Loading...
HomeMy WebLinkAbout20251143.tiffC onl-vac-l-1 X131 to April 15, 2025 PUBLIC INFORMATION DEPARTMENT (970) 336-7203 1150 O St., P.O. Box 758 Greeley, CO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Stoneham Grader Shed Design & Engineering Services — B2500033 As advertised this bid is for Design and Engineering Services for the Stoneham Grader Shed. 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 $39,255.00. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Facilities Director Conk 1495LinG�e-- u/2$/25 cC:Onbac «0 puycinaSu"19 t}/Z8/ 25 2025-1143 8C OOZE PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND CAIRN DESIGN, LLC Y1 THIS AGREEMENT is made and entered into this Zg�day of v,1 2025, by and between the Board of Weld County Commissioners, on behalf of 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: 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. B2500033. 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 Form Revision 3-2025 Agreement understand and agree that the laws of the State of Colorado prohibit County from entenng into Agreements which bind County for periods longer than one year This Agreement may be extended upon mutual wntten agreement of the Parties 4 Termination, Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days wntten notice to Contractor Either Party may immediately terminate this Agreement upon matenal 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 matenals, 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, matenals 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 termiriliation 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 wntten authorization and acknowledgement by County for such additional services Accordingly, no claim that the County has been unjustly ennched by any additional services, whether or not there is in fact any such unjust ennchment, shall be the basis of any increase in the compensation payable hereunder In the event that viintten authorization and acknowledgment by the County for such additional services is not timely executed and issued in stnct accordance with this Agreement, Contractor's nghts 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 wnting pnor 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 pnor 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 $39,255 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 authonzing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code If, at any time dunng 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 penod after December 31 of any year, without an appropnation 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 pnor written consent, which may be withheld in County's sole discretion County shall have the nght in its reasonable discretion to approve all personnel assigned to the Work dunng 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 to lms 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 nght (but not the obligation) to enforce the prov,isions 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 I - 9 Ownership. All work and inforration 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 matenals obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all tunes be considered the property of the County _ Contractor shall not make use of such matenal for purposes other than in connection with this Agreement without prior wntten approval of County I 10 Confidentiality Confidential information of the Contractor should be transmitted separatelOrom 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 confdentiahty 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 wntten 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 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 dunng completion of this work Acceptance by County of reports and incidental matenal(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 nghts under this Agreement or under the law generally 13 Insurance. Contractor must secure, before the commencement of the Work, the following insurance covenng 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 penod For all coverages, Contractors insurer shall waive subrogation nghts 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 wntten 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, covenng 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 appropnate sole propnetor waiver form Minimum Limits Coverage A (Workers' Compensation) Coverage B (Employers Liability) $ Statutory 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 MinimIrm 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 I 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 covenng wrongful acts, errors and/or omissions, including design errors, if app icable, for damage sustained by reason of or in the course of operations under th s Contract resulting from professional services In the event that the professional liability insurance required by this Contract is wntten 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 wntten on a per occurrence basis The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entenng 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 authonzed 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 pnor to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer penod 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 matenal 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 wntten on a primary basis, non-contnbutory with any other insurance coverages and/or self-insurance carned 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 carner shall provide a minimum of 30 days advance wntten 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 polices 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 dunng 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-descnbed insurance prior to their commencement of the Work, or othenNise that they are covered by the Contractor's polices 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 anse 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 appropnate 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 nght 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 ansing out of or recovered under the Workers' Compensation Law or ansing 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 ansing 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 r 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 nght 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 pnor wntten approval of County Any attempts by Contractor to assign or transfer its rights hereunder without such pnor approval by County shall', at the option of County, automatically terminate this Agreement and all nghts 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 represientative of County, including the County Auditor, shall have access to and the nght 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 Ito 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, stnkes, war, flood, earthquakes, or Governmental actions 24 Notices. County may designate, pnor 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 sha I 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 wntten notice to the other Notice may be sent to TO CONTRACTOR Name Cairn Design, LLC Position Architectural Manager Address 1805 Sheely Dnve Address Fort Collins, Colorado 80526 E-mail ton@cairndesignllc com Phone (970) 286-7968 TO COUNTY Name Patnck O'Neill Position Director