Loading...
HomeMy WebLinkAbout20220530.tiffCon}vact tA4 1401 FACILITIES DEPARTMENT PHONE: (970) 400-2020 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 September 18, 2023 To: Board of County Commissioners From: Toby Taylor Subject: Probation Remodel Design- Building Systems — Change Order # 2 (2022-0530) Weld County entered a contract (2022-0530) for the design services for the remodel of a portion of 822 7th Street to accommodate Probation functions. After construction began, Weld County's planned use of the building changed slightly with the needed move of some Human Services functions into the building. Therefore, the following items need designed to accommodate those changes: • The need of two additional IT closets on 2"d & 3`d Floors with air conditioning, • A secure lobby with reception for Probation on third floor, • Card readers on several 3rd floor doors, • Changes on 6. floor of combining a couple offices into larger offices and/or conference rooms. Cairn Design is the designer of record for this remodel and has quoted this additional owner requested work in the amount of $18,040.00. The Facilities Department is recommending this change order in the amount of $18,040.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 66:-/0 cull* dA, 4/25123 g/O15/a� 2oZZ- co53 ,�C� OOZE CHANGE ORDER # 2 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND CAIRN DESIGN LLC Date: September 18, 2023 2022 Original Agreement: Weld County document no. -##A#-0530 ( Z� County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 141,800.50 Original Contract Amount $ 90,995.00 Previously Approved Change order(s) Amount $ 18,155.00 Previously Approved Task order(s) Amount $ 18,040.00 Current Change Order Amount $ 268,990.50 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Name: Ken Caudle, PE Title: Engineering Manager ATTEST: W_,rtZl. ) ;11 Weld C. y Clerk to the Bard BY: Deputy CI 1 k t• the Date 09/18/2023 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO e Freeman, Chair SEP 2 & 2323 of 1 coda - o6go Exhibit A: Change Order # 2 CAIRN DESIGN, LLC 64,9 iughTet4hAvaize, &w .g W&c&Wv August 30, 2023 Will Hopkins Weld County Facilities 1105 H Street Greeley, CO 80632 RE: Weld Chase Building - Architectural and Engineering Additional Services Scope of Work: The project will involve full architectural and engineering design and construction administration of the Chase Building beyond the original limits of design. The design includes: • The renovation of the second to include A/C in IT Closet 206 and a new IT room at Copy / Storage 258. The new IT room will receive new A/C and electrical. • The renovation of the third floor to include a new secure lobby with reception, a new IT room with A/C and electrical, new finishes throughout the entire third floor, and card readers on several doors. • The renovation of the sixth floor to include the markups provided by the County combining several offices into larger offices and/or conference rooms. Cairn Design, LLC will provide architectural and engineering design under this agreement including: • Architectural, HVAC, and electrical details for a complete system. • Project management and construction administration. Scope of Services: The scope of services included in this proposal are limited to the following: • Full architectural and engineering services, with construction administration, as indicated above. Exclusions: • Design of any system not listed above including telecommunications cabling. • Design changes, layout changes, or value engineering requested by client or owner after the final submission. Compensation: Total Design Fee Second Floor Changes - $3,775.00 Third Floor Changes - $7,655.00 Sixth Floor Changes - $6,610.00 The hourly breakdown is attached. Changes in scope, additional trips to the site, or added services would be billed hourly, unless a fixed fee is agreed to in advance for the specific service. Sincerely, Ken Caudle, PE Engineering Principal 1805 Neely Drive Fort Collins, Colorado 80526 (9701286-1968 Add Services Principal PM Arch/Eng Drafter Second Floor Changes Architectural 1 1 2 4 Electrical 1 1 2 4 Mechanical 1 1 3 6 Total 3 3 7 14 hours $185.00 $175.00 $165.00 $110.00 rates $555.00 $525.00 $1,155.00 $1,540.00 $3,775.00 total fee Add Services Principal PM Arch/Eng Drafter Third Floor Changes and Finishes Architectural 1 2 10 20 Electrical 1 2 2 5 Mechanical 1 2 4 6 Total 3 6 16 31 hours $185.00 $175.00 $165.00 $110.00 rates $555.00 $1,050.00 $2,640.00 $3,410.00 $7,655.00 total fee Add Services Principal PM Arch/Eng Drafter Sixth Floor Changes Architectural 1 2 5 10 Electrical 1 2 3 6 Mechanical 1 2 5 10 Total 3 6 13 26 hours $185.00 $175.00 $165.00 $110.00 rates $555.00 $1,050.00 $2,145.00 $2,860.00 $6,610.00 total fee Contract Form Entity Information Entity Name * CAIRN DESIGN LLC Entity ID* @00039527 Contract Name * PROBATION REMODEL DESIGN (2022-0530) Contract Status CTB REVIEW ❑ New Entity? Contract ID 7407 Contract Lead * SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.0 s;Iredfern@weldgov.com Contract Description * CHANGE ORDER # 2 DESIGN SERVICES BASED ON REQUESTED CHANGES Contract Description 2 Parent Contract ID Requires Board Approval YES Department Project # Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 09/23/2023 GROUNDS 09/27/2023 Amount * $18,040.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable * BuildingGrounds@weldgo NO Does Contract require Purchasing Dept. to be v.com included? Automatic Renewal Department Head Email YES CM -Build ingGrounds- Grant DeptHead@weldgov.com Bid/RFP #* B2200050 County Attorney IGA GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date* 12/31/2023 Committed Delivery Date Renewal Date Expiration Date* 12/31/2023 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 09/21/2023 Approval Process Department Head Finance Approver Legal Counsel TOBY TAYLOR CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 09/20/2023 09/20/2023 09/21/2023 Final Approval BOCC Approved Tyler Ref # AG 092523 BOCC Signed Date Originator SGEESAMAN BOCC Agenda Date 09/25/2023 July 18, 2022 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: Probation Remodel Design- Building Systems — Change Order # 1 (2022-0530) Weld County entered a contract (2022-0530) for the design