Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20242729.tiff
Conch ad- 1D-449(41-1 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: North jail parking lot and drainage design change order DEPARTMENT: Facilities DATE: April 30, 2025 PERSON REQUESTING: Patrick O'Neill Brief description of the problemlissue: Facilities currently has a design team working on the north jail parking lot design and drainage project. The 2025 budget includes a project to redo the parking lot at the Health Department and Law Admin as well. This change order will allow the design team that is currently finishing the jail parking lot design to continue on and complete the design for the Health Department and Law Admin parking lots. What options exist for the Board? 1. Approve the change order 2. Deny the change order Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $9,200.00. Recommendation: Facilities recommends placing this change order on an upcoming BOCC agenda for approval. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppier Kevin D. Ross Conrka1-Rrycncio- 5/Iz/25 )(e- cc.OnixtT C80 pu-kUra S/12/Z zoz14-T2`j 8C GOZ10 Change Order #1 to Service Agreement Between Weld County and Cairn Design, LLC Date: April 30, 2025 Original Agreement: 2024-2729 County Department: Facilities The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 32,810.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 9,200.00 Current Change Order Amount $ 42,010.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Name: Ken Caudle, PE Title: Engineering Manager ATTEST: dadit4A) Jelf4•ei Weld ounty Clerk to the Board BY: Date 05/05/2025 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO eputy ck, Chair MAY 1 2 2025 Page 1 of 1 2024- 2-12dj CAIRN DESIGN, LiC March 25, 2025 Will Hopkins Weld County Facilities 1105 H Street Greeley, CO 80632 RE: Weld County SO and Health Department - Civil Engineering Services - Parking Lot Resurfacing Scope of Work; The project will involve full civil engineering design and construction administration of the Weld County Sheriff's Department and Health Department north parking lots. The design includes: • Verification and documentation of the parking lot surface condition. • Verification and documentation of the curb and gutter condition. • Design of parking lot resurfacing including owner requested changes. • Design of parking lot curb and gutter repairs. • Design of new striping and signage. Cairn Design, LLC will provide architectural and engineering design under this agreement including: • Civil engineering details for a complete system. • Project management and construction administration. Scope of Services; The scope of services included in this proposal are limited to the following: • Full engineering services, with construction administration, as indicated above. Exclusions: • Design of any system not listed above including architectural, MEP, telecommunications cabling. • Design changes, layout changes, or value engineering requested by client or owner after the final submission. Compensation: Total Design Fee - $9,200.00 Changes in scope, additional trips to the site, or added services would be billed hourly, unless a fixed fee is agreed to in advance for the specific service. Sincerely, Ken Caudle, PE Engineering Principal 1805 Wisely Drive Fort Collins, Colorado 80526 [9101286-1968 tr ct F Entity Information Entity Name* CAIRN DESIGN LLC Entity ID* @00039527 Contract Name * JAIL PARKING LOT DESIGN CHANGE ORDER Contract Status CTB REVIEW O New Entity? Contract ID 9417 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* PROVIDE ADDITIONAL DESIGN SERVICES TO INCLUDE LAW ADMIN AND THE HEALTH BUILDING PARKING LOT DESIGNS. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 05/08/2025 GROUNDS 05/12/2025 Amount* $9,200.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO Does Contract require Purchasing Dept. to be included? Automatic Renewal Department Head Email CM-BuildingGrounds- Grant DeptHead@weld.gov County Attorney IGA GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date" 07/22/2025 Committed Delivery Date Renewal Date Expiration Date" 07/22/2025 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 05/05/2025 05/06/2025 05/06/2025 Final Approval BOCC Approved Tyler Ref* AG 051225 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 05/12/2025 Corkvac1-Ity $s5% PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND CAIRN DESIGN, LLC THIS AGREEMENT is made and entered into this Q day of Nweryib / , 2024, 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: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2400135 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 1 cc : oribade. (Bci) 2024-z-12_9 l I /20124-1- PI.ILG'1QS4fIci 11/zat2 Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified 2 accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $32,810.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no 3 personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the 4 construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12.Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13.Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Types of Insurance. Workers' Compensation /Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance induding public liability and property damage, covering all operations required by the Work. Such policy shall indude minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. 5 Professional Liability (Errors and Omissions Liability). The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 6 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: 7 a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Cairn Design, LLC Position: Engineering Manager Address: 1805 Sheely Drive Address: Fort Collins, Colorado 80526 E-mail: ken@cairndesignllc.com Phone: (970) 286-7968 TO COUNTY: Name: Patrick O'Neill Position: Facilities Director Address: 1105 H Street Address: Greeley, Colorado 80631 E-mail: poneill@weld.gov Phone: (970) 400-2023 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not 8 create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who 9 will perform work under this Agreement (see 8 U.S.C.A. §1324a) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 31.Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: 11/14/2024 Name: Ken Caudle, PE Title: Engineering Manager Date of Signature WELD COU Y: ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Boar BOARD OF COUNTY COMMISSIONERS 7 WELD CO DO O Kevin -D. oss, Chair RI!Si 2 0 zuz F� 2024'2-129 EXHIBIT A Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80601 Professional Services — Invitation for Bid (IFB) Cover Sheet Bid Number: B2400135 Title: Design and Engineering Services for the Weld County North Jail Parking Lot and Drainage Design Issue Date: September 17, 2024 Pre -Bid Meeting: September 30, 2024, at 12:00 pm Pre -Bid Location: 2110 O Street, Greeley CO 80631 Questions Due: October 7, 2024, by 5:00 pm Questions email: bids(a�weld.gov Bid Due Date: October 14, 2024, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bids(a�weld.00v or hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids(iweld.gov Documents Included in this Bid Package RFP Schedules IFB Attachments Schedule A: Bid Instructions Attachment 1 — Facilities Project Documents Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: RFQ/RFP Response - Criteria Schedule E: Bid Form Schedule F: Insurance Schedule G: Weld County Contract Table of Contents Professional Services — Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 RFP Schedules 1 IFB Attachments 1 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 5 Project Overview 5 Method of Procurement 5 Pricing Method 5 Project Scope 5 Schedule C - Project Schedule 11 Schedule 11 Schedule D - Bid Form 12 Bid Submittal Instructions 12 Fees 12 Attestation 13 Schedule E — Insurance 14 Insurance 14 Insurance Mailing Information 15 Schedule F - Weld County Contract 16 Contractual Obligations 16 Weld County Standard Contract 16 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Design and Engineering Services for the Weld County North Jail Parking Lot and Drainage Design A Mandatory pre -bid conference will be held on September 30, 2024 at 12:00 pm at the Weld County North Jail 2110 O Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: October 14, 2024 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on October 14, 2024 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 276 636 75# 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 bidsnweld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the Solicitation # B2400135 Page 3 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 negative impact on Weld County in the current term or in any future terms. Solicitation # B2400135 Page 4 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a vendor to provide Design and Engineering Services for the Weld County North Jail Parking Lot and Drainage Design. Method of Procurement Invitation for Bid (IFB): An Invitation for Bid (RFB) is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding and RFB the contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Negotiated Price: Negotiated contract prices are fees provided and agreed upon between the County and the bidder. Project Scope The scope of this project is for Design and Engineering Services for the Weld County North Jail parking lot and drainage design, this includes the north parking lot as outlined in the project documents and this IFB. Weld County is seeking professional design services for schematic design, design development, construction documents, and construction administration for the north jail parking lot and drainage design. 