the County Project Summary and Report: Upon completion of construction work, the Consultant shall prepare final as -built of the Project 1 Provide to Weld County one (1) hardcopy and one (1) set of PDF documents of the completed project documented along with AutoCAD files with final as -built of the Project 2. Conduct a post -meeting debriefing discussion with the County Project Team Use of Sub Consultants. The proposer shall indicate in their bid any work intended to be performed by sub - consultants or persons outside of the firm The proposer shall name the sub -consultants, if known, at the time of bid submittal Qualifications & Insurance: Qualifications and insurance, at a minimum, should include the following • The consultant(s) must have Architect(s)/Engineer(s) current State license(s) • Must carry Professional liability insurance (PLI), also called professional indemnity Solicitation # B2400149 Page 10 insurance (PII) but more commonly known as errors & omission Documents and Information to be Submitted with Bid: 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 Summary of the bid, including Statement of Understanding showing familiarity with the Scope of Work 2 Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including • Identify who will act as the primary contact person to Weld County for this project • List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer 3 Proposed Project Schedule • Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly 4. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet • Include the name of the sub -consultant and a statement of qualifications of the sub -consultant Solicitation # B2400149 Page 11 Schedule C - Project Schedule Schedule Below is the anticipated solicitation schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution November 20, 2024 November 20, 2024 December 6, 2024 December 13, 2024 December 20, 2024 January 13, 2025 January 27, 2025 Based off of the above anticipated solicitation schedule please provide your proposed completion dates below. Design Phase Design & Engineering Start Design & Engineering Completion Schematic Design January 27, 2025 March 31, 2025 June 13, 2025 Design Development March 31, 2025 Construction Documents June 13, 2O25 Au4ust 29, 2025 Final Design & Engineering September 15, 2025 Completion August 29, 2025 Solicitation # B2400149 Page 12 Schedule D - Bid Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 am on December 20, 2024: 1) Schedule B- Scope of Work 2) Schedule D — Bid Form 3) W9, if applicable.* 4) Any potential or future Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project in the space below: Lump Sum Cost Breakout Price Architectural $ 169,650.00 Civil 29,500.00 Structural $ 50,000.00 Mechanical 42,000.00 Electrical 29,385.00 Plumbing _ 20,000.00 Contract administration 31,500.00 Other (Survey, Geotech, expenses} 22,000.00 Total Lump Sum Cost $ 9 04 5.00 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2400149. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement of Schedule E — Insurance and Bond 5. Acknowledgment of Schedule F — Weld County Contract 6. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 7. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is Solicitation # B2400149 Page 13 to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Attestation Item Entry Company Name: Cairn Design, Ll_C Address: i 805 Sheely Drive Fort Collins, CO 80526 Phone (97o) 286-7968 ken@cairndesignlic.com 46-5622900 Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Name: Ken Caudle, PE 12/20/2O24 Date of Signature Title: Engineering Manager Solicitation # B2400149 Page 14 Addendum # 1 Bid Request Number B2400149 Design & Engineering Services for Weld County Motor Pool Complex Questions and Answers 1. Question: Does this need to be an all -electric building? Answer: No, 2. Question: The IFB states that the scope could include either the renovation and addition to the existing buildings, or a completely new facility. Would the County prefer two sets of fees for each of these options? If not, please clarify how fees should be structured given these two very different options. Answer: The consultants fees shall be all inclusive. The site and complex design and design team will be responsible for helping the County determine what option is the most economical and efficient for the motor pool complex. 3. Question: At the Pre -Proposal meeting, the client requested a backup generator. What equipment and services within the building will this generator need to be able to power? Answer: Final determination will be included in the design process, but the County at a minimum would require the following. HVAC for heating - Gas Detection(s) systems Designated workstations / offices - Lighting Designated mechanic work areas or bays 4. Question: The IFB states on page 10, "Base bid shall include Construction Administration (CA) fees... The duration for OAC meetings shall use 6 months for base bid." For a project of this size, twelve months is more typical, and anything after the six-month timeline would likely incur additional service fees. Would it be possible for the client to extend the CA phase to twelve months instead of six months? Answer: Yes, please include the CA phase to be at a minimum 12 months which shall include weekly OAC meetings in person at the project location. 