of Facilities Address 1105 H Street Address Greeley, CO 80632 E-mail poneill@weld gov Phone 970-400-2023 25 Compliance with Law. Contractor shall stnctly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discnmination 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 wntten 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 appropnated 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 s 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 junsdiction, 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, nghts, 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 nghts of action relating to such enforcement, shall be stnctly 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 fits 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 Distnct Court shall have exclusive junsdiction 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 unauthonzed 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: �'� 4/15/2025 Name: Katherine Ligon, RA Title: Architectural Manager Date of Signature WELD COUN Y: ATTEST: '6:4;e4v, ;,ik, BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board BY: (tKa6r1 Deputy Clerk to the Board COUNTY COLORADO APR 2 8 2025 Zo25 -t t43 Exhibit A Weld County Finance Department Purchasing Division 1301 North 17'h Avenue Greeley, Colorado 80631 Professional Services - Invitation for Bid (IFB) Cover Sheet Bid Number: B2500033 Title: Stoneham Grader Shed Design and Engineering Services Advertisement Date: February 25, 2025 Pre -Bid Meeting: March 11, 2025, at 12:00 pm Pre -Bid Location: 41684 Marble Ave. Stoneham, CO 80754 Questions Due: March 18, 2025, by 5:00 pm Questions Posted: March 19, 2025, by 5:00 pm Questions email: bids@weld.gov Bid Due Date: March 25, 2025, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bids@weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids@weld.gov Documents Included in this Bid Package IFB Schedules IFB Attachments Schedule A: Bid Instructions None S chedule B: Scope of Work S chedule C: Project Schedule S chedule D: Bid Form Schedule E: Insurance Schedule F: Weld County Contract Table of Contents Professional Services — Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 Table of Contents 2 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 6 Project Overview 6 Method of Procurement 6 Pricing Method 6 Specific Requirements and Responsibilities 6 Schedule C - Procurement Schedule 12 Schedule D — Bid Response Form 13 Bid Submittal Instructions 13 Fees 13 Attestation 13 Schedule E — Insurance 15 Insurance 15 Insurance Mailing Information 18 Schedule F - Weld County Contract 19 Contractual Obligations 19 Weld County Standard Contract 19 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: Stoneham Grader Shed Design and Engineering Services A Mandatory pre -bid conference will be held on March 11, 2025 at 12:00 pm at the Stoneham Grader Shed located at 41684 Marble Ave. Stoneham, CO. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: March 25, 2025 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on March 25, 2025 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„241243679# Phone United conference States, ID: Denver 241 243 679# Meeting ID: 278 863 612 551 Passcode: j5Z2cK7h 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 bids�weld.ciov 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 authorized person. 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 Solicitation #B2500033 Page 3 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 Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a Solicitation #B2500033 Page 4 negative impact on Weld County in the current term or in any future terms. Solicitation #B2500033 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a vendor to provide Stoneham Grader Shed Design and Engineering Services. 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 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. Specific Requirements and Responsibilities 1. This bid shall include all engineering required for a final complete set of "for construction drawings". This includes any necessary documents for review and approval of the Weld County Planning department. 2. All new structures will need to be designed within the property lines. All setbacks to be applied if applicable. Design to include but not limited to propane tank location, as built locations of existing well/water, and new septic location. 3. New grader shed to be a two -bay clear span steel frame grader building with appropriate tenant finishes. a. The new grader shed space will be primarily shop space but will need to include a restroom, an office, and a work bench area. b. Grader shed to have two overhead commercial grade rollup doors. c. Mechanical systems to accommodate the full grader building in its entirety. d. Design to include radiant tube heaters which are thermostatically controlled. e. Electrical design to include accommodations for grader equipment and work bench area. f. Design to include exterior lighting for the building and current fuel island. g. Pneumatic system to include air compressor and fully piped distribution system. h. In floor drainage system in each bay. i. Low voltage pathway design to include data, access control, cameras, and intrusion system. 4. Colors must be approved by Director of Facilities from standard color scheme. 5. Project shall include all architectural, structural engineering, site work, electrical, mechanical, plumbing, and tenant features. 6. Demolition plans to include but not limited to the following: existing grader shed, existing septic system, any underground utilities that may need to be moved, and propane tank, etc. Solicitation #B2500033 Page 6 7. Design team to hire site survey company for property corners and existing buildings. Private locates will be required for underground utilities and above ground utilities. 8. Design team to determine if existing building has a cistern and if that cistern will work with the new construction. If not, the design team to design a cistern appropriate for the new grader shed. 9. Consultant will be responsible for the geo technical survey and report. 10. Design to include appropriate semi -tractor trailer turn around within the site. 11.Waterwell to remain and tied into new building. 12. Design Firm to design the septic system in accordance with current codes to support the grader shed. 13. Consultant is responsible for and shall provide specifications, stamped drawings and engineering documents for civil, architectural, structural, mechanical, plumbing, and electrical including fire. These documents and specifications will be used for Weld County to seek bids for the construction phase of this project. 14. Consultant will be responsible for reviewing existing building and site conditions to best determine what is needed to provide a complete design and engineering package. 15. Consultant is responsible for the coordination with and the design requirements of the Weld County Planning and Building department. 16. New equipment shall be sized and designed to meet the needs of the spaces in which they serve. Coordination with Weld County project manager will determine what systems and requirements will be needed. 17.All design service requirements shall be a part of this contract and be all inclusive of a complete building design for each space. 18. Consultant is required to verify that any new design and or equipment meets the needs and functions of the building. 