1. This bid shall include all engineering required for a final complete set of "for construction drawings". This includes any necessary documents for review and approval of the Weld County Planning department. Design team will be required to attend Planning and Public Works meetings. 2. Design consultants shall include but not limit to the following minimum design elements for this design and engineering services RFB and shall be included in their base lump sum price. > Complete Site Survey of all existing conditions. To include but not limited to existing utilities, sidewalks, lighting, curb and gutter, landscaping, parking lot, grades, and any element needed to provide a new parking lot design. > Drainage study for existing conditions. > All necessary design and engineering elements to provide a new drainage plan to ensure proper water distribution through the site. > Design and engineering may require for sidewalks, curb and gutter, and landscaping Solicitation # B2400135 Page 5 elements to ensure proper grades and drainage. > Ensure ADA compliance with parking lot layout and accessible spaces, and accessible pathways to and from the entrance points of the jail. ➢ Design team will be responsible for contracting and providing a Geo Technical report. ➢ Design team will be responsible for detailing and providing specifications for subgrade and asphalt scopes of work. > Design team will be responsible for coordinating with the city of Greeley and Weld County building and right of way departments for any necessary design and engineering elements to ensure compliance with all local, state, and federal laws and or regulations. > Design team will be responsible for providing a parking lot striping design and layout. > Any architectural elements to ensure a complete and full design. 3. Project shall include all architectural, structural engineering, electrical, mechanical, plumbing, civil and tenant features as needed to provide a complete design and engineering package. 4. Consultant is responsible for and shall provide specifications, stamped drawings, and engineering documents for architectural, structural, mechanical, plumbing, and electrical including fire if needed. These documents and specifications will be used for Weld County to seek bids for the construction phase of this project. 5. Consultant will be responsible for reviewing site conditions to best determine what is needed to provide a complete design and engineering package. 6. All design service requirements shall be a part of this contract and be all inclusive of a complete building design for each space. 7. Consultant is required to verify that any new design and or equipment meets the needs and functions of the building. SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. 1. DESIGN SERVICES 1. Provide a design for the project. 2. Provide structural fill analysis and design for fill of building/s area. If required. 3. Prepare submittals to governing agencies for approval. 4. Provide a schematic design package. 5. Provide a design development package. 6. Provide full and complete construction documents. 7. Provide construction administration/consultation. 8. Attend weekly design and construction meetings. 9. Prepare building permit submittal and assist in obtaining the permits. Make Building Inspection Department requested revisions. 10. Provide a design schedule. 11. Include all costs for architectural design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal. 12. Coordinate surveys and other design activities. All costs shall be included in bid. PLANS / DOCUMENTS: (At a minimum the county requires the following) Solicitation # B2400135 Page 6 1. Architectural Plans 2. Civil and Site Plans 3. Structural Plans (If needed) 4. Mechanical Plans (If needed) 5. Electrical Plans 6. Plumbing Plans (If needed) 7. Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County. 8. All related engineering calculations, QA/QC, and manufactured equipment documentation 9. Any and all other items required by referenced codes, standards, and ordinances. DATA AND INFORMATION REVIEW: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsiblefor: 1. Familiarizing themselves with applicable local, state, and federal regulations. 2. The consultant project manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billing on behalf of the consultant and team members. 3. Consultant shall conduct a project kickoff meeting with the County Project Team, including a site visit to thoroughly review existing conditions and facility's needs. 4. Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities building at 1105 H Street, Greeley Colorado. At a minimum this will be through the design phase until complete and a minimum of ten meetings throughout the construction phases of the project. FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS: The Consultant shall prepare a full and complete set of construction contract documents for this project. The Consultant shall provide the following as part of this task. 1. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review. Schematic Design (30% complete) — Provide schematic design drawings for review and comment by County Project Team. Design Development (60% complete) — Provide draft plans and specifications for review and comment by County Project Team. Participate in preliminary plan review meeting with County Building Inspections staff (Planning Department) Permit/Construction Documents (100% complete) — Provide two full and complete sets of documents for permit review by Weld County Building Inspection (Planning Department). These full and complete set of construction contract documents will allow the County to solicit bids for actual construction Solicitation # B2400135 Page 7 of the project, Provide one complete set in PDF and hard copy to the Facilities Department. 2. Architectural Design: Produce architectural plans for building structures. Guide selection of exterior and interior finishes, interior design, and office space layout. This process will require close coordination with Facilities Department staff to optimize the layout and details of building spaces. In general, building structures shall be designed to maximize resiliency, minimize long term life cycle costs, and consider sustainable elements. 3. Civil Design: Produce civil design plan and specifications should the project scope require; including; plans for existing conditions, grading plans, pavement layout and section design, civil details, water supply plans (may include supply well), wastewater disposal plans (may include septic system), drainage plans, electrical and natural gas utility plans, erosion control plans, and post -construction stormwater detention and water quality plans, Municipal Separate Storm Sewer System (MS4) through Colorado Department of Public Health and Environment (CDPHE). 4. Structural Design: Produce structural plans and specs in compliance with all state and local building codes. 