HomeMy WebLinkAbout20230509.tiffCon+va (7 l I)t,RD1 (QZ.
PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND
CAIRN DESIGN, LLC
FACILITIES BUILDING EXPANSION -DESIGN SERVICES
THIS AGREEMENT is made and entered into this 2''4iay of NI o , 2023 by
and between the Board of Weld County Commissioners, on behalf of the Facilities Department,
hereinafter referred to as "County," and Cairn Design, LLC, hereinafter referred to as
"Contractor".
WHEREAS, County desires to retain Contractor to perform services as required by County
and set forth in the attached Exhibits; and
WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to
perform the required services according to the terms of this Agreement; and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the
time, skill, expertise, and experience necessary to provide the services as set forth below.
NOW, THEREFORE, in consideration of the mutual promises and covenants contained
herein, the parties hereto agree as follows:
1. Introduction. The terms of this Agreement are contained in the terms recited in this
document and in the attached Exhibits, each of which forms an integral part of this Agreement and
are incorporated herein. The parties each acknowledge and agree that this Agreement, including
the attached Exhibits, define the performance obligations of Contractor and Contractor's
willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this
Agreement and any Exhibit or other attached document, the terms of this Agreement shall control,
and the remaining order of precedence shall based upon order of attachment.
Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as
set forth in Bid Package No. B2300055.
Exhibit B consists of Contractor's Response to County's Request.
2. Service or Work. Contractor agrees to procure the materials, equipment and/or
products necessary for the Work and agrees to diligently provide all services, labor, personnel and
materials necessary to perform and complete the Work described in the attached Exhibits.
Contractor shall further be responsible for the timely completion and acknowledges that a failure
to comply with the standards and requirements of Work within the time limits prescribed by
County may result in County's decision to withhold payment or to terminate this Agreement.
3. Term. The term of this Agreement begins upon the date of the mutual execution
of this Agreement and shall continue through and until Contractor's completion of the
responsibilities described in the attached Exhibits. Both of the parties to this Agreement
understand and agree that the laws of the State of Colorado prohibit County from entering into
Agreements which bind County for periods longer than one year. This Agreement may be
extended upon mutual written agreement of the Parties.
Com-O-
d3 / 7.2/23
oo.
66
,3/aa/a3
2oz3-osc9
4. Termination; Breach; Cure. County may terminate this Agreement for its own
convenience upon thirty (30) days written notice to Contractor. Either Party may immediately
terminate this Agreement upon material breach of the other party, however the breaching party
shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination,
County shall take possession of all materials, equipment, tools and facilities owned by County
which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver
to County all drawings, drafts, or other documents it has completed or partially completed under
this Agreement, together with all other items, materials and documents which have been paid for
by County, and these items, materials and documents shall be the property of County. Copies of
work product that is incomplete at the time of termination shall be marked "DRAFT -
INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for,
and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which
it has submitted and which have been approved by the County; (2) the reasonable value to County
of the services which Contractor provided prior to the date of the termination notice, but which
had not yet been approved for payment; and (3) the cost of any work which the County approves
in writing which it determines is needed to accomplish an orderly termination of the work. County
shall be entitled to the use of all material generated pursuant to this Agreement upon termination.
Upon termination of this Agreement by County, Contractor shall have no claim of any kind
whatsoever against the County by reason of such termination or by reason of any act incidental
thereto, except for compensation for work satisfactorily performed and/or materials described
herein properly delivered.
5. Extension or Amendment. Any amendments or modifications to this agreement shall be
in writing signed by both parties. No additional services or work performed by Contractor shall be
the basis for additional compensation unless and until Contractor has obtained written
authorization and acknowledgement by County for such additional services. Accordingly, no
claim that the County has been unjustly enriched by any additional services, whether or not there
is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable
hereunder. In the event that written authorization and acknowledgment by the County for such
additional services is not timely executed and issued in strict accordance with this Agreement,
Contractor's rights with respect to such additional services shall be deemed waived and such
failure shall result in non-payment for such additional services or work performed. In the event
the County shall require changes in the scope, character, or complexity of the work to be
performed, and said changes cause an increase or decrease in the time required or the costs to the
Contractor for performance, an equitable adjustment in fees and completion time shall be
negotiated between the parties and this Agreement shall be modified accordingly by Change Order.
Any claims by the Contractor for adjustment hereunder must be made in writing prior to
performance of any work covered in the anticipated Change Order, unless approved and
documented otherwise by the County Representative. Any change in work made without such
prior Change Order shall be deemed covered in the compensation and time provisions of this
Agreement, unless approved and documented otherwise by the County Representative.
6. Compensation. Upon Contractor's successful completion of the Work, and
County's acceptance of the same, County agrees to pay Contractor an amount not to exceed
$79330.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will
2
be made by County unless a Change Order authorizing such additional payment has been
specifically approved by Weld County as required pursuant to the Weld County Code. If, at any
time during the term or after termination or expiration of this Agreement, County reasonably
determines that any payment made by County to Contractor was improper because the service for
which payment was made did not perform as set forth in this Agreement, then upon written notice
of such determination and request for reimbursement from County, Contractor shall forthwith
return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended
funds advanced by County, if any, shall forthwith be returned to County. County will not withhold
any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely
responsible for the accurate reporting and payment of any taxes related to payments made pursuant
to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor
shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to
the contrary contained in this Agreement, County shall have no obligations under this Agreement
after, nor shall any payments be made to Contractor in respect of any period after December 31
of any year, without an appropriation therefore by County in accordance with a budget adopted by
the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado
Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR
Amendment (Colorado Constitution, Article X, Sec. 20).
7. Independent Contractor. Contractor agrees that it is an independent contractor and
that Contractor's officers, agents or employees will not become employees of County, nor entitled
to any employee benefits (including unemployment insurance or workers' compensation benefits)
from County as a result of the execution of this Agreement. Contractor shall be solely responsible
for its acts and those of its agents and employees for all acts performed pursuant to this Agreement.
8. Subcontractors. Contractor acknowledges that County has entered into this
Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall
not enter into any subcontractor agreements for the completion of the Work without County's prior
written consent, which may be withheld in County's sole discretion. County shall have the right
in its reasonable discretion to approve all personnel assigned to the Work during the performance
of this Agreement and no personnel to whom County has an objection, in its reasonable discretion,
shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County
and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by
the terms of this Agreement, and to assume toward Contractor all the obligations and
responsibilities which Contractor, by this Agreement, assumes toward County. County shall have
the right (but not the obligation) to enforce the provisions of this Agreement against any
subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor
shall be responsible for the acts and omissions of its agents, employees and subcontractors.
9. Ownership. All work and information obtained by Contractor under this Agreement or
individual work order shall become or remain (as applicable), the property of County. In addition,
all reports, documents, data, plans, drawings, records and computer files generated by Contractor
in relation to this Agreement and all reports, test results and all other tangible materials obtained
and/or produced in connection with the performance of this Agreement, whether or not such
materials are in completed form, shall at all times be considered the property of the County.
Contractor shall not make use of such material for purposes other than in connection with this
3
Agreement without prior written approval of County.
10. Confidentiality. Confidential information of the Contractor should be transmitted
separately from non -confidential information, clearly denoting in red on the relevant document at
the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity,
Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S.
24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all
documents. Contractor agrees to keep confidential all of County's confidential information.
Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to
any other person or entity without seeking written permission from the County. Contractor agrees
to advise its employees, agents, and consultants, of the confidential and proprietary nature of this
confidential information and of the restrictions imposed by this Agreement.
11. Warranty. Contractor warrants that the Work performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions
of this Agreement. Contractor further represents and warrants that all Work shall be performed by
qualified personnel in a professional manner, consistent with industry standards, and that all
services will conform to applicable specifications. For work in which Contractor produces a
design to be used for construction purposes, Contractor shall carefully check all unit quantities
and quantity calculations and shall submit them for County review. If the County experiences
additional costs during project construction which are directly associated with errors and
omissions (professional negligence) which require change orders to the construction contract
resulting in costs greater than the construction contract bid unit costs, Contractor shall be
financially liable for such increased costs.
12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor
shall submit to County originals of all test results, reports, etc., generated during completion of
this work. Acceptance by County of reports and incidental material(s) furnished under this
Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy
of the project. In no event shall any action by County hereunder constitute or be construed to be
a waiver by County of any breach of this Agreement or default which may then exist on the part
of Contractor, and County's action or inaction when any such breach or default exists shall not
impair or prejudice any right or remedy available to County with respect to such breach or default.
No assent, expressed or implied, to any breach of any one or more covenants, provisions or
conditions of the Agreement shall be deemed or taken to be a waiver of any other breach.
Acceptance by the County of, or payment for, the Work completed under this Agreement shall not
be construed as a waiver of any of the County's rights under this Agreement or under the law
generally.