services for the remodel of a portion of 822 7th Street to accommodate Probation functions. During design, it was discovered the original 1974 electrical switch gear and feeders for the building are too outdated to handle the additional loads the planned remodel. The electrical service into the building and provided to all the floors will need to be upgraded in order to provide correct operation of Heating, Ventilation, and Air Conditioning (HVAC) and other electrical loads. Therefore, a design for a complete replacement and upgrade of this electrical service is required. Cairn Design has quoted this work using the costs identified in their on -call design services bid to perform this necessary work. The amount of this work is $90,955.00. This upgrade will also build the foundation for future remodel electrical loads of the building. The Facilities Department is recommending this change order using the awarded on -call design team in the amount of $90,955.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 61/21 z ozz- 6530 8C -I 0014 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Probation Remodel Design — Task Order 3 DEPARTMENT: Facilities PERSON REQUESTING: Toby Taylor DATE: 7-18-2022 Brief description of the problem/issue: Weld County entered a contract (2022-0530) for the design services for the remodel of a portion of 822 7"' Street to accommodate Probation functions. During design, it was discovered the original 1974 electrical switch gear and feeders for the building are too outdated to handle the additional loads the planned remodel. The electrical service into the building and provided to all the floors will need to be upgraded in order to provide correct operation of Heating, Ventilation, and Air Conditioning (HVAC) and other electrical loads. Therefore, a design for a complete replacement and upgrade of this electrical service is required. Cairn Design has quoted this work using the costs identified in their on -call design services bid to perform this necessary work. The amount of this work is $90,955.00. This upgrade will also build the foundation for future remodel electrical loads of the building. The Facilities Department is recommending this contract amendment using the awarded on -call design team in the amount of $90,955.00. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. Deny the request for the task order. 2. Approve task order. Recommendation: Add task order to upcoming agenda for approval. Perry L. Buck Mike Freeman, Pro -Tern -Scott K. James, Chair Steve Moreno Lori Saine Approve Schedule Recommendation Work Session Other/Comments: 41/ J1 Karla Ford From: Sent: To: Subject: yes Lori Saine Monday, July 18, 2022 8:28 PM Karla Ford RE: Please Reply - Pass Around Probation Electrical Design - Task Order 3 Lori Saine Weld County Commissioner, District 3 1150 O Street PO Box 758 Greeley CO 80632 Phone: 970-400-4205 Fax: 970-336-7233 Email: Isainecweldgov.com Website: www.co.weld.co.us In God We Trust Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure, If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Karla Ford <kford@weldgov.com> Sent: Monday, July 18, 2022 5:02 PM To: Lori Saine <Isaine@weldgov.com> Subject: Please Reply - Pass Around Probation Electrical Design - Task Order 3 Importance: High Please advise if you approve recommendation. Thanks! Karla Ford* Executive Assistant & Office Manager, Board of Wed County Commissioners 1150 0 Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kfordawelcgov.com :: www.weldgov.com :: **Please note my working hours are Monday -Thursday 7:00a.m.-5:00p.m.** 1 CHANGE ORDER #1 PURSUANT TO AGREEMENT BETWEEN WELD COUNTY AND CAIRN DESIGN, LLC Date: Project Title: July 18, 2022 Probation Remodel Design -Building Systems - Architectural and Engineering Services Completion Date: November 1, 2022 Compensation: $90,995.00 Original Agreement: Weld County document no. 2022-0530 Pursuant to the "Original Agreement", the Parties may agree to additional work to be provided by Contractor pursuant to an appropriately executed Task Order, which shall be negotiated between the Parties on an as -needed basis. Any such Task Order shall be signed by the Weld County Facilities Director before it shall be effective. In no event shall the total of all Task Orders exceed $25,000 in any calendar year, unless first approved by the Board of County Commissioners. Any appropriately executed Task Order shall be automatically incorporated herein and enforceable. Scope of Change Order: The project will involve full architectural and engineering design and construction administration of the Weld County Chase Building at 822 7th Street in Greeley, CO. Cairn Design, LLC will provide architectural and engineering design under this agreement including: • Electrical distribution, new panels and new transformers • Electrical service calculations and changes • New main electrical room with ventilation • New VAV boxes with electric reheat • Architectural changes for rooms and chases as required Contractor agrees to perform the services identified above and on the attached Exhibit in accordance with the terms and conditions contained herein and in the Original Agreement between the parties. Page 1 of 2 CHANGE ORDER #1 PURSUANT TO AGREEMENT BETWEEN WELD COUNTY AND CAIRN DESIGN, LLC The amount of the contract is adjusted as follows: $ 141,800.50 Original Contract Amount $ 18,155.00 Previously Approved Task order(s) $ 90,995.00 Amount Current Change Order Amount $ 250,950.50 New Contact Total CONTRACTOR: By: Date 7/20/2022 Name: Kenneth R. Caudle Title: Engineering Manager ATTEST: dodo) Weld C. • ty Clerk to the Boa BY: Deputy Cle BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO cott K. James, Chair JUL 2 7 2022 Page 2 of 2 02.0.2.2-0 0-30 Exhibit A: Change Order # 1 CAIRN DESIGN, LLC &au, p,40 tcc butt. , &.off,, ,o&, July 18, 2022 Toby Taylor Weld County Department of Buildings & Grounds Weld County Veterans Services 1105 H Street Greeley, CO 80632 RE: Weld County Chase Building System Upgrades - Architectural and Engineering Additional Services In accordance with the fees identified in our bid, our lump sum price for this on -call work for this project is $90,995.00. Scope of Work: The project will involve full architectural and engineering design and