5. Mechanical, Electrical, and Plumbing Design: Produce mechanical, electrical, and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction. Items to include but are not limited to the following: heating ventilation and air conditioning plans, specs, equipment schedules and control systems; plumbing plans, specs and equipment and fixture designation for water supply and wastewater disposal; electrical plans, specs, schedules and diagramming for power, lighting, and provisions for emergency standby power generation, if needed. 6. Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process. The design team for this proposal will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team. The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes. 7. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one- hour on -site Owner -Architect -Contractor (OAC) meetings. The duration for OAC meetings shall use 6 months for base bid. 8. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be provided to the County. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built of the Project. Solicitation # B2400135 Page 8 1. Provide to Weld County one (1) hardcopy and one (1) set of PDF documents of the completed project documented along with AutoCAD files with final as -built of the Project. 2. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The proposer shall indicate in their bid any work intended to be performed by sub - consultants or persons outside of the firm. The proposer shall name the sub -consultants, if known, at the time of bid submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultant(s) must have Architect(s)/Engineer(s) current State license(s). • Must carry Professional liability insurance (PLI), also called professional indemnity insurance (PII) but more commonly known as errors & omission. BID SUBMITTAL: Please submit your bid, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner. Incomplete bids may be rejected. 1. Signed SIGNATURE PAGE of this RFB. 2. Summary of the bid, including Statement of Understanding showing familiaritywith the Scope of Work 3. Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including: • Identify who will act as the primary contact person to Weld County for this project. • List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer. 4. Proposed Project Schedule • Describe how your firm handles the various communications, includingmeetings and project schedules, to keep the project running smoothly. Solicitation # B2400135 Page 9 • Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances. 5. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet. • Include the name of the sub -consultant and a statement of qualifications of the sub -consultant. Solicitation # B2400135 Page 10 Schedule C - Project Schedule Schedule Below is the anticipated solicitation schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution September 17, 2024 September 17, 2024 September 30, 2024 October 7, 2024 October 14, 2024 October 30, 2024 November 13, 2024 Based on a contract execution date of November 13, 2024, please provide proposed schedule dates. Project Design Phase Schematic Design: Design Development: Construction Documents: Proposed Schedule Date Solicitation # B2400135 Page 11 Schedule D - Bid Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 am on October 14, 2024: 1) Schedule B- Scope of Work 2) Schedule D — Bid Form 3) W9, if applicable.* 4) Any potential or future Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project in the space below: Description Design and Engineering Services Construction Administration $ $ $ Price Other (Describe) Total Lump Sum Cost $ The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2400135. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement of Schedule E — Insurance and Bond 5. Acknowledgment of Schedule F — Weld County Contract 6. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 7. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Solicitation # B2400135 Page 12 Attestation Item Company Name: Address: Entry Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Name: Title: Date of Signature Solicitation # B2400135 Page 13 Schedule E — Insurance Insurance 1. The Contractor shall furnish a certificate of insurance for commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability upon notification of award and prior to performance. Work shall not commence under this Agreement/Contract until the Contractor has submitted to the County, and received approval thereof, the certificate of insurance showing compliance with the following types and coverage of insurance. a. Commercial General Liability Insurance: to include products liability, completed operations, contractual, broad form property damage, and personal injury. Each Occurrence General Aggregate $1,000,000 $2,000,000 b. Comprehensive Automobile Liability Insurance: to include all motor vehicles owned, hired, leased, or borrowed. Bodily Injury/Property Damage $1,000,000 (each accident) Personal Injury Protection Per Colorado Statutes c. Workers' Compensation Insurance: Per Colorado Statutes d. Professional Liability Insurance*: to include coverage for damages or claims for damages arising out of the rendering, or failure to render, any professional services. Each Occurrence $1,000,000 *This insurance requirement applies only to Contractors who are performing services under this Agreement as professionals licensed under the laws of the State of Colorado, such as physicians, lawyers, engineers, nurses, mental health providers, and any other licensed professionals. 2. The Contractor's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government as an "additional insured" and shall include the following provisions: a. Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses resulting from the actions or negligence of the Contractor. b. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. Solicitation # B2400135 Page 14 c. Any and all deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contractor. 3. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contractor shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. a. Upon failure of the Contractor to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated. b. Failure of the Contractor to obtain and/or maintain any required insurance shall not relieve the Contractor from any liability under the Agreement/Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contractor concerning indemnification. c. Contractor shall provide copies insurance coverage policies to the County department maintaining contract administration duties. These include initial policy, updated/changes to coverage, extensions, renewals, etc. 4. If the Contractor is a Joint Venture, then the respective parties thereto are each individually held fully responsible for completion of the project according to the terms of this Agreement. The parties thereto also have joint and several liabilities to the County for any liquidated damages assessed or for performance bond claims against the Joint Venture. The performance bond and all insurance required by this Agreement shall set forth the identity of each party to the Joint Venture. Insurance Mailing Information Certificates of Insurance and endorsements shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Will Hopkins Email: whopkins@weld.gov Telephone: (970) 400-2044 Mail: Weld County Facilities Department ATTN: Will Hopkins PO Box 758 Greeley, CO 80632 Solicitation # B2400135 Page 15 Schedule F - Weld County Contract Contractual Obligations 1 The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is the standard Weld County Contract for Professional Services. PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [DEPARTMENT], hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. Solicitation # B2400135 Page 16 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor s completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. Solicitation # B2400135 Page 17 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Solicitation # B2400135 Page 18 8 Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors 9 Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County 10 Confidentiality Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL " However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C R S 24-72-201, et seq , with regard to public records, and cannot guarantee the confidentiality of all documents Contractor agrees to keep confidential all of County's confidential information Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement 11 Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review If the County