13. Insurance. Contractor must secure, before the commencement of the Work, the
following insurance covering all operations, goods, and services provided pursuant to this
Agreement, and shall keep the required insurance coverage in force at all times during the term of
the Agreement, or any extension thereof, and during any warranty period. For all coverages,
Contractor's insurer shall waive subrogation rights against County.
4
a. Types of Insurance.
Workers' Compensation / Employer's Liability Insurance as required by state statute,
covering all of the Contractor's employees acting within the course and scope of their
employment. The policy shall contain a waiver of subrogation against the County. This
requirement shall not apply when a Contractor or subcontractor is exempt under Colorado
Workers' Compensation Act., AND when such Contractor or subcontractor executes the
appropriate sole proprietor waiver form.
Commercial General Liability Insurance including public liability and property damage,
covering all operations required by the Work. Such policy shall include minimum limits as
follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal
injury $5,000; Medical payment per person.
Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily
injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property
damage applicable to all vehicles operating both on County property and elsewhere, for
vehicles owned, hired, and non -owned vehicles used in the performance of this Contract.
Professional Liability (Errors and Omissions Liability). The policy shall cover
professional misconduct or lack of ordinary skill for those positions defined in the Scope
of Services of this contract. Contractor shall maintain limits for all claims covering
wrongful acts, errors and/or omissions, including design errors, if applicable, for damage
sustained by reason of or in the course of operations under this Contract resulting from
professional services. In the event that the professional liability insurance required by this
Contract is written on a claims -made basis, Contractor warrants that any retroactive date
under the policy shall precede the effective date of this Contract; and that either continuous
coverage will be maintained or an extended discovery period will be exercised for a period
of two (2) years beginning at the time work under this Contract is completed. Minimum
Limits: $1,000,000 Per Loss; $2,000,000 Aggregate.
b. Proof of Insurance. Upon County's request, Contractor shall provide to County a
certificate of insurance, a policy, or other proof of insurance as determined in County's
sole discretion. County may require Contractor to provide a certificate of insurance naming
Weld County, Colorado, its elected officials, and its employees as an additional named
insured.
c. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing
services under this Agreement have or will have the above described insurance prior to
their commencement of the Work, or otherwise that they are covered by the Contractor's
policies to the minimum limits as required herein. Contractor agrees to provide proof of
insurance for all such subcontractors upon request by the County.
d. No limitation of Liability. The insurance coverages specified in this Agreement are the
minimum requirements, and these requirements do not decrease or limit the liability of
Contractor. The County in no way warrants that the minimum limits contained herein are
5
sufficient to protect the Contractor from liabilities that might arise out of the performance
of the Work under by the Contractor, its agents, representatives, employees, or
subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or
prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved
of any liability or other obligations assumed or pursuant to the Contract by reason of its
failure to obtain or maintain insurance in sufficient amounts, duration, or types. The
Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance
that it may deem necessary to cover its obligations and liabilities under this Agreement.
e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that
it has met the insurance requirements identified herein. The Contractor shall be responsible
for the professional quality, technical accuracy, and quantity of all services provided, the
timely delivery of said services, and the coordination of all services rendered by the
Contractor and shall, without additional compensation, promptly remedy and correct any
errors, omissions, or other deficiencies.
14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its
officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits,
actions, claims, or willful acts or omissions of any type or character arising out of the Work done
in fulfillmeit of the terms of this Agreement or on account of any act, claim or amount arising or
recovered under workers' compensation law or arising out of the failure of the Contractor to
conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The
Contractor shall be fully responsible and liable for any and all injuries or damage received or
sustained by any person, persons, or property on account of its performance under this Agreement
or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will
be responsible for primary loss investigation, defense and judgment costs where this contract of
indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive
all rights of subrogation against the County its associated and/or affiliated entities, successors, or
assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the
work performed by the Contractor for the County. A failure to comply with this provision shall
result in County's right to immediately terminate this Agreement.
15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest
therein or claim thereunder, without the prior written approval of County. Any attempts by
Contractor So assign or transfer its rights hereunder without such prior approval by County shall,
at the option of County, automatically terminate this Agreement and all rights of Contractor
hereunder. Such consent may be granted or denied at the sole and absolute discretion of County.
16. Examiiation of Records. To the extent required by law, the Contractor agrees that an
duly authorizers 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 aml/or transactions related to this Agreement. Contractor agrees to maintain these
documents for three years from the date of the last payment received.
17. Interruptions. Neither party to this Agreement shall be liable to the other for delays
in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where
6
such failure is due to any cause beyond its reasonable control, including but not limited to Acts of
God, fires, strikes, war, flood, earthquakes or Governmental actions.
18. Notices. County may designate, prior to commencement of Work, its project
representative ("County Representative") who shall make, within the scope of his or her authority,
all necessary and proper decisions with reference to the project. All requests for contract
interpretations, change orders, and other clarification or instruction shall be directed to County
Representative. All notices or other communications made by one party to the other concerning
the terms and conditions of this contract shall be deemed delivered under the following
circumstances:
(a) personal service by a reputable courier service requiring signature for receipt; or
(b) five (5) days following delivery to the United States Postal Service, postage prepaid
addressed to a party at the address set forth in this contract; or
(c) electronic transmission via email at the address set forth below, where a receipt or
acknowledgment is required and received by the sending party; or
Either party may change its notice address(es) by written notice to the other. Notice may be sent
to:
TO CONTRACTOR:
Name: Kenneth Caudle, PE
Position:
Address: 1805 Sheely Drive
Address: Fort Collins, CO. 80526
E-mail: ken@cairndesignllc.com
Phone: 970-286-7968
TO COUNTY:
Name: Toby Taylor
Position: Director of Facilities
Address: 1105 H Street
Address: Greeley, CO 80634
E-mail: ttaylor3fweldgov.com
Phone: 970-400-2020
19. Compliance with Law. Contractor shall strictly comply with all applicable federal
and State laws, rules and regulations in effect or hereafter established, including without limitation,
laws applicable to discrimination and unfair employment practices.
20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or
use other Contractors or persons to perform services of the same or similar nature.
21. Entire Agreement/Modifications. This Agreement including the Exhibits attached
hereto and incorporated herein, contains the entire agreement between the parties with respect to
the subject matter contained in this Agreement. This instrument supersedes all prior negotiations,
7
representations, and understandings or agreements with respect to the subject matter contained in
this Agreemeat. This Agreement may be changed or supplemented only by a written instrument
signed by bock parties.
22. Fund Availability. Financial obligations of the County payable after the current fiscal
year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made
available. Execution of this Agreement by County does not create an obligation on the part of
County to expend funds not otherwise appropriated in each succeeding year.
23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-
50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld
County has as)/ personal or beneficial interest whatsoever in the service or property which is the
subject matter of this Agreement.
24. Survival of Termination. The obligations of the parties under this Agreement that by
their nature would continue beyond expiration or termination of this Agreement (including,
without limitation, the warranties, indemnification obligations, confidentiality and record keeping
requirements) shall survive any such expiration or termination.
25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal,
or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and
enforced without such provision, to the extent that this Agreement is then capable of execution
within the original intent of the parties.
26. Governmental Immunity. No term or condition of this Agreement shall be construed
or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections
or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as
applicable now or hereafter amended.
27. No Third Party Beneficiary. It is expressly understood and agreed that the
enforcement cf 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. k 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 orly.
28. Board of County Commissioners of Weld County Approval. This Agreement shall
not be valid until it has been approved by the Board of County Commissioners of Weld County,
Colorado or its designee.
29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant
thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any
provision included or incorporated herein by reference which conflicts with said laws, rules and/or
regulations shall be null and void. In the event of a legal dispute between the parties, Contractor
agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute.
8
30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants,
and agrees that it does not knowingly employ or contract with an illegal alien who will perform
work under this Agreement. Contractor will confirm the employment eligibility of all employees
who are newly hired for employment in the United States to perform work under this Agreement,
through participation in the E -Verify program or the State of Colorado program established
pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not enter into a contract with a
subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly
employ or contract with an illegal alien to perform work under this Agreement. Contractor shall
not use E -Verify Program or State of Colorado program procedures to undertake pre -employment
screening or job applicants while this Agreement is being performed. If Contractor obtains actual
knowledge that a subcontractor performing work under this Agreement knowingly employs or
contracts with an illegal alien Contractor shall notify the subcontractor and County within three
(3) days that Contractor has actual knowledge that a subcontractor is employing or contracting
with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing
or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not
terminate the subcontract if within three days the subcontractor provides information to establish
that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor
shall comply with reasonable requests made in the course of an investigation, undertaken
pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If
Contractor participates in the State of Colorado program, Contractor shall, within twenty days after
hiring an new employee to perform work under the contract, affirm that Contractor has examined
the legal work status of such employee, retained file copies of the documents, and not altered or
falsified the identification documents for such employees. Contractor shall deliver to County, a
written notarized affirmation that it has examined the legal work status of such employee and shall
comply with all of the other requirements of the State of Colorado program. If Contractor fails to
comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may
terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and
consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Contractor receives federal or state funds under the contract, Contractor must confirm that any
individual natural person eighteen (18) years of age or older is lawfully present in the United States
pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under
the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty
of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United
States pursuant to federal law, (b) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-103 prior to the effective date of the contract.
31. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor
concerning this Agreement, the parties agree that each party shall be responsible for the payment
of attorney fees and/or legal costs incurred by or on its own behalf.
32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any
extra judicial body or person. Any provision to the contrary in this Agreement or incorporated
herein by reference shall be null and void.
9
Acknowledgment. County and Contractor acknowledge that each has read this Agreement,
understands it and agrees to be bound by its terms. Both parties further agree that this Agreement,
with the attached Exhibits, is the complete and exclusive statement of agreement between the
parties and supersedes all proposals or prior agreements, oral or written, and any other
communications between the parties relating to the subject matter of this Agreement.
CONTRACTOR:
Cairn Design, LLC
By:
Name: Kenneth Caudle
Title: Engineering Manager
03/13/2023
Date of Signature
WELD T
ATTEST:
Weld .0 y Clerk to the Beard
BY:
Deputy Clerk t
to
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ike Freeman, Chair
MAR 2 2 2323
oZDo10 D�°%
REQUEST FOR BID Exhibit A
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: JANUARY 16, 2023
BID NUMBER: B2200055
DESCRIPTION: FACILITIES EXPANSION DESIGN & ENGINEERING SERVICES
DEPARTMENT: FACILITIES
MANDATORY PRE -BID CONFERENCE DATE: FEBRUARY 2, 2023
BID OPENING DATE: FEBRUARY 16, 2023
1. NOTICE TO BIDDERS:
The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively
referred to herein as, "Weld County"), wishes to purchase the following:
FACILITIES EXPANSION DESIGN & ENGINEERING SERVICES
A mandatory pre -bid conference will be held on February 2, 2023 at 1:00 PM at the Weld County Facilities
Building located at 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at
the pre -bid conference to be eligible to submit bids.
Bids will be received until: February 16, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The
submitted bids will be read over a Microsoft Teams Conference Call on February 16, 2023 at 10:30 AM. To
join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid
opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street,
Greeley, CO 80631.
Phone number: 720-439-5261 Phone Conference ID: 755 326 487#
PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST
NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY
BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise
and/or equipment shall be delivered to the location(s) specified herein.
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts,
and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the
bid.
You can find information concerning this request on the BidNet Direct website at
https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online
notification system being utilized by multiple non-profit and governmental entities. Participating entities post
their bids, quotes, proposals, addendums, and awards on this one centralized system.
Pid Delivent to Weld County:
1. Emailed bids are required. Email bids to bids weldgov.com; however, if your bids exceeds 25MB
please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is
500 MB. PDF format is required. Emailed bids must include the following statement on the email: "i hereby
waive my right tc a sealed bid". An email confirmation will be sent when your bid is received. Please call
Purchasing at 973-400-4222 or 4223 with any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION:
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department.
Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids
by partnerships mast furnish the full names of all partners and must be signed with the partnership name by
one of the members of the partnership or by an authorized representative, followed by the signature and title
of the person sign ng. Bids by corporations must be signed with the legal name of the corporation, ation, followed
by the name of the state of the incorporation and by the signature and title of the president, secretary, or
other person auth prized to bind it in the matter. The name of each person signing shall also be typed or
printed below ate signature. A bid by a person who affixes to his signature the word "president," "secretary,"
"agent," or other title without disclosing his principal, may be held to be the bid of the individual signing.
When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing
in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone
not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing
the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or
instructions of tiis bid as stated or implied herein. All designations and prices shall be fully and clearly set
forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Bid Forms
which are included in this package and on the basis indicated in the Bid Forms. The Bid must be filled out
completely, in detail, and signed by the Bidder.
Late or unsigned k ids shall not be accepted or considered. It is the responsibility of the bidder to ensure that
the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1,
entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure
place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not
properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld
County Controller; said request being received from the withdrawing bidder prior to the time fixed for award.
Negligence on the 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.
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 \Mid County will give preference to suppliers from the State of Colorado, in accordance with
C.R.S. § 30-11-1 a 0 (when it is accepting bids for the purchase of any books, stationery, records, printing,
lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any
and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid
that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s)
may be awarded to more than one vendor.
In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request
for Bid contained herein (including, but not limited to, product specifications and scope of services), the
successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a
contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County
may require a separate contract, which if required, has been made a part of this RFB.
4. GENERAL PROVISIONS:
A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are
contingent upoi funds for that purpose being appropriated, budgeted and otherwise made available. By
acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond
the current fiscal y ear.
B. Trade Secrets and other Confidential Information: Weld County discourages bidders from
submitting confidential information, including trade secrets, that cannot be disclosed to the public. If
BID REQUEST #B2300055 Page 2
necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal,
clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful
bidder is advised tha : as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201,
et seq., the Coloradc Open Records Act (CORA), with regard to public records, and cannot guarantee the
confidentiality of all documents. The bidder is responsible for ensuring that all information contained within
the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV)
(Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical
data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review
the confidential materials to determine whether any of them may be withheld from disclosure pursuant to
CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will
not be responsible for redacting or identifying Confidential information which is included within the body of
the bid and not separately identified. Any document which is incorporated as an exhibit into any contract
executed by the County shall be a public document regardless of whether it is marked as confidential.
C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a
waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the
Colorado Governmertal Immunity Act H24-10-101 et seq., as applicable now or hereafter amended.
D. Independent Contractor: The successful bidder shall perform its duties hereunder as an
independent contractor and not as an employee. He or she shall be solely responsible for its acts and those
of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder
nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The
successful bidder and its employees and agents are not entitled to unemployment insurance or workers'
compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such
coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will
be available to the successful bidder and its employees and agents only if such coverage is made available
by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment
taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful
bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or
understanding, except as expressly set forth in the contract. The successful bidder shall have the following
responsibilities with regard to workers' compensation and unemployment compensation insurance matters:
(a) provide and keep in force workers' compensation and unemployment compensation insurance in the
amounts required by law, and (b) provide proof thereof when requested to do so by Weld County.
E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and
state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable
to discrimination and unfair employment practices.
F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be
applied in the interpretation, execution, and enforcement of the contract. Any provision included or
incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and
void.
G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the
enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement,
shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim
or right of action whatsoever by any other person not included in the contract. It is the express intention of
the undersigned parties that any entity other than the undersigned parties receiving services or benefits
under the contract shall be an incidental beneficiary only.
H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful
bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for
the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder.
BID REQUEST #B2300055 Page 3
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business
enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be
discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for
an award.
J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment
and/or products necessary for the project and agrees to diligently provide all services, labor. personnel and
materials necessary to perform and complete the project_ The successful bidder shall further be responsible
for the timely completion, and acknowledges that a failure to comply with the standards and requirements
outlined in the Bid within the time limits prescribed by Count;; may result in County's decision tc withhold
payment or to tern- inate this Agreement.
K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by
County, and shall continue through and until successful bidder's completion of the responsibilities described
in the Bid.
L. Terminaticn: County has the right to terminate this Agreement, with or without cause on thirty (30)
days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a
material breach of the terms of the Agreement.
M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing
signed by both parties. No additional services or work performed by the successful bidder shall be the basis
for additional compensation unless and until the successful bidder has obtained written authorization and
acknowledgement by County for such additional services. Accordingly, no claim that the County has been
unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall
be the basis of an). increase in the compensation payable hereunder.
N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement
in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall
not enter into any subcontractor agreements for the completion of this Project without County's prior written
consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable
discretion to approve all personnel assigned to the subject Project during the performance of this Agreement
and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the
Project. The successful bidder shall require each subcontractor, as approved by County and to the extent
of the Services :o De performed by the subcontractor, to be bound to the successful bidder by the terms of
this Agreement, aid to assume toward the successful bidder all the obligations and responsibilities which
the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the
obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful
bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible
for the acts and omissions of its agents, employees and subcontractors.
O. Warranty: The successful bidder warrants that services performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions of this
Agreement. The successful bidder further represents and warrants that all services shall be performed by
qualified personne in a professional and workmanlike manner, consistent with industry standards, and that
all services will conform to applicable specifications.
The bidder warrarts that the goods to be supplied shall be merchantable, of good quality, and free from
defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the
minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied
and that the goods are free and clear of all liens, encumbrances, and security interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time;
and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld
County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year
period after said goods are first supplied to Weld County.
BID REQUEST #B2300055 Page 4
Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids
are submitted:
1 Detailed equipment specifications to include the warranty.
2 Descriptive literature.
P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest
therein or claim thereunder, without the prior written approval of County. Any attempts by the successful
bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of
County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such
consent may be granted or denied at the sole and absolute discretion of County.
Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or
failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to
any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood,
earthquakes or Governmental actions.
R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other
contractors or persons to perform services of the same or similar nature.
S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507.
The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any
personal or beneficial interest whatsoever in the service or property which is the subject matter of this
Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any
manner or degree interfere with the performance of the successful bidder's services and the successful
bidder shall not employ any person having such known interests. During the term of this Agreement, the
successful bidder shall not engage in any in any business or personal activities or practices or maintain any
relationships which actually conflicts with or in any way appear to conflict with the full performance of its
obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision
may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the
successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee
or hold any such position which either by rule, practice or action nominates, recommends, supervises the
successful bidder's operations, or authorizes funding to the successful bidder.
T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without
such provision, to the extent that this Agreement is then capable of execution within the original intent of the
parties.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-
judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall
be null and void.
V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid
until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee.
W. Compensation Amount: Upon the successful bidder's successful completion of the service, and
County's acceptance of the same, County agrees to pay an amount no greater than the amount of the
accepted bid. The sL ccessful bidder acknowledges no payment in excess of that amount will be made by
County unless a "change order" authorizing such additional payment has been specifically approved by the
County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners,
as required pursuant to the Weld County Code.
X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and
the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes
related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at
BID REQUEST #62300055 Page 5
overtime and/or double time rates for work done outside of normal business hours unless specifically
authorized in writing by County.
6. INSURANCE REQUIREMENTS:
Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution
of any agreement or commencement of any work, the following insurance covering all operations, goods or
services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage
in force at all times during the term of the Agreement, or any extension thereof, and during any warranty
period. The required insurance shall be UI IUc v',ritteri by al In in surer licensed to do business in Colorado and
rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement
stating `Should any of the above -described policies by canceled or should any coverage be reduced before the
expiration date thereof, the issuing company shall send written notice to the Weld County Controller by
certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such
cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days
prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the
Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -
insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost
to County, in the amount of the deductible or self -insured retention to guarantee payment of claims.
The insurance coverages specified in this Agreement are the minimum requirements and these requirements
do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits
contained herein are sufficient to protect them from liabilities that might arise out of the performance of the
work under this Contract by the Contract Professional, its agents, representatives, employees, or
subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or
prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any
liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain
insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own
expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and
liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld
County.
The Contract Professional stipulates that it has met the insurance requirements identified herein. The
Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all
services provided, the timely delivery of said services; and the coordination of all services rendered by the
Contract Professional and shall, without additional compensation, promptly remedy and correct any errors,
omissions, or otier deficiencies.
INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers,
agents, and employees, from and against injury. loss damage, liability, suits, actions, or willful acts or
omissions of Contract Professional, or claims of any type or character arising out of the work done in
fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under
workers' compensation law or arising out of the failure of the Contract Professional to conform to any
statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible
and liable for any and all injuries or damage received or sustained by any person, persons, or property on
account of its performance under this Agreement or its failure to comply with the provisions of the Agreement,
or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or
in its provisions of the materials required herein, or from any claims or amounts arising or recovered under
the Worker's Compensation Act, or other law. ordinance, order, or decree. This paragraph shall survive
expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary
loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of
the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the
County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees,
employees, agents, and volunteers for losses arising from the work performed by the Contract Professional
for the County. A failure to comply with this provision shall result in County's right to immediately terminate
this Agreement.
BID REQUEST #B2300055 Page 6
Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any
Agreement, insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance
covering all of the Contract Professional's employees acting within the course and scope of their
employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not
apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act.,
AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form.
Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed
under the contract.
$1,000,000 each occurrence;
$1,000,000 general aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person,
$1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles
operating both on Cc unty property and elsewhere, for vehicles owned, hired, and non -owned vehicles used
in the performance of this Contract.
Professional Liability (Errors and Omissions Liability)
The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the
Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful
acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in
the course of operations under this Contract resulting from professional services. In the event that the
professional liability insurance required by this Contract is written on a claims -made basis, Contract
Professional warrants that any retroactive date under the policy shall precede the effective date of this
Contract; and that either continuous coverage will be maintained or an extended discovery period will be
exercised for a period of two (2) years beginning at the time work under this Contract is completed.
Minimum Limits:
Per Loss
Aggregate
$ 1,000,000
$ 2,000,000
Contract Professionals shall secure and deliver to the County at or before the time of execution of this
Agreement, and shall keep in force at all times during the term of the Agreement as the same may be
extended as herein provided, a commercial general liability insurance policy, including public liability and
property damage, in form and company acceptable to and approved by said Administrator, covering all
operations hereunder set forth in the related Bid.
Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of
insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole
discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability,
and inland marine, Contract Professional's insurer shall name County as an additional insured.
Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights
against County.
Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other
entities providing goods or services required by this Agreement shall be subject to all of the requirements
herein and shall procure and maintain the same coverages required of Contract Professional. Contract
Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers
or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required
BID REQUEST #B2300055 Page 7
coverages. Con-ract Professional agrees to provide proof of insurance for all such subcontractors,
independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County.
The terms of thiE Agreement are contained in the terms recited in this Request for Bid and in the Response
to the Bid each cf which forms an integral part of this Agreement. Those documents are specifically
incorporated herein by this reference.
BID REQUEST #82300055 Page 8
SCOPE OF WORK
Weld County
Facilities Expansion
Design and Engineering Services
OVERVIEW:
Weld County is seeking lump sum bids for professional design and engineering services for the expansion
of the existing Facilities Department office and shop. Facilities is located at 1105 H Street, Greeley
Colorado.
METHOD OF PROCUREMENT:
Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When
issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's
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 an RFB the contract.
SCOPE OF WORK:
Weld County is needing professional design services for schematic design, design development,
construction documents, and construction administration to expand the existing Facilities office and shop
space. This will include an addition of an approximate 12,000 square feet single story on grade metal
building. This addition is primarily needed for shop/warehouse space. This design scope of work will also
include a small remodel to the existing office and shop space by expanding the office square footage by
approximately 1,200 square feet and reconfiguring some of the existing office layout and functionality.
Attachment A — General Design Intent
General requirements and needs for the expansion and existing building will include but not limited to the
following.
• Additional restrooms.
• Additional offices including cubicle space.
• Relocation of existing doors and windows.
• Additional lighting and HVAC added to existing system(s).
• Relocation of existing HVAC equipment.
• Additional walls added to existing office space.
• New metal building office and shop. Approximately 120 feet by 100 feet or 12,000 square feet.
o The new space will need to be primarily shop or warehouse space but will need to have the
capabilities for future office space expansion.
o Location of new building falls within MS4 zoning.
o Civil requirements will include but not limited to storm water management plan, grading, and
paving,
o Two overhead doors.
o Three-man door entrances/exits.
o Full heating system similar to the existing shop space.
o Full piped air system for pneumatic tools and equipment.
o Full electrical design to support existing equipment and expansion.
o Consultant will provide a full site survey to establish existing grades and building position in
relation to existing site features.
BID REQUEST #B2300055 Page 9
Weld County has a copy of the drawings for the existing building in scanned PDF's but does not have a
Computer Aided Design (CAD) version of drawings.
1. Consultant is responsible for and shall provide specifications, stamped drawings and engineering
documents for civil, architectural, structural, mechanical, plumbing, and electrical including fire.
These documents and specifications will be used for Weld County to seek bids for this addition and
remodel.
2. 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.
3. Consultant is responsible for the coordination with and the design requirements of the Weld County
Planning and Building department.
4. 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.
5. All design service requirements shall be a part of this contract and be all inclusive of a complete
building design for each space.
6. Consultant is required to verify 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:
I . 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 primary 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 often meetings throughout the construction phases
of the project.
FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS:
The Consultant shall prepare a full and complete set of construction contract documents for this
project. The Consultant shall provide the following as part of this task.
1. Design Process: Develop plans and specifications for County Project Team review and
comment. At each review step, the County Project Team will consolidate comments into one
(1) package and provide to consultant for review.
• Schematic Design (30% complete) — Provide schematic design drawings for review
and comment by County Project Team.
• Design Development (60% complete) — Provide draft plans and specifications for
review and comment by County Project Team. Participate in preliminary plan review
meeting with County Building Inspections staff (Planning Department).
BID REQUEST #B2300055
Page 10
• Permit/Construction Documents (100% complete) — Provide two full and complete sets
of documents for permit review by Weld County Building Inspection (Planning
Department). These full and complete set of construction contract documents will
allow the County to solicit bids for actual construction of the project. Provide one
complete set in PDF and hard copy to the Facilities Department.
2. Architectural Design: Produce architectural plans for building structures. Guide selection of
exterior and interior finishes, interior design, and office space layout. This process will require
close coordination with Facilities Department staff to optimize the layout and details of
building spaces. In general, building structures shalt be designed to maximize resiliency,
minimize long term life cycle costs and consider sustainable elements.
