Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20230988.tiff
C;tn+vac'F :x11-(o9g PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND GSG ARCHITECTURE INC. ISLAND GROVE BUILDING CONCEPTUAL DESIGN & BUDGETING SERVICES THIS AGREEMENT is made and entered into this 2.54kday of Apr, 2023, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and GSG Architecture, Inc. 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 (REP) as set forth in Bid Package No. B2300092. 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 ConsenklAoye.ndfx Si/Z3 Cc:�� 1623 --09n BEOOZ5 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 fWteen (15) days after receiving such notice to cure such breach. Upon termination, County stall 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- INCOMPI—ETE." 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 eutided 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 fur 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. la 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 Couny shall require changes in the scope, character, or complexity of the work to be performer, and said changes cause an increase or decrease in the time required or the costs to the Contract°: fir performance, an equitable adjustment in fees and completion time shall be negotiates 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 performarce 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 Agreemert, 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 $29,550.00 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. Confdentiality. 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, e= 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 peson 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 Agree =Went. Contractor further represents and warrants that all Work shall be performed by qualified pesonnel 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 lctble 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 small not in any way relieve Contractor of responsibility for the quality and accuracy of the projerr. 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 Contracts-, 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 I.y 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 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 subccmtractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudalt, 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 i= may deem necessary to cover its obligations and liabilities under this Agreement. e. Certi5cation of Compliance with Insurance Requirements. The Contractor stipulates that it hasenet 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 fulfillm enc 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 wall 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 a acted 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 cim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery a: 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: James G. Holloway Position: CEO/ Principal Address: 3535 West 12`s Street Suite C Address: Greeley, CO. 80634 E-mail: jholloway@gsgarchitecture.com Phone: 970-888-3273 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. 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 Agreement. This Agreement may be changed or supplemented only by a written instrument signed by bcch parties. 22. Func 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 wry 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 requirement!) shall survive any such expiration or termination. 25. SEAT -ability. 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 oravisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable new or hereafter amended. 27. No Third Party Beneficiary. It is expressly understood and agreed that the enforcementof 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 undersignrd parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Boa.el 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. Choke of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, slat 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 regulatiors gall be null and void. In the event of a legal dispute between the parties, Contractor agrees that tie 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: GSG Architecture, Inc. 9/7s�aog3 Date of Signature WELD COj ZI c - J L ATTES dv G �/..�0' Wel . opnty Clerk to t e Board 10 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ike Freeman, Chair MAY 0 8 2023 c2oa.5 —o 928 REQUEST FOR PROPOSALS WELD COUNTY, COLORADO 1150 0 STREET GREELEY, CO 80631 Exhibit A r DATE: MARCH 21, 2023 .; k U_ 9.51.; PROPOSAL NUMBER: B2300092 DESCRIPTION: ISLAND GROVE BUILDING CONCEPTUAL DESIGN & BUDGETING SERVICES DEPARTMENT: FACILITIES MANDATORY PRE -PROPOSAL CONFERENCE DATE: MARCH 28, 2023 BID OPENING DATE: APRIL 6, 2023 1. NOTICE TO VENDORS: 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: ISLAND GROVE BUILDING CONCEPTUAL DESIGN & BUDGETING SERVICES A mandatory pre -proposal conference will be held on March 28, 2023 at 2:00 PM at the Weld County Facilities Building located at 1105 H Street, Greeley, CO 80631. Vendors must participate and record their presence at the pre -proposal conference to be eligible to submit proposals. Question submission deadline: March 31, 2023 by 3:00 PM. Email questions to: bidsweldgov.com. Questions and Answers will be posted on https://www.bidnetdirect.com/ on or before April 3, 2023 by 5:00 PM. Proposals will be received until: April 6, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted proposals will be read over a Microsoft Teams Conference Call on April 6, 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: 841 624 986# PAGES 1 - 8 OF THIS REQUEST FOR PROPOSALS 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. PROPOSAL SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO PROPOSE: Weld County requests proposals for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Proposals 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 Vendor will expect Weld County to pay if awarded the proposal. 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, addendum, and awards on this one centralized system. Proposal Deily( ni to Weld County: A. Emailed pnposals are required. Email proposals to bids@weldgov.com; however, if your proposal exceeds 25MB ple.4se upload it to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB B. PDF fornx is required. Emailed proposals must include the following statement on the email: "I hereby waive rr y right to a sealed proposal". An email confirmation will be sent when your proposal is received. Please c all Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCT ONS TO VENDORS: INTRODUCTORY INFORMATION: Proposals shall b.- typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each proposal must give the full business address of vendor and be signed by him with his usual signature. P~oposals by partnerships must furnish the full names of all partners and must be signed with the partnerthi ) name by one of the members of the partnership or by an authorized representative, followed by the §gr ature and title of the person signing. Proposals by corporations must be signed with the legal name of th corporation. followed by the name of the state of the incorporation and by the signature and title of the p -e: ident, secretary, or other person authorized to bind it in the matter. The name of each person signing s is I also be typed or printed below the signature. A proposal by a person who affixes to his signature the wo .d president," "secretary," "agent," or other title without disclosing his principal, may be held to be the proposal of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Vendor. All corrections or eras_rres shall be initialed by the person signing the proposal. All vendors shall agree to comply with all of tt e conditions, requirements, specifications, and/or instructions of this proposal as stated or implied hereir . All designations and prices shall be fully and clearly set forth. All blank spaces in the proposal forms s I be suitably filled in. Vendors are required to use the Proposal Forms which are included in this package anc on the basis indicated in the Proposal Forms. The Proposal must be filled out completely, in detail, and signet by the Vendor. Late or unsignec poposals shall not be accepted or considered. It is the responsibility of the Vendor to ensure that the pro )osal arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, en. itle-d, "Notice to Vendors." Proposals received prior to the time of opening will be kept unopened in a sect ire place. No responsibility will attach to the Weld County Controller for the premature opening of a prcpcsal not properly addressed and identified. Proposals may be withdrawn upon written request to and anp~oval of the Weld County Controller: said request being received from the withdrawing