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
20251482.tiff
C oh'rva0--DelL9 1 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND CRUMPTON AND ASSOCIATES ARCHITECTS THIS AGREEMENT is made and entered into this 3 01-Hday of 2025, by and between the Board of Weld County Commissioners, on behalf of Facilities Department, hereinafter referred to as "County," Crumpton and Associates Architects, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No.B2500076. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Form Revision 3-2025 con5enl-n6y,ndoL co/30/25 cc�Ohl;ctse(B&1 Pu,ko',a to/3c/25 26-5- A Z - SC 0001 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 detemiines 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 $ 24,624.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 3 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent 4 with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation 5 against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance - Occurrence Form Policy shall indude bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, trustees, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on 6 a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" for work that is being performed by the Contractor. On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. 7 Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non - renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. 8 Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to 9 waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or 10 Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Gerald Crumpton-Crumpton and Associates Architects Position: President Address: 12891 Jackson Circle Address: Thornton, CO 80241 E-mail: Crumpton_gerald@crumptonandassociatesarchitects.com Phone: 720-427-5421 TO COUNTY: Name: Patrick Oneill Position: Facilities Director Address: 1105 H Street Greeley, CO E-mail: poneill@weld.gov Phone: 970-400-2023 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. 25. 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. 26. 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. 27. 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. 28. 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. 11 29. 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. 30. 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. 31. Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 32. 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. 33. 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. 34. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an 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 12 federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: _Crumpton and Associates Architects Ger& Cototptoki Crumpton and Associates Architects By: Name:Gerald Crumpton Title: President Date of Signature 06/23/2025 WELD COUNTY: ATTEST: Gam( �1l .� BOARD OF COUNTY COMMISSIONERS �, Weld County lerk to the Board WELD COUNTY, C l LORADO BY: Deputy Clerk to the Board ck, Chair JUN 3 01025 2O25-t�$2 Exhibit A Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80631 Professional Services — Invitation for Bid (IFB) Cover Sheet Bid Number: Title: Advertisement Date: Pre -Bid Meeting: Pre -Bid Location: Questions Due: Questions Posted: Questions email: Bid Due Date: Bid Delivery: For additional information: B2500076 Weld County Human Services and Sheriff's Office -Fort Lupton Renovation Design and Engineering Services April 30, 2025 May 14, 2025, at 9:00 am 2950 9th Street, Fort Lupton CO May 21, 2025, by 10:00 am May 22, 2025, by 5:00 pm bids�weld.gov May 28, 2025, by 11:00 am, Purchasing's Clock P referred email to bids(�weld.gov or option to hand delivery to 1301 N orth 17th Avenue, Greeley, CO 80631 bids@weld.gov Documents Included in this Bid Package IFB Schedules S chedule A: Bid Instructions S chedule B: Scope of Work S chedule C: Project Schedule S chedule D: Bid Form S chedule E: Insurance S chedule F: Weld County Contract IFB Attachments Attachment 1 — Areas of renovation -Arch. East Side Plan View Attachment 2 — Areas of renovation — Arch West Side Plan View Form Revision 12-2024 Table of Contents Professional Services — Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 IFB Attachments 1 Table of Contents 2 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 6 P roject Overview 6 Method of Procurement 6 P ricing Method 6 S pecific Requirements and Responsibilities 6 FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS: 7 Schedule C - Procurement Schedule 11 Schedule D — Bid Response Form 12 Bid Submittal Instructions 12 Fees 12 Attestation 12 Schedule E — Insurance 14 Insurance 14 Insurance Mailing Information 17 Schedule F - Weld County Contract 18 Contractual Obligations 18 Weld County Standard Contract 18 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: Weld County Human Services and Sheriff's Office -Fort Lupton Renovation Design and Engineering Services A Mandatory pre -bid conference will be held on May 14, 2025, at 9:00 am located at 2950 Stn Street, Fort Lupton, CO. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: May 28, 2025, 2025 at 11:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on May 28, 2025, at 11:30 am To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft By Phone Teams Meeting Join the meeting now 5 Phone +1 720-439-5261„620851023# Passcode: ID: 298 920 303 go2sa9im 401 United conference States, ID: Denver 620 851 023# Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: email bids to bids(a�weld.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 authorized person. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized Solicitation # B2500076 Page 3 representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Procurement 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 Solicitation # B2500076 Page 4 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 # B2500076 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking lump sum bids for professional design and engineering services for the renovations of Human Services and Sheriffs in Fort Lupton. This will require renovations of the current area that they occupy as well as other vacant areas of the building. Human Services and the Sheriff's Office is currently located at 2950 9th Street, Fort Lupton, Colorado. Method of Procurement Invitation for Bid (IFB): An Invitation for Bid (IFB) is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding and IFB contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities Weld County is seeking professional design services for schematic design, design development, construction documents, and construction administration to renovate the Southeast Annex Building. This design scope of work will include renovations of current offices, conference rooms, breakrooms, cubicle workstations & common areas to accommodate the renovations of Human Services and the Sheriff's Office. The design for the renovations will