3. Civil Design: Produce civil design plan and specifications should the project scope require
including; plans for existing conditions, grading plans, pavement layout and section design,
civil details, water supply plans (may include supply well), wastewater disposal plans (may
include septic system), drainage plans, electrical and natural gas utility plans, erosion control
plans, and post -construction stormwater detention and water quality plans, Municipal Separate
Storm Sewer System (MS4) through Colorado Department of Public Health and Environment
(CDPHE).
4. Structural Design: Produce structural plans and specs in compliance with all state and local
building codes.
5. Mechanical, Electrical, and Plumbing Design: Produce mechanical, electrical and plumbing
plans in compliance with all State and Local building codes to provide fully functional
facilities upon completion of construction. Items to include but are not limited to the following:
heating ventilation and air conditioning plans, specs, equipment schedules and control
systems; plumbing plans, specs and equipment and fixture designation for water supply and
wastewater disposal; electrical plans, specs, schedules and diagramming for power, lighting,
and provisions for emergency standby power generation, if needed.
6. Telecommunications and data connectivity will be coordinated by County Information
Technology (IT:) staff through a separate process. The design team for this proposal will only
be responsible for identifying electrical boxes and conduit locations which will be identified
by the County project team. The actual wiring and integration of technology components
(excluding HVAC Controls will be performed by County staff through separate procurement
processes.
7. Base bid shall include Construction Administration (CA) fees for reviewing and providing
clarification for shop drawings, Requests for Information (RFI), change orders, and weekly
one -hour on -site Owner -Architect -Contractor (OAC) meetings. The duration for OAC
meetings shall use 6 months for base bid. For additional CA work, identify the hourly rate in
table below.
8. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be
provided to the County.
PROJECT SUMMARY AND REPORT:
Upon completion of construction work, the Consultant shall prepare final as built of the Project.
1. Provide to Weld County one (2) sets of hardcopies and one (1) set of PDF documents of the
completed project. Along with AutoCAD files with final as built of the project.
2. Conduct a post -meeting debriefing discussion with the County Project Team.
I _
BID REQUEST #62300055
Page 11
USE OF SUB CONSULTANTS:
The bidder shall indicate in their bid any work intended to be performed by sub -consultants or persons
outside of their firm. The bidder 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. Bidders should provide only the information requested,
and present it in a clear, concise manner. Incomplete bids may be rejected.
1. Signed SIGNATURE PAGE of this RFB
2. Summary of the bid, including Statement of Understanding showing familiarity with the
Scope of Work
3. Organizational chart and resumes of all key staff and core staff that will be involved with
providing services, including:
• Identify who will act as the primary contact person to Weld County for this project.
• List specific personnel proposed for the project team and provide a resume for each
of your proposed team members along with a copy of current state licensing for each
architect or engineer.
4. Proposed Project Schedule
• Describe how your firm handles the various communications, including meetings
and project schedules to keep the project running smoothly.
• Describe how your firm can respond to quick -hitting design requests requiring
turnaround times to be expedited in some instances.
5. Statement of consultant's intent to sublet portions of the work, identifying what is intended
to be sublet.
• Include the name of the sub -consultant and a statement of qualifications of the sub -
consultant.
BID REQUEST #B2300055
Page 12
AWARD AND AGREEMENT:
A Sample of Weld County's "Professional Services Agreement" is available upon request and included as
an attachment. It is expected that any exceptions or requested additions to the agreement be stated and
submitted with your bid. The County makes no guarantee any changes or concessions to the standard
agreement will be made but will review and consider all requests.
SCHEDULE:
Below is the anticipated schedule for this project:
Date of this Bid
Advertisement Date
Pre -bid conference
Bid Questions Due
Bids Are Due
Bid Award Notice
Contract Execution
Begin Design Services
Schematic Design (30%)
Design Development (60%)
Construction Documents (100%)
January 16, 2023
January 16, 2023
February 2, 2023
February 9, 2023
February 16, 2023
March 6, 2023
March 20, 2023
Immediately after contract execution
April 21, 2023
May 26, 2023
June 23, 2023
PROPOSED DATES:
Please provide proposed dates based on contract execution being March 20, 2023, for this project.
FEES:
Provide complete cost for the base bid.
Schematic Design (30%)
Design Development (60%)
Construction Documents (100%)
TOTAL LUMP SUM BID:
$
BID REQUEST #B2300055
Page 13
BID SUBMITTAL INSTRUCTIONS:
The following items must be completed and submitted with your bid
deadline of 10:00 AM on February 16, 2023:
on or before the bid opening
1) Pages 9 thru 15 of the Bid Specifications/Scope of Work.
2) W9, if applicable.*
3) Any future Addenda must be completed.
4) All other items as requested in the Bid Specifications/Scope of Work.
*A current W9 is required for new bidders. If you have previously worked with Weld County, only provide
your W9 if there has been a change.
Failure to include any of the above items upon submittal of your bid may result In your bid being
incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with
your bid it may be disqualified.
BID REQUEST #B2300055 Page 14
The undersigned, by his or her signature, hereby acknowledges and represents that:
1. The bid propcsed herein meets all of the conditions, specifications and special provisions set forth in
the Request for Bid No. #B2300055.
2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local
taxes
3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying
Bid sheets.
4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including,
but not limited to, product specifications and scope of services), and the formal acceptance of the bid by
Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of
the bid by Weld County.
5. Weld County -eserves the right to reject any and all bids, to waive any informality in the bids, and to
accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld
County. The bid(s) may be awarded to more than one vendor.
FIRM BY
(Please print)
BUSINESS
ADDRESS
CITY, STATE,
DATE
ZIP CODE
TELEPHONE NO
FAX TAX ID #
SIGNATURE E-MAIL
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000.
ATTEST:
Weld County Clerk to the Board
YOU DO NOT NEED TO SEND BACK PAGES 1 - 8.
BY:
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Deputy Clerk to he Board Mike Freeman, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller
PSRFB1022
BID REQUEST #B2300055 Page 15
I
C'
N
120'
r
Overhead
Door
Overhead
Oast
New Addition
I s=
of
0
a
•
C
r
Sae
C5
0
—_
_1r
algae
Remodel Area
- Add office and cubicle
space.
C
Weld County Facilities Expansion Design & Engineering Services
B2300055 -- QUESTION & ANSWERS
1. Question: The Scope of Work states Civil requirements include, but are not limited to,
certain items, which may contradict and/or are more extensive in Section 3 of the RFP.
Do you have a list of these contradicting/more extensive items?
Answer: No, scope or work is to include a full civil design that meets all Federal, State,
and Local requirements.
2. Question: Is Civil expected to be involved in the Schematic Design and Design
Development phases?
Answer: Yes
3. Question: The conceptual building location appears to be within the setback from
property line and blocks the access road between the existing building and the drive to
the south. Is that correct?
Answer: The property line shown on the GIS maps is not actually a property line. It is a
taxing district boundary. The addition will encroach on the road.
4. Question: The existing building is within the 500 -year floodplain. Will a portion of the
proposed building be within the 100 -year floodplain?
Answer: Currently the addition will only be located in the 500 -year flood plain.
5. Question: Will parking new stalls be needed to replace existing stalls being removed by
the new building?
Answer: Yes
6. Question: Please confirm that the property is in city limits and will be required to go
through the City's Site Plan Review application process.
Answer: Yes, the property is within the City of Greeley limits and will be required to go
through the City review that the consultants with this bid will need to attend and
spearhead.
7. Question: Can you confirm that the building is on City water and sewer services, with no
well and septic systems?
Answer: Yes
8. Question: "Post -Construction stormwater detention and water quality plans" — Is there
regional or existing detention/water quality provided or is new construction expected to
meet detention/water quality requirements?
Answer: New Construction is to meet detention/water quality requirements.
9. Question: Is the intent for proposed down drains on the expansion to sheet flow or
connect to an underground storm drain system?
Answer: This will need to be part of the consultant's design including all associated cost.
10. Question: Can you confirm that the design scope is to provide a performance
specification only, and the design of the extension of the fire protection system will be
handled during construction through a design -build fire protection contractor?
Answer: Yes, that is correct. However, design team will need to determine if the fire
sprinkler line and tap will need to be increased to accommodate the new addition.
l I . Question: Is a water tap upgrade anticipated to be required given the added restrooms?
Answer: This will need to be part of the consultant's design including all associated cost.
12. Question: Can the existing PDF drawings that the County has be made available during
the bidding process?
Answer: No, the awarded consultant will have access to any PDF drawings that the
County has.
13. Question: What is the anticipated square footage of the mezzanine area and what is the
intended use for the mezzanine?
Answer: Anticipated square footage of the mezzanine is the same as the anticipated office
space below. Light duty storage is the intended use. Consultant will need to confirm this
and include it as part of the design and engineering scope.