Vendor prior to the me fixed for award. Negligence on the part of a Vendor in preparing the proposal confers no right for the w th irawal of the proposal after it has been awarded. Vendors are expected to examine the conditions, speci icitions, and all instructions contained herein, failure to do so will be at the Vendors' risk. In accordance wi h Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld :c unty Vendors in all cases where said proposals are competitive in price and quality. It is also understood The: Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-114-110 (when it is accepting proposals for the purchase of any books, stationery, records, printing, lithograph' ig or other supplies for any officer of Weld County). Weld County reserves the right to reject any and a I r roposals, to waive any informality in the proposals, to award the proposal to multiple vendors, and to accpt the proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld C )unty. The proposal(s) may be awarded to more than one vendor. In submitting the proposal, the Vendor agrees that the signed proposal submitted, all of the documents of the Request for Prnosal contained herein (including, but not limited to.. product specifications and scope of services), the su :c-ssful Vendor's response, and the formal acceptance of the proposal by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the proposal by Weld County. TI- e county may require a separate contract, which if required, has been made a part of this RFP. PROPOSAL REQUE 3T #B2300092 Page 2 4. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the proposal, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages Vendors from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the Vendor shall be transmitted separately from the main proposal submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful Vendor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The Vendor 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 proposal 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 proposal 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 Governmental Immunity Act §§24-10-101 et seq.. as applicable now or hereafter amended. D. Independent Contractor: The successful Vendor 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 Vendor nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful Vendor 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 Vendor or any of its agents or employees. Unemployment insurance benefits will be available to the successful Vendor and its employees and agents only if such coverage is made available by the successful Vendor or a third party. The successful Vendor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful Vendor 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 Vendor 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 Vendor 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. PROPOSAL REQUEST #B2300092 Page 3 G. No Third -'arty Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of he terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly r=arved to the undersigned parties and nothing in the contract shall give or allow any claim or right of actior wiatsoever by any other person not included in the contract. It is the express intention of the undersignec parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attornel's Fees/Legal Costs: In the event of a dispute between Weld County and the successful Vendor, concerrinij the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of z ttc)rney fees and/or legal costs incurred by or on behalf of the successful Vendor. I. Disadva staged Business Enterprises: Weld County assures that disadvantaged business enterprises will he afforded full opportunity to submit proposals in response to all invitations and will not be discriminated awinst on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurer € nt and Performance: The successful Vendor agrees to procure the materials, equipment and/or products icessary for the project and agrees to diligently provide all services, labor, personnel and materials necesE arj to perform and complete the project. The successful Vendor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Proposal within the time limits prescribed by County may result in County's decision to withhold payment or to to -rn nate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and sha I continue through and until successful Vendor's completion of the responsibilities described in the Proposal. L. Terminat ion: County has the right to terminate this Agreement, with or without cause on thirty (30) days written not cc. Furthermore. this Agreement may be terminated at any time without notice upon a material breach of The terms of the Agreement. M. Extension n Modification: Any amendments or modifications to this agreement shall be in writing signed by both part es. No additional services or work performed by the successful Vendor shall be the basis for additional compensation unless and until the successful Vendor has obtained written authorization and acknowledgement )y County for such additional services. Accordingly, no claim that the County has been unjustly enrichec b� any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of a iy increase in the compensation payable hereunder. N. Subcont actors: The successful Vendor acknowledges that County has entered into this Agreement in reliance upon th 3 particular reputation and expertise of the successful Vendor. The successful Vendor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, wiich may be withheld in County's sole discretion. County shall have the right in its reasonable discreti )n to approve all personnel assigned to the subject Project during the performance of this Agreement and nc personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Prc ject. The successful Vendor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful Vendor by the terms of His Agreement, and to assume toward the successful Vendor all the obligations and responsibilities wnich the successful Vendor, by this Agreement, assumes toward County. County shall have the right (but not th obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successfu Vendor and the successful Vendor shall cooperate in such process. The successful Vendor shall be responsble for the acts and omissions of its agents, employees and subcontractors. 0. Warranty: The successful Vendor warrants that services performed under this Agreement will be performed in a rna iner consistent with the standards governing such services and the provisions of this PROPOSAL REQl1E ST #82300092 Page 4 Agreement. The successful Vendor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The Vendor warrants 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 Vendor 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 Vendor 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 proposal for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Vendor shall submit with their proposals the following information pertaining to the equipment upon which the proposals are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful Vendor 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 Vendor 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 Vendor 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 Vendor's services and the successful Vendor shall not employ any person having such known interests. During the term of this Agreement, the successful Vendor 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 Vendor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful Vendor nor any member of the successful Vendor'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 Vendor's operations, or authorizes funding to the successful Vendor. 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. PROPOSAL REQUEST #B2300092 Page 5 V. Board o: County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been aproved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compersztion Amount: Upon the successful Vendor's successful completion of the service, and County's accevar se of the same, County agrees to pay an amount no greater than the amount of the accepted propo; al The successful Vendor 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 clegated employee, or by formal resolution of the Weld County Board of County Commissioners, a: required pursuant to the Weld County Code. X. Taxes: Co anty will not withhold any taxes from monies paid to the successful Vendor hereunder and the successful ter dor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payment made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or d )uble time rates for work done outside of normal business hours unless specifically authorized in wrcing by County. 6. INSURA ICE REQUIREMENTS: Insurance and ndemnification. 