need to be done in phases to accommodate the occupancy of Human Services and Sheriffs during the entirety of construction. General requirements and needs for renovation will include but not be limited to the following. • Demolition of existing walls, doors, ceilings, floors and electrical, HVAC, & plumbing • New walls and doors • HVAC & control upgrades to accommodate expansion and renovations • Plumbing upgrades to accommodate expansion and renovations. • Electrical & Data System upgrades to accommodate expansion and renovations • AV System upgrades to accommodate expansion and renovations • New lighting • Ceiling renovations • Painting and patching of walls • Flooring Weld County has a copy of the drawings for the existing building in scanned PDF's but does not have a CAD version of drawings. Solicitation # B2500076 Page 6 1 ' The project will be completed under one contract, however a complete set of plans for each location, separate from each other will be required for budding permit requirements 2 Consultant is responsible for and shall provide specifications, stamped drawings and engineering documents for architectural, structural, mechanical, plumbing, and electncal including fire alarm and sprinkler systems These documents and specifications will be used to seek competitive bids for all renovation work ' 3 Consultant will be responsible for reviewing existing building and site conditions to best determine what is needed to provide a complete design and engineering package 4 Consultant is responsible for the coordination with and the design requirements of the Weld County Planning and Building department 5 New equipment shall be sized and designed to meet the needs of the spaces in which they serve Coordination with Weld County project manager will determine what systems and -requirements will be needed 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 venfy that any new design and or equipment meets the needs and functions of the building 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 Weld County will provide copies existing plans, as -needed, on a per -project basis Computer -Aided Design (CAD)/ AutoCAD copies of plans are typically NOT available 3 The consultant project manager shall be the pnmary point of contact and coordinate work effort, resources, communications, document production, and billing on behalf of the consultant and team members 4 Consultant shall conduct a project kickoff meeting with the County Project Team, including a site visit to thoroughly review existing conditions and facilities needs 5 Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities building at 1105 H Street, Greeley Colorado At'a minimum this will be through the design phase until complete and a minimum of ten meetings throughout the construction phases of the project FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS. The Consultant shall prepare a full and complete set of construction contract documents for this project The Consultant shall provide the following as part of this task 1 Design Process Develop plans and specifications for County Project Team review and comment At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review • Schematic Design (30% complete) — Provide schematic design drawings for Solicitation # B2500076 Page 7 review and comment by County Project Team Design Development (60% complete) — Provide draft plans and specifications for review and comment by County Project Team Participate in preliminary plan review meeting with County Building Inspections staff ( Planning Department) Permit/Construction Documents (100% complete) — Provide two full and complete sets of documents for permit review by Weld County Building Inspection (Planning Department) These full and complete set of construction contract documents will ,allow the County to solicit bids for actual construction of the project, Provide one complete set in PDF and hard copy to the Facilities Department 2 Architectural Design Produce architectural plans for building structures Guide selection of extenor 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, budding structures shall be designed to maximize resiliency, minimize long term life cycle costs and consider sustainable elements 3 Structural Design Produce structural plans and specs in compliance with all state and local building codes as pertains to this project 4 Mechanical, Electncal, and Plumbing Design Produce mechanical, electncal and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction Items to include but are not limited to the following heating ventilation and air conditioning plans, specs, equipment schedules and control systems, plumbing plans, specs and equipment and fixture designation for water supply and wastewater disposal, electncal plans, specs, schedules and diagramming for power, lighting, and provisions for emergency standby power generation 5 Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process The design team for this proposal will only be responsible for identifying electncal boxes and conduit locations which will be identified by the County project team The actual wiring and integration of technology components 6 Base bid shall include Construction Administration (CA) fees for reviewing and providing clanfication for shop drawings, Requests for Information, change orders, and weekly one- hour on -site Owner -Architect -Contractor (OAC) meetings The duration for OAC meetings shall use 6 months for base bid For additional CA work, identify the hourly rate in table below 7 Revit or BIM modeling is not required However, final CAD of all designs and as-builts will be provided to the County PROJECT SUMMARY ARID REPORT: Solicitation # B2500076 Page 8 Upon completion of construction work, the Consultant shall prepare final as built of the Project 1_ Provide to Weld County one (1) set of PDF documents of the completed project, along with AutoCAD files of final as built drawings of the project 2 Conduct a post -meeting debriefing discussion with the County Project Team USE OF SUB CONSULTANTS The proposer shall indicate in their bid any work intended to be performed by sub- consultants or persons outside of their 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 Engineer(s) current State license(s) © Must carry Professional liability insurance (PLI), also referred to as professional indemnity insurance (PII) but more commonly known as errors & omissions (E&O) 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 familiantywith the Scope of Work 3 Organizational chart and resumes of all key staff and core staff that will be involved withproviding services, including U Identify who will act as the pnmary contact person to Weld County for this project o 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 • Descnbe how your firm handles the venous communications, including meetings and project schedules, to keep the project running smoothly Solicitation # B2500076 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 