14. Question: Do the lump sum bids need to be submitted as a separate document or as part
of the technical proposal package?
Answer: Lump sum bids will need to be submitted per bid specifications with the
technical proposal package attached as the same document.
15. Question: Will they want a hoist in the new PEMB Shop area?
Answer: No
16. Question: Is the shop currently used for vehicle maintenance or will it be used for vehicle
maintenance after this expansion?
Answer: No maintenance.
17. Question: Will you be putting PV on the new roof or in the future should the design
accommodate that?
Answer: This will be part of the design process and is unknown at this time.
18. Question: Confirm, our fee is to include CA services for sub -consultants, civil, structural,
MEP? Is an hourly fee possible for CA?
Answer: Yes, Construction Administration (CA) services for sub -consultants' fees shall
be included. An hourly fee will not be accepted.
19. Question: What will the Contractor selection process look like for GC & Pre-engineered
metal building manufacturer? Will the GC or PEMB manufacturer be brought on board
prior to CD's to coordinate with the design team, or will it all be bid out after the CD's
are completed. We're looking at how to handle changes to PEMB foundations when the
final submittal comes.
Answer: General Contractor (GC) bids will be bid out after CD's are complete.
Coordination with GC and Design consultant is a requirement of the bid specifications.
Engineer will be responsible for reviewing building loads and reactions and to make any
adjustments in the structural designs that are necessary. All costs for these changes shall
be included in this bid.
20. Question: Confirm the final as built required on pp. 11 of the RFP is the consultants
Record sets? Or incorporating the contractors as -built comments?
Answer: Consultant shall include any relative and pertinent information from the
contractor into their record sets for final as-builts.
21. Question: The RFP talks about emergency or standby power as needed. Is Weld County
going to need a generator to be incorporated into the project?
Answer: There is an existing generator on site. It is unknown if a larger or secondary
generator will be required to meet the needs for emergency power on the expansion.
22. Question: What kind of shop activities are planned for the space? What is the magnitude
of equipment, so we have an idea of the scope of MEP loads?
Answer: Shop space is primarily going to be used for small projects including but not
limited to the use of pneumatic, corded power tools, and small machinery like a table
saw, or band saw and warehouse areas.
23. Question: How many trips do you anticipate for design each phase?
Answer: Refer to bid specifications. Weekly in person coordination meetings are a
requirement.
24. Question: Will expansion of the paging system to the new office and warehouse area be
required as part of the scope of work?
Answer: No, there is not an existing paging system.
25. Question: What engineering requirements are required as part of the pneumatic system
expansion?
Answer: The pneumatic system will need a full and complete design, including but not
limited to compressor size, piping, sound containment, and locations of all connections
for use.
26. Question: Will the site plan approval be through Greeley?
Answer: See question 6
27. Question: is water quality required for this addition? Public Works may have accounted
for it?
Answer: This will need to be part of the design process. All costs for the design if
necessary, shall be included in this bid.
28. Question: Is stormwater detention required?
Answer: This will need to be part of the design process. All costs for the design if
necessary, shall be included in this bid.
29. Question: Can the SWMP and CDPHE stormwater permit be excluded?
Answer: The permit will be the responsibility of the contractor when bid. However, full
design and engineering are required by the design consultant including all associated
cost.
30. Question: Will a Fireline be required?
Answer: This will need to be part of the consultant's design including all associated cost.
31. Question: Will there be any vehicle maintenance or fueling services in the shop
expansion? Pre -Bid, the answer was no.
Answer: No
32. Question: Pre -bid was mentioned that sprinkler & fire alarm would be deferred
delivery. Can you confirm? Does this still need to be part of the proposal?
Answer: See question 10
33. Question: Will water tap require size increase? I assume this will be part of design to
determine. Is the water tap size and pressure known?
Answer: This will need to be part of the consultant's design including all associated cost.
34. Question: Pre -bid it was mentioned the generator is a partial backup of the
building. Please confirm. How much of the addition will be tied to the generator?
Aiswer: Yes, generator is a partial backup. How much of the new addition will be tied to
the generator is unknown and will be part of the consultants design, including all
associated cost.
35. Question: Pre -bid can the County provide the Geotech report, from the testing being
performed on the day of pre -bid, to allow review prior to RFP response due dates?
Aiswer: Geotech report is not currently available and is not expected until after bids are
dLe.
36. Will design also need to include the as -built of current building?
Aiswer: Yes. The design plans shall also include a full as -build of the current building so
future needs for space planning, remodels, etc can be accounted for. Contractor shall
pr-nvide both PDFs and CAD for all drawings to the County.
Exhibit B
SCOPE OF WORK
Weld County
Facilities Expansion
Design and Engineering Services
OVERVIEW:
Weld County is seeking lump sum bids for professional design and engineering services for the expansion
of the existing Facilities Department office and shop. Facilities is located at 1105 Fl Street, Greeley
Colorado.
METHOD OF PROCUREMENT:
Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When
issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's
terms and conditions are required. Incomplete or non -responsive bids will be eliminated from
consideration. Low rice is the key consideration by Weld County in awarding an RFB the contract.
SCOPE OF WORK:
Weld County is needing professional design services for schematic design, design development,
construction documents, and construction administration to expand the existing Facilities office and shop
space. This will include an addition of an approximate 12,000 square feet single story on grade metal
building. This addition is primarily needed for shop/warehouse space. This design scope of work will also
include a small remodel to the existing office and shop space by expanding the office square footage by
approximately 1,200 square feet and reconfiguring some of the existing office layout and functionality.
➢ Attachment A — General Design Intent
General requirements and needs for the expansion and existing building will include but not limited to the
following.
• Additional restrooms.
• Additional offices including cubicle space.
• Relocation of existing doors and windows.
• Additional lighting and HVAC added to existing system(s).
• Relocation of existing HVAC equipment.
• Additional walls added to existing office space.
• New metal building office and shop. Approximately 120 feet by 100 feet or 12,000 square feet.
The new space will need to be primarily shop or warehouse space but will need to have the
capabilities for future office space expansion.
Location of new building falls within MS4 zoning.
Civil requirements will include but not limited to storm water management plan, grading, and
paving,
o Two overhead doors.
o Three-man door entrances/exits.
o Full heating system similar to the existing shop space.
o Full piped air system for pneumatic tools and equipment.
o Full electrical design to support existing equipment and expansion.
o Consultant will provide a full site survey to establish existing grades and building position in
relation to existing site features.
BID REQUEST #B2300055 Page 9
Weld County has a copy of the drawings for the existing building in scanned PDF's but does not have a
Computer Aided Design (CAD) version of drawings.
1. Consultant is responsible for and shall provide specifications, stamped drawings and engineering
documents for civil, architectural, structural, mechanical, plumbing, and electrical including fire.
These documents and specifications will be used for Weld County to seek bids for this addition and
remodel.
2. 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.
3. Consultant is responsible for the coordination with and the design requirements of the Weld County
Planning and Building department.
4. 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.
5. All design service requirements shall be a part of this contract and be all inclusive of a complete
building design for each space.
6. Consultant is required to verify 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 conmultant project manager shall be the primary point of contact and coordinate work effort,
resources, communications, document production, and billing on behalf of the consultant and team
members.
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 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).
BID REQUEST #62300055 Page 10
• Permit/Construction Documents (100% complete) — Provide two full and complete sets
of documents for permit review by Weld County Building Inspection (Planning
Department). These full and complete set of construction contract documents will
allow the County to solicit bids for actual construction of the project. Provide one
complete set in PDF and hard copy to the Facilities Department.
2. Architectural Design: Produce architectural plans for building structures. Guide selection of
exterior and interior finishes, interior design, and office space layout. This process will require
close coordination with Facilities Department staff to optimize the layout and details of
building spaces. In general, building structures shall be designed to maximize resiliency,
minimize long term life cycle costs and consider sustainable elements.
3. Civil Design: Produce civil design plan and specifications should the project scope require
including; plans for existing conditions, grading plans, pavement layout and section design,
civil details, water supply plans (may include supply well), wastewater disposal plans (may
include septic system), drainage plans, electrical and natural gas utility plans, erosion control
plans, and post -construction stormwater detention and water quality plans, Municipal Separate
Storm Sewer System (MS4) through Colorado Department of Public Health and Environment
(CDPHE).
4. Structural Design: Produce structural plans and specs in compliance with all state and local
building codes.
5. Mechanical, Electrical, and Plumbing Design: Produce mechanical, electrical and plumbing
plans in compliance with all State and Local building codes to provide fully functional
facilities upon completion of construction. Items to include but are not limited to the following:
heating ventilation and air conditioning plans, specs, equipment schedules and control
systems; plumbing plans, specs and equipment and fixture designation for water supply and
wastewater disposal; electrical plans, specs, schedules and diagramming for power, lighting,
and provisions for emergency standby power generation, if needed.