19. Design team to include a diesel backup generator for the new grader shed. Generator to be design around either Generac, Cummins, or Kohler. Generator to be design for the entire load of the new building and existing diesel fuel island. 20. Design team to design new grader shed with the intent of the old grader shed being 100% operational until new construction is complete. This phasing to be included in the design and bid pricing. Scope of Services The intent of this section is to highlight in general terms the nature and scope of the work to be performed. Design Services 1. Provide a design for the project. 2. Provide structural fill analysis and design for fill of building/s area. Pre Geotechnical Report. 3. Civil engineering and site planning, as required. 4. Prepare submittals to governing agencies for approval. 5. Provide a schematic design package. 6. Provide a design development package. 7. Provide full and complete construction documents. 8. Provide construction administration/consultation. 9. Attend weekly design and construction meetings. 10. Prepare building permit submittal and assist in obtaining the permits. Make Building Inspection Department requested revisions. 11. Provide a design schedule. Solicitation #B2500033 Page 7 12 Include all costs for architectural design services, programming, civil engineenng, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal 13 Coordinate surveys and other design activities All costs shall be included in bid Plans / Documents' (At a minimum the county requires the following) Architectural Plans Civil and Site Plans Geotechnical Report Septic Design Structural Plans Door / Door Hardware Schedule Mechanical Plans Electncal Plans Fire Alarm & Suppression (If needed) Plumbing Plans Electncal Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County All related engineering calculations, QA/QC, and manufactured equipment documentation Any and all other items required by referenced codes, standards, and ordinances Data and Information Review: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work The Consultant shall be responsible for 1 Familiarizing themselves with applicable local, state, and federal regulations 2 The consultant project manager shall be the pnmary point of contact and coordinate work effort, resources, communication's, 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 I 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 a Schematic Design (30')/0 complete) — Provide schematic design drawings for review and comment by County Project Team Solicitation #82500033 Page 8 b 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) c 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 extenor and intenor 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, electncal and natural gas utility plans, erosion control plans, and post -construction stormwater detention and water quality plans, Municipal Separate Storm Sewer System (MS4) through Colorado Department of Public Health and Environment (CDPHE) 4 Structural Design Produce structural plans and specs in compliance with all state and local building codes 5 Mechanical, Electncal, and Plumbing Design Produce mechanical, electncal, 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 electncal boxes and conduit locations which will be identified by the County project team The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes 7 Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one- hour on -site Owner -Architect -Contractor (OAC) meetings The duration for OAC meetings shall use 6 months for base bid For additional CA work, identify the hourly rate in table below 8 Revit or BIM modeling is not required However, final CAD of all designs and as-budts will be provided to the County Solicitation #62500033 Page 9 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 debnefing 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 1 The consultant(s) must have Architect(s)/Engineer(s) current State license(s) 2 Must carry Professional liability insurance (PLI), also called professional indemnity insurance (PII) but more commonly known as errors & omission Bid Submittal: Please submit your bid, addressing each of the following items in the order as outlined below As time is of the essence, brevity is appreciated Proposers should provide only the information requested, and present it in a clear, concise manner Incomplete bids may be rejected 1 Signed signature page of this RFB 2 Summary of the bid, including Statement of Understanding showing familianty with the Scope of Work 3 Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including a Identify who will act as the pnmary contact person to Weld County for this project b List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer 4 Proposed Project Schedule a Describe how your firm handles ,the vanous communications, including meetings and project schedules, to keep the project running smoothly b Descnbe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances 5 Statement of consultant's intent to sublet portions of the work, identifying what is intended to be Solicitation #B2500033 Page 10 sublet a Include the name of the sub -consultant and a statement of qualifications of the sub - consultant Solicitation #B2500033 Page 11 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date Pre -Proposal Meeting (Mandatory) Technical Questions Due Technical Questions email Questions Answered via Addendum Proposals Are Due Solicitation Notice of Award (Anticipated) Contract Execution (Anticipated) Notice to Proceed (Anticipated) Completion February 25, 2025 March 11, 2025, at 12:00 pm 41684 Marble Ave. Stoneham, CO March 18, 2025, by 5:00pm bids(c�weld.gov March 19, 2025 March 25, 2025, by 10:00 am Purchasing's Clock April 14, 2025 April 28, 2025 April 28, 2025 June 30, 2025 Solicitation #B2500033 Page 12 Schedule D - Bid Response 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 March 25, 2025: 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. 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 below: Item Price Civil $ Structural $ Architectural $ Mechanical $ Total Lump Sum Cost $ Attestation 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. #B2500033. 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 that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. 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. 8. 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. Solicitation #B2500033 Page 13 Item Company Name Address Entry Phone Email FEIN/Federal Tax ID # CONTRACTOR By Name Title Date of Signature Solicitation #B2500033 Page 14 Schedule E — Insurance Insurance 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 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) Coverage B (Employers Liability) Statutory 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 Products/Completed Operations Aggregate Each Occurrence Limit Personal/Advertising Injury Automobile Liability Insurance $ $ $ 1,000,000 1,000,000 1,000,000 1,000,000 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 Solicitation #B2500033 Page 15 covenng 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 wntten 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 penod will be exercised for a penod 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 orentenng 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 authonzed by that insurer to bind coverage on its behalf The Contractor shall name on the Certificate of Insurance "Weld County, its successors or assigns, it's 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 pnor to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer penod 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 nght to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential Any modification or vanation 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 wntten on a pnmary basis, non-contnbutory with any other insurance coverages Solicitation #B2500033 Page 16 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. 