intendedto be sublet ® Include the name of the sub -consultant and a statement of qualifications of thesub-consultant Solicitation # B2500076 Page 10 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date Pre -Proposal Meeting (Mandatory) Technical Questions Due Technical Questions email Questions Answered via Addendum Proposals Are Due Solicitation Notice of Award (Anticipated) Contract Execution (Anticipated) Notice to Proceed (Anticipated) Completion April 30, 2025 May 14, 2025, at 9:00 am 2950 9th Street, Fort Lupton CO May 21, 2025, by 10:00 am bids(a,weld.gov May 22, 2025 May 28, 205, by 11:00 am Purchasing's Clock June 16, 2025 June 30, 2025 July 1, 2025 October 30, 2025 Solicitation # B2500076 Page 11 Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 11:00 am, on May 28, 2025: 1) Schedule D - Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Item Price Architectural Design $ $ Electrical Design Mechanical Design $ (Other) Describe $ $ Total Lump Sum Cost Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2500076 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal. the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Item Entry Solicitation # B2500076 Page 12 Company Name: Address: Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Name: Title: Date of Signature Solicitation # B2500076 Page 13 Schedule E — Insurance Insurance Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) $ $ Statutory 100,000 100,000 500,000 Commercial General Liability Insurance - Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, trustees, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate Products/Completed Operations Aggregate Each Occurrence Limit Personal/Advertising Injury Automobile Liability Insurance 1,000,000 1,000,000 1,000,000 1,000,000 Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims Solicitation # B2500076 Page 14 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: Per Loss Aggregate $ $ 1,000,000 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" for work that is being performed by the Contractor. On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a forrral contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages Solicitaticn # B2500076 Page 15 and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Solicitation # B2500076 Page 16 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: Jeremy Duran Email: jduran@weld.gov Telephone: 970-400-2045 Mail: Weld County Facilities Department ATTN: Jeremy Duran PO Box 758 Greeley, CO 80632 Solicitation # B2500076 Page 17 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on aproject-by-project basis that provide further clarification. Weld County Standard Contract Below is the standard Weld County Contract for Professional Services. PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [DEPARTMENT], hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. Solicitation # B2500076 Page 18 NOW, THEREFORE, in consideration of the mutual promises and covenants contained hereir, 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 wil ingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exiibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forh 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. Co itractor 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 sha I 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 terrination 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, Comractor 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 # B2500076 Page 19 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 n otice 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, u nexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7 Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, n or entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of Solicitation # B2500076 Page 20 control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8 Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter intb any subcontractor agreements for the completion of the Work without County's prior wr tten consent, which may be withheld in County's sole discretion. County shall have the right in is 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 tie 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 qua ified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. Solicitation # B2500076 Page 21 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 n ot in any way relieve Contractor of responsibility for the quality and accuracy of the project. In n o 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 n ot be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their e mployment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) Statutory 100,000 100,000 500,000 Commercial General Liability Insurance - Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, trustees, employees, associated and/or affiliated e ntities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Solicitation # B2500076 Page 22 Such policy shall include Minimum Limits as follows: General Aggregate Products/Completed Operations Aggregate Each Occurrence Limit Personal/Advertising Injury 1,000,000 1,000,000 1,000,000 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions def ned 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: Per Loss Aggregate 1,000,000 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insu ^ance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" for work that is being performed by the Contractor. Solicitation # B2500076 Page 23 On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract Each insurance policy required by this Agreement must be in effect at or pnor to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer penod of time if required by other provisions in this Agreement Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a matenal breach of contract All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address The project/contract number and project descnption shall be noted on the Certificate of Insurance The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final Such action will not require a formal contract amendment but may be made by administrative action 15 Additional Insurance Related Requirements. The County requires that all policies of insurance be wntten on a pnmary basis, non-contributory with any other insurance coverages and/or self-insurance carned by the County The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carner shall provide a minimum of 30 days advance wntten notice to the County for cancellation, non -renewal, suspension, voided, or matenal changes to policies required under this Agreement On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed However, in those situations where the insurance carner refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement Failure of the Contractor to fully comply with these requirements dunng the term of this Agreement may be considered a matenal breach of contract and may be cause for immediate termination of the Agreement at the option of the County The County reserves the nght to Solicitation # B2500076 Page 24 negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. N o limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shell, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Con tractor 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. Solicitation # B2500076 Page 25 A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: Address: E-mail: Phone: TO COUNTY: Name: Position: Address: Address: E-mail: Solicitation # B2500076 Page 26 Phone: 25. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 26. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 29. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 32. Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. Solicitation # B2500076 Page 27 34. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 35. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Title: Date of Signature WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Solicitation # B2500076 Page 28 Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Solicitaticn # B2500076 Page 29 Crumpton and Associates Architects Exhibit B 12891 Jackson Circle Thornton, CO 80241 Grumpton_gerald@crumptonandassociatesarchitects.com 720.427.5421 Wield County Finance Department Furchasing Division 1301 N 17th Avenue Greeley, CO 80631 Cover Letter IBF B2500076 I hereby waive my right to a sealed bid". Sections 2-5 Follow this page: S gnature Page Item One is at the End avrald Crartom Sincerely, Gerald Crumpton, RA, M.ED 2.) A — Summary of Bid Understanding the Scope Philosophy and Approach — Diverse Business Commitment Tailored Documentation As a small, sole proprietor -owned firm, I bring a unique combination of entrepreneurial spirit and community -focused design excellence. My business is not defined by formal documentation but is corroborated by my ongoing commitment to creating spaces that reflect the cultural and social fabric of the communities I serve. This commitment, evidenced through my hands-on experience and recognition from local associations, uniquely positions me to understand and respond to the challenges and opportunities presented within Denver Public Schools. Narrative Integration At the heart of my practice is a deep conviction that architecture goes beyond aesthetics it is about community, inclusion, and tangible connection. As a sole practitioner, I have developed a practice that is both nimble and profoundly personal. I have built every project around the understanding that each client's needs are as diverse as the communities they serve. This perspective drives my design philosophy: one that prioritizes adaptive, responsive, and culturally attuned solutions. Each project is approached with an intimate understanding of local nuances, ensuring that public spaces are designed not only to be functional but also to foster community interaction, learning, and well-being. This commitment to inclusive is intrinsic to who I am as a professional and aligns seamlessly with the district's ethos of embracing diversity and community collaboration. My firm has designed hundreds of Tenant finishes over the last ten years The Scope is a needed tenant remodel that will meet current needs and future growth with Weld County's rapid growth. The Fort Lupton Sheriffs Department and Human Services are the Primary Stakeholders. Two-way communication is essential for the project's success. At the Site Visit Walk the scope was well explained. Human Services will require some planning meetings to finalize their needs. Our submission represents a comprehensive approach that directly addresses the unique requirements of Weld County's Project. Our team has a proven track record in Public Sector Work. Compelling Overview: I am a community -focused architect with years of hands-on experience designing educational and public facilities that truly serve their communities. As the sole principal of my firm, I have developed a practice built on personal accountability, creative problem -solving, and a deep understanding of local contexts. My career is a testament to a mission centered on transforming the Built Environment My approach is uniquely agile and mtegrated—by being involved in every aspect of the project, from conceptualization to final delivery, I ensure that all elements are harmonized to meet the distinct needs of both educational institutions and community health centers Whether 'it's creating a vibrant auditonum designed for community events or a functional clinic tailored to modem health service demands, I have consistently delivered results that exceed expectations This dual -use project perfectly aligns with my proven record of adapting design solutions that reflect both functionality and an enriched user expenence Leveraging a meticulously methodical process, I offer a direct line of communication and decision -making that minimizes delays and maximizes accountability My management style is not only efficient but also deeply responsive to the community's evolving requirements By integrating innovative design techniques with an empathetic understanding of the community, I am well -positioned to ensure that the Denver Public Schools' integrated facility becomes a beacon of educational excellence and health-dnven community engagement Organization Chart Ft Lupton Gerald Crumpton, CAA Project Architect Leslie Patterson, PE Integrated MEP Gerald Crumpton, RA, M Ed Date February 28, 2025 Summary Seasoned architect with 25+ years of expertise managing over $1 billion in Bond and Capital Improvements Recognized for coordinating construction practices across all project phases, including planning, estimating, design, plan reviews, construction inspection, and final close-out Proven track record of excellence in public - sector architectural leadership and pnvate practice Education Bachelor of Science in Architecture, Lawrence Technological University, Southfield, MI, 1998 Master of Science m Education, Capella University, Minneapolis, MN, 2005 Professional Experience Architect - Crumpton and Associates Architects, LLC (Full - Time) Registered and established Crumpton and Associates Architects, LLC, with the State of Colorado at age 57, transitioning from public -sector work to private practice District Architect - Adams 12 Five Star Schools Oversaw $250M in Capital Improvements while managing construction practices, district standards, and principles across all project phases Architect - St. Vrain Valley Schools Invented and developed a new architectural role within the district Delivered in-house design solutions for projects ranging from $25,000 to $2M, including tenant finish work JobCaptain - Chicago Transit Authority (CTA) ' Led $500M Blue Line Capital Improvement Project, which included platform extensions, canopy updates, and ADA enhancements at ticketing kiosks Served as Project Manager for a joint venture between the Illinois