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 tin- es during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer 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 a iy Df the above -described policies by canceled or should any coverage be reduced before the expiration date tie eof, the issuing company shall send written notice to the Weld County Controller by certified mail, retirn receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or redr ction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy s in excess of a deductible or self -insured retention, County must be notified by the Contract Profess io ial. Contract Professional shall be responsible for the payment of any deductible or self - insured retentior. county reserves the right to require Contract Professional to provide a bond, at no cost to County, in the mount of the deductible or self -insured retention to guarantee payment of claims. The insurance ccve-ages 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 thiE 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 hgher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other otlijations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in suff ci 3nt amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any adlit anal 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 Profess oral shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, 4 -Pie timely delivery of said services, and the coordination of all services rendered by the Contract Profess or al and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other 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 Co itract 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' comper'sa ion law or arising out of the failure of the Contract Professional to conform to any statutes, ordinan :e ., regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any aid all injuries or damage received or sustained by any person, persons, or property on PROPOSAL REAL Er1T #62300092 Page 6 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. 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 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. 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 Proposal. 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. PROPOSAL REQUEST #62300092 Page 7 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 gods or services required by this Agreement shall be subject to all of the requirements herein and shall rocure and maintain the same coverages required of Contract Professional. Contract Professional shall hclude 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 coverages. Contrast 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 this \greement are contained in the terms recited in this Request for Proposal and in the Response to the Proposal each of which forms an integral part of this Agreement. Those documents are specifically incorDcrated herein by this reference. PROPOSAL REQUEST #82300092 Page 8 PROPOSAL SPECIFICATIONS Island Grove Building Conceptual Design & Budgeting Services OVERVIEW This request for proposal (RFP) is for the preliminary design and budgeting services new building to serve the Weld County Fair and Extension Office located at the Island Grove Park at 501 N 14th Ave, Greeley, CO 80631. METHOD OF PROCUREMENT Request for Proposal (RFP): is a purchasing process where an advertisement requesting proposals for work in accordance with the requirements as outlined for a project. RFP will use a selection team based on a scope of work. During the selection process, the department uses interviews and a scoring form to rank suppliers or consultants. The highest ranked firm will be selected and enters into contract. If an agreement to contract cannot be reached, an agency can negotiate a contract with the second ranked consultant and so on until an agreement is reached. SCOPE OF WORK The purpose of this proposal is to have the responding firm provide a price for preliminary design and budgeting for a new building(s) to accommodate County growth needs. Weld County and the City of Greeley currently collaborate dual use of space at the Island Grove Park located at 501 N 14th Ave, Greeley, CO 80631. This scope of work is for a consultant to provide design services for providing options for floor plans and building sizing. Consultant shall provide design services using input from all stakeholders involved with this project. Attend meetings to understand the users' needs and desires. Provide input for design and develop solutions. The options could be one or more buildings and layouts. Once the design options have been identified through floor plan and elevation documents, the consultant will work with an estimating firm to provide line -item budgetary costs for construction. PROJECT DESIGN MANAGEMENT AND MEETINGS: The consultant shall coordinate the work of the consultant team, document progress, provide communication with the County Project Team, and present project results including the following work items: A. The Consultant Project Manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billings on behalf of the consultant and team members. B. The Consultant shall conduct a project kickoff meeting for each new project with the County Project Team, including site visits to the Facility where work is being considered to thoroughly review existing conditions and facility needs. C. The Consultant shall plan to attend up to twenty (20) on -site meetings during the design phase for each project with the County Project Team to discuss work tasks and solicit input. Other key consultant team members shall participate in -person or via teleconferencing as necessary based on the scope of each project. r PROPOSAL REQUEST #B2300092 Page 9 DATA AND INFORMATION REVIEW: The Consultant sf al be responsible for researching, collecting, and analyzing relevant information needed to effectively execut, tiis scope of work. The Consultant shall be responsible for: A. Familiarizing, themselves with applicable local, state, and federal regulations. B. Familiarize themselves with floodplain, floodway, utilities, and other impacts for the area. C. Weld County will provide copies existing plans, as -needed, on a per -project basis. Computer -Aided Design (CADS/AutoCAD copies of plans are typically NOT available. D. Weld County wil provide a summary of employee staffing for each project. E. The Consultant will provide a summary of space needs with assistance from the County Project Team FACILITY PLANNING: The Consultant shall guide the facility planning process while working with the County Project Team to define the scope and extent of components to be included in the design of each project. The Consultant shall provide the following as part of this task: A. Review office e. space allocation standards with the County Facilities Department staff to assist in determining tie appropriate dimensions/allocation for various space needs. B. Perform a thcroagh review of space needs for all labor, materials, and equipment as needed for each project. C. Prepare a brie- memorandum summarizing the results of this task. FACILITY DESIGN AND DOCUMENTS: The Consultant shall prepare a set of construction contract documents for this Project that consist of a floor plans and elevations This will allow the development of a budget and allow presentation of the project to various entities. The Consultant shall provide the following as part of this task. A. Design Proces: Develop plans and specifications for County Project Team review and comment. At each review step, tie County Project Team will provide comments to consultant for review. • Schematic Design (30% complete) — Provide schematic design drawings for review and comment by County P-oject Team. • Design Development (60% complete) — Provide draft plans for review and comment by County Project Terr . • Construction Documents (100% complete) — Provide full and complete set of documents along with budget pricing for review and presentation to various stakeholders. NOTE: These full and complete t et of documents is being called construction documents for the purpose of delineation. However, the construction documents are anticipated to include floor plans and building elevations This will allow the option to be used for soliciting future bids for actual construction of the projc if project is approved. Provide one complete set in PDF, CAD, and hard copy of drawings &nc copy of forecasted construction bid to the Facilities Department. • Project Risk — Maintain a project risk register throughout the design process including value engine ring approach. B. Architectural Design: Produce architectural plans for building structures. Guide selection of exterior and interior fir isles, interior design, and office space layout. This process will require close coordination vwitL 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 cons der sustainable elements. Design is anticipated to consist of approximately 130,000 square foot eventwagriculture building that contains commercial kitchen for concessions and classroom training, confeer_ce spaces, arena/events area, second floor office spaces, elevator, restrooms, etc. Desired location shown in Attachment A. PROPOSAL REQUEST #B2300092 Page 10 C. Structural Design: Full structural design is not required. However, architectural design shall consider items needed. D. Mechanical, Electrical, and Plumbing Design: Full MEP design is not required. However, architectural design shall consider necessary rooms, sizing, and items to comply with building codes. E. Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process and is not required with this scope. F. Revit or BIM modeling is not required. However, final CAD of all designs will be provided to the County should County desire any future effort. G. Budget. The team shall use an experienced estimator that will use the final construction documents to provide a construction budget based on the construction costs at time of project completion. PROJECT SUMMARY AND REPORT: Upon completion of conceptual design work, the Consultant shall prepare final set of drawings of the Project. A. Provide to Weld County one (1) set of hardcopies, (1) set of CAD drawings, and one (1) set of PDF documents of the completed project. B. These conceptual drawings shall take into account that two different options may be pursued. Each option may consist of one or more buildings and one or more phases. C. Conduct a post -meeting debriefing discussion with the County Project "Team. D. Consultant shall work with an estimating firm that provides a cost of construction for each option/item at the time of project completion. USE OF SUB CONSULTANTS: The proposer shall indicate in their proposal any work intended to be performed by sub- consultants or persons outside of the firm. The proposer shall name the sub -consultants (including estimating firm) at the time of proposal submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultants must be registered Architect(s)/Engineer(s) with current Colorado State license(s). • Must carry Professional Liability Insurance (PLI), also called Professional Indemnity Insurance (PII) but more commonly known as Errors & Omissions (E&O). PROPOSAL SUBMITTAL: Please submit your proposal, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner at time of bid submission. Your proposal shall be submitted digitally to Weld County purchasing department. A. Signed SIGNATURE PAGE of this RFP B. Table of Contents C. Brief summary of the proposal, including Statement of Understanding showing familiarity with the Scope of Work D. Provide name of firm's principle and Colorado Architecture License number E. Explain your (consultant's) capabilities, qualifications, history, and experience in providing all services described in this RFP and include the following: PROPOSAL REQUEST #B2300092 Page 11 1) The ©rsultant's experience working on public sector projects 2) Copies, f any, of certificates/awards pertinent to the scope of work 3) Provi le Jate established, state incorporated, office location(s), previous names the firm has used in the last ten (10) years, geographical area(s) where most of the firm's work occurs and a general descrpt-n of the firm and its history 4) Provi le all pending or past legal action (including lawsuits, claims or liens) or arbitration proceedings in which your firm has been involved during the past five (5) years involving Owner, Archi:ec, Contractor, Subcontractors, or other Entities 5) Requested (if possible) - Web links (preferred) or copies of two (2) completed similar projects (if you are including hard copies with your proposal, ensure the copies are at the end of your propasab 6) Provide it least five (5), but not more than ten (10), references for your firm and your proposed engineer ng firm(s). Include: company name, contact name and title, contact phone number and email acdress, and project information. Identify your lead team member(s) that work on the reference. Weld County will use these references to provide proof of qualifications and undertrding of Weld County's Scope of Work and that the consultant has the experience and qualif_ec personnel necessary to complete the Scope of Work. Limit this section to a maximum of ten (1 )) pages in length. 7) Provide your estimating consultant/firm name, approach and experience with designing, engincerng, life- cycle costing, system evaluations, material selections etc. related to sustainable desigr F. Organizationa_ c 'art and resumes of all key staff and core staff that will be involved with providing services, including: 1) Identi y who will act as the primary contact person to Weld County for this project. 2) List specific personnel proposed for the project team and provide a resume for each of your propo:.ec team members along with a copy of current state licensing for each architect or engineer 3) A description of the individual's background and experience, including any unique qualifications, relates q ialifications, and relevant experience 4) Years of experience 5) Years of experience with the firm 6) Years of experience with the proposed project team G. Consultant's app�-oach to the work outlined in the Scope of Work 1) Description of the approach should include sufficient detail 2) Provice a narrative description of the work to be accomplished and your approach to completing the work 3) Describe the proposed work including the phases, processes, documents, deliverables, and all applicabL requirements 4) Descrbtion of your approach to communication(s) H. Proposed Project Schedule 1) Describe now your firm handles the various communications, including meetings and project schedt_le: , to keep the project running smoothly 2) Describe now your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances I. Proposed Fee Structure (pricing needs to be a lump -sum not -to -exceed pricing) 1) Compbtc Project Fee Sheet PROPOSAL REQI EST #B2300092 Page 12 2) Identify the hourly rates for all personnel, by title, who would be working on this project 3) Include all anticipated reimbursable expenses in your proposal J. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet 1) Include the name of the sub -consultant and a statement of qualifications of the sub -consultant EVALUATION CRITERIA: Proposal submittals will be individually evaluated by each Evaluation Committee member. The criteria below will be the basis for review of the written proposals. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. Areas to be rated are: Criteria Standard Score Firm Capability • Is • complexity? • project? • needs? • project • Experience: Does Does Is Were firm estimating this an this this all architect size? required firm firm Has consultant this have have items with firm the an Colorado required office experienced of completed bid close submission personnel license? other enough with projects resources to providing received? of be responsive similar pricing to complete size to for County a and the (Rate Each 1-5) Consultant Key Experience Qualifications Staff and and • project? understand Does • Does the the lead Weld team architect County's have have the experience need? experience in public required sector to work complete and this (Rate Each 1-5) Project Approach • County • schedule? Does Does this the approach best firm's value? detail approach how seem handle to be meetings, geared towards communications, giving Weld and (Rate Each 1-5) Firm Availability Project Schedule and • • • call Does Does Does work current projected team availability? workload have schedule/timeframe current permit or future this commitments project meet, timely exceed, completion? or that not may meet hinder needs? on (Rate Each 1-5) Cost • • Is • price? • main Does (Negative Price includes project firm list additional if all pricing yes) services reasonable fees requested. that other with project firms goals? have included as base (Rate Each 1-5) PROPOSAL REQUEST #B2300092 Page 13 AWARD AND A IEEMENT: Interviews may be hMd, and references may be contacted, to assist in the decision for award. A formal agreement will be awarded to the vendor with the most responsible, responsive, reasonable proposal, deemed the best fit and most advantageous to We d County. A Sample of Weld County's "Professional Services Agreement" is included with this Request for Proposal may be obtained by contacti*g the Weld County Purchasing Department. It is expected that any exceptions or requested additions to the standard County agreement shall be stated and submitted with your Proposal. The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests. PROJECT FEES Complete the project cost sheet below for the fees for this project. Provided the lump sum cost or each line item. Each item will add uo to the corresponding phase total and the lump sum grand total for all three phases. Submit with bid response. Design Development $ Construction Documents $ Budget Estimating $ Other (define) $ Project Total $ PRELIMINARY SCHEDULE: Date of this LFP Advertisement Date Pre -proposal conference Proposal Questions are Due Proposals An Due Bid Award Notice Contract Estthlished shed Begin Desigr Services Schematic Design (30%) Design Development (60%) Construction Documents (100%) March 21, 2023 March 21, 2023 March 28, 2023 March 31, 2023 April 6, 2023 April 24, 2023 May 1, 2023 Immediately upon contract May 17, 2023 May 31, 2023 June 28, 2023 PROPOSAL REQUEST #B2300092 Page 14 PROPOSAL SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your proposal opening deadline of 10:00 AM on April 6, 2023: 1) Pages 9 thru 16 of the Proposal Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. 