construction administration of the Weld County Chase Building at 822 7th Street in Greeley, CO. Cairn Design, LLC will provide architectural and engineering design under this agreement including: Electrical distribution, new panels and new transformers Electrical service calculations and changes New main electrical room with ventilation New VAV boxes with electric reheat Architectural changes for rooms and chases as required Scope of Services: The scope of services included in this proposal are limited to the following: A/E Design For Architectural Building Changes A/E Design For Electric Reheat Addition A/E Design For Electrical Distribution Compensation: Total Design Fee - $90,995.00 Changes in scope, additional trips to the site, or added services would be billed hourly identified in the On -Call contract, unless a fixed fee is agreed to in advance for the specific service. Sincerely, Ken Caudle, PE Engineering Principal 1805 Shealy Drive Fort Collins, Colorado 80526 19101286-1968 Contract Form New Contract Request Enter Information Entity Name* CAIRN DESIGN LLC Contract Name* ARCHITECTURAL SERVICES (2022-0530) Contract Status CTB REVIEW Entity ID* O00039527 Contract Description* TASK ORDER # 3 CHASE BUILDING SYSTEMS Contract Description 2 Contract Type* TASK ORDER Amount* $90,995.00 Renewable* NO Rene ❑ New Entity? Contract ID 6144 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project Department Requested B©CC Agenda Due Date BUILDINGS AND GROUNDS Date* 07x'23,2022 07'27,2022 Department Email CM- BuildingGrounds=0weldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadlloveldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTO RNEY/OWELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MA enter MSA Contract ID Will a work session with SOCCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Sid (RFP I* 82200050 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contrac Effective Date Review Date" 11,07;2022 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date* 12/30/2022 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHRISTIE PETERS Approval Process Department Head TOBY TAYLOR DH Approved Date 07/20/2022 Final Approva BOICC Approved RO]CC Signed Date (1OCC Agenda Date 07/27/2022 Originator SGEESAMAN 07/22/2022 finance Approver CHRIS O'0VIQ1O Finance Approved Date 07=`21 =`2022 Tyler Ref * AG 072722 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 07/21/2022 col -Wad- mg 505 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND CAIRN DESIGN LLC ARCHITECTURAL/ENGINEERING SERVICES THIS AGREEMENT is made and entered into this j,t day of Oa VC,h , 20225 by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Cairn Design, LLC, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2200050. 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 CovnW1-1— o5/zl/ 102 cc���� 2oz2- 0530 3��4aa- p,G Q024-1 extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 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 $141,800.50 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will 2 be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. S. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this 3 Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. 4 a. Types of Insurance. Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability). The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. b. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are 5 sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where 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: Ken Caudle Position: PE Address: 1805 Sheely Drive Address: Fort Collins, CO 80526 E-mail: ken@cairridesignllc.com Phone: 970-286-7968 TO COUNTY: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80634 E-mail: ttaylor@weldgov.com Phone: 970-400-2020 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 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 both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 8 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the subcontract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 9 Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: Cairn Design, LLC By: Name: Kenneth Caudle, PE Title: Engineering Manager March 9, 2022 Date of Signature WELD CO T ATTEST: ,/4A/ e,p+r/ BOARD OF COUNTY COMMISSIONERS Weld C.0 ty Clerk to the oard WELD COUNTY, COLORADO BY: Deputy Clerk ti the Board A # -74 fit '1. 10 Scott K. James, Chair MAR 2 12022 ibit A REQUEST F*R `TROP SALS WELD CO! pNTY, COLORADO 1150 G STREET GREELEY, CO 80631 DATE: JANUARY 149 2022 PROPOSAL NUMBER: 0B2200050 DESCRIPTION: ARCHITE+ TURA. L / ENGINEERING SERVICES FOR PROBATION DEPARTMENT: FACILITIES MANDAT ARY PRE -PROPOSAL CONFERENCE: JANUARY 249 2022 PROPOSAL OPENING DATE: FEBRUARY 10, 2022 1. NOT ta"J T th TO BD DtDERS: The Board of County Commissioners of Weld C.unty, Colorado, by and referred to herein as, "Weld County"), wishes to purchase the following: ARCHITECTARCHITECTU L / ENGI NEERB 7 G SERVICES FOR PR FACES hrough its Contrail N OFFICES (col ectively A mandator e Y eMr Sia' k 1.+ 4Y' U f e U m i c e will ill be held on January 2 tj' 2022 afi 0:00 M at t h e building located at 822 7th Street, Greeley, CO 80631. Meet in front of e evators across from Chase Bank. Bidders must participate and record their presence at the pre -proposal conference t; be allowed to submit proposals. Proposa.s v °iii be received with: Fe4ruary10 2022 at 11.00 AM (Weld Count Pur has&n Time Clock). The submitted ed bids wilt be read over a Microsoft Teams Conference Call on February 10, 2022 au, 11:30AM. 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, St. Vrain Meeting Room, 1150 0 Str:-:et, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 206G91617i PA: ES 1 — 8 OF THIS REQUEST FO "' PROPOSALS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 8 MAY BE APPLICABLE FO EVERY PURCHASE. PROPOSAL SPECIFICS FOLLOW PAGE 8. MITATION TO PROPOSE: Weld County requests proposals for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall e delivered to the location(s) specified herein. Bids shall induce any and a!I charges for freight, delivery, containers, packaging, less all taxes and viscounts, and shall, in ev-lnj way, be the total net price which the bidder will expect the WS County to py if awarded the bid. You can find information concerning this request on the BidNet Direct website at laps:'/ ww,bidnetdirect.comi Weld County Government is a member of BidNet Direct which is an online notivication system being utilized by multiple n<< gin -profit and governmental entities. Participating entities post their bids, quotes, proposals, adoendums, and awards on this one centralized system. 