Institute of Technology and the CTA, constructing a new student union under elevated train tracks to connect campus sections physically Partial Client List , CU Boulder City of Aurora Poudre School District Cummins Diesel Weld County. St Vrain Montessori North East Colorado Association of Local Governments (NECALG) Core Competencies Comprehensive Project Management Schematic Design and Development Sustamabdity and Environmental Solutions Public Sector & Education Infrastructure Strategic Leadership & Cross -Disciplinary Collaboration Key Personnel Gerald Crumpton, RA, M Ed — Principal Architect With over 25 years of architectural leadership and experience managing more than $1 billion in Bond and Capital Improvements, Gerald brings unparalleled expertise to NECALG's project His notable accomplishments include Spearheading public -sector projects such as the $250M Capital Improvements program for Adams 12 Five Star Schools, establishing district standards and overseeing every project phase. Leading the $500M Blue Line Capital Improvement Project for the Chicago Transit Authority, focusing on ADA enhancements, infrastructure modernization, and strategic design innovation. Founding and managing Crumpton and Associates Architects, LLC, demonstrating proficiency in both private practice and public -sector collaboration. Specialized Expertise Gerald excels in sustainable design, project management, compliance with state regulations, and delivering cost-efficient solutions tailored to community needs. His Master's degree in Education also emphasizes his commitment to understanding and addressing diverse stakeholder priorities. O t • INTEGRATED MEP MECHANICAL - ELECTRICAL - PLUMBING Integrated MEP is a merger between Integrated Mechanical and Electricon. Integrated Mechanical was founded in 2003 and has over six decades of combined experience in HVAC/plumbing design. During this time Integrated MEP has grown to a team of 16, including Professional Engineers, mechanical design engineers, electrical design engineers, and collegiate interns. Our firm averages over 200 projects per year, from restroom renovations to five story multi -family projects. Our focus is on producing quality designs using the latest technology and 3D design; our entire staff is trained in the latest versions of Revit and all projects are engineered fully in 3D models. Our firm continues to pursue the latest technology and modeling capabilities with experience in level 500 BIM and coordination. We value communication and accountability, our promise is to not only deliver a quality product but stand behind our product and engineering to see the project through to completion and successful operation for the client. We pride ourselves on being attentive and responsive to all inquiries and problems needing a solution, both in design and during construction. The entire Integrated MEP team is easy to work with and committed to delivering a quality design on time, every time. Plumbing stack for multi- family residential project • Sample Projects: • Vehicle Maintenance Facilities • Industrial Warehouse/Shop Facilities • Restaurants/Commercial Kitchens • Schools/Day Care Facilities • Medical/Dental Facilities • Recreation Centers/Gyms • Multi -Family Housing • High -End Residential • Office Buildings • Natatoriums • Wastewater Treatment Facilities • Churches • Storage Facilities • Car Dealerships • Restaurants • Mixed -Use Buildings Licensed in Colorado, New Mexico, Nebraska and Wyoming NAICS codes: 541330 Engineering Services 541512 Computer Systems Design Services 970-556-0570 • 320 Maple #110 • Fort Collins, CO 80521 • int-mech.com CADCO .kt .0 :uw.r *vim 1lns:►1 May 08, 2025 AutoCAD/Revit Drafting Service We have been an AutoCAD and Revit Drafting production service company in business locally since November of 1986. We have worked with the City and County of Denver for many years on DEN Airport projects and currently we are working on the Capitol Complex and EMERF at the School of Mines as subconsultants. We collaborate with numerous Architects, Engineering Firms and Engineering disciplines around Colorado. Our knowledge and e xperience of drawing and modeling for different disciplines provides the versatility n eeded for your team. Our team consists of experienced AutoCAD/REVIT professionals capable of meeting tight deadlines and exceptional quality. We can supply your company with the personnel necessary to achieve your project goals. We have been working on projects at DEN since its inception. A brief list of projects includes: • American East Ground Load Expansion with RMH Group • CCB East Expansion with Killebrew Killebrew, Inc. • Great Hall Baggage Relocation with Killebrew Killebrew, Inc. • Fire Pump Fuel Fill Line Extension with RMH Group • R22 Replacement Phase 1R Design with RMH Group • CUP Chiller Addition with JCOR Mechanical • DIA Concourse Design with Jacobs Engineering Group • HVAC Controls System Upgrade Phase with Johnson Controls, Inc. Currently running the latest versions of AutoCAD and REVIT Building Systems, we understand that specific standards are needed for each project, and we will seamlessly apply your standards to your projects. We are proficient in manipulating drawings, reading redlines, preparing details and construction drawings from sketches and specifications. We collaborate closely with your e ngineers to create the product you expect. Our staff includes two experts in AutoCAD and REVIT with knowledge and experience working with BIM Software and Navisworks as well as experience and knowledge working with Recap, Adobe Photoshop, Bluebeam and SketchUp. Our workload is manageable, and we can commit to this Team. We can travel and provide on -site services. Travel expenses will be negotiated when necessary. We have in-house plotting services and currently use a Canon IPF765 large format printer. 77 Erie Village Sq. #184 Erie, Colorado 80516 • www.cadcoinc.com • 303.665.7892 CAB: .l It f)...ibgs L,,ty . CADCO is currently certified as a MWBE/DBE/SBE and EBE by the City and County of Denver. A copy of these certifications can be provided. CADCO uses state-of-the-art BIM benchmarked computers. We collaborate closely with our clients to ensure they get the product they expect, on time and within budget. We have an excellent reputation for doing whatever it takes to complete a project successfully and we are recommended throughout the industry. Thank you for this opportunity and considering our qualifications. Iknow we can help the team you put together feel completely comfortable with our services. We look forward to being the company you choose for professional AutoCAD/REVIT production support. Please let me know if you need more information. Sircerely, Ronda Grassi, President We have one office address: CADCO, Inc. 77 Erie Village Square, Suite 184 Erie, CO 80516 303-665-7892 office (All our work is completed at this location, unless required on -site) Key Personnel - Allen Hahn I REVIT/CAD