expenences additional costs dunng project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs 12 Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc , generated during completion of this work Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project In no event shall any action by County hereunder constitute or be construed to Solicitation # B2400135 Page 19 be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally 13 Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period For all coverages, Contractor's insurer shall waive subrogation nghts against County Types of Insurance. Workers' Compensation /Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment 'The policy shall contain a waiver of subrogation against the County This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act , AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form Commercial General Liability Insurance including public liability and property damage, covenng all operations required by the Work Such policy shall include minimum limits as follows $1,000,000 each occurrence, $1,000,000 general aggregate, $1,000,000 Personal injury $5,000, Medical payment per person Automobile Liability Insurance Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract Professional Liability (Errors and Omissions Liabihty) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract, and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed Minimum Limits $1,000,000 Per Loss, $2,000,000 Aggregate Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured Subcontractor Insurance Contractor hereby warrants that all subcontractors providing Solicitation # B2400135 Page 20 services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County No limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Certification of Compliance with Insurance Requirements The Contractor stipulates that it has met the insurance requirements identified herein The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies 14 Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement 15 Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder Such consent may be granted or denied at the sole and absolute discretion of County 16 Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement Contractor agrees to maintain these documents for three years from the date of the last payment received Solicitation # B2400135 Page 21 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: Address: E-mail: Phone: TO COUNTY: Name: Position: Address: Address: E-mail: Phone: 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. Solicitation # B2400135 Page 22 22 Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year 23 Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement 24 Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination 25 Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties 26 Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq , as applicable now or hereafter amended 27 No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only 28 Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee 29 Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute 30 Public Contracts for Services Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement Contractor shall not use E -Verify Solicitation # B2400135 Page 23 Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or ' contracted with an illegal alien Contractor shall comply with reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law If Contractor fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages Except where exempted by federal law and except as provided in C R S § 24-76 5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuantto federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract 31 Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf 32 Binding Arbitration Prohibited Weld County does not agree to binding arbitration by any extra judicial body or person Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement CONTRACTOR By Name Title Date of Signature Solicitation # B2400135 Page 24 WELD COUNTY ATTEST Weld County Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO BY Deputy Clerk to the Board Kevin Ross, Chair Solicitation # B2400135 Page 25 EXHIBIT B Carolyn Geisert From: Sent: To: Subject: Attachments: Ken Caudle <ken@cairndesignllc.com> Monday, October 14, 2024 8:25 AM bids B2400135 - North Jail Parking Lot 624001351 -North Jail Parking -Cairn Design.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Please accept the attached as our bid for this project. I hereby waive my right to a sealed bid. Ken Caudle, PE LEED AP CAIRN DESIGN, LLC leading high performance building solutions Based in Fort Collins, Colorado, and serving you, wherever you may be! Web cairndesignllc.com Evvas ken@cairndesignllc.com Cahoon (970) 286-7968 1 CAIRN DESIGN, LLC 66, kA4/2,40kinamt &mail dattom Response to: Request for Bid Design and Engineering Services for North Jail Parking Lot and Drainage Design Bid Number B2400135 Submitted by: Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 (970) 286-7968 Date: October 14, 2024 Summary and Statement of Understanding Statement of Understanding Cairn Design, LLC and the sub -consultants listed herein have thoroughly reviewed the issued RFP and all addenda The mandatory Pre -Proposal conference was attended by the Project Manager, Ken Caudle, and the facility was visited dunng this conference The general scope, as it pertains to the design and construction of the facility is as understood below Parking Lot The project consists of redesigning the north parking lot of the Weld County Jail to eliminate drainage issues and to provide ADA access to the west part of the jail for County employees The entire north lot will be repaved and striped Summary This response to the RFP is hereby submitted by Cairn Design, LLC with the following design team Project Management, Architectural and Electrical Engineering Cairn Design, LLC is submitting this proposal and will be the prime Cairn Design, LLC will lead all project management duties, architectural design, and electrical engineering Civil Engineering i2 Consultants, Inc Team History The principals of Cairn Design, LLC have been working on projects together since the mid 1990's They have been consultants on each other's projects periodically during this time and decided to create Cairn Design, LLC in 2017 Cairn Design, LLC has teamed with i2 Consultants on several Weld County projects periodically over the years The primary contact will be Ken Caudle, PE Organizational Chart Project Management Cairn Design.tLC Ken Caudle, PE Plan ning/Architecture Design, ADA Cairn Design. LLC Katherine Llgon,,RA i Drafting and suppQrt i _ Chili Engineering 12 Consultants Troy Campbell. PE i Drafting end` Support i _ Elam -cal and Low voltage Engineering Cairn Design. LLC Ken Caudle. PE i Drafting and, Support 4.dal A4We .I•+•ssaSJLr., .%.L.. Capabilities, Qualifications, History and Experience Cairn Design, LLC -- Architecture, Project Management and Electrical Engineering Cairn Design, LLC, started in 2017 and located in Fort Collins, Colorado provides architectural and engineering services to the Colorado Front Range. As a woman -owned small business, we specialize in municipal; commercial; higher education; federal and local government; space planning; tenant fit - out; and telecommunications projects. We work to integrate high performance, sustainable principles in every design. With more than 50 years, combined, in the business, the owners of Cairn Design, LLC in Fort Collins, Colorado offer expert in-house Architectural and Electrical Engineering services. The principals collaborated on projects for more than twenty years, prior to forming the firm. We are licensed in several states throughout the country and are qualified to add more as needed. Primary areas of expertise include telecommunications; sustainable design; and commercial, higher education, and federal and local government projects. We have broad experience in both new construction and renovation projects. Our focus is working as a team with all members of the design build process, the owners, the users, the contractors and the consultants. The project manager for Cairn Design, LLC, Ken Caudle has extensive experience in medical and lab projects, large office projects, industrial projects and municipal projects including high - end Town Hall and City Council chambers with AN, sound and recording. With his experience in the medical and lab fields Ken was chosen to lead the electrical committee to update and rewrite the 2008 edition of the Design Requirements Manual for the National Institutes of Health. He was also the engineer of record for multiple biomedical labs, operating rooms and medical facilities at NIH in Bethesda, MD and Presbyterian Hospital in Charlotte, NC. 