Loading...
HomeMy WebLinkAbout20233032.tiffCOrII-va i1)} 76I X03 August 14, 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: 35th Avenue Tower UPS Replacement Design & Engineering Services (82300145) As advertised this bid is for Design & Engineering Services for 35th Tower UPS Replacement. The low bid is from Cairn Design, LLC in the amount of $33,165.00 and meets the specifications. Therefore, the Facilities Department is recommending the award to Cairn Design, LLC in the amount of $33,165.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director cone- dk (u/i1iz3 6&) /01/1/,25 2023-3032 Bel() OM PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND CAIRN DESIGN, LLC 35TH AVENUE TOWER UPS REPLACEMENT DESIGN & ENGINE RING SERVICES THIS AGREEMENT is made and entered into this �/ ' day of , 202- 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. B2300145. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 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. 2 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 $33,165.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no 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 3 and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the 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 4 the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. 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 forproperty 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. 5 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 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 fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 6 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Kenneth Caudle Position: PE Address: 1805 Sheely Dr. 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: ttaylor@weldgov.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. 7 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any 8 provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services 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. 9 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: Cairn Design, LLC By: 10/3/2023 Name: Title: Engineering Manager Ken Caudle, PE Date of Signature WELD COLE ATTEST: � • Weld BY: Deputy Clerk the : oard BOARD OF COUNTY COMMISSIONERS Clerk to the Board WELD COUNTY, COLORADO 10 ike Freeman, Chair OCT 1 2023 020°c-(50 ADDENDUM#1 BID REQUEST NO B2300145 35TH AVENUE TOWER UPS REPLACEMENT DESIGN & ENGINEERING SERVICES 1 Currently In the bid documents the following dates are listed incorrectly All other dates to remain unchanged unless otherwise noted in this addendum Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish July 26, 2023 August 14, 2023 August 28, 2023 Immediately upon receipt of signed contract October 31, 2023 Change The Following dates are to be used in lieu of the above dates listed Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish August 2, 2023 August 21, 2023 September 4, 2023 Immediately upon receipt of signed contract November 10, 2023 2 Currently In the questions and answers posted on 7-20-23 under questions 7 reference addendum Ito provide mechanical drawings as discussed in mandatory walk Change Reference the following pages for mechanical drawings Addendum received by July 25, 2023 ***We need signed copy on file Thank You,*** FIRM ADDRESS CITY AND STATE BY EMAIL AIR CONDITIONING UNIT SCHEDULE 3MT STN¢ `" iin I,, )may) wiT�l6 ,°,.3 PW 0® °GVY,W I°,N>K l 74 'v... rM M ly. tr ,..= n! M Imi.uL,n4. T.w M mMo Irv. M RL Mfi 1Nd --,-, DN. 61[� 0.!i) ..wIN:iJ06-" .meow —, 900° - 050 0! a — — ,-- - GA !T w - — — '1.Ale-- 12-,..,,qqH N>1 09ao r� m on a wu a00 I > Haas .0 9� >T w eo a»o bo '1..1.°•T>Lw IAT,yl4ggl. K !alrn0 ]Om ri m 0> : : a Wo : : bwM19! ra aw w t0 l5..0 tlD ',wl¢ipC N .l, —,.q41. Do>rw mm rT a 9 ieMle .a vn !T w m aun loe 'fiN.C Tzoa lA Llllggi. —u≥w °awc'I4--c ,w,m. l,-- i----4gr.,,,r s,-°—wn.i°aLz---e=---sarciiwrir a., v°ccr!.mt>Iweewm-v ---- iOmrJwrON.HIKON6rsCGi tiTO)KL001l0W.Cm'Oniel.Iedrrai.r. o0 EXHAUST FAN SCHEDULE rw.cc.T. n loon a imT.owv�.n t0 b3ID.e'.t fOOMY M MECHANICAL LEGEND .n .,„ F._ Afi WT 4M nali oT RJ IUD 06M WMIT m.G10:T /iRl .- 0uV9:TB1 GR RV3E pGnnf 1 ,..,:,_ M V 1mTo. MMlA 0.9lR A03 nensa wn 1moulaa wr°o10 ,_ iA f0.T Mt [� i9 T rYV w__ TRYIL ® , a',.., OOPICATOI{I®Lron.LNO IecL ceuoi9 osrteva rmr NrlM em�>cs 05i1OBtE JG. �L >VI 59YN> n+ew oorana.a awmx w aH .muwxn cuwierw qua 1P.17.21` 5103 SEC[ °@ '7. WL@I IIOEwR5 W 44TTx N 411 ® 4rTLT M4�i>[LTtlJ ® ��iii11 —Y— WWiNVATOmT. a.......... —0 mw.......a ................. ......VS MECHANICAL EQUIPMENT SCHEDULE UNT II° 5 1048 NAP D19IIDi✓P LLY.V IMT1G OWi. a,eaui,�eawrwT azc4s euwrw nrJ�c.pp I4i Q :110�91 F9C77� �2g;a �m �8 Q a 3 yW I 0 0 weLo rnwvn ALTFRNA7E COMMUNICAT/ONS CENTER eu��oi�G avDmo�u e•910H 9OMAVIXU[ R[HL[Y O HHftW HAUSER A R C H I T E C T S »m re 1 Ism sn ., mi aI t.wcw cec,,,ao aos.ln eht ee90}]a wo;. MECHANICAL FLOOR PLAN u"^6. Exhibit B Response to: Request for Bid 35th Avenue Tower UPS Replacement Design and Engineering Services Bid Number B2300145 Submitted by: Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 (970) 286-7968 Date: August 2, 2023 Summary and Statement of Understanding Statement of Understanding Cairn Design, LLC and the sub -consultants listed herein have thoroughly reviewed the issued RFP and all addenda. The mandatory Pre -Proposal conference was attended by the Project Manager, Ken Caudle, and the facility was visited during this conference. The general scope, as it pertains to the design and