6. Telecommunications and data connectivity will be coordinated by County Information
Technology (IT) staff through a separate process. The design team for this proposal will only
be responsible for identifying electrical boxes and conduit locations which will be identified
by the County project team. The actual wiring and integration of technology components
(excluding HVAC Controls will be performed by County staff through separate procurement
processes.
7. Base bid shall include Construction Administration (CA) fees for reviewing and providing
clarification for shop drawings, Requests for Information (RFI), change orders, and weekly
one -hour on -site Owner -Architect -Contractor (OAC) meetings. The duration for OAC
meetings shall use 6 months for base bid. For additional CA work, identify the hourly rate in
table below.
8. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be
provided to the County.
PROJECT SUMMARY AND REPORT:
Upon completion of construction work, the Consultant shall prepare final as built of the Project.
1. Provide to Weld County one (2) sets of hardcopies and one (1) set of PDF documents of the
completed project. Along with AutoCAD files with final as built of the project.
2. Conduct a post -meeting debriefing discussion with the County Project Team.
BID REQUEST #82300055
Page 11
USE OF SUB CONSULTANTS:
The bidder shall iidicate in their bid any work intended to be performed by sub -consultants or persons
outside of their fire. The bidder 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 consulitant(s) must have Engineer(s) current State license(s).
• Must carry Professional Liability Insurance (PLI), also referred to as Professional Indemnity
Insurance (PH) 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 esseice, brevity is appreciated. Bidders should provide only the information requested,
and present it in a clear, concise manner. Incomplete bids may be rejected.
1. Signed SIGNATURE PAGE of this RFB
2. Summary of the bid, including Statement of Understanding showing familiarity with the
Scope of Work
3. Organizational chart and resumes of all key staff and core staff that will be involved with
providing services, including:
• Identify who will act as the primary contact person to Weld County for this project.
• List specific personnel proposed for the project team and provide a resume for each
of your proposed team members along with a copy of current state licensing for each
architect or engineer.
4. Proposed Project Schedule
• Dmcribe how your firm handles the various communications, including meetings
and project schedules to keep the project running smoothly.
• Describe how your firm can respond to quick -hitting design requests requiring
turnaround times to be expedited in some instances.
5. Statement of consultant's intent to sublet portions of the work, identifying what is intended
to be sublet.
• Include the name of the sub -consultant and a statement of qualifications of the sub -
consultant.
BID REQUEST 02300055 Page 12
AWARD AND AGREEMENT:
A Sample of Weld County's "Professional Services Agreement" is available upon request and included as
an attachment. It is expected that any exceptions or requested additions to the agreement be stated and
submitted with your bid. The County makes no guarantee any changes or concessions to the standard
agreement will be made but will review and consider all requests.
SCHEDULE:
Below is the anticipated schedule for this project:
Date of this Bid
Advertisement Date
Pre -bid conference
Bid Questions Due
Bids Are Due
Bid Award Notice
Contract Execution
Begin Design Services
Schematic Design (30%)
Design Development (60%)
Construction Documents (100%)
January 16, 2023
January 16, 2023
February 2, 2023
February 9, 2023
February 16, 2023
March 6, 2023
March 20, 2023
Immediately after contract execution
April 21, 2023
May 26, 2023
June 23, 2023
PROPOSED DATES:
Please provide proposed dates based on contract execution being March 20, 2023, for this project.
FEES:
Provide complete cost for the base bid.
Schematic Design (30%) April 21, 2023
Design Development (60%)
Construction Documents (100%)
TOTAL LUMP SUM BID:
May 19, 2023
June 16, 2023
79,330.00
BID REQUEST #0230{1055 Page 13
BID SUBMITTAL INSTRUCTIONS:
The following items must be completed and submitted with your bid on or before the bidrolaenim
deadline of 10;00 AM on February 4& 2023:
1) Pages 9 thru 15 of the Bid Specifications/Scope of Work.
2) W9, if applicable.*
3) Any future Addenda must be completed.
4) All other items as requested in the Bid Specifications/Scope of Work.
*A current W9 is required for new bidders. If you have previously worked with Weld County, only provide
your W9 if there has been a change.
Failure to include any of the above items upon submittal of your bid may result in your bid being
Incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with
your bid it may ie disqualified.
BID REQUEST #82300055 Page 14
The undersigned, by his or her signature, hereby acknowledges and represents that:
1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in
the Request for Bid No. #62300055.
2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local
taxes.
3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying
Bid sheets.
4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including,
but not limited to, product specifications and scope of services), and the formal acceptance of the bid by
Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of
the bid by Weld County.
5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to
accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld
County. The bid(s) may be awarded to more than one vendor.
FIRM Cairn Design, LLC
BY Kenneth Caudle, PE
(Please print)
BUSINESS
ADDRESS 1805 Sheely Drive DATE 02/16/2023
CITY, Fort Collins
STATE, CO 80526
ZIP CODE
TELEPHONE NO (970) 286-7968 FAX
TAX ID # 46-5622900
SIGNATURE E-MAIL ken@cairndesignllc.com
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- 8.
ATTEST:
Weld County Clerk to the Board
BY:
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Deputy Clerk to the Board Mike Freeman, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller
PSRFB1022
BID REQUEST #82300055 Page 15
CAIRDES-01
ACC;PR O"
CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDDIYYYY)
8/30/2022
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 net caefer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
PUI Agency of Colorado, Inc.
P.O. Box 3412
ON
1'CIME.TACT
ovf Exe : (720 465-9116 FAX
L ! ) LW, sop(248) 553-8305
Littleton, CO 801611406,,CKing@profundervaiters.com
4
-L
INSURER. AFFORDING COVERAGE
NAIL 11
INSURER A:RL) Insurance Company
13056
INSURED
Cairn Design, LLIC
1805 Shealy Drive
Fort Collins, CO80526
INSURER B L,�-_________-----------
___
INSURER C ,
INSURER D
INSURER E
INSURER F
CATE NUMBER:
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIO ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
INSR TYPE OF INSURANCE
LTR
��-
INSD yrVD
POLICY NUMBER
POLICY EFF
IMMIDDIYYYYf
POLICY EXP
IMMIDO/YYYYI
LIMITS
A X COMMERCIAL GENERAL LNBILITY
I
EACH OCCURRENCE
1,000,000
__ �,}
I i CLAIMS -MADE 'V� OCCUR
PSB0007254
9/1112022
9/11/2023
DAMAGE TO RENTED
PREMISES (Ea bticurrencel
$
MED EXP (Any one�erson
S. 10'000
PERSONAL 8 ADV INJURY
$ 1,000,000
$ 2,000,000
AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
_AEML
X POLICY L.1 Tef LOC
PRODUCTS - Coy :oP AGG
$ 2,000,000
OTHER:
A AUTOMOBILE
IJABILITY
ANY AUTO
PS.0007264
9/11/2022
9111/2023
COMBINED SINGLE LIMIT
BODILY INJURY (Per Demo.
1,000,000
S
X
OWNED
AUTOS ONLY
AUTOS ONLY
1 SCHEDULED
AUTOS
X AUTOS ONLY
BODILY INJURYYjPBr eCCide_
DER n QAMAGE
11
S
UMBRELLA LIAR OCCUR
EACH OCCURRENCE
$
EXCESS LIAR CLAIMS -MADE
AGGREGATE
I.
DED I RETENTION $
WORKERS COMPENSATION
ANDEMPLOYERS'LU181LITY
ANY PROPRIETggOE�R��/PARTNE7FXELUTIVE Y i N
Mandatory In NH) EXCLUDED? L._ _1
It yyes, tlescnbe untler
t>ESORIPTION OF OPERATIONS below
NIA
1 PEa OTH-
_I_SSATDT�_i,_ �
E.LEACH ACCIDENT
E L. DISEASE EA EMPLOYEE
E.L- DISEASE - POLICY LIMIT
__ _ „--.., -., •.
$
$_,..
$
A Architects/Engineers
A Architects/Engineers
RDP0048147
RDP0048147
9/11/2022
9/11/2022
9/11/2023
9/11/2023
Each Claim
Aggregate
1,000,000
2,000,000
DESCRIPTION OF OPERATIONS i LOCATIONS I VEHICLES IACORD 101, Additional Remarks Schedule, maybe attached If more apace le required)
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Weld County
tY
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS,
1150 O Street
Greeley, CO 80631
AUTHORIZED REPRESENTATIVE
I i
{
ACORD 25 (2016/03)
@ 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
Lookup Detail View
Licensee Information
This serves as primary source verification* of the license.
*Primary source verification: License information provided by the Colorado Division of Professions and Occupations, established by 24-34-102 C.R.S.
Name
Kenneth Ray Caudle
Public Address
IFort Collins, CO 80526
Credential Information
License
License
License
Original Issue
Effective
Expiration
Number
Method
License Type
Status
Date
Date
Date
PE.0048202
Endorsement
Professional
Active
12/10/2013
11/01/2021
10/31/2023
Engineer
Board/Program Actions
Discipline
There is no Discipline or Board Actions on file for this credential.