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. Solicitation #B2500033 Page 17 Insurance Mailing Information Certificates of Insurance and endorsements shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Alex Engelbert Email: aengelbert@weld.gov Telephone: 970-400-2043 Mail: Weld County Facilities Department ATTN: Alex Engelbert PO Box 758 Greeley, CO 80632 Solicitation #B2500033 Page 18 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 aproject-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 #B2500033 Page 19 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. 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 #B2500033 Page 20 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 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 Solicitation #B2500033 Page 21 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 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 pnor written consent, which may be withheld in County's sole discretion County shall have the nght in its reasonable discretion to approve all personnel assigned to the Work dunng 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 Courlity 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 stliall 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 matenals are in completed form, shall at all times be considered the property of the County Contractor shall not make use of such matenal for purposes other than in connection with this Agreement without pnor wntten 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 wntten permission from the County Contractor agrees to advise its employees, agents, and consultants, of the confidential and propnetary nature of this confidential information and of the restrictions imposed by this Agreement 11 Warranty. Contractor warrants thattheWork 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 negbgence) 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 Solicitation #B2500033 Page 22 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 dunng completion of this work Acceptance by County of reports and incidental matenal(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 covenng all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times dunng the term of the Agreement, or any extension thereof, and dunng any warranty penod For all coverages, Contractor's insurer shall waive subrogation nghts 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 wntten 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, covenng 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 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 " Solicitation #B2500033 Page 23 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 covenng 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 wntten 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 penod 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 wntten on a per occurrence basis The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entenng 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 authonzed 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 Solicitation #82500033 Page 24 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 pnor to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer penod 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 matenal 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 nght to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential ' 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 wntten on ,a pnmary basis, non-contributory with any other insurance coverages and/or self, -insurance carned 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 wntten notice to the County for cancellation, non -renewal, suspension, voided, or matenal 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 carner 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 matenal breach of contract and may be cause for immediate termination of the Agreement at the option of the County The County reserves the nght to Solicitation #B2500033 Page 25 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 pnor 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 17 No limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements, and these lequirements 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 anse out of the performance of the Work under -by the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own nsks and if it deems appropnate 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 nght 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 ansing out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any feder4 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 pnmary loss investigation, defense, and judgment costs where this indemnification is applicable In consideration of award of this contract, the Contractor agrees to waive all nghts 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 responsiblei and liable for any and all injunes 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 Solicitation #B2500033 Page 26 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 Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: Address: E-mail: Phone: TO COUNTY: Name: Position: Address: Address: E-mail: Solicitation #B2500033 Page 27 Phone: 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, 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 e nforced 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 e nforcement, 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 e ntity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. Solicitation #B2500033 Page 28 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 Distnct 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 unauthorized alien to perform work under this Agreement Upon request, contractor shall deliver to the County a wntten notanzed 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 By Name Title Date of Signature WELD COUNTY ATTEST BOARD OF COUNTY COMMISSIONERS Solicitation #B2500033 Page 29 Weld County Clerk to the Board BY Deputy Clerk to the Board WELD COUNTY, COLORADO Solicitation #82500033 Page 30 CAIRN DESIGN, IIC eace.,,f"A Hounamt bwilat, aketom Exhibit B Response to: Invitation for Bid Stoneham Grader Shed Design and Engineering Services Bid Number B2500033 Submitted by: Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 (970) 286-7968 Date: March 25, 2025 Su z nary and State R e t ®f Unde rst:' ndong Statement of Understanding Cairn Design, LLC and the sub -consultants listed herein have thoroughly reviewed the issued IFB and all addenda The mandatory) Pre -Proposal conference was attended by the Protect Manager, Ken Caudle, and the facility was visited during this conference The general scope, as it pertains to the