4) All other items as requested in the Proposal Specifications. on or before the proposal *A current W9 is required for new vendors. 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 proposal may result in your proposal being incomplete and your proposal being rejected. If there are any exclusions or contingencies submitted with your proposal it may be disqualified. PROPOSAL REQUEST #B2300092 Page 15 The undersign(d, by his or her signature, hereby acknowledges and represents that: 1. The proposal proposed herein meets all of the conditions, specifications and special provisions set forth in the RegL e` for Proposal for Request No. #B2300092. 2. The quot3ti ms set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she iE authorized to bind the below -named Vendor for the amount shown on the accompanying proposal sheets 4. The sign -?d proposal submitted, all of the documents of the Request for Proposal contained herein (including, but nut I mited to, product specifications and scope of services), and the formal acceptance of the proposal by Wed county, together constitutes a contract, with the contract date being the date of formal acceptance of the hroposal by Weld County. 5. Weld Co an y reserves the right to reject any and all proposals, to waive any informality in the proposals, and tU kept the proposal that, in the opinion of the Board of County Commissioners, is in the best interest of Vie d County. The proposal(s) may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IE EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-01551-0000. 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 ClerL tc the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFP0223 PROPOSAL REQLE T #62300092 Page 16 Attachment A NO NATURAL. AREA FISHING PIER *' DOGGIE SEX F BOAT lAUNCO• T&RKG �k I t _14 gin- 400,40 Stt-SERVICE AREA 4'44 les 4/ n SERvIcE':IAEA so . • r i PARKING i139 SP • f '�t � �aF•-ate sgt iiistqap3/4 AtitzlOs PARKING ;63 SPACES) SIC ... 41/4 : STORAGE \lb tit% IMPEDE d HORSE BAR 5tnGE' ARENA • ANNOUNCERS cH AND SUMS WARM-UP ARENA di" a • • alas a spetiib • eW�+ENCHAMPIONS MEET' MONUMENT II we t s..e � iriAt I fil • *PARKING $475 PAVED SP S1 C r 4,0 • . . . . . OvERFLCNV MAW G 1654 SPACE5► a..wsw.s.wsk . • . • • . • • • . • • 64%1/4 „sk ,\„\\.\ „LL \\ -\‘‘\1/414\:\ \`‘‘\:%,‘ 1 svS hh\\\\* a %\C‘\% Roadwayiy 140 Fearp.E \FI≥ociway.\\ \\\\S CI \\\ \\ 1\\4:‘1/444\‘‘ ISI\C\\ kk \\\ \\\ \\\N ADDENDUM#1 BID REQUEST NO B2300092 Island Grove Building Conceptual Design & Budgeting Services Weld County desires two options for design Therefore, amend scope of work on page 9 with the following, SCOPE OF WORK Consultant shall provide two options along with budget for each building The options will consist of Option 1 A 130,000 Square Foot building to host events with a 2"d floor office space on one end Option 2 A 130,000 Square Foot building to host events and a separate 90,000 Square Foot 2 - Story building (180,000 SF total) that will be used for offices, training rooms, and events ***We need signed copy submitted with bid Thank You,*** Addendum received by FIRM ADDRESS CITY AND STATE BY EMAIL March 28, 2023 ISLAND 3ROVE BUILDING CONCEPTUAL DESIGN AND BUDGETING SERVICES B2300092 - QUESTION & ANSWERS 1. Question: If a firm provides conceptual budget services as a subconsultant to the design firms as a part of this proposal would they still be eligible to provide bids on future construction solicitation from Weld County for the construction of the new facility at Island Grove? Anwver: Yes, they would still be eligible to provide bids on the future construction of this pro ect. 2. Question: During the pre -proposal meeting, Design Build was mentioned as the preferred delivery method. Will this project be re-released for selection of a comprehensive DeEign-Build team, or will the Architect be retained to move forward and help with the selection of the contractor (CM@R delivery method)? Answer: The project will be re-released for the selection of a comprehensive design build team. 3. Question: If the project is re-released for selection of a Design -Build team, will the selected Architect for this project be precluded to submit a subsequent response? Ansver: The architect chosen for this project will be eligible to submit a bid for the subsequent design build project as part of a team for that project. 4. Qution: On page 10 of the RFP, under Facility Design and Documents: A. Design Process, schematic design and design development are noted as partially complete (30% and 60% respectively); and then CDs are 100% complete — requiring a full and complete set of documents. Is this correct, or will this project only include programming and con ept design, with schematic design 30% complete to aid in the development of a cost estimate? Answer: The scope of this project will be for conceptual design to be completed to the schematic phase. As a part of this project the consultant shall also provide a complete cost estimate for the individual building(s) per item: Facility Design and Documents: G. Buffet. 5. Question: Under Proposal Submittal: E.5 states, Requested (if possible) — web links (pre'ened) or copies of two (2) completed similar projects. (If you are including hard cores with your proposal, ensure the copies are at the end of your proposal). Is there a specific type of document Weld County is expecting to see e.g. programming statement, master plan document. Or is this question left over from a previous RFQ and no response is needed? Answer: For this requirement, please provide information for two (2) projects your firm has completed similar in size, scope and complexity. Provide as much information as you can regarding the plans for the building as well as the budgeting that was done for the project. These can be submitted electronically with your proposal. Exhibit B PROPOSAL SPECIFICATIONS Island Grove Building Conceptual Design & Budgeting Services OVERVIEW This request for proposal (RFP) is for the preliminary design and budgeting services new building to serve the Weld County Fair and Extension Office located at the Island Grove Park at 501 N 14th Ave, Greeley, CO 80631. METHOD OF PROCUREMENT Request for Proposal (RFP): is a purchasing process where an advertisement requesting proposals for work in accordance with the requirements as outlined for a project. RFP will use a selection team based on a scope of work. During the selection process, the department uses interviews and a scoring form to rank suppliers or consultants. The highest ranked firm will be selected and enters into contract. If an agreement to contract cannot be reached, an agency can negotiate a contract with the second ranked consultant and so on until an agreement is reached. SCOPE OF WORK The purpose of this proposal is to have the responding firm provide a price for preliminary design and budgeting for a new building(s) to accommodate County growth needs. Weld County and the City of Greeley currently collaborate dual use of space at the Island Grove Park located at 501 N 14th Ave, Greeley, CO 80631. This scope of work is for a consultant to provide design services for providing options for floor plans and building sizing. Consultant shall provide design services using input from all stakeholders involved with this project. Attend meetings to understand the users' needs and desires. Provide input for design and develop solutions. The options could be one or more buildings and layouts. Once the design options have been identified through floor plan and elevation documents, the consultant will work with an estimating firm to provide line -item budgetary costs for construction. PROJECT DESIGN MANAGEMENT AND MEETINGS: The consultant shall coordinate the work of the consultant team, document progress, provide communication with the County Project Team, and present project results including the following work items: A. The Consultant Project Manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billings on behalf of the consultant and team members. B. The Consultant shall conduct a project kickoff meeting for each new project with the County Project Team, including site visits to the Facility where work is being considered to thoroughly review existing conditions and facility needs. C. The Consultant shall plan to attend up to twenty (20) on -site meetings during the design phase for each project with the County Project Team to discuss work tasks and solicit input. Other key consultant team members shall participate in -person or via teleconferencing as necessary based on the scope of each project. PROPOSAL REQUEST #B2300092 Page 9 DATA AND INFORMATION REVIEW: The Consultant shat be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsible for: A. Familiarizing themselves with applicable local, state, and federal regulations. B. Familiarize themselves with floodplain, floodway, utilities, and other impacts for the area. C. 