1. exc t EimaIled p quired. Email proposals to b ds weidgov.com; however, ;f your proposal I. 25MB of ase upload your propsal to https://www.bidnetdirect,Com. The maximum fife size to upload idNet Direct is 500 MB. P3F f rmat Is required. Emailed proposals must include the following fliemeit o n the email: "0 hereby waive my right to a sealed ld". An email confirmation will be sent when we receive your bid/proposal. please can Purchasong at 970-4004223 or 4222 uegth any qunstaouso . INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usua signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by . ne of the members of the partnership or by an authorized representative, followed by the signature and title if the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the n ame of the state of the incorporation and by the signature and title of the president, secretary, or other person auThorized to bind it h the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," 'agent," or other title withoft disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County C.ntroll -tr, satisfactory evidence of the authority of the officer signing on behalf of a corporation sha 0 be furnished. A pwer of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All correctins .r erasures shall be initialed by the person signing thy-, bid. All bidders shall agree to c.mply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and dearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. responsibility will attach to the and identified. rids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prier to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the tim: of opening will be kept L reopened. in a s cur place. Nl , eld County Controller for the premature opening of a bid not properly addressed it (a\ 0 n accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County wilI give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids 'or the purchase of any books, stationery, records, printing, lithographing .r ther supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to ..accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than mne vendor. In submitting the bid, the oiQder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, eogether constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES — l0 ,i EGAB _ ALF KIS: Successful bidder certifies, warrants, and agrees ,that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder 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). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work u nder this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that BID REQUEST #B2200050 Page 2 the subct• ntractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder 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 Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly rmploys or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder 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 .f receiving notice. Successful bidder shall not terminate the cortract if within three days the subcontractor provides information to stab ish that the subcontract nas not knowingly employed or contracted with illgal alien. Successful bidder 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 Tabor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty dys after hiring a new employee to perform work under the contract, affirm th;t Successful bidder 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. Successful bidder 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 othicnr requirements of the State of Colorado program. If Successful bidder 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, Successful bidder shall be liable for actual and consequential damages. Except h es exempted by federal law and except as provided it C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder 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 Successful bidder 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. VA,/ G. GENERAL PROVISIONS A. Find Avif bNfl ty: Financial obligations !of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted ;;nd otherwis€ made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of tle bidder shall be transmitted separa"ely from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the succ�-ssful bidder is advised that as a public entity, Welc County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado ' 'pen Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all infrmation contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(lV) (Trade secrets, privileged informatin, and confidential commercial, financial, g,-�ological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff cetermines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential rmation which is included within the body of the bid and not separately identified info . Any document which is incorporated as an exhibit into any contract ex-cuted 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. BID REQUEST #B2200050 Page 3 Q. Independent CContrctor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. —he successful bidelctr and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through NA/eld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxesandkcal head taxes `if 6.m�. plineble) incurred pursuant to the Lfln ItIr6a.8ct. The successful bidder sell not Have aut'hol izatiol 1, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when request -,d to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Ir ,a : Colorado law, and ales 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 c: nflicts with said laws, rules and/or regulations shell be null and void. G. No Third -Party enelocia y Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action rela tint to such enforcement, shall be strict y reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. it is the express intention of the, undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. r ttorney's Fess/L gal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be 9iab a to or responsible for the paym-ni of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. 1. DisadvGntaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materiels, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely corrpb tion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decisisn to withhold payment or to termii- Efate this Agreement. K. 'arm: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension cir Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been '.I BID REQUEST #B2200050 Page 4 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. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no plsonnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder 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 bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C. §§24 -18C -2O1 et seq. and §24-50-5072 The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or •Watt atri Dvnxon.aew; .r:A' 95n .. ",:£":"NTu,°+,eeusW.FeJWkLsfl W, -'W BID REQUEST #B2200050 ha aom�n+rc..wrnrm�•m�� - - .w+�.m ..:.w�.m... .max Ta3tt "�ml$71,1,^ Page 5 beneficial interest whatsoever in the service or property which is the subject mailer of this Agreement. County has no interest and shell not acquire any interest direct or indirect, that would in any manner or degree nter ire with the perVormarice of the successfu bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actual y conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. r alure by the successful bidder to ensure compliance wits this provision may result, in County's sole discretion, in immeolate termination of this Agreement. No employee of the successVul bidder nor any rrember of the successful bidder's family sell serve on a County Board, committee or hold p any such position �A�which either bpy ru e, practice or action nominates, P�6� TlZflCli3v�Da�1� c�Q Arrl PG Drt la �IgG� k C ncvv�6�F� {�� 00 us�UGfhP'la Ga�61PF1 �6Ga___ Farce authorizes <?a ����orac� �}sa <��r� successful �iauc��aP a eco III @ e DU©, super d Isms aD De success ul bidder's operations, Ds, or I U9 di Ug do the bidde T. everaboUoty: If any term or coidition os his Agreement shall be held to be invalid, illegal, or nenforceable by a curll 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. f _ Oradong Ar'bft M oo ProhiiNtecf: Weld Cavity does not agree to binding arbitration by any extr& Judicia body or person. Any provision to the contrary in to contract or it corporated herein by reference shall be nul and void. V. Board of county CornrMsSoners of weld County Approv n: this Agreeme it has been approveo by the Board of C unty Commissioners o We d County, Colorado or its designee, t shall not be va 0 id until kaki. compensatooc mount Upon the successful bidder's successful completion of the service, and County's acceptance of the same, county agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change ()ter" authorising such. additional payment has been specifically approve° by the County's delegated amp twee, or oy formal resolution of the Weld County Board of County Commissioners, as required pursuant to the wed Couflty Code. X. Imes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pu-suant to the terms of this Agreement. Contractor shoal r ci be entitled to bill at overtire and/o? doubie time rates for work done outside of normal business hours unless specifical y authorized in writihig by County. N.SURAHC 73) General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering ,=Ill operations, goods or services provided pursuant to this request. Successful bidders s lal keep the required insurance coverage in f®rce at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be undo -written by an insurer licensed to do business in Co orado and rated by A.M. Best Company es "A99 VW or better. Each oolicy shall contain a vat provision or endorsement slating "Should any of tie above - described coo Odes by canceled or should any coverage be reduced before the expiration date tnereof, the issuing company shall send written notice to the Weld County Controller by ce ified mail, return receipt requested. Sucn written note s aOO be sent thirty (30) days prior to such cancellation or reduction un ess due to non-payment of premiums for which notice shaL be sent ten { 0 0) days prior. If any policy is in excess of a ded uctib e or self-Orsureo retention, County must bt notified by the Successful bidder. Successful bidder shall be resporsiblefort he p:Iyment of any deductible or self -insured retention. County reserves The rignt to require Successful badger to provide a bond, at no cost to County, in the amount of t clams he deductible or self -insured reten ion to guarantee payment of the insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability o' Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder frrn liabilities that might arise out of the periormance of the work under this Contract by the Successful bidder, its agents, representatives, employees, BUD REQUEST # B2200050 Page 6 or subcontractors. The successful bidder shall assess its own risks and if ideems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is rot relieved of any liability .•;r other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient arnoun:s, duration, or types. The s: Jccessfu0 bidder shall maintain, at its n expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. the successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemni'y and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Con:Tact or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recoverea 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 successful bidder 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 successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agent, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's rignt to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term or 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 successful bidder'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 successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bily injury, propel damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000 000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liabf°lty: Successful bidder 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. Successful bidders 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 Request. for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy,., or other proof of insurance as requiredy by the.... County's Risk _Administrator in his sole discretion. BID REQUEST #B2200050 Page 7 Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein andand shall nrnrt urn and maintain the same coverages required of C[ [rrnoc fi [1 bidder. Cs errnerrfi e1 �airlrior okedl shall �o� �svt.. v and maintain e�eee� the . same �v coverages Cd %., � a �..