5 Question Do we need to include Technology design? Item 17 on page 7 of the RFP seems to indicate we do need to provide technology design, but item #6 on page 10, seems to indicate we do not need to provide technology design Answer Yes the consultant will be responsible for all technology and low voltage design for all systems which include but not limited to data, access control, intrusion, cameras, AV, and any other system needed to provide a complete design package 6 Question PEMB drawings will be required for building permit submission and foundation design When does the county plan to add and general contractor to the project team? Answer The construction phase of this project will be advertised for bid after the design is complete The awarded consultant will be responsible for foundation design and assistance with the permit submission and shall base the foundation design off their experience and building requirements This shall be included in the base bid submission 7 Question How many borings would you like included in the proposal and do you have preferred location for those borings? Answer The consultant will determine this and shall include all associated cost in their base bid so they can provide a complete design package for the buildings, parking lots and overall site 8 Question Is the area of survey to include the entire property area for both 1399 N 17th Avenue and 1401 N 17th Avenue as defined by the red boundary in the RFP Attachment #2? If not, please clarify Answer Yes both property areas for 1399 and 1401 shall be included 9 Question Are utility locates to be done as part of the required survey? Answer Yes 10 Question IFB states that supply well and septic system plans/design may be required It is expected that no well or septic is used on the site currently or with the proposed improvements but can this be confirmed? Answer Yes that is correct, there is not a current well and septic system and will not be needed 11 Question Is increased imperviousness expected with the new building and paved areas such that it would result in requiring any onsite stormwater detention and/or water quality facility(s)? Answer Yes, this design and cost shall be included in the consultants base bid 12 Question The new Weld County Motor Pool Complex project building type is not a basic project It requires a technical understanding of similar maintenance -type projects in order to be successful while also drastically reducing exposure/risk to Weld County The RFP, page 5 under IFB, notes, "Low price is the key consideration " We believe it is in the County's best interest to require some similar/relevant past successful experience to be awarded the project Can relevant experience be included as a factor in the selection criteria? Answer Consultants are required to include both similar project experience and team resumes with their bid submission Low price is the key consideration but all bidders must meet the specification for similar project experience and design team experience 13 Question Does "Low price is the key consideration" mean that a proposal response from a team with no relevant experience and a lower cost will win vs a proposer with experience whose fee is greater? Answer See question #12 14 Question Would Weld County consider modifying the RFP to require a certain number of similar project experiences and/or similar projects in the $10M or larger range in the last three years to submit? Answer No 15 Question Would Weld County consider making similar project experience 50% or some portion of the scoring criteria (so that the award is not simply awarded based on the lowest cost)? Answer See question #12 16 Question Can you please confirm that full Equipment design and coordination for all equipment in the maintenance bays/shop areas (Lifts, etc ) is required to be included in the design team's proposed fees? Meaning, that the design team needs to include full equipment schedules (products, model numbers, power requirements, etc ) as well as cut sheets and biddable construction plans in their scope? Per the mandatory pre -proposal the answer was yes, but we would like to confirm Answer Yes, the consultant will be required to provide a full equipment design and coordinate with all areas for the project 17 Question Can you please confirm (as was done at the mandatory pre -proposal meeting) that full fluid distribution design/engmeenng is required as part of the design team's response and scope? Meaning fluid tanks, lines, equipment, etc should all be fully engineered and designed as part of the base scope (none of which can be delegated design — i e to be performance specified or done later by a vendor or the contractor) Answer Yes, the design team will be responsible for providing a complete fluid distribution design and engineering package 18 Question In the RFP, page 7, item 5 notes "Additional Storage of 5,000 - 6,000 SF " Can you please advise what type of storage this is? Is it cold storage, vehicle storage, parts storage, or something