construction of the facility is as understood below: UPS Replacement The project consists of replacing two separate existing UPS systems with an integrated, redundant UPS system comprised of two UPSs, each sized to handle the entire load. The project also includes replacing two roof top HVAC units with two ground mounted units and patching the roof. The existing generator will be evaluated for the building load and replaced if necessary. The design will incorporate Weld County's standard building elements such as finishes, colors, door hardware, keying, card access, etc. Cairn Design, LLC is very familiar with the materials Weld County uses on their projects. Summary This response to the RFP is hereby submitted by Cairn Design, LLC with the following design team. Project Management, Architectural and Electrical Engineering Cairn Design, LLC is submitting this proposal and will be the prime. Cairn Design, LLC will lead all project management duties, architectural design, and electrical engineering. Mechanical and Plumbing Engineering Fry Engineering Structural Engineering if necessary JVA, Inc. Civil Engineering if necessary i2 Consultants, Inc. Team History The principals of Cairn Design, LLC have been working on projects together since the mid 1990's. They have been consultants on each other's projects periodically during this time and decided to create Cairn Design, LLC in 2017. Cairn Design, LLC has teamed with Fry Engineering, i2 Consultants Inc., and JVA, Inc. on several Weld County projects periodically over the years. Capabilities, Qualifications, History and Experience Cairn Design, LLC — Architecture, Project Management and Electrical Engineering Cairn Design, LLC, started in 2017 and located in Fort Collins, Colorado provides architectural and engineering services to the Colorado Front Range. As a woman -owned small business, we specialize in municipal; commercial; higher education; federal and local government; space planning; tenant fit - out; and telecommunications projects. We work to integrate high performance, sustainable principles in every design. With more than 50 years, combined, in the business, the owners of Cairn Design, LLC in Fort Collins, Colorado offer expert in-house Architectural and Electrical Engineering services. The principals collaborated on projects for more than twenty years, prior to forming the firm. We are licensed in several states throughout the country and are qualified to add more as needed. Primary areas of expertise include telecommunications; sustainable design; and commercial, higher education, and federal and local government projects. We have broad experience in both new construction and renovation projects. Our focus is working as a team with all members of the design build process, the owners, the users, the contractors and the consultants. The project manager for Cairn Design, LLC, Ken Caudle has extensive experience in medical and lab projects, large office projects, industrial projects and municipal projects including high - end Town Hall and City Council chambers with NV, sound and recording. With his experience in the medical and lab fields Ken was chosen to lead the electrical committee to update and rewrite the 2008 edition of the Design Requirements Manual for the National Institutes of Health. He was also the engineer of record for multiple biomedical labs, operating rooms and medical facilities at NIH in Bethesda, MD and Presbyterian Hospital in Charlotte, NC. Cairn Design, LLC has experience working with Weld County on the 2019 On -Call contract and provided design and construction administration services for: Centennial Courtrooms, DA Offices and HVAC Upgrades Justice Services Offices Weld County Jail Courtroom Building 1400 — Treasurer's Offices Public Works Storage Building and Public Works Truck Parking Weld County Sheriffs Range and Classroom Probation Offices Renovations Fry Engineering — Mechanical and Plumbing Engineering Fry Engineering offers over 25 years' experience in a combination of areas. This experience enables Fry Engineering to provide high - Y quality design work that meets project and code requirements. Our .principal's experience in mechanical contracting and air balancing fields gives us the ability to assess feasibility, cost and ease of implementation from a contractor's prospective. This combined with skills in design, consulting and project commissioning results in superior design for our clients. Fry Engineering, Inc. offers you a wide array of capabilities and experiences that make us a valuable addition to your team and the perfect choice for your next project. Fry Engineering, Inc. provides HVAC and Plumbing engineering, design and consulting services for projects throughout Colorado. Our firm covers a wide variety of commercial and industrial projects including; restaurants, retail spaces, commercial kitchens, offices, schools, hospitals and manufacturing facilities. Fry Engineering, works ardently throughout the project to ensure the clients' needs, expectations and project specifications are met. We offer a full range of HVAC and Plumbing design services including: Site Analysis, Existing Building System Analysis, Schematic Design, Design Development, Construction Document Production, and Building Performance Analysis. Fry Engineering has experience working with Weld County on the 2019 On -Call contract and provided design and construction administration services for: Centennial Courtrooms HVAC Upgrades Building 1400 — Treasurer's Offices Public Works Storage Building Weld County Sheriffs Range and Classroom Probation Offices Renovations CoNsuLT,, ENGINEERS JVA, Inc.