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 Sheriffs Range and Classroom Probation Offices Renovations Weld County Facilities Addition and Renovation i2 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 Consultants, Inc. excellent and timely service for land development and municipal clients and projects throughout Colorado. 12 Consultants, Inc. provides civil engineering design for multiple private and municipal projects such as the following: Fort Collins Montessori School, Fort Collins, Colorado. 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 Katherine has 20 years of experience in architecture. Prior to creating Cairn Design, LLC in 2017, she worked for private consulting firms as well as the George Washington University system during her career. Her focus on planning and attention to detail has set her apart from many of her peers. As an architect, she gained valuable experience designing large, high-tech office and data center spaces for the national banks in her area. Higher education has also been a pertinent part of her design career and led her to become the Senior Planner and Campus Architect for George Washington University where she was able to work on many of the campus' varied projects. EDUCATION North Carolina State University Bachelor of Architecture REGISTRATIONS & CERTIFICATIONS Registered Architect — (RA) NC and CO LEED AP BD+C 2000 EXPERIENCE Owner/Architect — Carin Design, LLC, Fort Collins, CO Architect/Senior Planner - George Washington University, Washington, DC Architect - Allex Jordan, Washington, DC Sustainability Consultant - GreenShape, Washington, DC Architect - Chatelain Architects, Washington, DC Intern Architect / Sustainable Design Coordinator - Walter Robbs Callahan and Pierce Architects, Winston Salem, NC RELEVANT PROJECTS (PARTIAL LIST): Weld County Administration Building Construction Documents I Greeley CO Weld County Administration Building Space Planning, I Greeley CO 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 Sheriffs 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 Greeley CO Weld County Facilities I Greeley CO Logan County Community Center Addition I Sterling, CO Ken Caudle, PE, LEED 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 variety of clients in the institutional, government and private sectors. He is an electrical system specialist. His responsibilities include expert technical plan/specification development, peer review and quality assurance field testing. Ken leads forensic investigations, condition surveys, field performance testing, technical report preparation and provided overall quality assurance. He is a Professional Electrical Engineer. With his experience in the medical and lab fields he was chosen to lead the electrical committee to update and rewrite the 2008 edition of the Design Requirements Manual for the National Institutes of Health. EDUCATION B.S. in Electrical Engineering Technology University of North Carolina at Charlotte REGISTRATIONS Professional Engineer (PE) — CO, NC, VA, MD, WY, CA Registered Communication Distribution Designer (RCDD) LEED AP PROFESSIONAL AFFILIATIONS Building Industry Consulting Services Inc. (BICSI) US Green Building Council 1991 1999 —1 sc Registration 2003 - Inactive 2004 EXPERIENCE Engineering Manager - Cairn Design, LLC, Fort Collins, CO Director of Engineering - PCD Engineering, Longmont, CO Electrical Department Head/Manager - Alphatec, PC, Washington, DC Electrical Engineer II - HSMM, Washington, DC Electrical Engineer - Optima Engineering, Charlotte, NC Electrical Designer - KM Armstrong Associates, Charlotte, NC Controls Designer - Combs and Associates, Charlotte, NC Controls Designer - Honeywell, Inc, Charlotte, NC EXPERTISE Medium and low voltage power distribution Interior and exterior lighting Building and outside plant communications Project coordination Field surveys and construction administration RELEVANT PROJECTS (PARTIAL LIST): City of Boulder Brenton Building 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 Building electrical systems Security, Access Control and CCTV Fire alarm and control systems Cost Estimating Emergency power systems Troy W. Campbell, PE President/Senior Project Engineer i2 Consultants, Inc - Civil Engineering Mr. Campbell has more than 26 years of diverse civil engineering experience. 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 experience extends across the Front Range of Colorado and into mountain communities. The following accomplishments are representative of Troy's project abilities relevant to this proposal: Frederick -Firestone Fire Protection District Fire Station No. 4, Frederick, CO Thornton Fire Department Warm Vehicle Storage Building, Thornton, CO Town of Firestone Public Works Building Addition Water Quality, SWMP and Drainage Design, Firestone, CO Town of Firestone Town Hall Building Addition, Firestone, CO Berthoud Public Works Building, Berthoud, CO High Plains Library District Gilcrest, CO High Plains Library District Building Addition, Greeley, CO Wiggins School District, Wiggins Campus — Wiggins, CO 3rd Street Roadway and Utility Design, Mead, CO Agfinity/Cenex Site Redevelopment, Greeley, CO Agfinity Station Mead, Mead, CO East Countyline Road Bridge over St. Vrain Creek, Boulder County, CO 83rd Street Bridge over the Little Thompson River, Boulder County, CO Sunset Street Bridge over the St. Vrain Creek, Longmont, CO Maplewood Lot 3, Block 3 Office Development, Eaton, CO Loveland Ford, Loveland, CO Greenridge Site Development, Windsor, CO St. Cloud Office Building 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 budgets 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 prior to the weekly design meetings. Meeting minutes will be kept by the project manager and issued to the team after each weekly design meeting. The design schedule will be updated weekly and any delays noted The list of deliverables is noted in the proposed schedule; however, the design team will provide current sets of plans at each weekly meeting to review with the County. These plans will be notated and marked up during each meeting in order to ensure the design progresses and all comments are incorporated before the next meeting. Full size pdf sets of the design documents will be provided at the milestone DD and SD submissions. Smaller print outs will be provided at the weekly design meetings for review and mark-ups. Full size pdf and hard copy (if necessary) of signed and sealed drawings and specifications will be provided at the design completion for permit and construction. As -built drawings, CAD files and specifications will be provided at the end of construction. The project manager will constantly review the documents during design for quality control and coordination. With multiple parking lot and ADA projects between them, the design team can develop a fully functional, modern parking lot to last the County decades. Special attention will be given to ensure the parking lot designed with the robustness necessary for longevity in their intended use. Having provided past parking lot project design services for Weld County, the design team understands the needs of the County. Proposed Schedule The main point of contact for the project will be the Cairn Design, LLC project manager, Ken Caudle. The project manager will attend all design and construction meetings and be involved throughout the entire project. All correspondence between the design team, sub -consultants, equipment providers and the owner's team will include or originate with the project manager. Cairn Design, LLC has increased their production staff to handle the increased workload and any possible future projects and/or scope changes. Cairn Design, LLC has also chosen and contracted with sub -consultants with the experience and manpower to address any quick turnaround requests. Cairn Design, LLC and the rest of the design team understands and has worked through the addition and prioritizing of projects during the previous on -call contracts with Weld County. The