design and construction of the facility is as understood below Grader Shed The project consists of a new two bay pre-engineered metal building on a developed site in Weld County, CO The building will provide shop / vehicle storage space, storage, work stations, and restroom The site will include all drives, parking areas, fuel island, and storm water management The design will incorporate Weld Couinty's standard building elements such as finishes, colors, door hardware, keying, card access, etc Cairn Design is very familiar with the materials Weld County uses on their projects Summary This response to the IFB is hereby submitted by Cairn Design, LLC with the following design team Project Management, Architectural, and Electrical Engineering Cairn Design is submitting this proposal and will be the pnme Cairn Design will lead all project management duties, architectural design, and electrical engineering Mechanical and Plumbing Engineering Fry Engineenng Structural Engineering RMG Engineers Civil Engineering i2 Consultants, Inc Team History The principals of Cairn Design have been working on projects together since the mid 1990's They have been consultants on eachI other's projects periodically dunng this time and decided to create Cairn Design, LLC in 2017 Cairn Design has teamed with Fry Engmeenng and i2 Consultants 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 Organizational Chart Project Management Cairn Design, LLC Ken Caudle, PE QA/QC Cairn Design. LLC Charles Fielder, RA Civil Engineering 12 Consultants Troy Campbell, PE I Drafting and Support Planning/Architecture Design, ADA Cairn Design. LLC Katherine Ligon. RA Stn.ctural Engineering RMG Engineer's Mark Weidhass, PE Drafting and Support Drafting and Support Electrical and Low Voltage Engineering Cairn Design, LLC Ken Caudle, PE Drafting and Support Mechanical/Plumbing Engineering Fry Engineering Shane Fry, PE Drafting and Support Capabilities, Qualifications, History and Experience Cairn Design, LLC — Architecture, Project Management and Electrical Engineering I 1\ Cairn Design, LLC, started in 2017 and located in Fort Collins, Colorado provides architectural and engineering services to the Colorado Front Range. As a woman -owned small business, we specialize in municipal; commercial; higher education; federal and local government; space planning; tenant fit - out; and telecommunications projects. We work to integrate high performance, sustainable principles in every design. With more than 50 years, combined, in the business, the owners of Cairn Design, LLC in Fort Collins, Colorado offer expert in-house Architectural and Electrical Engineering ritito-IeA ,l.:RttM. .x,v,4t4�5 services. The principals collaborated on projects for more than twenty years, prior to forming the firm. We are licensed in several states throughout the country and are qualified to add more as needed. Primary areas of expertise include telecommunications; sustainable design; and commercial, higher education, and federal and local government projects. We have broad experience in both new construction and renovation projects. Our focus is working as a team with all members of the design build process, the owners, the users, the contractors and the consultants. The project manager for Cairn Design, LLC, Ken Caudle has extensive experience in medical and lab projects, large office projects, industrial projects and municipal projects including high - end Town Hall and City Council chambers with AN, sound and recording. With his experience in the medical and lab fields Ken was chosen to lead the electrical committee to update and rewrite the 2008 edition of the Design Requirements Manual for the National Institutes of Health. He was also the engineer of record for multiple biomedical labs, operating rooms and medical facilities at NIH in Bethesda, MD and Presbyterian Hospital in Charlotte, NC. Centennial Courtrooms, DA Offices and HVAC Upgrades Justice Services Offices Weld County Jail Courtroom Building 1400 — Treasurer's Offices Public Works Storage Building and Public Works Truck Parking Weld County Sheriff's Range and Classroom Probation Offices Renovations Weld County Facilities Addition and Renovation 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. Our principal's experience in mechanical contracting and air balancing fields gives us the ability to assess feasibility, cost and ease of implementation from a contractor's prospective. This combined with skills in design, consulting and project commissioning results in superior design for our clients. Fry Engineering, Inc. offers you a wide array of capabilities and experiences that make us a valuable addition to your team and the perfect choice for your next project. Fry Engineering, Inc. provides HVAC and Plumbing engineering, design and consulting services for projects throughout Colorado. Our 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. We 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. Fry Engineering has experience working with Weld County on the 2019 On -Call contract and provided design and construction administration services for: Centennial Courtrooms HVAC Upgrades Building 1400 — Treasurer's Offices Public Works Storage Building Weld County Sheriff's Range and Classroom Probation Offices Renovations Weld County Facilities Addition and Renovation RMG Engineers - Structural Engineering RMG Engineers has provided professional services in Colorado RIALVdn since 1986 We stand out as the premier choice for geotechnical, ENGINEERS-geologic/environmental, structural, forensic, and construction materials testing services along the Colorado Front Range Our extensive experience and commitment to excellence make us a trusted partner for your engineering needs Since 1986, RMG Engineers has been influential in shaping engineering projects throughout Colorado What makes us unique is our balance between maintaining robust technical standards, while promoting a creative approach to our designs and recommendations We prioritize 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 Our team is dedicated to delivering professional services with solid technical expertise, staying updated on industry trends, and focusing on customer needs We strive to deliver reliable and accurate information for residential and commercial construction and development projects RMG's Structural Engineers have been providing Commercial Structural Engineering services since 2001 We work with many architects, contractors and developers providing office, institutional, industrial and specialty design services As we enter our 5th decade, RMG Engineers has built a solid foundation of _ knowledge and industry experience Our long-standing presence in the field translates into a deep understanding of engineering challenges and solutions, ensuring reliable and effective results We offer a full spectrum of engineering services This breadth of expertise allows us to tackle complex projects with a cohesive and integrated approach We utilize the latest technology and methodologies to ensure precise analysis, efficient design, and thorough testing Our commitment to adapting industry advancements conveys superior results Our history of successful projeicts and satisfied clients speaks volumes about our ability to deliver high -quality, reliable engineering solutions Based solely in Colorado, we possess an extensive understanding of our unique geological/environmental conditions and challenging structural design requirements This enables RMG to provide solutions tailored to local needs We have redoubled our efforts to developing a comprehensive scope of services in our proposals, meeting promised deadlines, providing continuous communication and keeping change orders to a minimum RMG Engineers is now an ESOP company Each Team Member has a stake in the success of the company, hence, each will take that extra step to provide the excellent service needed to keep our clients coming back' i2 Consultants, Inc.