Designer I BIM Manager Allen Hahn joined CADCO in 2005 and leads our team. Allen has 21 years of experience as an AutoCAD MEP drafter/designer and over 15 years as a REVIT MEP 3D modeler. He has extensive knowledge in all facets of MEP process and design and is REVIT MEP certified. Allen is a crucial part of the day-to-day production for CADCO as well as our BIM Manager. He will use his experience to adhere to drafting standards and meet deadlines for these projects. He has worked on multiple DEN jobs and understands drafting expectations and procedures. Allen will be assigned to oversee all projects. Key Personnel — Tyler Weber I REVIT/CAD Designer Tyler is an AutoCAD and Revit technician with ten years of experience at CADCO. He is proficient in drafting HVAC, Plumbing, Electrical, Fire Alarm, and Irrigation Systems. He is a crucial part of the day-to-day production at CADCO and has worked on site with several engineering companies as part of their CAD/BIM production teams. Tyler is responsible for adhering to client standards, drafting accuracy and final presentation. He has experience meeting/exceeding deadlines and producing clear and accurate information using AutoCAD, Revit, and Navisworks computer programs. He will use his experience with past DEN Projects to adhere to drafting 77 Erie Village Sq. #184 Erie, Colorado 80516 www.cadcoinc.com 303.665.7892 4) — Project Schedule and Implementation Plan Phased Approach: Project phases 1 Master Planning/Programming: Best Practices engage project stakeholders to capture the community's needs and ideas Some Graphic Ideas will be shared with the group After a Design consensus the project moves forward to 2 Schematic Design: Is traditionally a 30% level of the completed project All A/E disciplmes participate creatmg preliminary sketches or design concepts emphasizing flexibility for dual uses 3 Design Development & Construction Documents: The DD phase incorporates both functional and aesthetic elements The design is 60% complete The CD set after District Review and approval goes out to bid and permit 4 Construction: Provide a detailed schedule with key milestones, using Gantt charts or tables to clearly map out timelines Contingency Planning: Risk mitigation strategies and contingencies for potential delays or unexpected hurdles is one of our mam procedures This assures the County that I have a robust plan for staying on track 5.) Statement to Sublet • The MEP and CAD Drafting will be sub -let. Schedule D — Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 11:00 am, on May 28, 2025: 1) Schedule D - Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Item Price Architectural Design $13,712.00 Electrical Design $ 3000.00 Mechanical Design $ 7000.00 (Other) Describe Drafting $912.00 (Z ?4 624 0(l Attestation Gerald Otputtptokr 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. #B2500076 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Item Entry Solicitation # B2500076 Page 12 34 Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee 35 Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive junsdiction to resolve said dispute 36 No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthonzed alien who will perform work under this Agreement (see 8 U S C A §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthonzed alien to' perform work under this Agreement Upon request, contractor shall deliver to the County a wntten notanzed affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment venfication requirements contained within state or federal grants or awards funding public contracts Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation If Contractor fads to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages 37 Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf 38 Binding Arbitration Prohibited Weld County does not agree to binding arbitration by any extra judicial body or person Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or pnor agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement CONTRACTOR By _Crumpton and Associates _05/21/2025 Date of Signature Name _Gerald ^Crumpton Title President GetaU Cravtoh WELD COUNTY ATTEST BOARD OF COUNTY COMMISSIONERS Solicitation # B2500076 Page 28 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set 2. forth in Bid Package No. B_2500076 Exhibit B consists of Contractor's Response to County's Request. 3. 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. 4. 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. 5. 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. Page 19 AC'ORE DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 04/28/2025 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 BIBERK P.O. Box 113247 Stamford, CT 06911 INSURED Crumpton And Associates Architects 12891 Jackson Circle Thornton, CO 80241 COVERAGES CERTIFICATE NUMBER: CONTACT NAME: PHONE 844-472-0967 (AIC, No. Ext): E-MAIL ADDRESS: customerservice@biBERK.com INSURER(S) AFFORDING COVERAGE FAX (= 203-654-3613 {AIC, No): INSURER A : Berkshire Hathaway Direct Insurance Company INSURER B: INSURER C : INSURER D : INSURER E : INSURER F : REVISION NUMBER: NAIC # 10391 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDINJG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE AINSD SWVD POLICY NUMBER I POLICY EFF 1MM/DDIYYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (ES a occurrence) $ CLAIMS -MADE OCCUR MED EXP (Any one person) $ $ PERSONAL & ADV INJURY GENERAL AGGREGATE $ GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY PRO JECT LOC $ OTHER AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT [Ea accident) $ BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ OWNED AUTOS ONLY SCHEDULED AUTOS PROPERTY DAMAGE (Per accident) $ HIRED AUTOS ONLY NON -OWNED AUTOS ONLY $ UMBRELLA LIAB OCCUR _ EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE $ DEC RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N PER STATUTE OTH- ER E.L. EACH ACCIDENT $ ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N /A E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Professional Omissions): Liability Claims (Errors -Made & N9PL170208 06/06/2024 06/06/2025 Per Occurrence/ Aggregate $2,000,000/ $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER Adams 12 Five Star Schools 1500 E 128th Ave Thornton, CO 80241 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE G 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD • COLORADO Department of Regulatory Agencies Diviston of Professtons and Occupations Below are your electronic wallet cards to use as proof of your license. You can also print your license at any time by visiting www.colorado.gov/dora/DPO_Print_License and following the instructions listed. If you would like a more durable wallet card option, you can order one for a fee by visiting www.nasbastore.org and selecting the "Colorado License Cards" link on the left hand side of the page. If you prefer, you can also contact NASBA by phone at 1-888-925-5237 