�`a[[ u of V�.CVvO.e��71 ue �.s[u1RSe1 %J41 ,iocOC168[ LJIVVC[ a71 1Q11 include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #82200050 Page 8 Architectural / Engine - ring Services Probation Offices OVERVIEW: Weld County intends to contract with a consultant to provide architectural / engineering services for the renovation of the second, fifth, sixth and seventh floors of the county building located at 822 7th Street, Greeley, CO 80631. These spaces will house the Court Probation offices and County Attorney's offices. BACKGROUND: Weld County develops conceptual projects using in-house staff to determine feasibility and budgetfunding. Once a project is funded, professional design services are needed for schematic design, design development, construction documents, and construction administration. PROCUREMENT METHOD: This solicitation is for the following: Procurement Method: 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 is 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. PHASING: Project design will be phased into three separate sections: Phase 1: Design for the attorney's offices on fifth floor will be completed initially with construction in 2022. Phase 2: Design for second floor probation offices with construction starting in 2022. Phase 3: Final design phase for sixth and seventh floor offices with construction starting in 2023. PRELIMINARY SCHEDULE: Date of this RFP Posted to Bid Net Pre -Proposal Conference Bids Are Due Contract Award Notice Begin Design Services January 4, 2022 January 1411, 2022 January 24, 2022 February 10, 2022 February 28, 2022 Immediately upon notice of award contract liktecal BID REQUEST #B2200050 Page 9 Schematic Design Phase 1 (30%) Design Development Phase 1 (60%) Construction Documents Phase 1 (100%) Schematic Design Phase 2 & 3 (30%) Design Development Phase 2 & 3 (60%) Construction Documents Phase 2 & 3 (100%) Schematic Design Phase 2 & 3 (30%) Design Development Phase 2 & 3 (60%) Construction Documents Phase 2 & 3 (100%) SCOPE OF WORK: April 15, 2022 May 13, 2022 June 17, 2022 May 13, 2022 July 1, 2022 August 26, 2022 August 26, 2022 October 14, 2022 December 18, 2022 The Scope of Work as shown in Attachment A should be considered the minimum that the consultant shall provide. This attachment shows the limits of the renovated areas. Inside these areas, renovation shall include selective demolition and construction of new offices, conference rooms, restroom renovations, IT 1 IDF rooms and break areas. All renovation work will include upgrades and renovations to electrical, HVAC, plumbing, fire alarm and fire sprinkler systems as required. Minor work on other floors will include possible chases to allow data cabling between floors and IDF rooms where needed. 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 workeffort, 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 a site visit 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 -sue 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. DATA AND INFORMATION REVIEW: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsible for: A. Familiarizing themselves with applicable local, state, and federal regulations. B. 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. BID REQUEST #B2200050 Page 10 C. Weld County will provide a summary of employee staffing for each project. D. The Consultant will provide a summary of space needs with assistance from the County Project Team E. The Consultant along with the County Project Team shall provide a summary of telecommunications, data connectivity, and technology needs. 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 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 labors materials, and equipment as needed for each project C. Prepare a brief memorandum summarizing the results of this task. FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS: The Consultant shall prepare a full and complete set of construction contract documents for each Project. The 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 consolidate comments into one (1) package and provide to consultant for review. 0,5 Schematic Design (3Q% complete) — Provide schematic design drawings for review and comment by County Project Team. Design Development (60% complete) — Provide draft plans and specifications for review and comment by County Project Team. Participate in preliminary plan review meeting with County Building inspections staff (Planning Department). Permit/Construction Documents (100% complete) — Provide two full and cormpletesets of documents for permit review by Weld County Building Inspection (Planning Department). These full and complete set of construction contract documents will allow the County to solicit bids for actual construction of the project. Provide one complete set in PDF and hard copy to the Facilities Department. Project Risk — Maintain a project risk register throughout the design process including value engineering approach. B. Architectural Design: Produce architectural plans for building structures. Guide selection of exterior and interior finishes, interior design, and office space layout. This process will require dose coordination with Facilities Department staff to optimize the layout and details of building spaces. In general, building structures shall be designed to maximize resiliency, minimize long term life cycle cuts and consider sustainable elements. BID REQUEST #B2200050 Page 11 C. Civil Design: Produce civil design plan and specifications should the project scope require; including; plans for existing conditions, grading plans, pavement layout and section design, civil