- Civil Engineering Troy Campbell, owner of i2 Consultants, Inc., 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 throughout Colorado. 1 2 Consultants, Inc. 12 Consultants, Inc. provides civil engineering design for multiple private and municipal projects such as the following: Fort Collins Montessori School, Fort Collins, Colorado. The project was also constrained by existing utilities adjacent to the project and is adjacent to two (2) arterial roadways. The site improvements included the building, parking areas, accesses and landscaping. The civil engineering design included utilities, roadway widening, detailed site grading, erosion control, low impact development and detention pond design. Frederick -Firestone Fire Protection District Station No. 4, Frederick, Colorado. The site needed to be raised out of the floodplain in order to become a buildable lot. The site improvements included the building, parking areas, accesses and landscaping. Berthoud Public Works Building. This project consisted of the civil engineering design for a single metal building with accesses on three sides. The site improvements included the building, parking areas, accesses and landscaping. The civil engineering design included utilities, detailed site grading, erosion control and drainage. Town of Firestone Town Hall Building Addition, Firestone, Colorado. The site improvements included the building addition, parking areas, accesses and landscaping. The civil engineering design included utilities, detailed site grading, erosion control and drainage. The existing elevations around the building consisted of significant grade changes and created challenges to design the addition at the same finished floor elevation as the existing building. Campus Style Industrial Development, Northern Colorado. This project consisted of the civil engineering design for three (3) metal buildings. The site improvements included the buildings, parking areas, accesses and landscaping. The civil engineering design included utilities, detailed site grading, erosion control and drainage. The project followed a Site Plan process and planning was required for future phases in an effort to accommodate the phased development. Weld County Facilities Addition and Renovation Weld County Communications Parking Lot Rework Weld County Chase Building Parking Lot Rework Resumes Cairn Design, LLC Katherine Ligon, RA, LEED AP Owner/Architect Kathenne has 20 years of experience in architecture Pnor to creating Cairn Design, LLC in 2017, she worked for private consulting firms as well as the George Washington University system during her career Her focus on planning and attention to detail has set her apart from many of her peers As an architect, she gained valuable experience designing large, high-tech office and data center spaces for the national banks in her area Higher education has also been a pertinent part of her design career and led her to become the Senior Planner and Campus Architect for George Washington University where she was able to work on many of the campus' vaned projects EDUCATION North Carolina State University Bachelor of Architecture REGISTRATIONS & CERTIFICATIONS Registered Architect — (RA) NC and CO LEED AP BD+C 2000 EXPERIENCE Owner/Architect — Cann Design, LLC, Fort Collins, CO Architect/Senior Planner - George Washington University, Washington, DC Architect - Allex Jordan, Washington DC Sustainability Consultant - GreenShape, Washington, DC Architect - Chatelain Architects, Washington, DC Intern' Architect / Sustainable Design Coordinator - Walter Robbs Callahan and Pierce Architects, Winston Salem, NC RELEVANT PROJECTS (PARTIAL Weld County Administration Building Weld County Administration Building Weld County Generator Enclosure Southeast Service Center I Firestone, CO Wachovia Linden Center I 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 Sheriff's Range and Classroom Building I Greeley CO Weld County Jail Courtroom I Greeley CO Weld County Justice Services Offices I Greeley CO Weld County Probation Offices I Greeley CO Weld County Fleet Services I Gree/ey CO Weld County Facilities I Greeley CO Logan County Community Center Addition I Sterling, CO LIST) Construction Documents I Greeley CO Space Planning, I Greeley CO Ken Caudle, PE, LEER AP Project Manager / Electrical Engineer Ken has 30 years' experience as an electrical, security, and communications engineer and has been the Engineering Manager at Cairn Design, LLC since 2017 He has and continues to provide design services for a vanety of clients in the institutional, government and private sectors He is an electncal 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 expenence in the medical and lab fields he was chosen to lead the electncal committee to update and rewnte the 2008 edition of the Design Requirements Manual for the National Institutes of Health EDUCATION B S in Electncal Engineenng Technology University of North Carolina at Charlotte REGISTRATIONS Professional Engineer (PE) — CO, NC, VA, MD, WY, CA Registered Communication Distnbution Designer (RCDD) LEED AP PROFESSIONAL AFFILIATIONS Budding Industry Consulting Services Inc (BICSI) US Green Budding Council 1991 1999 —1st Registration 2003 - Inactive 2004 EXPERIENCE Engineering Manager - Cairn Design, LLC, Fort Collins, CO Director of Engineenng - PCD Engineenng, Longmont, CO Electncal Department Head/Manager - Alphatec, PC, Washington, DC Electncal Engineer II - HSMM, Washington, DC Electncal Engineer - Optima Engineering, Charlotte, NC Electrical Designer - KM Armstrong Associates, Charlotte, NC Controls Designer - Combs and Associates, Charlotte, NC Controls Designer - Honeywell, Inc, Charlotte, NC EXPERTISE Medium and low voltage power distribution Intenor and extenor lighting Building and outside plant communications Project coordination Field surveys and construction administration RELEVANT PROJECTS (PARTIAL LIST) City of Boulder Brenton Budding Office Renovation I Boulder, CO City of Boulder Church Site Programming and Design I Boulder, CO City of Boulder Fleet Maintenance Generator 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 Budding electncal systems Secunty, Access Control and CCTV Fire alarm and control systems Cost Estimating Emergency power systems Charles Fielder, RA Project QA/QC Charles has multiple decades of experience in architecture, planning, and design for municipal educational, government, and pnvate clients Charles is a team leader and mentor Charles strengths include effective oral & wntten communication, profitability analysis, efficient organization of teams and tasks, marketing, developing win/win solutions, proactive issue resolution, versatility, multitasking, 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 AIA Northern Colorado Chapter - President 2008 Fort Collins Budding 