Generated on: 2/9/2022 5:33:34 PM
Lookup Detail View
Licensee Information
This serves as primary source verification* of the license.
*Primary source verificatiorr License information provided by the Colorado Division of Professions and Occupations, established by 24-34-102 C.R.S.
Name Public Address
Katherine Victoria Ligon
Fort Collins, CO 80526
Credential Information
License
License
License
License
Original Issue
Effective
Expiration
Number
Merthmt
Type
Status
Date
Date
Date
ARC.00404152
Endorsement
Architect
Active
11/12/2015
11/01/2021
10/31/2023
Board/Program Actions
Discipline
There is no Discipline or Board Actions on file for this credential.
Generated on: 2/9/2022 5c3202 PM
Lookup Detail View
Licensee Information
This serves as primary source verification* of the license.
*Primary source verification: License information provided by the Colorado Division of Professions and Occupations, established by 24-34-102 C.R.S.
Name
Bobby Shane Fry
Public Address
Fort Collins, CO 80522-0218
Credential Information
License
License
License
Original Issue
Effective
Expiration
Number
Method
License Type
Status
Date
Date
Date
PE.0051817
Examination
Professional
Active
12/13/2016
11/01/2021
10/31/2023
Engineer
Board/Program Actions
Discipline
There is no Discipline or Board Actions on file for this credential.
Generated on: 2/9/2022 5:36:20 PM
2/16/23, 7:18 AM
Print Lookup Details
Lookup Detail View
Licensee Information
This serves as primary source verification* of the license.
*Primary source verification: License information provided by the Colorado Division of Professions and Occupations, established by 24-
34-102 C.R.S.
Name
Steven Derek Carpenter
Public Address
Fort Collins, CO 80524
Credential Information
License
License
Original
Effective
Expiration
Number
License Method
License Type
Status
Issue Date
Date
Date
PE.0043003
Endorsement w/
Professional
Active
04/07/2009
11/01/2021
10/31/2023
NCEES Council
Engineer
Record
Board/Program Actions
Discipline
There is no Discipline or Board Actions on file for this credential.
Generated on: 2/16/2023 7:18:10 AM
https://apps.colorado.gov/dora/licensing/Lookup/PrintlicenseDetails.asPx7cred=45473&contact=206299 1/1
2/16/23, 7:17 AM
Print Lookup Details
Lookup Detail View
Licensee Information
This serves as primary source verification* of the license.
*Primary source verification: License information provided by the Colorado Division of Professions and Occupations, established by 24-
34-102 C.R.S.
I Name
Troy W. Campbell
Credential Information
License
License
License
Original
Effective
Expiration
Number
Method
License Type
Status
Issue Date
Date
Date
PE.0041159
Examination
Professional
Active
07/03/2007
11/01/2021
10/31/2023
Engineer
IPublic Address
IMead, CO 80542
Board/Program Actions
Discipline
IThere is no Discipline or Board Actions on file for this credential.
Generated on: 2/16/2023 7:17:21 AM
https:/lapps.colorado.gov/dora/licensing/Lookup/PrintLicenseDetails.aspx?cred=122318&contact=199952 1/1
Contract Form
Entity Information
Entity Name*
CAIRN DESIGN LLC
New Contract Request
Entity ID*
O00039527
New Entity?
Contract Name* Contract ID
FACILITIES EXPANSION DESIGN & ENGINEERING SERVICES 6762
Contract Status
CTB REVIEW
Contract Description *
FACILITIES EXPANSION
Contract Description 2
Contract Type*
CONTRACT
Amount*
579,330.00
Renewable*
NO
Automatic Renewal
Grant
IGA
Contract Lead
SGEESAMAN
Contract Lead Email
sgeesamanco.weld.co.us
Parent Contract ID
Requires Board Approval
YES
Department Project #
Department Requested BOCC Agenda Due Date
BUILDINGS AND GROUNDS Date* 03?23 2023
03x'27;2023
Department Email
CM-
BuildingGroundsOweldgov.c
Om
Department Head Email
CM-BuildingGrounds-
DeptHeadAweldgov.com
County Attorney
GENERAL COUNTY
ATTORNEY EMAIL
County Attorney Email
CM-
COU NTYATTO RN EY,PWELDG
OV.COM
If this is a renewal enter previous Contract ID
If this is part of a NSA enter NSA Contract ID
Will a work session with BOCC be required?*
NO
Does Contract require Purchasing Dept. to be included?
YES
Bid/RFP #*
82300055
Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in
On Base
Contract Dates
Effective Date
Review Date*
12;I82023
Renewal Date
Termination Notice Period
Committed Delivery Date
Expiration Date*
12,11 2023
Contact Information
Contact Info
Contact Name
Purchasing
Contact Type Contact Email Contact Phone 1 Contact Phone 2
Purchasing Approver Purchasing Approved Date
CHERYL PATTELLI 03 16 2023
Approval Process
Department Head
TOBY TAYLOR
DH Approved Date
03 .' 152023
Final Approval
BOCC Approved
BOCC Signed Date
BOCC Agenda Date
03x22:2023
Originator
SGEESAMAN
Finance Approver
CHERYL PATTELL1
Legal Counsel
BRUCE BARKER.
finance Approved Date Legal Counsel Approved Date
03 16 2023 03 16. 2023
Tyler Ref I
AG 032223
February 28, 2023
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: Toby Taylor
Subject: Facilities Expansion Design and Engineering Services (82300055)
As advertised this bid is for design and engineering services to expand the existing facilities building. The
low bid is from Cairn Design, LLC and meets specifications.
Therefore, since the low bid meets specifications, the Facilities Department is recommending the award
to Cairn Design, LLC in the amount of $79,330.00
If you have any questions, please contact meat extension 2023.
Sincerely,
Toby Taylor
Director
1023- 05C)"l
n/t3
WELD COUNTY PURCHASING
1150 O Street, Room #107, Greeley, CO 80631
reverett(cweldgov. corn
cgeisert(weldgov. corn
cmpeters(a�weldgov. com
Phone: (970) 400-4222, 4223 or 4216
Fax: (970) 400-4024
DATE OF BID: FEBRUARY 16, 2023
REQUEST FOR: FACILITIES EXPANSION DESIGN & ENGINEERING SERVICES
DEPARTMENT: FACILITIES
BID NO: B2300055
PRESENT DATE: FEBRUARY 22, 2023 (COUNTY CLOSED DUE TO INCLEMENT WEATHER) MOVED TO FEBRUARY 27, 2023
APPROVAL DATE: MARCH 8, 2023 MARCH 13, 2023
VENDOR
CAIRN DESIGN, LLC
1805 SHEELY DRIVE
FORT COLLINS, CO 80526
SCHEMATIC
DESIGN (30%)
4/21/2023
ROBERT SHREVE ARCHITECTS AND
PLANNER INC 4/21/2023
801 8TH STREET
GREELEY, CO 80631
COLLAB ARCHITECTURE 4/21/2023
9217 EASTMAN PARK DRIVE, UNIT 3
WINDSOR, CO 80550
GALLOWAY & COMPANY, INC. 4/21/2023
5265 RONALD REAGAN BLVD,
SUITE 210
JOHNSTOWN, CO 80534
CRESA WORKPLACE SOLUTIONS 4/21/2023
1512 LARIMER STREET, SUITE 100
DENVER, CO 80202
DESIGN
DEVELOPMENT (60%)
5/19/2023
5/25/2023
5/26/2023
5/26/2023
5/26/2023
CONSTRUCTION
DOCUMENTS (100%) TOTAL
6/16/2023 $79,330.00
6/23/2023
8/4/2023
6/23/2023
6/23/2023
$89,965.00
$94,250.00
$140,000.00
$195,690.00
2.023-0509
OUZO
PAGE 2
DATE OF BID: FEBRUARY 16, 2023
REQUEST FOR: FACILITIES EXPANSION DESIGN & ENGINEERING SERVICES
DEPARTMENT: FACILITIES
BID NO: B2300055
VENDOR
SCHEMATIC DESIGN CONSTRUCTION
DESIGN (30%) DEVELOPMENT (60%) DOCUMENTS (100%) TOTAL
D2C ARCHITECTS, INC. 4/21/2023
1212 SOUTH BROADWAY, SUITE 250
DENVER, CO 80210
COR ENGINEERING LLC
P.O. BOX 271550
FORT COLLINS, CO 80527
4/21/2023
WONG STRAUCH ARCHITECTS, PC 5/15/2023
820 SANTA FE DRIVE
DENVER, CO 80204
GSG ARCHITECTURE, INC.
3535 W. 121" STREET, SUITE C
GREELEY, CO 80634
4/21/2023
THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS.
5/26/2023 6/23/2023
5/26/2023 6/23/2023
7/3/2023 8/14/2023
5/26/2023 6/23/2023
$210,679.00
$237,950.21
$305,364.00
$335,970.00
Hello