project team anticipates following the schedule in the RFP and will attempt to condense the time frame. Contract Execution Schematic Design Design Development Construction Documents November 13, 2024 December 6, 2024 December 20, 2024 January 17, 2025 Rate Sheet, Reimbursable Estimate, Original Solicitation, Support Information, Insurance, etc. Cairn Design, LLC 2024 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 i Secretarial $80.00 We estimate approximately $300.00 in reimbursable expenses on this project to include mileage and printing. Schedule B - Scope of Work Project Overview Weld County is seeking bids for a vendor to provide Design and Engineering Services for the Weld County North Jail Parking Lot and Drainage Design. Method of Procurement Invitation for Bid (IFB): An Invitation for Bid (RFB) is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding and RFB the contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Negotiated Price: Negotiated contract prices are fees provided and agreed upon between the County and the bidder. Project Scope The scope of this project is for Design and Engineering Services for the Weld County North Jail parking lot and drainage design, this includes the north parking lot as outlined in the project documents and this IFB. Weld County is seeking professional design services for schematic design, design development, construction documents, and construction administration for the north jail parking lot and drainage design. 1. This bid shall include all engineering required for a final complete set of "for construction drawings". This includes any necessary documents for review and approval of the Weld County Planning department. Design team will be required to attend Planning and Public Works meetings. 2. Design consultants shall include but not limit to the following minimum design elements for this design and engineering services RFB and shall be included in their base lump sum price. ➢ Complete Site Survey of all existing conditions. To include but not limited to existing utilities, sidewalks, lighting, curb and gutter, landscaping, parking lot, grades, and any element needed to provide a new parking lot design. ➢ Drainage study for existing conditions. ➢ All necessary design and engineering elements to provide a new drainage plan to ensure proper water distribution through the site. ➢ Design and engineering may require for sidewalks, curb and gutter, and landscaping Solicitation # B2400135 Page 5 elements to ensure proper grades and drainage. ➢ Ensure ADA compliance with parking lot layout and accessible spaces, and accessible pathways to and from the entrance points of the jail. ➢ Design team will be responsible for contracting and providing a Geo Technical report. ➢ Design team will be responsible for detailing and providing specifications for subgrade and asphalt scopes of work. ➢ Design team will be responsible for coordinating with the city of Greeley and Weld County building and right of way departments for any necessary design and engineering elements to ensure compliance with all local, state, and federal laws and or regulations. ➢ Design team will be responsible for providing a parking lot striping design and layout. ➢ Any architectural elements to ensure a complete and full design. 3. Project shall include all architectural, structural engineering, electrical, mechanical, plumbing, civil and tenant features as needed to provide a complete design and engineering package. 4. Consultant is responsible for and shall provide specifications, stamped drawings, and engineering documents for architectural, structural, mechanical, plumbing, and electrical including fire if needed. These documents and specifications will be used for Weld County to seek bids for the construction phase of this project. 5. Consultant will be responsible for reviewing site conditions to best determine what is needed to provide a complete design and engineering package. 6. All design service requirements shall be a part of this contract and be all inclusive of a complete building design for each space. 7. Consultant is required to verify that any new design and or equipment meets the needs and functions of the building. SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. 1. DESIGN SERVICES 1. Provide a design for the project. 2. Provide structural fill analysis and design for fill of building/s area. If required. 3. Prepare submittals to governing agencies for approval. 4. Provide a schematic design package. 5. Provide a design development package. 6. Provide full and complete construction documents. 7. Provide construction administration/consultation. 8. Attend weekly design and construction meetings. 9. Prepare building permit submittal and assist in obtaining the permits. Make Building Inspection Department requested revisions. 10. Provide a design schedule. 11. Include all costs for architectural design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal. 12. Coordinate surveys and other design activities. All costs shall be included in bid. PLANS / DOCUMENTS: (At a minimum the county requires the following) Solicitation # 62400135 Page 6 1. Architectural Plans 2. Civil and Site Plans 3. Structural Plans (If needed) 4. Mechanical Plans (If needed) 5. Electrical Plans 6. Plumbing Plans (If needed) 7. Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County. 8. All related engineering calculations, QA/QC, and manufactured equipment documentation 9. Any and all other items required by referenced codes, standards, and ordinances. DATA AND INFORMATION REVIEW: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsible for: 1. Familiarizing themselves with applicable local, state, and federal regulations. 2. The consultant project manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billing on behalf of the consultant and team members. 3. Consultant shall conduct a project kickoff meeting with the County Project Team, including a site visit to thoroughly review existing conditions and facility's needs. 4. Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities building at 1105 H Street, Greeley Colorado. At a minimum this will be through the design phase until complete and a minimum of ten meetings throughout the construction phases of the project. FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS: The Consultant shall prepare a full and complete set of construction contract documents for this project. The Consultant shall provide the following as part of this task. 1. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review. Schematic Design (30% complete) — Provide schematic design drawings for review and comment by County Project Team. Design Development (60% complete) — Provide draft plans and specifications for review and comment by County Project Team. Participate in preliminary plan review meeting with County Building Inspections staff (Planning Department) Permit/Construction Documents (100% complete) — Provide two full and complete sets of documents for permit review by Weld County Building Inspection (Planning Department). These full and complete set of construction contract documents will allow the County to solicit bids for actual Solicitation # B2400135 Page 7 construction of the project, Provide one complete set in PDF and hard copy to the Facilities Department. 2. Architectural Design: Produce architectural plans for building structures. Guide selection of exterior and interior finishes, interior design, and office space layout. This process will require close coordination with Facilities Department staff to optimize the layout and details of building spaces. In general, building structures shall be designed to maximize resiliency, minimize long term life cycle costs, and consider sustainable elements. 3. Civil Design: Produce civil design plan and specifications should the project scope require; including; plans for existing conditions, grading plans, pavement layout and section design, civil details, water supply plans (may include supply well), wastewater disposal plans (may include septic system), drainage plans, electrical and natural gas utility plans, erosion control plans, and post -construction stormwater detention and water quality plans, Municipal Separate Storm Sewer System (MS4) through Colorado Department of Public Health and Environment (CDPHE). 4. Structural Design: Produce structural plans and specs in compliance with all state and local building codes. 