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) Chdson Rec Center Renovations I Loveland, CO CDOT Vail Pass Rest Area I Copper Mountain, CO Fairgrounds Park I Loveland, CO North CO Water Conservancy Dist HQ I Berthoud, CO Fossil Creek Park I Fort Collins, CO Midtown Arts Center Renovations I Fort Collins, CO US Dept of Agnculture IDIQ I MT, ND, NE, KS Summit County 2016 Bond Projects I Summit County, CO Army National Guard Readiness Ctr I Windsor, 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 junsdictions ASHRAE Full Member (American Society of Heating, Refngeration, and Air Conditioning Engineers) ASPE Full Member (American Society of Plumbing Engineers) Education University of North Dakota (UND) B S in Mechanical Engineenng 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, hydro= 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 expenence is vaned and extensive Our HVAC projects include new construction, remodels, repair, and alteration My recent design experience includes a wide vanety of municipal design projects for Weld County, CO Plumbing Design - I regularly design high performance and efficient Plumbing systems for our municipal, commercial, industnal, 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 RMG Engineers Mark VVeidhaas, PE Senior Prncipal Structural Engineering Steven has more than 40 years' experience in structural engineenng 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 land 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 1 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 expenence and clanty 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 Colorado Spnngs, CO West Edge UCCS Student Housing I Colorado Spnngs, CO City of Colorado Spnngs Admin Building Parking Garage I CO Patnot Business Park Corp Office Building I Colorado Spnngs, CO Troy W. Campbell, PE President/Senior Project Engineer i2 Consultants, Inc - Civil Engineering Mr Campbell has more than 26 years of diverse civil engineering expenence Troy formed i2 Consultants, Inc in early 2020 EDUCATION B S , Civil Engineering, Gonzaga University — Spokane, WA M B A , Colorado State University — Ft Collins, CO REGISTRATION Professional Engineer Colorado PROJECT EXPERIENCE Mr Campbell's expenence 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 Fredenck-Firestone Fire Protection Distnct Fire Station No 4, Fredenck, CO Thornton Fire Department Warm Vehicle Storage Budding, 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 High Plains Library District Gdcrest, CO High Plains Library Distnct Building Addition, Greeley, CO Wiggins School Distnct, Wiggins Campus — Wiggins, CO 3rd Street Roadway and Utility Design, Mead, CO Agfinity/Cenex Site Redevelopment, Greeley, CO Agfinity Station Mead, Mead, CO East Countylihe Road Bndge over St Vrain Creek, Boulder County, CO 83rd Street Bridge over the Little Thompson River, Boulder County, CO Sunset Street Bndge over the St Vrain Creek, Longmont, CO Maplewood Lot 3, Block 3 Office Development, Eaton, CO Loveland Ford, Loveland, CO Greenndge Site Development, Windsor, CO St Cloud Office Budding Development, Loveland, CO Greendale Site Development (3 buildings), Windsor, CO Coyote Gulch Neighborhood Park, Windsor, CO ' Logan County Community Center, Sterling, CO Weld County Chase Building Parking Lot Resurfacing, Greeley, CO Agfinity Greeley, Site Reconstruction, Greeley, CO Schedule and Approach 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 butlgets set by the funding This information will be ascertained by weekly meetings, interviews, and design charettes The flow of information in both directions and effective communication will allow the design team to actively massage the design to benefit of the project and keep the client informed of design changes as they happen The Cairn Design, LLC project manager, Ken Caudle, will be a consistent presence throughout design and construction By having this constant point of contact, the team will be able to ensure the flow of information and receive positive feedback from the end users If necessary, the project manager will record and issue meeting minutes and develop a Design Progress Log that will include the proposed design schedule, information required for the design, the responsible party, due date, schedule impact and completion date Copies of the Design Progress Log will be provided to everyone on the team pnor to the weekly design meetings Meeting minutes will be kept by the project manager and issued to the team after each weekly design meeting The design schedule will be updated weekly and any delays noted The list of deliverables is noted in the proposed schedule, however, the design team will provide current sets of plans at each weekly meeting to review with the County These plans will be notated and marked up dunng each meeting in order to ensure the design progresses and all comments are incorporated before the next meeting Full size pdf sets of the design documents will be provided at the milestone DD and SD submissions Smaller print outs will be provided at the weekly design meetings for review and mark-ups Full size pdf and hard copy Of necessary) of signed and sealed drawings and specifications will be provided at the design completion for permit and construction As -built drawings, CAD files and specifications will be provided at the end of construction For the new construction portion, the architectural team will develop the building plans to incorporate the required user and equipment spaces Once the building layout is firm, the building plans will be shared with the consultants for their use in designing the site, structural and MEP plans The protect manager will constantly rl view the documents dunng design for quality control and coordination With multiple pre-engineered metal buildings, shop spaces, office and tenant improvement protects between them, the design t+m can develop a fully functional, modern building to last the County decades Special attention will be given to ensure the buildings are designed with the robustness necessary for longevity in their intended use Having provided several project design services for Weld County, the design team understands the needs of the County and the desire to standardize on finishes and budding elements We _ know the colors, matenals, fixtures, hardware and equipment the County uses and have a tned and true specifications to ensure the County receives what is required during construction Proposed Schedule The main point of contact for the project will be the Cairn Design project manager, Ken Caudle The project manager will attend all design and construction meetings and be involved throughout the entire project All_correspondence between the design team, sub -consultants, equipment providers and the owner's team will include or originate with the project manager Cairn Design has increased their production staff to handle the increased workload and any possible future projects and/or scope changes Cairn Design has also chosen and contracted ' with sub -consultants with the expenence and manpower to address any quick turnaround requests Cairn Design and the rest of the design team understands and has worked through the addition and priontizing of projects dunng the previous on -call contracts with Weld County The project team anticipates following the schedule in the IFB and will attempt to condense the time frame Contract Execution Schematic Design Design Development Construction Documents Apnl 28,2025 May 16, 2025 June 13, 2025 June 30, 2025 Rate Sheet, Reimbursable Estimate Cairn Design, LLC 2025 Hourly Rate Sheet Design Architect / Engineer Rate Principal $185 00 Project Manager $175 00 Project Architect $165 00 Drafter $110 00 Office Administration $100 00 Secretanal $80 00 We estimate approximately $600 00 in reimbursable expenses on this project to include mileage and panting Schedule D — Bid Response 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 March 25, 2025: 1) Schedule D - Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. 