- Structural Engineering JVA, Incorporated is a consulting structural, civil and environmental engineering firm headquartered in Boulder, Colorado with offices in Fort Collins, Winter Park, Glenwood Springs and Denver. JVA has a 63 -year history of engineering experience serving architects and owners on building projects, site development and water/wastewater projects throughout the Rocky Mountain area and nationwide. Our current staff size is 115. The principals are registered in Colorado and every state across the country. Key members of JVA's staff are LEED Accredited Professionals, and as a member of the USGBC, we are committed to sustainable design practices that promote high performance buildings and sustainable sites. We provided services on Bethke Elementary, which is the first school in the nation to be certified under LEED for Schools. Several of our projects have incorporated Green Roofs. As a leader in public work, our municipal experience includes town halls, community/senior centers, libraries, public safety facilities, fire stations and public parks. JVA's municipal work in Northern Colorado includes projects in Greeley, Fort Collins, Windsor, Johnstown, Erie and Firestone. We provided services on the recently completed Fort Collins Museum & Science Discovery Center. We are currently involved in parks & recreation projects in a half dozen communities across the state. JVA's office and commercial experience includes projects across the nation. Our early involvement to evaluate alternative building systems is important and we have expertise in structural steel, light gauge load -bearing steel, masonry, precast concrete, tilt -up concrete, and post -tensioned concrete structures. We have been involved in significant work for the University of Northern Colorado in Greeley that includes the UNC Music Library and UNC Music Technology Building. Our higher education experience also includes projects for Colorado State University, the University of Colorado in Boulder and Denver, Denver University, UCHSC at the Anschutz Medical Campus, Colorado School of Mines, Mesa College, and Western State College. JVA is noted for its involvement in K-12 educational and classroom facilities. With over several hundred schools to our credit, we are sensitive to keeping projects within budget and on schedule. JVA has experience working with Weld County on the 2019 On -Call contract and provided design and construction administration services for: Centennial Courtrooms HVAC Upgrades Public Works Storage Building Weld County Sheriffs Range and Classroom i2 Consultants, Inc.- Civil Engineering ■ Troy Campbell, owner of i2 Consultants, Inc., has more I than 26 years of diverse civil engineering experience. Troy formed i2 Consultants, Inc. in early 2020, as there was an opportunity in civil engineering to provide Consultants, Inc. excellent and timely service for land development and municipal clients and projects throughout Colorado. 12 Consultants, Inc. provides civil engineering design for multiple private and municipal projects such as the following: Fort Collins Montessori School, Fort Collins, Colorado. The project was also constrained by existing utilities adjacent to the project and is adjacent to two (2) arterial roadways. The site improvements included the building, parking areas, accesses and landscaping. The civil engineering design included utilities, roadway widening, detailed site grading, erosion control, low impact development and detention pond design. Frederick -Firestone Fire Protection District Station No. 4, Frederick, Colorado. The site needed to be raised out of the floodplain in order to become a buildable lot. The site improvements included the building, parking areas, accesses and landscaping. Berthoud Public Works Building. This project consisted of the civil engineering design for a single metal building with accesses on three sides. The site improvements included the building, parking areas, accesses and landscaping. The civil engineering design included utilities, detailed site grading, erosion control and drainage. Town of Firestone Town Hall Building Addition, Firestone, Colorado. The site improvements included the building addition, parking areas, accesses and landscaping. The civil engineering design included utilities, detailed site grading, erosion control and drainage. The existing elevations around the building consisted of significant grade changes and created challenges to design the addition at the same finished floor elevation as the existing building. Campus Style Industrial Development, Northern Colorado. This project consisted of the civil engineering design for three (3) metal buildings. The site improvements included the buildings, parking areas, accesses and landscaping. The civil engineering design included utilities, detailed site grading, erosion control and drainage. The project followed a Site Plan process and planning was required for future phases in an effort to accommodate the phased development. Coyote Gulch Regional Park, Northern Colorado. This roughly 5 -acre neighborhood park included shelters, courts, trails and a children's play area. The civil engineering design included detailed site grading, erosion control and drainage. The local municipality was the client and direct correspondence with the landscape architect, planner and municipal owner was required. Similar Projects Peak 10 Data