details, water supply plans (may include supply well), wastewater disposal plans (may include septic system), drainage plans, electrical and natural gas utility plans, erosion control plans, and post -construction stormwater detention and waterquality plans, Municipal Separate Storm Sewer System (MS4) through Colorado Department of Public Health and Environment (CDPHE). D. Structural Design: Produce structural plans and specs in compliance with all State and Local building codes. E. Mechanical, Electrical, and Plumbing Design: Produce mechanical, electrical and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction. Items to include but are not limitedto the following: heating ventilation and air conditioning plans, specs, equipment schedules and control systems; plumbing plans, specs and equipment and fixture designation for water supply and wastewater disposal; electrical plans, specs, schedules and diagramming for power, lighting, and provisions for emergency standbypower generation if included. F. Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process. The design team for this proposal will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team. The actual wiring and integration of technology components (excluding HVAC Controls) will be performed by County staff through separate procurement processes. O. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one -hour on - site Owner -Architect -Contractor (OAC) meetings. The duration for OAC meetings shall use 6 months for base bid. For additional CA work, identify the hourly rate in table below. H. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be provideo to the County. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built of the Project. A. Provide to Weld County one (1) set of hardcopies and on - (1) set of PDF documents of the completed project documented along with AutoCAD with final as -built of the Project. B. Conduct a post -meeting debriefing discussion with the County Project Team. 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, if known, at the time of proposal submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: the consultant must have Architect(s) / Engineer(s) with current State license(s). Must carry Professional Liability Insurance (PLI), also called Professional Indemnity Insurance (III) but more commonly known as Errors & Omissions (E&0). BID REQUEST #B2200050 Page 12 PROPOSAL SUBMITTAL: The following items must be completed and submitted with your proposal on or be f f° the proposal sub ittal deadi� o j, n 11:0Q , on Februa 10 2 $2 e Please submit your proposal, addressing each of the following items in the order as outlined below. As tirne is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner. As electronic copy 1f the proposal is required. Proposals can be emailed to .aidsne1 gov.comy however, if your bid exceeds 25 MB please upload your bid to htt s://wwwebidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. PRP format is required. 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. Explain your (consultants) capabilities, qualifications, history, and experience in providing all services described in this RFP and include the following: 1) The consultant's experience working on pudic sector projects. 2) Copies, if any, of certificates/awards pertinent to the scope of work. 3) Provide date established, state incorporated, office location(s), previous names the firm has used in the last ten (10) years, geographical area(s) wheremost of the firm's work occurs and a general description of the firm and its history. 4) Provide 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) Provide information regarding two (2) completed similar projects your firm has performed. 6) Provide at least five (5), but not more than ten (10), references for your firm and your proposed engineering firm(s). Include: company name, contact name and title; contact phone number and email address, 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 understanding of \Neld 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 ten (1 0) pages in length, 7) Provide your firm's approach and experience with designing, engineering, life -cycle costing, system evaluations, material selections etc. related to sustainable design. E. Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including: 1) identify 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 proposed team members along with a copy of current state licensing for each architect or engineer. . e,t'M^r n rte, Saar air _ BID REQUEST #82200050 Page 13 3) A description of the individual's background and experience, including any unique qualifications, related qualifications, and relevant experience. 4) Years of experience. 5) Years of experience with the firm. 6) Years of experience with the proposed project team. II . von sultai a o approach 5 In ti e% work outlined ;DM 4Ine1 Ceta rtV%e, ra 1Afeer la I U 1C %. toUpC VI V VVI aS. 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 work. 3) Describe the proposed work including the phases, processes, documents, deliverables and all applicable requirements. 4) Description of your approach to communication(s). G. Proposed Project Schedule 1) Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly. 2) Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances. H. Proposed Fee Structure (pricing needs to be not -to -exceed pricing) 1) Complete Attachment A - Project Rate Sheet. 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. I. 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. 2) Include a completed Attachment A - Project Rate Sheet for each sub -consultant you intend to sublet with. J. Other Items 1) Completed pages 16 — 20 of the Bid Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal may result in your proposal being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #62200050 Page 14 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 I to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. Criteria Firm Capability Consultant and Key Staff Eperinc and Qualifications Standard Weighing 1 Factor Does the Consultant, key staff, and/or sub -consultants have the experience and qualifications to perform the 25% Scope of Work? Does the Consultant possess the background and experience to meet the needs of the County? Does the Consultant possess the qualifications needed? Does the Consultant have experience in designing avarietty of public sector projects? Does the Consultant's personnel have the experience needed to complete the projects? Do the sub -consultants, if any, have the qualifications, experience, licensing, and key personnel needed? Does the Consultant provide experience and ability forlife- cycle costing and system evaluation on projects? 