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 below: Item Price Civil $ 4,800.00 Structural $ 5,000.00 Architectural $ 8,950.00 Mechanical $ 4,300.00 Electrical $ 3,705.00 Survey / Geotech $ 7,700.00 Project Management $ 4,200.00 $ 600.00 Expenses (printing and mileage) Total Lump Sum Cost $ 39,255.00 Attestation 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. #B2500033. 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 that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. 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 8. 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 #B2500033 Page 14 to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Item Entry Company Name: Cairn Design, LLC Address: 1805 Sheely Drive, Fort Collins, CO 80526 Phone (970) 286-7968 Email: ken@cairndesignllc.com 82-2356453 FEIN/Federal Tax ID #: CONTRACTOR: BY e---c2�S� Name: Ken Caudle, PE Title: Engineering Manager 3/25/2025 Date of Signature Solicitation #B2500033 Page 15 Addendum # 1 Bid Request Number B2500033 Stoneham Grader Shed Design & Engineering Services Questions and Answers: 1. Question: During the pre -bid walk it was determined that having through bays or access from either side of the grader shed would be beneficial to the customer. Please confirm. Answer: This will need to be determined during the design phase base on site orientation and phase of the project. 2. Question: Is the existing fuel island and propane locations staying the same? Answer: No, both the fuel island and propane tanks will need to be moved within the design documents. 3. Question: Will the existing grader shed be kept operational during the construction of the new Grader Shed? Answer: Yes, the consultant is to phase the project by having the existing grader shed operational until the new grader shed is occupiable. 4. Question: Will a stand-by generator be required? Answer: Yes, a diesel backup generator will be required for this grader shed. 5. Question: While conducting the on -site pre -bid walk, a pit with conduits and piping was observed. It is assumed that any site condition verifications shall be the responsibility of the design team but are there any existing drawings available? Answer: The County doesn't have existing drawings for this location. The successful consultant shall survey existing conditions to determine what underground system or systems need to be demolished for the new grader shed. 6. Question: Can the County confirm if the existing potable water well will be retained for the new Grader Shed? Is there currently a septic system and if so, will that be retained? Answer: The potable water well can be retained for the new facility. Consultant to verify gallons per minute to confirm that the existing well is sufficient for the new facility. Also, consultant to verify necessary steps with the State Of Colorado for any permits or paperwork to move the well from the old facility to the new facility. The new building will require a new septic design. The old system is to be completely removed. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Cairn Design, LLC 3/25/2025 Signature: Name: Ken Caudle, PE Title: Engineering Manager March 25, 2025 Date of Signature CERTIFICATE OF LIAl=;LIP( INSLI CAIRDES-01 NCE CKING DATE (IYIM/DD/YYYY) 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(les) 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 nghts to the certificate holder in lieu of such endorsement(s) PRODUCER PUI Agency of Colorado, Inc P O Box 3412 Littleton, CO 80161 NAMEACT rki o Ext) (720) 465-9116 I FAX, No) (248) 553-8305 (A/c ADDRESS CKing@profunderwriters com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A RLI Insurance Company 13056 INSURED Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 INSURER B Great American Insurance Group 16691 INSURER C INSURER D INSURER E INSURER F 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE LTR ADDL SUBR INSD VWD POLICY NUMBER POLICY EFF (MMIDDIYYYYI POLICY EXP (MMIDDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY JCLAIMS MADE X OCCUR X PSB0007254 9/11/2024 9/11/2025 EACH OCCURRENCE $ 1'000'000 DAMAGETO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ 10'000 PERSONAL &ADV INJURY $ 1'000'000 GENERAL AGGREGATE $ 2,000,000 GEN X L AGGREGATE LIMIT APPLIES PER POLICY ,1RECT LOC OTHER PRODUCTS COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE 2 LIABILITY ANY AUTO OWNED AUTOS ONLY AIPOS ONLY SCHEDULED AUTOS AUTOS ONEg PSB0007254 9/11/2024 9/11/2025 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ Bop, iNJURY,per person) $ BODILY INJURY (Per accident) $ (Pe?aC latDAMADE $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ A WORKERS COMPENSATION MVP LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y� OFFICER/MEMBER EXCLUDED (Mandatory m NH) If yes descnbe under DESCRIPTION OF OPERATIONS below N / A PSW0006022 5/15/2024 5/15/2025 X I STATUTE I I ERH E L EACH ACCIDENT 500,000 $ E L DISEASE - EA EMPLOYEE $ 500,000 E L DISEASE - POLICY LIMIT $ 500,000 B Professional Lob B 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 OF OPERATIONS / LOCATIONS ! VEHICLES (ACORD 101, Additional Remarks Schedule may be attached If more space Is required) Weld County, its elected officials, employees, agents, and volunteers are addrtlonal insured with respects to the General Liability Waiver of subrogation Is included ERTIFICATE HOLDER CANCELLATION Weld Count Y SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS 1150 O Street Greeley, CO 80631 AUTHORIZED REPRESENTATIVE Y____ ),:-�- I 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 Entity I D * CaD00039527 Contract Name* Contract ID STONEHAM GRADER SHED DESIGN AND ENGINEERING 9376 Contract Status CTB REVIEW Contract Lead* CNAIBAUER Contract Lead Email cnaibauerCg weld.gov New Entity? Parent Contract ID Requires Board Approval YES Department Project # Contract Description* PROVIDE DESIGN AND ENGINEERING SERVICES FOR THE NEW STONEHAM GRADER SHED Contract Description 2 Contract Type* CONTRACT Amount* $39,255.00 Renewable* NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGroundsgweld.go v Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY4'WEL D.GOV Requested BOCC Agenda Date* 04 30 2025 Due Date 04/26/2025 Will a work session with BOCC be required?* NO 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 On Base Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Review Date 08/31/2025 Committed Delivery Date Contact Type Contact Email Renewal Date Expiration Date* 08/31/2025 Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head PATRICK O'NEILL DH Approved Date 04/21 ,-2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 04/28/2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 0' 23 2025 04/23 2025 Tyler Ref # AG 042825 Originator CNAIBAUER Hello