Centers - Multiple Locations (NC,TN,FL,AL) Team Member: Ken Caudle, PE These projects included the design of large co -location data centers. Each facility was provided with full generator back-up and UPS systems for the data center. The UPS systems ranged in size from 350kVA to 750kVA. Lowe's Corporate Data Center - North Wilkesboro, NC Team Member: Ken Caudle, PE This project included the design and integration of multiple UPS systems. One system included three 375kVA UPSs tied together with a 1000A system control cabinet and one system included two 150kVA UPSs tied together with an 800A system control cabinet. Emergency Services Center - Fort Detrick, MD Team Member: Ken Caudle, PE This project included the design and integration a 150kVA UPS system with bypass isolation. The entire facility was provided with a 450kW generator. Weld County Sheriff's Range and Classroom — Weld County, Nunn, CO Team: Cairn Design, LLC; JVA, Inc.; Fry Engineering, Inc. This project included developing approximately 80 acres of undeveloped land in rural Weld County. Cairn Design assisted the County with regulatory changes in the land use by completing the ZPAG process which included community involvement and public review. Cairn Design, LLC provided project management, architectural design, electrical engineering, and coordination with the PEMB consultant. The 8,000 sqft PEMB, training building consists of two 100 person classrooms, large break room, restrooms with showers, offices and storage. Weld County Centennial Building, CHAN Building and West Annex — Weld County, Greeley, CO Team: Cairn Design, LLC; Fry Engineering, Inc. These projects included interior renovations along with roof patching and full roof replacements. Logan County Community Center — Logan County, Sterling, CO Team: Cairn Design, LLC; i2, Inc; JVA, Inc.; Fry Engineering, Inc. This project included the design of a new community center at the Logan County Fairgrounds. The 8,000 sqft PEMB, community center building consists of two large gang toilets, a commercial kitchen, storage and utility rooms. Resumes Cairn Design, LLC Katherine Ligon, RA, LEED AP Owner/Architect Katherine has 20 years of experience in architecture. Prior to creating Cairn Design, LLC in 2017, she worked for private consulting firms as well as the George Washington University system during her career. Her focus on planning and attention to detail has set her apart from many of her peers. As an architect, she gained valuable experience designing large, high-tech office and data center spaces for the national banks in her area. Higher education has also been a pertinent part of her design career and led her to become the Senior Planner and Campus Architect for George Washington University where she was able to work on many of the campus' varied projects. EDUCATION North Carolina State University Bachelor of Architecture REGISTRATIONS & CERTIFICATIONS Registered Architect — (RA) NC and CO LEED AP BD+C 2000 EXPERIENCE Owner/Architect — Cairn Design, LLC, Fort Collins, CO Architect/Senior Planner - George Washington University, Washington, DC Architect - Allex Jordan, Washington, DC Sustainability Consultant - GreenShape, Washington, DC Intern Architect - Chatelain Architects, Washington, DC Intern Architect / Sustainable Design Coordinator - Walter Robbs Callahan and Pierce Architects, Winston Salem, NC RELEVANT PROJECTS (PARTIAL LIST): Weld County Administration Building Construction Documents, Greeley CO Weld County Administration Building Space Planning, Greeley CO Weld County Generator Enclosure Southeast Service Center, Firestone, CO Excel Electric Office Building, Longmont, CO Westin Lobby Coffee Shop, Westminster, CO Wachovia Linden Center, Winston-Salem, NC Weld County Treasurer's Office, Greeley CO Weld County Public Works Storage Building, Greeley CO Weld County Centennial Courtrooms and DA Offices, Greeley CO Weld County Sheriff's Range and Classroom Building, Greeley CO Weld County Jail Courtroom, Greeley CO Weld County Justice Services Offices, Greeley CO Logan County Community Center, Sterling, CO Ken Caudle, PE, LEED AP Project Manager / Electrical Engineer Ken has 30 years' experience as an electrical, security, and communications engineer and has been the Engineering Manager at Cairn Design, LLC since 2017. He has and continues to provide design services for a variety of clients in the institutional, government and private sectors. He is an electrical system specialist. His responsibilities include expert technical plan/specification development, peer review and quality assurance field testing. Ken leads forensic investigations, condition surveys, field performance testing, technical report preparation and provided overall quality assurance. He is a Professional Electrical Engineer. With his experience in the medical and lab fields he was chosen to lead the electrical committee to update and rewrite the 2008 edition of the Design Requirements Manual for the National Institutes of Health. EDUCATION B.S. in Electrical Engineering Technology University of North Carolina at Charlotte REGISTRATIONS Professional Engineer (PE) — CO, NC, VA, MD, WY, CA Registered Communication Distribution Designer (RCDD) LEED AP PROFESSIONAL AFFILIATIONS Building Industry Consulting Services Inc. (BICSI) US Green Building Council 1991 1999 — 1' Registration 2003 - Inactive 2004 EXPERIENCE Engineering Manager - Cairn Design, LLC, Fort Collins, CO Director of Engineering - PCD Engineering, Longmont, CO Electrical Department Head/Manager - Alphatec, PC, Washington, DC Electrical Engineer II - HSMM, Washington, DC Electrical Engineer - Optima Engineering, Charlotte, NC Electrical Designer - KM Armstrong Associates, Charlotte, NC Controls Designer - Combs and Associates, Charlotte, NC Controls Designer - Honeywell, Inc, Charlotte, NC EXPERTISE Medium and low voltage power distribution Interior and exterior lighting Building and outside plant communications Project coordination Field surveys and construction administration RELEVANT PROJECTS (PARTIAL LIST): Weld County Sheriffs Range and Classroom Building Weld County Centennial Courtrooms, DA Offices and HVAC Upgrades Weld County Administration Building Construction Documents, Greeley CO Weld County Health Lab and Welding Shop Renovations, Greeley CO Weld County Generators - Three Locations, Firestone, Dacono and Fort Lupton, CO Logan County Community Center, Sterling, CO Boulder Housing Authority Kestrel Housing, Louisville, CO Building electrical systems Security, Access Control and CCTV Fire alarm and control systems Cost Estimating Emergency power systems Fry Engineering Shane Fry, PE, FryCo Systems, Inc. and Fry Engineering, Inc., Fort Collins, CO President: 2000 — present. Principal Mechanical Engineer Qualifications Colorado Licensed Professional Engineer Wyoming Licensed Professional Engineer National Balancing Institute certification. Commercial air balancing and systems diagnostics certification. Mechanical Contractor licenses in multiple jurisdictions. ASHRAE Full Member (American Society of Heating, Refrigeration, and Air Conditioning Engineers) ASPE Full Member (American Society of Plumbing Engineers) Education University of North Dakota (UND): B.S. in Mechanical Engineering and a Minor in Math - Graduated with honors. Engineering Responsibilities: HVAC/R Design - Designing high performance and energy efficient HVAC systems for a wide range of municipal, commercial, industrial, and institutional clients. These systems include complex multi -zone systems to simple single roof top unit (RTU) systems. I routinely perform heating and cooling load calculations as well as duct design calculations. A few of the systems and technologies I work with include precision DOAS (Dedicated Outdoor Air System) units, variable speed compressors, Demand Control Ventilation systems, Commercial Kitchen Ventilation Systems (Hood Systems), VAV systems, hydronic heating and cooling systems, comfort heating and cooling systems, walk-in cooler and freezers, process ventilation, and building management systems for HVAC control. My engineering experience is varied and extensive. Our HVAC projects include new construction, remodels, repair, and alteration. My recent design experience includes a wide variety of municipal design projects for Weld County, CO. Plumbing Design - I regularly design high performance and efficient Plumbing systems for our municipal, commercial, industrial, and institutional clients. My scope of plumbing design work includes domestic hot and cold -water systems, drain / waste / vent systems, sanitary and grease sewer, grease traps, hot water recirculation systems, fuel gas systems, water storage and pumping systems, and building water service. JVA, Inc. Steven D. Carpenter, PE, LEED AP Principal • Fort Collins • Structural Engineering Steven has more than 30 years' experience in structural engineering and has been with JVA for 6 years. EDUCATION B.S.C.E., North Carolina State University, 1988 M.C.E., North Carolina State University, 1991 REGISTRATION Professional Engineer Colorado, 2009 North Carolina, 1993 Tennessee, 2008 Wyoming, 2009 Nebraska, 2017 Montana, 2018 LEED AP PROFESSIONAL ORGANIZATIONS USGBC ICRI SEAC PROJECT EXPERIENCE Greeley Fire Station #1, Greeley, CO Greeley City Center, Greeley, CO CSU Medical Center, Colorado State University, Fort Collins, CO CSU ARDEC, Fort Collins CO CSURF 2537 Research Boulevard Office Building — Fort Collins, CO CSURF 2401 Research Boulevard Office Renovation — Fort Collins, CO CSURF CAT 23, Lot 2 - Fort Collins, CO FRCC Larimer Redcloud Peak Renovations — Fort Collins, CO FRCC Larimer Mt. Antero Additions and Renovations — Fort Collins, CO FRCC Larimer Blanca Peak Renovations — Fort Collins, CO University of Wyoming — Enzi STEM Building, Laramie, WY Wyoming Medical Center — West Tower, Casper, WY Wyoming Medical Center — MRI, Casper, WY Weld County Sheriffs Range and Classroom Building Weld County Public Works Storage Building Logan County Community Center, Sterling, CO Troy W. Campbell, PE President/Senior Project Engineer i2 Consultants, Inc - Civil Engineering Mr. Campbell has more than 26 years of diverse civil engineering experience. Troy formed i2 Consultants, Inc. in early 2020. EDUCATION B.S., Civil Engineering, Gonzaga University — Spokane, WA M.B.A., Colorado State University — Ft. Collins, CO REGISTRATION Professional Engineer Colorado PROJECT EXPERIENCE Mr. Campbell's experience extends across the Front Range of Colorado and into mountain communities. The following accomplishments are representative of Troy's project abilities relevant to this proposal: Frederick -Firestone Fire Protection District Fire Station No. 4, Frederick, CO Thornton Fire Department Warm Vehicle Storage Building, Thornton, CO Town of Firestone Public Works Building Addition Water Quality, SWMP and Drainage Design, Firestone, CO Town of Firestone Town Hall Building Addition, Firestone, CO Berthoud Public Works Building, Berthoud, CO High Plains Library District Gilcrest, CO High Plains Library District Building Addition, Greeley, CO Wiggins School District, Wiggins Campus — Wiggins, CO: . 