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. D. Weld County will provide a summary of employee staffing for each project. E. The Consultant -will provide a summary of space needs with assistance from the County Project Team FACILITY PLANNING: The Consultant shah guide the facility planning process while working with the County Project Team to define the scope and exiert of components to be included in the design of each project. The Consultant shall provide the following as part of this task: A. Review office & space allocation standards with the County Facilities Department staff to assist in determining the appropriate dimensions/allocation for various space needs. B. Perform a thorough review of space needs for all labor, materials, and equipment as needed for each project. C. Prepare a brief memorandum summarizing the results of this task. FACILITY DESICN AND DOCUMENTS: The Consultant shal prepare a set of construction contract documents for this Project that consist of a floor plans and elevations. This will allow the development of a budget and allow presentation of the project to various entities. Tha Consultant shall provide the following as part of this task. A. Design Process Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will provide comments to consultant for review. Schematic Design (30% complete) — Provide schematic design drawings for review and comment by County'roject Team. Design Development (60% complete) — Provide draft plans for review and comment by County Project Team. Construction Documents (100% complete) — Provide full and complete set of documents along with budge= pricing for review and presentation to various stakeholders. NOTE: These full and complete set of documents is being called construction documents for the purpose of delineation. However, be construction documents are anticipated to include floor plans and building elevations. This will allow the option to be used for soliciting future bids for actual construction of the project if project is approved. Provide one complete set in PDF, CAD, and hard copy of drawings aid copy of forecasted construction bid to the Facilities Department. Project Risa — Maintain a project risk register throughout the design process including value engineering approach. B. Architectural Ensign: Produce architectural plans for building structures. Guide selection of exterior and interior flashes, interior design, and office space layout. This process will require close coordination w-th Facilities Department staff to optimize the layout and details of building spaces. In general, buiklirg structures shall be designed to maximize resiliency, minimize long term life cycle costs and consiler sustainable elements. Design is anticipated to consist of approximately 130,000 square foot event/agriculture building that contains commercial kitchen for concessions and classroom training, corrfenrnce spaces, arena/events area, second floor office spaces, elevator, restrooms, etc. Desired location shown in Attachment A. PROPOSAL REOLEST #B2300092 Page 10 C. Structural Design: Full structural design is not required. However, architectural design shall consider items needed. D. Mechanical, Electrical, and Plumbing Design: Full MEP design is not required. However, architectural design shall consider necessary rooms, sizing, and items to comply with building codes. E. Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process and is not required with this scape. F. Revit or BIM modeling is not required. However, final CAD of all designs will be provided to the County should County desire any future effort. G. Budget. The team shall use an experienced estimator that will use the final construction documents to provide a construction budget based on the construction costs at time of project completion. PROJECT SUMMARY AND REPORT: Upon completion of conceptual design work, the Consultant shall prepare final set of drawings of the Project. A. Provide to Weld County one (1) set of hardcopies, (1) set of CAD drawings, and one (1) set of PDF documents of the completed project. B. These conceptual drawings shall take into account that two different options may be pursued. Each option may consist of one or more buildings and one or more phases. C. Conduct a post -meeting debriefing discussion with the County Project Team. D. Consultant shall work with an estimating firm that provides a cost of construction for each option/item at the time of project completion. USE OF SUB CONSULTANTS: The proposer shall indicate in their proposal any work intended to be performed by sub- consultants or persons outside of the firm. The proposer shall name the sub -consultants (including estimating firm) at the time of proposal submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultants must be registered Architect(s)/Engineer(s) with current Colorado State license(s). • Must carry Professional Liability Insurance (PLI), also called Professional Indemnity Insurance (PII) but more commonly known as Errors & Omissions (E&O). PROPOSAL SUBMITTAL: Please submit your proposal, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner at time of bid submission. Your proposal shall be submitted digitally to Weld County purchasing department. A. Signed SIGNATURE PAGE of this RFP B. Table of Contents C. Brief summary of the proposal, including Statement of Understanding showing familiarity with the Scope of Work D. Provide name of firm's principle and Colorado Architecture License number E. Explain your (consultant's) capabilities, qualifications, history, and experience in providing all services described in this RFP and include the following: PROPOSAL REQUEST #B2300092 Page 11 1) The consultant's experience working on public sector projects 2) Copi,s, if any, of certificates/awards pertinent to the scope of work 3) Prov de:date established, state incorporated, office location(s), previous names the firm has used in the last ten (10) years, geographical area(s) where most of the firm's work occurs and a general descipton of the firm and its history 4) Prov de all pending or past legal action (including lawsuits, claims or liens) or arbitration proceedings in which your firm has been involved during the past five (5) years involving Owner, Architect, Contractor, Subcontractors, or other Entities 5) Regvesard (if possible) - Web links (preferred) or copies of two (2) completed similar projects (if you are including hard copies with your proposal, ensure the copies are at the end of your proposal) 6) Provide at least five (5), but not more than ten (10), references for your firm and your proposed enginee^ing firm(s). Include: company name, contact name and title, contact phone number and emaii address, and project information. Identify your lead team member(s) that work on the referen.e. Weld County will use these references to provide proof of qualifications and understanding of Weld County's Scope of Work and that the consultant has the experience and qualified personnel necessary to complete the Scope of Work. Limit this section to a maximum of tea ( 0) pages in length. 7) Provide your estimating consultant/firm name, approach and experience with designing, engineering, life- cycle costing, system evaluations, material selections etc. related to sustainable design F. Organizational chart and resumes of all key staff and core staff that will be involved with providing services, includng: 1) Idea ifyr who will act as the primary contact person to Weld County for this project. 