or by email at nasbastore@nasba.org. Should you have questions about your credential, or need other intormation please contact our Customer Service Team at 303-894-7800 or dora_dpo_licensing@state.co.us. Colorado Department of Regulatory Agencies Division of Professions and Occupations State Board of Licensure for Architects, Professional Engineers and Professional Land Surveyors Gerald Lee Crumpton Architect ARC.00401159 Number Active 11/01/2023 Issue Date 10/31/2025 Credential Status Expire Date Verify this credential at: dpo.colorado.gov Division Director: Sam Delp Credential Holder Signature Colorado Department of Regulatory Agencies Division of Professions and Occupations State Board of Licensure for Architects, Professional Engineers and Professional Land Surveyors Gerald Lee Crumpton Architect ARC.00401159 Number Active 11/01/2023 Issue Date 10/31/2025 Credential Status Expire Date Verify this credential at: dpo.colorado.gov Division Director: Sam Delp Credential Holder Signature 1560 Broadway, Suite 1350, Denver, CO 80202 P 303.894.7800 F 303.894.7693 dpo.colorado.gov • COLORADO Department of Regulatory Agencies Division of Professions and Occupations Below are your electronic wallet cards to use as proof of your license. You can also print your license at any time by visiting www.colorado.gov/dora/DPO_Print_License and following the instructions listed. If you would like a more durable wallet card option, you can order one for a fee by visiting www.nasbastore.org and selecting the "Colorado License Cards" link on the left hand side of the page. If you prefer, you can also contact NASBA by phone at 1-888-925-5237 or by email at nasbastore@nasba.org Should you have questions about your credential, or need other information please contact our Customer Service Team at 303-894-7800 or dora_dpo_licensing@state.co.us. Colorado Department of Regulatory Agencies Division of Professions and Occupations State Board of Licensure for Architects, Professional Engineers and Professional Land Surveyors Lawrence Norman Smith Professional Engineer PE.0033212 11/01/2023 Number Issue Date Active 10/31/2025 Credential Status Expire Date Verify this credential at: dpo.colorado.gov Division Director: Sam Delp Credential Holder Signature Colorado Department of Regulatory Agencies Division of Professions and Occupations State Board of Licensure for Architects, Professional Engineers and Professional Land Surveyors Lawrence Norman Smith Professional Engineer PE.0033212 Number Active Credential Status Verify this credential at: 11/01/2023 Issue Date 10/31/2025 Expire Date dpo.colorado.gov Division Director: Sam Delp Credential Holder Signature 1560 Broadway, Suite 1350, Denver, CO 80202 P 303.894.7800 F 303.894.7693 dpo.colorado.gov OFFICE OF THE SECRETARY OF STATE OF THE STATE OF COLORADO CERTIFICATE OF FACT OF GOOD STANDING I, Jena Griswold, as the Secretary of State of the State of Colorado, hereby certify that, according to the records of this office, Crumpton and Associates, Architects LLC is a Limited Liability Company formed or registered on 01/16/2012 under the law of Colorado, has complied with all applicable requirements of this office, and is in good standing with this office. This entity has been assigned entity identification number 20121032142 . This certificate reflects facts established or disclosed by documents delivered to this office on paper through 04/30/2025 that have been posted, and by documents delivered to this office electronically through 05/01 /2025 @ 0933:18 . I have affixed hereto the Great Seal of the State of Colorado and duly generated, executed, and issued this official certificate at Denver, Colorado on 05/01/2025 @ 09:33:18 in accordance with applicable law. This certificate is assigned Confirmation Number 17259333 . Secretary of State of the State of Colorado *********************************************End of Certificate******************************************* Notice: A certificate issued electronically from the Colorado Secretary of State's website is fully and immediately valid and effective. However, as an option, the issuance and validity of a certificate obtained electronically may be established by visiting the Validate a Certificate page of the Secretary of State's website, https://www.coloradosos.golibi:/CertificaleSearchCriteria.do entering the certificate's confirmation number displayed on the certificate, and following the instructions displayed. Confirming the issuance of a certificate is merely optional and is not necessary to the valid and effective issuance of a certificate. For more information, visit our website, https://vt.ww.coloraclosos.gov click "Businesses, trademarks, trade names" and select "Frequently Asked Questions." 19. Question: Should MEP subconsultants plan on attending weekly in -person design meetings throughout the design process or just architectural? Answer: All consultants will need to attend as needed through each phase of design process. 20. Question: Should MEP subconsultants plan on attending the construction OAC meetings or just architectural? Answer: MEP subconsultants only as needed for OAC meetings. 21. Question: IFB states telecommunications cabling and components will be designed by County IT with electrical engineering team providing backbox and conduit pathways— does this strategy also apply to A/V and security systems? Answer: Electrical Engineering team will need to design pathways for data, power & boxes for AV systems, if needed. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name:Crumpton and Associates 5/22/2025 Date of Signature Architects Signature: Title: President May 22, 2025 [Click to Update] @evali arty/kr/toil Name: Gerald Crumpton X 4- .e t OOPS Sul VIPS MCrtr.- O X j .est /«.. IaAL OPti teeth O O briAl A • R FF REN4c..I Vb. e ll. O ry• (Loft I. 1PINKS, tat btO/tN2 .�,r_, MEW, , Carl O O O .,,f .�.•VIy�.A•��:y,iSt .Z ��C�-• A. r.� evitat 51}R ok 7 !M.. 7A,;t1;/LL. 4.O,r.. !DWI. I• yrt •aT•u O ' t GEh:lH li•. Lr••• •s. M.1.. • a a/. • Ote_! .r X11 1/6 r 16-O6 t J' C`.N� ) ` • •-".' I 1 4 .•,a 1 • �I 1 ti'r 1 ♦ •N• j, 01.11.11111 so Van• 4 i 4 flint I•Y:.?UIL oot. k _Sin! 604T" v - � y n .4f.' • 1 •• • 0 0 •-N %44.":"."4/ ••. . .. w ..I K 1 ✓.. r ♦1 0 I • a". 0 0 0 X± --•'•p Y;w 1r 0 WE: OA 1105 PROJECT N0.:QA24 DRAWN: CHECKED_ pE 5.10rt: Q o WQ 0 J I— 0 (f) U Q • WZ II I— a J O BLit A55DCAIE5 0 ACORN® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 06/19/2025 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 BIBERK P.O. Box 113247 Stamford, CT 06911 CONTACT NAME: RIM, Ex. 844-472-0967 I IAA/C, No): 203-654-3613 E-MAIL customerservice@biBERK.