3rd Street Roadway and Utility Design, Mead, CO Agfinity/Cenex Site Redevelopment, Greeley, CO Agfinity Station Mead, Mead, CO East Countyline Road Bridge over St. Vrain Creek, Boulder County, CO 83rd Street Bridge over the Little Thompson River, Boulder County, CO Sunset Street Bridge over the St. Vrain Creek, Longmont, CO Maplewood Lot 3, Block 3 Office Development, Eaton, CO Loveland Ford, Loveland, CO Greenridge Site Development, Windsor, CO St. Cloud Office Building Development, Loveland, CO Greendale Site Development (3 buildings), Windsor, CO Coyote Gulch Neighborhood Park, Windsor, CO` Logan County Community Center, Sterling, CO Agfinity Greeley, Site Reconstruction, Greeley, CO Schedule and Approach From the kick-off meeting through design, the team will transfer the knowledge of what the client and end users require in their facilities and use this information to develop a design that meets the needs of the occupants at the budgets set by the funding. This information will be ascertained by weekly meetings, interviews, and design charettes. The flow of information in both directions and effective communication will allow the design team to actively massage the design to benefit of the project and keep the client informed of design changes as they happen. The Cairn Design, LLC project manager, Ken Caudle, will be a consistent presence throughout design and construction. By having this constant point of contact, the team will be able to ensure the flow of information and receive positive feedback from the end users. If necessary, the project manager will record and issue meeting minutes and develop a Design Progress Log that will include the proposed design schedule, information required for the design, the responsible party, due date, schedule impact and completion date. Copies of the Design Progress Log will be provided to everyone on the team prior to the weekly design meetings. Meeting minutes will be kept by the project manager and issued to the team after each weekly design meeting. The design schedule will be updated weekly and any delays noted The list of deliverables is noted in the proposed schedule; however, the design team will provide current sets of plans at each weekly meeting to review with the County. These plans will be notated and marked up during each meeting in order to ensure the design progresses and all comments are incorporated before the next meeting. Full size pdf sets of the design documents will be provided at the milestone DD and SD submissions. Smaller print outs will be provided at the weekly design meetings for review and mark-ups. Full size pdf and hard copy (if necessary) of signed and sealed drawings and specifications will be provided at the design completion for permit and construction. As -built drawings, CAD files and specifications will be provided at the end of construction. For the existing portions of the facilities, obtaining accurate as -built information by field surveys, will be the first task for the design. The designers will use this information to define the limits of demolition and the condition of any existing system to remain. The condition of the systems will be evaluated, and the design team will make recommendations on replacing or keeping the system. Once the as -built conditions are complete, the team will start weekly meetings to develop the scope for the project and continue this process until the design is complete. The project manager will constantly review the documents during design for quality control and coordination. With multiple UPS and HVAC systems designs completed, the design team can develop a fully functional, modern UPS system to last the County decades. Special attention will be given to ensure the systems are designed with the robustness necessary for longevity in their intended use. Having provided several project design services for Weld County, the design team understands the needs of the County and the desire to standardize on finishes and building elements. We know the colors, materials, fixtures, hardware and equipment the County uses and have a tried and true specifications to ensure the County receives what is required during construction. Proposed Schedule The main point of contact for the project will be the Cairn Design, LLC project manager, Ken Caudle. The project manager will attend all design and construction meetings and be involved throughout the entire project. All correspondence between the design team, sub -consultants, equipment providers and the owner's team will include or originate with the project manager. Cairn Design, LLC has increased their production staff to handle the increased workload and any possible future projects and/or scope changes. Cairn Design, LLC has also chosen and contracted with sub -consultants with the experience and manpower to address any quick turnaround requests. Cairn Design, LLC and the rest of the design team understands and has worked through the addition and prioritizing of projects during the previous on -call contracts with Weld County. The project team anticipates following the schedule in the RFP and will attempt to condense the time frame. Contract Execution September 4, 2023 Construction Documents November 10, 2023 Rate Sheet, Reimbursable Estimate, Original Solicitation, Support Information, Insurance, etc. Cairn Design, LLC 2023 Hourly Rate Sheet Design Architect / Engineer Principal Project Manager Project Architect Drafter Administration Secretarial Rate $185.00 $175.00 $165.00 , $110.00 $10070-b--1 E $80.00 We estimate approximately $400.00 in reimbursable expenses on this project to include mileage and printing. SCOPE OF WORK Engineering and Architectural Services for 35th Tower UPS Replacement PROJECT OVERVIEW: Weld County is seeking engineering and architectural services to replace existing UPSs in our data rooms located at the following building and address. The new UPS systems is to be redundant which will allow for future maintenance and potential failures. . 