2) List specific personnel proposed for the project team and provide a resume for each of your proposal team members along with a copy of current state licensing for each architect or engineer 3) A desception of the individual's background and experience, including any unique qualifications, related qualifications, and relevant experience 4) Yeas of experience 5) Yeas of experience with the firm 6) Yeas of experience with the proposed project team G. Consultant's -approach to the work outlined in the Scope of Work 1) Description of the approach should include sufficient detail 2) Provide a narrative description of the work to be accomplished and your approach to completing the wosc 3) Describe the proposed work including the phases, processes, documents, deliverables, and all appl Carole requirements 4) Description of your approach to communication(s) H. Proposed Proect Schedule 1) Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly 2) Deserilpe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances Proposed Fee S=ructure (pricing needs to be a lump -sum not -to -exceed pricing) 1) Con -plate Project Fee Sheet PROPOSAL RE'SLEST #62300092 Page 12 2) Identify the hourly rates for all personnel, by title, who would be working on this project 3) Include all anticipated reimbursable expenses in your proposal J. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet 1) Include the name of the sub -consultant and a statement of qualifications of the sub -consultant EVALUATION CRITERIA: Proposal submittals will be individually evaluated by each Evaluation Committee member. The criteria below will be the basis for review of the written proposals. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. Areas to be rated are: Criteria Standard Score Firm Capability • Is firm an architect with Colorado license? • Experience: Has this firm completed other projects of similar size and complexity? • Does this firm have the required personnel resources to complete the Project? • Does this firm have an office close enough to be responsive to County needs? • Is estimating consultant experienced with providing pricing for a project this size? • Were all required items of bid submission received? (Rate Each 1-5) Consultant and Key Staff Experience and Qualifications • Does the lead architect have the experience required to complete this project? • Does the team have experience in public sector work and understand Weld County's need? (Rate Each 1-5) Project Approach • Does this firm's approach seem to be geared towards giving Weld County the best value? • Does approach detail how handle meetings, communications, and schedule? (Rate Each 1-5) Firm Availability and Project Schedule • Does current workload permit this project timely completion? • Does projected schedule/timeframe meet, exceed, or not meet needs? • Does team have current or future commitments that may hinder on call work availability? (Rate Each l-5) Cost • Is main project pricing reasonable with project goals? • Does firm list additional fees that other firms have included as base price? (Negative if yes) • Price includes all services requested. (Rate Each 1-5) PROPOSAL REQUEST #62300092 Page 13 AWARD AND AGREEMENT: Interviews may be held, and references may be contacted, to assist in the decision for award. A formal agreement will be awarded to the vendor with the most responsible, responsive, reasonable proposal, deemed the best fit and most advantageous to Weld County. A Sample of Weld County's "Professional Services Agreement" is included with this Request for Proposal may be obtained by contacting the Weld County Purchasing Department. It is expected that any exceptions or requested additions to the standard County agreement shall be stated and submitted with your Proposal. The County makes no guarantee any changes or concessions to the standard agreement wilt be made but will review and consider all requests. PROJECT FEES Complete the project cost sheet below for the fees for this project. Provided the lump sum cost or each line item. Each item will add tip to the corresponding phase total and the lump sum grand total for all three phases. Submit with bid response. Programming $ 6,400 Concept Design $ 13,400 Budget Estimating $ 9,750 Other (define) $ N/A Project Total $ 29,550 PRELIMINARY SCHEDULE: Date of this RFP Advertisement Date Pre -proposal conference Proposal Questions are Due Proposals Are Due Bid Award_Notice Contract Established Begin Design Services Schematic Design (30%) Design Development (60%) Constructicn Documents (100%) March 21, 2023 March 21, 2023 March 28, 2023 March 31, 2023 April 6, 2023 April 24, 2023 May 1, 2023 Immediately upon contract May 17, 2023 May 31, 2023 June 28, 2023 PROPOSAL REO EST #B2300092 Page 14 PROPOSAL SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your proposal on or before the proposal opening deadline of 10:00 AM on April 6.2023: 1) Pages 9 thru 16 of the Proposal Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. 4) All other items as requested in the Proposal Specifications. *A current W9 is required for new vendors. 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 proposal may result in your proposal being incomplete and your proposal being rejected. If there are any exclusions or contingencies submitted with your proposal it may be disqualified. PROPOSAL REQUEST #B2300092 Page 15 The undersigned_ by his or her signature, hereby acknowledges and represents that: 1. The proposal proposed herein meets all of the conditions, specifications and special provisions set forth in the Req■eel for Proposal for Request No. #62300092. 2. The quotatons 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 Vendor for the amount shown on the accompanying proposal sheets. 4. The signed proposal submitted, all of the documents of the Request for Proposal contained herein (including, but not iimited to, product specifications and scope of services), and the formal acceptance of the proposal by Weld county, together constitutes a contract, with the contract date being the date of formal acceptance of the Droposal by Weld County. 5. Weld County reserves the right to reject any and all proposals, to waive any informality in the proposals, and to accept the proposal that, in the opinion of the Board of County Commissioners, is in the best interest of 'Veld County. The proposal(s) may be awarded to more than one vendor. FIRM GSG Architecture, Inc. BUSINESS ADDRESS 3535 West 12th Street, Suite C CITY, Greeley, BY James G. Holloway, CEO / Principal (Please print) STATE, CO DATE 04/06/2023 ZIP CODE 80634 TELEPHONE F. 970.888.3273 FAX N/A TAX ID # 83-0219725 SIGNATURE E-MAIL jholloway@gsgarchitecture.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS M -e3551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Cie& to the Board WELD COUNTY, COLORADO BY. Deputy Clerk:o the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFP0223 PROPOSAL REQUEST #B2300092 Page 16 WELD COUNTY I RFP NO. B2300092 ISLAND GROVE CONCEPTUAL DESIGN AND BUDGETING SERVICES GSG Architecture Proposal for Architectural and Engineering Services April 6, 2023 GSG architecture G S v rd EXPLANATION OF FEES Based on the RFP document, the addenda, and information gained from the pre -proposal meeting, GSG Architecture is pleased to provide the following pricing proposal. FEE PROPOSAL: General Assumptions: • Weld County will provide make existing relevant facilities available for review of the A&E team. • Weld County will provide relevant site information (survey, if available, flood plain information) to the A&E team. • Weld County will make user groups and decision -makers available to the A&E team as necessary during the programming and design phases. General Exclusions: (GSG Architecture is prepared to deliver any of the services listed below at an additional negotiated fee, if desired.) • Hazardous Material Investigations and Abatement. • Phase I Environmental or other Environmental investigations or reports. • Geotechnical Engineering and reports. • Structural and MEP Engineering and narratives. • Physical models and large format printed documents for presentations (We will provide all documents in electronic file format of your choosing), FIXED FEE PROPOSAL: This proposal includes the following services: • Programming, which will include a visit to the Island Grove site to review existing site and facilities. • Concept Level Architectural Designs to include: • Plans, elevations, and 3D renderings of structures. • Civil Engineering review of proposed site and flood plain. • Block diagram site plan. • Third Party Professional Cost Estimation. • Meetings and presentations as described in this proposal and the RFP. WELD COUNTY I RFP NO. B2300092 ISLAND GROVE CONCEPTUAL DESIGN AND BUDGETING SERVICES GSG Architecture Proposal for Architectural and Engineering Services April 6, 2023 FOR ALL SERVICES AND DELIVERABLES: (all expenses included) Programming Concept Design Cost Estimation $ 6,400 $ 13,400 $ 9,750 Total All Services & Deliverables $ 29,550 Please call to discuss any questions or concerns at your convenience. Most Sincerely, James Holloway, Principal / CEO Colorado Architecture License No. 00402121 GSG Architecture 3535 W. 12th Street, Suite C, Greeley, CO 80634 307.259.8630 I jholloway@gsgarchitecture.com HOURLY RATES FOR ALL PERSONNEL GSG ARCHITECTURE Effective June 1, 2022 Position Principal Senior Project Architect Principal Architect Project Manager Interior Designer Technical Staff Administrative Staff GUMMING CORPORATION 2023 Hourly Rates - Denver Hourly Rate Position $ 225.00 Vice President / Regional Director $ 210.00 Managing Director / Senior Director $ 195.00 Director $ 165.00 Associate Director $ 140.00 Senior Cost Manager $ 105.00 Cost Manager $ 95.00 Assistant Cost Manager Coordinator Consultant Services: Intern Consultants will be billed at their cost plus a 10% administrative fee. Reimbursable Expenses: Expenses incurred in connection with the project will be billed at cost with a 10% administrative fee. Examples of such expenses include travel, outsourced reproduction costs for final construction documents, conference call telephone services, shipping, and postage. GSG Architecture strives to maintain continuity in our rates and often goes several years between adjustments, however, we do retain the right to adjust rates during annual contract renewal process, if necessary. 