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Berkshire Hathaway Direct Insurance Company 10391 INSURED Crumpton And Associates, Architects LLC 12891 Jackson Circle Thornton, CO 80241 INSURER B: INSURER C: INSURER D: INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS INDICATED. CERTIFICATE EXCLUSIONS INSR 'LW IS TO CERTIFY THAT THE POLICIES NOTWITHSTANDING ANY REQUIREMENT, MAY BE ISSUED OR MAY AND CONDITIONS OF SUCH TYPEOFINSURANCE OF INSURANCE LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY PERTAIN, THE INSURANCE AFFORDED BY POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED ADDL SUBR INSD WVD POLICY NUMBER ISSUED TO CONTRACT THE POLICIES BY POLICY EFF (MM/DDNYYY) THE INSURED OR OTHER DESCRIBED PAID CLAIMS. POLICY EXP (MM/DDIYYYY) NAMED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, -- LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE [1] OCCUR '.� PREM SESO(Ea occur ence) $ 50,000 A N96P061605 10/14/2024 10/14/2025 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ Included GEN, AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY DPEGDTElLOCI PRODUCTS - COMP/OP AGG $ 2,000,000 %( OTHER: AUTOMOBILE LIABILITY (Ea COMBINEDSIcideUNGLELIMIT acn $ ANY AUTO BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ _ HIRED AUTOS ONLY NON -OWNED AUTOS ONLY ' PROPERTY DAMAGE rPer accident) $ _ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED I I RETENTION $ $ wORKERS COMPENSATION I STATUTE I I ERH AND EMPLOYERS' LIABILITY N ANYPROPRIETOR/PARTL7DRE XECUTIVE Y /DV"' E.L. EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? ❑ (Mandan, in NH) NIA E.L. DISEASE- EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT $ A Professional Liability (Errors & Omissions): Claims -Made X N9PL945115 06/06/2025 06/06/2026 Per Occurrence/ aggregate 2.000,000 2.000,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County are listed as additional insured and a waiver of transfer of rights exists on this policy as it pertains to professional liability.( see attachments) CERTIFICATE HOLDER CANCELLATION Weld County 1150 O St. Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZEDREPRESENTATIVEef,4 dteireL. .. l © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ACORD CERTIFICATE OF PROPERTY INSURANCE DATE (MM/DD/YYW) 06/19/2025 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. PRODUCER CONTACT NAME: (A/Flo . E.): (844) 472-0967 I FAX Not: (203) 654-3613 BIBERK P.O. Box 113247 Stamford, CT 06911 E-MAIL ADDRESS_saless_u_pport@biberk.com CUSTOMER ID: INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A: Berkshire Hathaway Direct Insurance Compal 541330 INSURER B : Crumpton And Associates, Architects LLC 12891 Jackson Circle Thornton, CO 80241 INSURER C: INSURER D : _ INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: LOCATION OF PREMISES / DESCRIPTION OF PROPERTY (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Location: 12891 Jackson CircleThornton, CO 80241 Bldg #001: Engineers or Architects - Consulting - Not engaged in actual construction (Office) - 6378101 THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOMITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MM/DD/YYW) POLICY EXPIRATION DATE(MM/DD/WW) COVERED PROPERTY LIMITS PROPERTY CAUSES OF LOSS BASIC DEDUCTIBLES BUILDING 250 N96P061605 10/14/2024 10/14/2025 BUILDING PERSONAL PROPERTY BUSINESS INCOME EXTRA EXPENSE RENTAL VALUE _ BLANKET BUILDING BLANKET PERS PROP BLANKET BLDG & PP $ 0 $ 0 $ 0 BROAD $ 0 CONTENTS X SPECIAL $ EARTHQUAKE $ n/a WIND $ n/a FLOOD $ n/a $ INLAND MARINE CAUSES OF LOSS NAMED PERILS TYPE OF POLICY $ $ $ POLICY NUMBER $ CRIME TYPE OF POLICY $ $ BOILER & MACHINERY/ EQUIPMENTBREAKOOWN - $ $ $ SPECIAL CONDITIONS /OTHER COVERAGES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS. 1150 O St. Greeley, CO 8J631 AUTHORIZED REPRESENTATIVE . ''4" 6 +b*------- ACORD 24 (2016/03) O 1995-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MISCELLANEOUS PROFESSIONAL LIABILITY MPL 00 79 11 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF SUBROGATION CHANGE ENDORSEMENT - CLIENT SPECIFIC This endorsement modifies insurance provided under the following: Miscellaneous Professional Liability Insurance Policy SECTION VI - GENERAL CONDITIONS, Section F Subrogation and Recovery, of the policy is amended to add the following additional paragraph after F.2: The Company hereby waives its rights to pursue recovery in a subrogation action against Weld County in connection with any Claim brought against any Insured for the performance of Insured Services. All other terms and conditions of this policy remain unchanged. MPL 00 79 11 15 Page 1 of 1 Contract Form Entity Information Entity Name* CRUMPTON AND ASSOCIATES ARCHITECTS Entity ID* @00035195 Q New Entity? Contract Name* Contract ID SE SERVICE CENTER RENOVATION DESIGN AD 9637 ENGINEERING SERVICES Contract Status CTB REVIEW Contract Lead* CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* PROVIDE DESIGN AND ENGINEERING SERVICES FOR THE RENOVATION OF THE SE SERVICE CENTER FOR HUMAN SERVICES AND THE SHERIFFS OFFICE. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 06/26/2025 GROUNDS 06/30/2025 Amount* $24,624.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO Does Contract require Purchasing Dept. to be Automatic Renewal Grant IGA v Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date* 10/20/2025 Committed Delivery Date Renewal Date Expiration Date* 10/20/2025 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 06/25/2025 06/25/2025 06/25/2025 Final Approval BOCC Approved Tyler Ref # AG 063025 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 06/30/2025 June 9, 2025 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Human Services & Sheriff's Office Renovation Design & Engineering Services at Fort Lupton -B2500076 As advertised the bid is for design services to renovate Human Services & Sherif's areas the Southeast Service Center. The low bid is from Crumpton and Associates Architects and meets specifications. Therefore, the Facilities Department recommends award for design for the renovations of Southeast Service Center -B2500076 to Crumpton and Associates Architects for $24,624.00 If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director Facilities (o/l lo 7G-ts^mz 5C-,UO7--1 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett@weld.gov cgeiserta,weld.gov ttavlor(a�weld.bov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: MAY 28, 2025 REQUEST FOR: HUMAN SERVICES & SHERIFF'S OFFICE RENOVATION DESIGN & ENGINEERING SERVICES AT FORT LUPTON DEPARTMENT: FACILITIES DEPARTMENT BID NO: B2500016 PRESENT DATE: JUNE 2, 2025 APPROVAL DATE: JUNE 16, 2025 VENDOR Crumpton and Associates Architects 12891 Jackson Circle Thornton, CO 80241 Collab Architecture 9217 Eastman Park Drive, Suite 3 Windsor, CO 80550 Markley Designs LLC 1019 39th Avenue, Suite L Greeley, CO 80634 Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 Robert Shreve Architects and Planners 801 8th Street, Suite 120 Greeley, CO 80631' Venture Architecture 535 E. Mexico Avenue Denver, CO 80210 M. Arthur Gensler J',r. & Associated, Inc. 1225 17th Street, Suite 150 Denver, CO 80202 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. U/2 AMOUNT $24,624.00 $35,050.00 $43,000.00 $52,045.00 $69,800.00 $117,025.00 $237,300.00 2025-1482 13EI DU `l
Hello