else? Answer This will be for general storage including parts and vehicles 19 Question In the RFP, page 8, item h notes, "Attend weekly design and construction meetings " RFP page 9, item 4 talks about attending meetings as well and notes, "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 " Furthermore, RFP page 10, item 7 notes, "The duration for OAC meetings shall use 6 months for base bid " We believethis project will be somewhere in the 14-16 months duration for construction As such, the weekly, 10 meetings and 6 months don't align Can you please clarify the quantity of design meetings and construction meetings to be included in the fee proposal? Answer See question #4 20 Question Because the answers to questions impact our response, can you please post responses to questions as you have answers? Answer No, per bid specifications all answers are released after the questions have been submitted 21 Question Do all members of design team need to attend weekly in person meetings? Answer: No but the design team lead or their designated representative must be present at all meetings. 22. Question: Can you provide the contact information of the current oil and lube management company who services the current system? Answer: Currently there is not a oil and lube management system. Question: Will the County provide the "front end" or server requirements for the low voltage system? Answer: The awarded consultant will be provided this information. 24. Question: Please clarify if consultant is responsible for full security and access design documents. Answer: Yes 25. Question: Could the site design be separated from the building design? Answer: No 26. Question: Could the project be divided into 2 projects? Phase one the site design and new large vehicle shop and offices. Phase two would be small vehicle shop or body/upfit shop one of which would be located in the existing maintenance building. Answer: No Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Cairn Design, i_.I._C 12/20/2024 Signature: Name: Ken Caudle, PE Date of Signature Lookup Det e1 View Licensee Information This serves as primary source verification* of the license *Primary source verification License information provided by the Colorado Division of Professions and Occupations, estabbshed by 24- 34-102 C R S I Name IKenneth Ray Caudle Credential Information License License License Original Effective Expiration Number Method License Type Status Issue Date Date Date PE 0048202 Endorsement Professional Active 12/10/2013 11/01/2023 10/31/2025 Engineer IPublic Address IFort Collins, CO 80526 Board/Program Actions IDiscipline IThere is no Discipline or Board Actions on file for this credential Generated on 4/30/2024 8 58 03 AM L ! kup Detail View Licensee Information This serves as primary source venflcation * of the license *Primary source verification License information provided by the Colorado Division of Professions and Occupations, established by 24- 34-102C R S Name IKatherine Victoria Ligon Public Address IFort Collins, CO 80526 License License License License Original Issue Effective Expiration Number Method Type Status Date Date Date ARC 00404152 Endorsement Architect Active 11/12/2015 11/01/2023 10/31/2025 Board/Program Actions IDiscipline IThere is no Discipline or Board Actions on file for this credential Generated on 4/30/2024 8 57 35 AM Lookup Detail View Licensee Information This serves as pnmary source venficatron* of the license *Pnmary source venficabon License information provided by the Colorado Division of Professions and Occupations, established by 24- 34-102 C R S Name IMark David Weidhaas Credential Information License License License Original Effective Expiration Number Method License Type Status Issue Date Date Date PE 0031528 Endorsement Professional Active 11/15/1996 11/01/2023 10/31/2025 Engineer IPublic Address IColorado Springs, CO 80921 Board/Program Actions Discipline There is no Discipline or Board Actions on file for this credential Generated on 10/15/2024 8 27 27 AM Lookup Jet a0 View Licensee Information This serves as primary source venhcation * of the license *Pnmary source venficahon License information provided by the Colorado Division of Professions and Occupations, established by 24- 34-102CRS R S Name Troy W Campbell IPublic Address IMead, CO 80542 License License License Original Effective Expiration Number Method License Type Status Issue Date Date Date PE 0041159 Examination Professional Active 07/03/2007 11/01/2023 10/31/2025 Engineer Board/Program Actions Discipline IThere is no Discipline or Board Actions on file for this credential Generated on 4/30/2024 9 01 01 AM Lookup Detail View Licensee Information This serves as primary source verification* of the license *Primary source venficatron License information provided by the Colorado Division of Professions and Occupations, established by 24- 34-102 C R S I Name Bobby Shane Fry IPublic Address IFort Collins, CO 80522-0218 Credential Information License License License Original Effective Expiration Number Method License Type Status Issue Date Date Date PE 0051817 Examination Professional Active 12/13/2016 11/01/2023 10/31/2025 Engineer Board/Program Actions