21 Hourly Rate $ 295.00 $ 255.00 $ 240.00 $ 210.00 $ 194.00 $ 163.00 $ 131.00 $ 113.00 $ 70.00 Bowman BOWMAN CONSULTING GROUP LTD. SCHEDULE B - HOURLY RATE January 2023 CLASSIFICATION HOURLY RATES Testimony Under Oath & Deposition Disccvery, Trial Preparation, Litigation Support Princpal Deportment Executive SeniEr Project Manager ProjEt Manager AssiSant Project Manager Projt Coordinator SeniEr Surveyor Engif eer I I II I III Designer I I II I ill CAD7 Drafter I 1 11 1 111 Censruction Manager SeniEr Environmental Scientist Ragh- of Way Specialist I I II I III Survey Technician I I II I III Project Surveyor Survey Field Crew — 1 Man Survey Field Crew — 2 Man Survey Field Crew — 3 Man 3D Scanning Crew Survey Field Technician 3D/LAV Modeling Technician UAV Operation Machine Control Technician Administrative Professional Table 226 - DEFAULT M23 Colorado $400.00/HR $310.00/HR $275.00/HR $220.00/HR $195.00/HR $175.00/HR $160.00/HR $120.00/HR $170.00/HR $130.00/HR I $150.00/HR I $175.00/HR $105.00/HR I $125.00/HR I $140.00/HR $ 90.00/HR I $100.00/HR I $120.00/HR $125.00/HR $165.00/HR $101.00/HR ( $117.00/HR I $133.00/HR $105.00/HR I $115.00/HR I $125.00/HR $155.00/HR $129.00/HR $181.00/H R $203.00/HR $245.00/HR $ 80.00/H R $140.00/HR $245.00/HR $140.00/HR $ 85.00/HR Initials: Bowman / Client ADDENDUM#1 BID REQUEST NO. B2300092 Island Grove Building Conceptual Design & Budgeting Services Weld County desires two options for design, Therefore, amend scope of work on page 9 with the following; SCOPE OF WORK Consultant shall provide two options along with budget for each building. The options will consist of: Option 1: A 130,000 Square Foot building to host events with a 2" floor office space on one end. Option 2: A 130,000 Square Foot building to host events and a separate 90,000 Square Foot 2 - Story building (180,000 SF total) that will be used for offices, training rooms, and events. ***We need signed copy submitted with bid. Thank You!*** Addendum received by: March 28, 2023 GSG Architecture, Inc. FIRM 3535 West 12th Street, Suite C ADDRESS Greeley, CO CITY AND STATE BY jholloway@gsgarchitecture.com EMAIL ACC:PRUW GSGARCH-02 CERTIFICATE OF LIABILITY INSURANCE ARATCLIFF DATE (MM/DDIYYYY) 4/26/2023 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 License # 6024 NAMEACT Amy Ratcliff HUB International Mountain States Limited 400 E1st St, Suite 105 Casper, WY 82601 �aCNNo, Ext): (307 233-8317 Fax ) 265-3092 ) (ac, No):(307 Mass: amy.ratcliff@hubinternational.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A:Nationwide Mutual Insurance Company 23787 INSURED INSURER B : Allied Property and Casualty Insurance Company 42579 GSG Architecture, Inc. INSURER e:AMCO Insurance Company 19100 1042 South David Street Casper, WY 82601 INSURER D : Underwriters at Lloyd's London 15792 INSURER E : INSURER F : CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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. 'Ng LTR TYPE OF INSURANCE ADDL MR INSD WVD POLICY NUMBER POLICY EFF lMM/DD/YYYYI POLICY EXP IMM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR ACP3110328469 3/11/2023 3/11/2024 EACH OCCURRENCE $ 1,000,000 DAMAGETORENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ JECT LOC OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 Employers Liab $ 1,000,000 B AUTOMOBILE LIABILITY X ANY AUTO OED AUTWNOS ONLY E� AUTOS ONLY SCHEDULED AUTOS pp AUOTOS ONL� ACP3110328469 3/11/2023 3/11/2024 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ C X UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE ACP3110328469 3/11/2023 3/11/2024 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 $ DED I I RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS'LIABILITV YIN OFFICER MEMBOER/EXCLUR ECUTIVE * (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N /A ACP3110328469 3/11/2023 3/11/2024 X I STATUTE I I EORH E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1'000'000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 D Professional ANE4184953.23 1/1/2023 1/1/2024 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County tY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1150 H Street Greeley, CO 80634 AUTHORIZED REPRESENTATIVE 12...ft:, 4...&.......-.., ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity information Entity Name. GSG ARCHITECTURE INC Entity ID O'00041076 ❑ New Entity? Contract Name. Contract ID ISLAND GROVE BUILDING CONCEPTUAL DESIGN & 6898 BUDGETING SERVICES Contract Status CTB REVIEW Contract Description . ISLAND GROVE BUILDING DESIGN Contract Description 2 Contract Type CONTRACT Amount 629,550.00 Renewable. NO Automatic Renewal Grant IGA Contract Lead SGEESAMAN Contract Lead Email sgeesarnan&co.weid.co.us,I redfernwweldgov.com Parent Contract ID Requires Board Approval YES Department Project t Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 05 0 2023 05 0812023 Department Email CM- Will a work session with BOCC be required?' BuiidingGroundsibtweldgov.c NO OM Department Head Email CM- Building Ground s- DeptHead Aveldgou.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY U WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter NSA Contract ID Does Contract require Purchasing Dept. to be included? YES Bid/REP #. 02300092 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 11 06:2023 Renewal Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Committed Delivery Date Expiration Dater 11 06 2023 Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 05 03'2023 Approval Process Department Head TORY TAYLOR DH Approved Date 05t02i2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05'08 2023 Originator SGEESAh1AN Finance Approver CHERYL PATTELLI Legal Counsel MATTHEW CONROY Finance Approved Date Legal Counsel Approved Date 05 0212023 05'02 2023 Tyler Ref # AG 050823 NTY April 13, 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: Island Grove Building Conceptual Design & Budgeting Services (B2300092) This solicitation is for Conceptual Design and Budgeting Services for the Island Grove Building at Island Grove Park 501 14th Avenue, Greeley CO. It was published as a Request for Proposal (RFP). The RFP identified the following areas that would be evaluated: Firm Capability, Consultant & Key Staff Experiences and Qualifications, Project Approach, Firm Availability & Project Schedule, and Costs. The results of the Committee Evaluation (shown in Attachment A) show G2G Architecture, Inc. as the overall best value for this solicitation. Therefore, the Facilities Department is recommending the award to G2G Architecture, Inc. in the amount of $29,550.00. If additional design services scope is needed, they may be negotiated with G2G Architecture, Inc. using the labor rates identified in the bid submission. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director b4/ u4 aoa3 cAfl 600025 Island Grove Building Conceptual Design and Budgeting Services - E Best Value Scoring Form Criteria Available Points Cairns Design Architecture G Firm capability 25 21.67 17.00 Consultants and key staff experience and qualifications 10 7.67 7.00 Scope of proposal and project approach 10 8.00 7.33 Firm availability and project schedule 15 11.67 10.00 Cost 15 13.00 9.33 ITotal Score 75 50.67 62.00 Bid Amounts $ 29,550 $ 71,000 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 reverettaweldgov.com coeisert@weldgov.com cmoeterstStweldgov.com Phone: (970) 400-4222, 4223 or 4216 Fax: (970) 400-4024 DATE OF BID: APRIL 6, 2023 REQUEST FOR: ISLAND GROVE BUILDING CONCEPTUAL DESIGN & BUDGETING SERVICES DEPARTMENT: FACILITIES BID NO: B2300092 PRESENT DATE: APRIL 10, 2023 APPROVAL DATE: APRIL 24, 2023 VENDOR GSG ARCHITECTURE, INC. 3535 WEST 12TH STREET, SUITE C GREELEY, CO 80634 CAIRN DESIGN, LLC 1808 SHEELY DRIVE FORT COLLINS, CO 80526 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. TOTAL $29,550.00 $71,000.00 2023-0988
Hello