5. Mechanical, Electrical, and Plumbing Design: Produce mechanical, electrical, and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction. Items to include but are not limited to the following: heating ventilation and air conditioning plans, specs, equipment schedules and control systems; plumbing plans, specs and equipment and fixture designation for water supply and wastewater disposal; electrical plans, specs, schedules and diagramming for power, lighting, and provisions for emergency standby power generation, if needed. 6. Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process. The design team for this proposal will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team. The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes. 7. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one- hour on -site Owner -Architect -Contractor (OAC) meetings. The duration for OAC meetings shall use 6 months for base bid. 8. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be provided to the County. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built of the Project. Solicitation # B2400135 Page 8 1. Provide to Weld County one (1) hardcopy and one (1) set of PDF documents of the completed project documented along with AutoCAD files with final as -built of the Project. 2. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The proposer shall indicate in their bid any work intended to be performed by sub - consultants or persons outside of the firm. The proposer shall name the sub -consultants, if known, at the time of bid submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultant(s) must have Architect(s)/Engineer(s) current State license(s). • Must carry Professional liability insurance (PLI), also called professional indemnity insurance (PII) but more commonly known as errors & omission. BID SUBMITTAL: Please submit your bid, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner. Incomplete bids may be rejected. 1. Signed SIGNATURE PAGE of this RFB. 2. Summary of the bid, including Statement of Understanding showing familiarity with the Scope of Work 3. Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including: • Identify who will act as the primary contact person to Weld County for this project. • List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer. 4. Proposed Project Schedule • Describe how your firm handles the various communications, including Solicitation # B2400135 Page 9 meetings and project schedules, to keep the project running smoothly. • Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances. 5. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet. • Include the name of the sub -consultant and a statement of qualifications of the sub -consultant. Solicitation # B2400135 Page 10 Schedule C - Project Schedule Schedule Below is the anticipated solicitation schedule for this project Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution September 17, 2024 September 17, 2024 September 30, 2024 October 7, 2024 October 14, 2024 October 30, 2024 November 13, 2024 Based on a contract execution date of November 13, 2024, please provide proposed schedule dates. Project Design Phase Schematic Design: Design Development Construction Documents: Proposed Schedule Date December 6, 2024 December 20, 2024 January 17, 2025 Solicitation # B2400135 Page 11 Schedule D - Bid Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 am on October 14, 2024: 1) Schedule B- Scope of Work 2) Schedule D — Bid Form 3) W9, if applicable.* 4) Any potential or future Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project in the space below: Description Price Design and Engineering Services Construction Administration $ 29,259.00 $ 3,251.00 $ 300.00 Other (Describe) Expenses Total Lump Sum Cost $ 32,810.00 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2400135. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement of Schedule E — Insurance and Bond 5. Acknowledgment of Schedule F — Weld County Contract 6. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 7. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Solicitation # B2400135 Page 12 Attestation Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID #: Cairn Design, LLC 1805 Sheely Drive, Fort Collins CO 80526 (970) 286-7968 ken(a.cairndesignllc.com 46-5622900 CONTRACTOR: By: 4(2-€"0/z. Name: Ken Caudle, PE Title: Engineering Manager 10/14/2024 Date of Signature Solicitation # B2400135 Page 13 Addendum # 1 Bid Request Number B2400135 Design & Engineering Services — North Jail Parking Lot and Drainage Design Questions and Answers: 1. Question: The submittal requirements state that we must include a "Signed Signature Page of this RFB". I cannot find said signature page in the RFB. Answer: Page 13 of the Bid Specification 2. Question: There is no submittal requirement for a section of relevant project experience. Are we to assume that project experience will be satisfactorily represented with the submittal of staff resumes? Answer: Yes 3. Question: Can the County provide an aerial map that shows an outline of the area/extents of the portion of the parking lot/project area that is expected to be included with the improvements? Answer: Please see Addendum #1, Attachment #1 4. Question: Should a SWMP plan and report be included? Answer: Yes 5. Question: Is cost estimating/quantities to be included along with the design work? Answer: No 6. Question: Is it expected that landscape irrigation will be damaged and/or replaced with this work? If so, should a landscape/irrigation consultant be included for the design, or would it be sufficient to assume that the Contractor will just be responsible for any repairs/replacement of the irrigation system? Answer: Contractor will be responsible to repair and or replace any damaged irrigation or existing condition. 7. Question: If a geotechnical report is required, is the extent of that report to just include a pavement section design for any asphalt that is removed/replaced? Explain any specifics of additional geotechnical scope needed. Answer: Consultant is responsible for the Geo Technical Report. The extent is determined by the consultant so they can provide a complete and full design. 8. Question: Will the County provide title work for the surveyor to identify and include easements, etc. within the area of the base mapping? Answer: Yes 9. Question: Can you define the limits of the desired parking lot design? Is it? a. The areas shown at the site walk (west side of lot) that were problematic for drainage? b. Analyze the entire parking on the north side of jail for problem drainage areas, and solve those? c. Redesign/rehab the entire north parking lot? Answer: Redesign and rehab the entire north parking lot as outlined in attachment #1. 10. Question: Please confirm that there are no planning (Site Plan Process) submittals required with this project. Answer: No 11. Question: Please confirm that there are no building improvements required that would warrant MEP services, anticipated at this time. Answer: There are no building improvements, But MEP may be required for the parking lot design and this cost shall be included in the consultants bid. 12. Question: Please confirm that there will be no need to confirm or define detention pond volume or function. Answer: Weld County does not anticipate that any changes will need to be made in the existing detention ponds. It is the consultant's responsibility to ensure all storm water pathways to the existing detention pond are operating as originally designed and or meet the stormwater needs for the new design to ensure proper drainage of the parking lot and area drains. 13. Question: Please confirm that the inclusion of the Performance Bond contract was for information only and that there are no bonding requirements expected for this design team. Answer: Yes, the consultant will not be responsible for performance bond. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank youl*** Company Name: Cairn Design, LLC 10/14/2024 Date of Signature Signature: Name: Ken Caudle, PE Title: Engineering Manager October 14, 2024 �^1 AW O- CAIRDES-01 CKING CERTIFICATE OF LIABILITY INSURANCE DA,EtMMIDD/YYYY) 9/1912024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(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 rights to the certificate holder In lieu of such endorsement(s). PRODUCER PUI Aggency of Colorado, Inc. P.O. Box 3412 Littleton, CO 80161 INSURED Cairn Design, LLC 1805 Shealy Drive Fort Collins, CO 80526 galecT PHONE (Alc Ne, edi: (720) 465-9116 ice. Nei:(248) 553-8305 Eirass:CKing@profunderwriters.com INSURRRIV/ AFFORDING COVERAGE NAIL p INSURER A:RLI Insurance Company 13056 �INSURER B: Great American _Insurance Group .16691-__ • INSURER C INSURER 0: INSURER E : INSURER F : COVERAGES • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Dt. SUER POUCY TYPE OF INSURANCE Via WVD POLICY NUMBER tl Yi. LIMITS A X COMMERC. AL GENERAL LIABILITY EAOH OC<T:pUR0ENCE $ CLAIMS -MADE X OCCUR X PS00007254 9/11/2024 9/11/2025 P.REM S (EaEence) s --- MD EXP_(AM one pprscn) $ PERSONAL & ADV INJURY $ GEM_ AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $__ - X POLICY 51S _ LOC PRODUCTS - COMP/OP AGG $ OTHER: S 1,000,000 10,000 1,000,000 2,000,000 2,000,000 A AUTOMOBILE LABILITY (CE0:141 SINGLE UNIT $ ANY AUTO PSB0007254 9/11/2024 9/11/2025 BODILY INJURY (Per person) ._$ OWNED SCHEDULED AUTOS ONLY AUTOS ��RREE�� �N.pWNEp BODILY INJURY (Per accident) S X. Thin ONLY X- . AUTOS ONLY IPgO f pAMAGE $ `rte 11 1,000,000 UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LAB CLAIMS -MADE AGGREGATE $ DEG RETENTION $ A 2ND OREMPLOYERS. I 8I X 8 ATUTE ERH- asigaANYPROPRIETOR/PARTNER/EXECUTIVE Y/N PSW0006022 5/15/2024 5/15/2025 E.L. ACCIDENT $ lir ER EXCLUDED? Y N / A (Myyaeenssdatory In NH) ! E.L. DISEASE - EA EMPLOYEE 3 IOESCRIPV0N OF OPERATIONS Wow E.LDISEASE- POUCYUMIT $ 500,000 500,000 500,000 B Professional Liab DPPE886754 9/11/2024 9/11/2026 Each Claim B Professional Liab DPPE886754 9/11/2024 9/11/2025 Aggregate 1,000,000 2,000,000 DESCRatiurt OF OPERATIONS / LOCATIONS / VEHICLES (ACORD Z Acti onal Remarks Schedule, may tIe a "ed 'I'm'space is "'red) Weld County is named as an additional insured with respects to the General Liability Policy. CERTIFICATE HOLDER Weld County 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 60631 AUTHORIZED REPRESENTATIVE .7- 3) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo am registered marks of ACORD Lookup Detail View Licensee Information This serves as primary source verification* of the license. `Primary source verification: License information provided by the Colorado Division of Professions and Occupations, established by 24- 34-102 C.R.S. Name Katherine Victoria Ligon Public Address Fort Collins, CO 80526 License License License License Original Issue Effective Expiration Number Method Type Status Date Date Date ARC.00404152 Endorsement Architect Active 11/12/2015 11/01/2023 10/31/2025 Board/Program Actions Discipline There is no Discipline or Board Actions on file for this credential. Generated on: 4/30/2024 8:57:35 AM Lookup Detail View Licensee Information This serves as primary source verification* of the license. *Primary source verification: License information provided by the Colorado Division of Professions and Occupations, established by 24- 34-102 C.R.S. Name Troy W. Campbell Public Address Mead, CO 80542 Credential Information License License License Original Effective Expiration Number Method License Type Status Issue Date Date Date PE.0041159 Examination Professional Active 07/03/2007 11/01/2023 10/31/2025 Engineer Board/Program Actions Discipline There is no Discipline or Board Actions on file for this credential. Generated on: 4/30/2024 9:01:01 AM Lookup Detail View Licensee Information This serves as primary source verification* of the license. *Primary source verification: License information provided by the Colorado Division of Professions and Occupations, established by 24- 34-102 C.R.S. Name Kenneth Ray Caudle 1 Public Address Fort Collins, CO 80526 License License License Original Effective Expiration Number Method License Type Status Issue Date Date Date PE.0048202 Endorsement Professional Active 12/10/2013 11/01/2023 10/31/2025 Engineer Board/Program Actions IDiscipline IThere is no Discipline or Board Actions on file for this credential. Generated on: 4/30/2024 8:58:03 AM /...N AW L CAIRDES-01 CERTIFICATE OF LIABILITY INSURANCE CKING DATE (MM/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 is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMCONTACT E: PUI Agency of Colorado, Inc. P.O. Box 3412 FAX (PHOAIC, NNE o, E.): (720) 465-9116 WC. No):(248) 553-8305 Littleton, CO 80161 Ao" REss: CKing@profunderwriters.com INSURER(S) AFFORDING COVERAGE NAIL // INSURER A : RLI Insurance Company 13056 INSURED INSURER B : Great American Insurance Group 16691 Cairn Design, LLC INSURER C : 1805 Sheely Drive Fort Collins, CO 80526 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIO ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE LTR ADD- SUBR INSD YWD POLICY NUMBER POLICY EFF (MM/Dp/YYl(Y) POLICY EX (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR X PSB0007254 9/11/2024 9/11/2025 EACH OCCURRENCE $ 1,000,000 DAMAGETORENTEO PREMISES (Ea occurrence) $ MED EXP (Any one person) I 10,000 PERSONAL ILADV INJURY $ 1,000,000 GEN'L X AGGREGATE LIMIT APPLIES PER: POLICY O JECT E WC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE X _ LIABWTY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY _ SCHEDULED AUTOS NON-0WNED AUTOS ONLY PSB0007254 9/11/2024 9/11/2025 COMBINED SINGLE LIMIT (Ea axident) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY pAMAGE {Per accident) $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE DED I I RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Ya PEKE RIT R EXCLUDED? ( andatory in N ) describe under DESCRIPTION OF OPERATIONS below DMZ= N / A PSW0006022 5115/2024 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 Liab 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 I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space 'tsarred) Weld County, its elected officials, employees, agents, and volunteers are additional Insured with respects General Liability. Waiver of subrogation is included. ERTIFICATE HOLDER CANCELLATION Weld Coun ty 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 1 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Fo Entity Information Entity Name * CAIRN DESIGN LLC Entity ID* @00039527 Q New Entity? Contract Name* Contract ID DESIGN AND ENGINEERING SERVICES FOR NORTH JAIL 8858 PARKING LOT DRAINAGE DESIGN Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* DESIGN AND ENGINEERING SERVICES FOR THE NORTH JAIL PARKING LOT DRAINAGE DESIGN. Contract Description 2 Contract Type * CONTRACT Amount* $ 32,810.00 Renewable * NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weld.go Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Due Date Date* 11/16/2024 11/20/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2400135 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date * 02/17/2025 Committed Delivery Date Renewal Date Expiration Date* 02/17/2025 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 11/15/2024 Approval Process Department Head PATRICK O'NEILL DH Approved Date 11/14/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 11/20/2024 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 11/15/2024 11/15/2024 Tyler Ref* AG 112024 Originator CNAIBAUER October 18, 2024 FACILITIES DEPARTMENT PHONE (970) 400-2020 FAX (970) 304-6532 WEBSITE www co weld co us 1105 H STREET P O BOX 758 GREELEY, COLORADO 80632 To Board of County Commissioners From Patrick O'Neill Subject Design & Engineering Services for North Jail Parking Lot & Drainage — B2400135 As advertised this bid is for design and engineering services for the North Jail parking lot 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 $32,810 00 If you have any questions, please contact me at extension 2023 Sincerely, Patrick O'Neill Facilities Director 10/30 Belbao 2)ZL'212C1 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett anweld.gov cgeisert(8 weld.00v ttaylor(c�weld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: OCTOBER 14, 2024 REQUEST FOR: DESIGN & ENGINEERING SERVICES FOR NORTH JAIL PARKING LOT & DRAINAGE DEPARTMENT: FACILITIES BID NO: B2400135 PRESENT DATE: OCTOBER 16, 2024 APPROVAL DATE: OCTOBER 30, 2024 VENDOR START FINISH DATE DATE TOTAL Cairn Design, LLC 12/6/2024 1/17/2025 $32,810.00 1800 Sheely Drive Fort Collins, CO 80526 Roth Lang Engineering Group, LLC 12/13/2024 1/17/2025 $73,270.00 6855 S. Havana Street, Suite 600 Centennial, CO 80112 Drexel, BarrelI & Co. 12/20/24 3/7/2025 $114,120.00 1376 Miners Drive, Suite 107 Lafayette, CO 80026 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2024-2729 I0lR0 'beg OOZ1Q
Hello