35th Tower — 3105 35' Ave. Greeley, CO 80634 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. PROJECT SCOPE: The scope of this project is for the design and engineering services to replace the existing UPS systems, upgrade the HVAC, and emergency power systems. The current UPS system consists of two separate UPS's, each powering a portion of the building. This project will design a new UPS that is sized large enough to power all of the equipment as well as a completely separate redundant UPS system to be used in case of the loss of the primary system. The existing emergency generator for the building will need to be evaluated for size and condition to determine if this needs to be upgraded or upsized as well. This project will also include the re -design and replacement of the HVAC system for the building. The building currently has an RTU mounted on the roof. This project will design a new ground mounted HVAC system and remove the existing RTU and patch and repair the existing RTU opening. This project may or may not require additional architectural and structural design to facilitate these changes. 1. Consultant will be responsible for designing all scopes of work as outlined and specified in the projects contract documents that have been provided during this bid request per the attachments outlined below and this scope of work. The below Scope of Work should be considered as the minimum that the consultant shall provide within the bid. PROJECT SPECIFIC TERMS AND CONDITIONS: 1. Existing units are as follows. a. 3515 Tower: i. 30KVA Liebert NXb ii. 90 KVA Liebert APM 2. The consultant to provide a design that replaces the units specified above. Additionally, each new UPS systems will need to be redundant to allow for future UPS units to be added, repairs, or maintenance. 3. New UPS systems to be designed around APC and specified within the drawings. 4. Consultant is responsible for providing Weld County a full assessment to ensure that the proper UPS system sizes are applicable to the current building loads. BID REQUEST #B2300145 Page 9 5. Consultant must provide design criteria for all necessary components and accessories to provide a fully functional system which may include but not limited to batteries, racks, control panels, power module, bypass panels, static switches, fuse's, wiring or any other component needed to provide a fully functional system. 6. Consultant to provide phasing for contractor to allow the existing units to be removed and the new units to be installed without interrupting the system(s) that the UPS units serve. 7. Consultant to analyze current generator power and provide design services if necessary to replace the generator to accommodate new UPS design and HVAC design. 8. Consultant is to include design for new HVAC systems which includes but not limited to demolition of roof top unit, patching roof, and providing a new HVAC system located at ground level next to the current structure. Design team to evaluate sizing of HVAC equipment is adequate for current occupancy and new UPS equipment. Existing duct work to be evaluated to confirm it is adequate for the new HVAC system. 9. Design team to provide full architectural, civil, structural, electrical, and mechanical drawings which will be issued to the planning department for review and permits. PLANS / DOCUMENTS: (At a minimum the county requires the following) 1. Single -Line drawings 2. Load Calculations for generator sizing and UPS replacements 3. Panel Schedules 4. Plan and Section Views of new equipment locations 5. Conduit routing plans 6. Civil plans 7. Mechanical plans 8. Structural drawings 9. Architectural drawings 10. Electrical and Control drawings, including wiring schematics for all new systems and connections to existing systems I I . Complete package of vendor drawings from the approval stage through final design 12. Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County. 13. All related engineering calculations, QA/QC, and manufactured equipment documentation 14. Any and all other items required by referenced codes, standards, and ordinances DATA AND INFORMATION REVIEW: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsible for: A. Local, state, and federal regulations. B. Weld County will provide copies of existing plans, as -needed, on a per -project basis.Computer- Aided Design (CAD)/ AutoCAD copies of plans are typically NOT available. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built of the Project. A. Provide to Weld County one (1) hardcopy and one (1) set of PDF documents of thecompleted project documented along with AutoCAD files with final as -built of the Project. BID REQUEST #B2300145 Page 10 B. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The proposer shall indicate in their bid any work intended to be performed by sub- consultants or persons outside of the firm. The proposer shall name the sub -consultants, if known,at the time of bid submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultant(s) must have Architect(s)/Engineer(s) current State license(s). • Must carry Professional Liability Insurance (PLI), also called Professional Indemnity Insurance (PII) but more commonly known as errors & omission (E&O). AWARD AND AGREEMENT: A Sample of Weld County's "Professional Services Agreement" is included with this Request for bid and posted on the web site. It is expected that any exceptions or requested additions to the attached 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: 1. Contractor is responsible for providing and maintaining a full project schedule as well as a look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish June 29, 2023 June 29, 2023 July 12, 2023 July 19, 2023 July 26, 2023 August 14, 2023 August 28, 2023 Immediately upon receipt of signed contract October 31, 2023 BID REQUEST #82300145 Page 11 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being August 28, 2023. Construction Start: Construction Finish: Fee: Provide your total lump sum cost to complete the project. September 4, 2023 November 10, 2023 Total Lump Sum Cost $ 33,165.00 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on July 26.2023: 1) Pages 9 thru 13 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 #B2300145 Page 12 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. #82300145. 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 BUSINESS ADDRESS 1805 Sheely Drive CITY, Fort Collins STATE, CO 80526 BY Kenneth Caudle, PE (Please print) DATE 08/2/2023 ZIP CODE TELEPHONE NO 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: Deputy Clerk to the Board BID REQUEST #B2300145 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0323 Page 13 ADDENDUM#1 BID REQUEST NO. B2300145 35TH AVENUE TOWER UPS REPLACEMENT DESIGN & ENGINEERING SERVICES I .Currently: In the bid documents the following dates are listed incorrectly. All other dates to remain unchanged unless otherwise noted in this addendum. Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish July 26, 2023 August 14, 2023 August 28, 2023 Immediately upon receipt of signed contract October 31, 2023 Change: The Following dates are to be used in lieu of the above dates listed. Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish August 2, 2023 August 21, 2023 September 4, 2023 Immediately upon receipt of signed contract. November 10, 2023 2. Currently: In the questions and answers posted on 7-20-23 under questions 7 reference addendum I to provide mechanical drawings as discussed in mandatory walk. Change: Reference the following pages for mechanical drawings. Addendum received by: July 25, 2023 ***We need signed cony on file. Thank You!*** Cairn Design, LLC FIRM 1805 Sheely Drive ADDRESS Fort Collins, CO 80526 CITY AND STATE Ken Caudle, PE BY Ken@cairndesignlIc.com EMAIL CKING ACOREY 4,...... ----CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 10/4/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER PUI Agency of Colorado, Inc. P.O, Box 3412 Littleton, CO 80161 CONT ACT NAME: ac°O," o , E><c): (720) 465-9116 I aC�, No):(248) 553-8305 Mass: CKing@profunderwriters.com INSURERS) AFFORDING COVERAGE NAIL # INSURER A:RLI Insurance Company 13056 INSURED Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIO ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TM TYPE OF INSURANCE ADDL We INSD We POLICY NUMBER POLICY EFF (MMIDD/YYYY1 POLICY EXP (MM/DDIYI'YYI LIMITS A X COMMERCIAL GENERAL LIABILITY J CLAIMS -MADE OCCUR PSB0007254 9/11/2023 9/11/2024 EACH OCCURRENCE $ 1,000,000 DAMAGETORENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ 10,000 PERSONAL 8, ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY 76)- L. OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY X HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY PSB0007254 9/11/2023 9/11/2024 COMBINEnDt) SINGLE LIMIT (Ea accide $ 1,000,000 BODILY INJURY (Per person) I BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ari/M it EXCLUDEDXECUTIVE ❑ (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA I STATUTE I I OERH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A A Professional Liab Professional Liab RDP0051959 RDP0051959 9/11/2023 9/11/2023 9/11/2024 9/11/2024 Each Claim Aggregate 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Weld Count Y 1150 O Street Greeley, CO 80631 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ntr ct F Entity Information Entity Name * CAIRN DESIGN LLC Entity ID* @00039527 Q New Entity? Contract Name" Contract ID 35TH AVE. TOWER UPS REPLACEMENT ENGINEERING & 7463 DESIGN SERVICES Contract Status CTB REVIEW Contract Lead * SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.0 s;Iredfern@weldgov.com Contract Description* DESIGN SERVICES FOR UPS REPLACEMENT AT THE 35TH AVENUE TOWER Contract Description 2 Contract Type * CONTRACT Amount* $ 33,165.00 Renewable" NO Automatic Renewal Grant IGA Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 10/07/2023 GROUNDS 10/11/2023 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300145 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date* 12/31/2023 Committed Delivery Date Renewal Date Expiration Date* 12/31/2023 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 10/09/2023 Approval Process Department Head Finance Approver Legal Counsel TOBY TAYLOR CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 10/05/2023 10/08/2023 10/09/2023 Final Approval BOCC Approved Tyler Ref # AG 101123 BOCC Signed Date Originator SGEESAMAN BOCC Agenda Date 10/11/2023 Hello