IDiscipline IThere is no Discipline or Board Actions on file for this credential Generated on 4/30/2024 8 58 28 AM CAIRDES-01 CKING AV� ® CERTIFICATE IFICATE ®F LIABILITY INSURANCE DATE(MMIDDIYYYY) 11/12/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder's 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 m lieu of such endorsement(s) PRODUCER PUI P O Box 3412 Colorado, Inc Littleton, Co 80161 NAMECONTACT ( HONE ) I FAx 248 553-8305 a/c No cm) (720) 465-9116 (A/c, No) ( ) ADDRESS CKing@profunderwnters corn INSURER(S) AFFORDING COVERAGE NAIL # INSURER RLI Insurance Company 13056 INSURED Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 INSURER B Great American Insurance Group 16691 INSURER INSURER D INSURER E INSURER F COVERAGES CERTIFICATE NUMBER REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIO ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TM TYPE OF INSURANCE la VC POLICY NUMBER POLICY EFF (MMIDDIYYYYI POLICY EXP (MMlDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY I CLAIMS MADE ® OCCUR X PSB0007254 9/11/2024 9/11/2025 EACH OCCURRENCE S 1,000,000 pREMISESO(Ea occur ante, $ MED EXP (Any one person) $ 10,000 PERSONAL BADVINJURY S 1,000,000 GEN L AGGREGATE LIMIT APPLIES PER X POLICY ❑ PEa- L. OTHER GENERAL AGGREGATE $ 2,000,000 PRODUCTS COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE LIABILITY _ ANY AUTO OWNED AUTOS ONLY A T OS ONLY SCHEDULED AUTOS X AUOTOS NEL9 PSB0007254 9/11/2024 9/11/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 gODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS MADE EACH OCCURRENCE $ AGGREGATE $ I DED I I RETENTIONS S A AND ails eeniABILOITY Y l N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED/ Y❑ (Mandatory in NH) If yes describe under DESCRIPTION OF OPERATIONS below N IA PSW0006022 5/15/2024 5/15/2025 X I STATUTE I I RV E L EACH ACCIDENT $ 500,000 E L DISEASE EA EMPLOYEE $ 500,000 E L DISEASE POLICY LIMIT $ 500,000 B B Professional Liab Professional Liab DPPE886754 DPPE886754 9/11/2024 9/11/2024 9/11/2025 9/11/2025 Each Claim Aggregate 1,000,000 2,000,000 DESCRIPTION DF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101 Additional Remarks Schedule may he attached d more space is regwred) Weld County, its elected officials, employees, agents, and volunteers are additional Insured with respects to the General Liability Waiver of subrogation is included CERTIFICATE HOLDER CANCELLATION Weld County 1150 O Street Greeley, CO 80631 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* CAIRN DESIGN LLC Contract Name* Entity I D * O00039527 Contract ID DESIGN AND ENGINEERING SERVICES - WELD COUNTY 9049 MOTOR POOL COMPLEX Contract Status CTB REVIEW Contract Lead * CNAIBAUER ER Contract Lead Email cnaibauer@weld.gov New Entity? Parent Contract ID Requires Board Approval YES Department Project # Contract Description* PROVIDE DESIGN AND ENGINEERING SERVICES FOR THE MOTOR BUILDING RENOVATION AND EXTENSION BUILDINGS. Contract Description 2 Contract Type * CONTRACT Amount * $394,045.00 Renewable* NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weld.go v Department Head Email CM-BuildingGrounds- DeptHeadcweld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV Requested BOCC Agenda Date * 02/12/2025 Due Date 02/08'2025 Will a work session with BOCC be required?* HAD Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head PATRICK O'NEILL LL DH Approved Date 01/27/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 01/29'2025 Review Date * 10/01/2025 Committed Delivery Date Contact Type Contact Email Finance Approver CHERYL PATTELLI Renewal Date Expiration Date* 10/01/2025 Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 01 27/2025 Tyler Ref # AG 012925 Originator CNAI BAU ER Legal Counsel BYRON HOWELL Legal Counsel Approved Date 01/27;'2025 January 6, 2025 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: Design & Engineering Services Weld County Motor Pool Complex — 62400149 As advertised this bid is for Design & Engineering Services for the new Weld County Motor Pool Complex. The low bid is from Cairn Design, LLC and meets specifications. Therefore, the Facilities Department is recommending the award to Cairn Design, LLC in the amount of $394,045.00. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Facilities Director ZoZ4-340Z 1/13 \f27 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett@weld.00v coeisertCa.weld.gov ttaylor(a�weld.00v Phone: 970-400-4222, 4223 or 4454 DATE OF BID: DECEMBER 20, 2024 REQUEST FOR: DESIGN & ENGINEERING SERVICES WELD COUNTY MOTOR POOL COMPLEX DEPARTMENT: FACILITIES BID NO: B2400149 PRESENT DATE: DECEMBER 30, 2024 APPROVAL DATE: JANUARY 13, 2025 VENDOR Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 Collab Architecture 9217 Eastman Park Drive, Suite 3 Windsor, CO 80550 EV Studio, LLC 5335 W. 48th Avenue, #300 Denver, CO 80212 D2C Architects 1212 S. Broadway, Suite 250 Denver, CO 80210 GSG Architecture, Inc. 3535 W. 12T" Street Greeley, CO 80634 Infusion Architects, LLC 4487 Highland Meadows Parkway Windsor, CO 80550 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. TOTAL $394,045.00 $577,775.00 $597, 000.00 $783,462.00 $1,077,735.00 Incomplete 2024-3402 (Z/ 30 BG ODZ to Hello