25% Project Approach Does the Consultant's approach allow the Evaluation Committee to determine how the respondent will best meet theneeds of the County? Does the Consultant's approach detail how they will beable to 15% handle the various communications, including meetings and project schedule, to keep the projects running smoothly? Does the Consultant's approach Getall how they plan to manage meetings and project schedule, making sure the project runs smoothly and on time? Firm Availability and Project Schedule Does the Consultant have the availability and commitment of key staff members and other staff and resources (sub - consultants) needed to complete services in a timely fashion? What means does the Consultant have to accommodateurgent project needs for quick turnarounds on tight schedules? 15% Cost Is the Consultant's fee structure competitive, reasonable, andadvantageous to Weld County? 20% BID REQUEST #B2200050 GISAVWICAII Page 15 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 and posted on BidNet Direct. It is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your Proposal. The County makes no guarantee any changes or concessions to thez ethnrdcrr4 nnrc am ant tAIill hen mida hilt 'Aiill review cpd consider all rota incite . ■of ors t_4I i0 .A mow■ ct on 11 ii 14. ■8111 cvv 1 1 eW6dV 0.d LAl 19111 review V 1\.s DO LA 1 consider �so1 F411 1 �1ldl� LV. ON -CALL PROJECTS: In addition to this major project, Weld County has other projects that it intends to utilize the awarded vendor from the construction project above through an on -call basis. The firm selected for the on -call projects will be based on the project type, scope, and firm experience. Services include, but are not limited to, planning and engineering for Architectural, Civil, Landscape, Structural, Mechanical, Electrical, Plumbing, and Interior Design. The types of projects for upcoming on -call design services may include, but are not limited to, the following: Converting office space into a breakroom. HVAC upgrade designs. • Convert wash bay to maintenance bay. The County, at its sole option, may offer to extend the contract for up to three (3) additional one-year terms for each vendor to provide other on -call services. The extension option may be exercised providing satisfactory service is given and all terms and conditions of the contract havebeen fulfilled. Such extensions must be mutually agreed upon in writing, by and between the County and the Award Vendor(s). PROJECT COST SHEET Complete the project cost sheet below for the base project. Provided the lump sum cost or each line item. Each item will add up to the corresponding phase total and the lump sum grand total for all three phases. Submit with bid response. Phase 1 Chase 51H floor attorney's office Schematic Design Construction Permitting/ConstructionAdministration Interior Other (define) Development Design Design Documents - $ $ $ $ $ Phase I bi otal BID REQUEST #B2200050 Page 16 9 I P Phase 2 Chase 2ND floor probation offices Schematic Design Design Development Construction Documents Permitting/ConstructionAdministration Interior Design Other (define) Phase 2 Total Phase 3 Chase 7Th probation offices 6TH and Interior Schematic Design Construction Permitting/ConstructionAdministration Other (define) Development Design Design Documents $ $ $ $ __ $ Phase $ 3 Total Matt GRAND TOTAL (Phase 1, 2 & 3 combined): $ a.64 141G4.4ettiaraa‘o BID REQUEST #B2200050 .utJHmNwW"-""..E j7�"A"q^f. Ne`llr5H�be`'Y�Yi*`�9 Page 17 ON- CALL PROJECT COST SHEET For the on -call services, identify the schedule of hourly rates for all proposed team members; please detail any members or that are not lists in the spaces of the sheet provided below. Note: Use additional sheets as needed). Submit with bid response. HOURLY RATES Principal ict r Associate $ Project Manager Project Architect Project Engineer Designer $ Draftsperson Intern . Contract Administration $ Civil Engineer $ Electrical Engineer Structural Engineer Mechanical Engineer Interior Designer Other (list) Other (list) Other (list) Other (list) _ _ _ _ - . _ .. Other (list) Continue on additional page(s), as necessary $ BID REQUEST # B2200050 Page 18 ONCALL SERVICES " BM URSABLES Additionally, Weld County recognizes some vendors may wish to seek reimbursement for other standard reimbursables such as large format copies and plans, and postage/shipping. Food, travel, and lodging are not considered reimbursables and must be included in hourly rates above. Submit a percent markup for these on -call design reimbursables. Percent markup for Design Reimbursables BID REQUEST #B2200050 Page 19 The undr=-rsigned5 by his or her signature, hereby ac no ledcres an •[ represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in th request for proposal for Request No. B2200050. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, I'91 it flint limit/Ad +n nrne'h ir$ n ni rtat n intr• innr: nnana of on, no; rats\ rsrird +kr crerrna4-s1 esk,rn Rea."nnr% of Mne a ; -i k %AI 1v�$ a.re.4L , Mid III 11111A-01/44 Oa, JI 1/4174...W1/4.9%. ..,E +4a1Zi6.i6Jl4iLJi i� Cali 1L6 01/4t4., l„/i CI V€LoCOj, ai 1l.1 U i� 1 311 6ICH uSlIUC�.JLQ11 aC V1 Li IC LJAU.1 �y V VCIt.1 County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld county reserves the right to reject any and all bids, to wait any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY BUSI NESS ADDRESS (Please print) CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE DATE FAX E-MAIL TAX ID WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION N U S ER IS #98=03551-00006 ATTEST: Weld County Clerk to the Board BY: YOU DO NOT NEED TO SEND BACK PAGES 1 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott James, Chair APPROVED AS TO SUBSTANCE. Elected Official or Department Head Controller BID REQUEST #82200050 Page 20 Architectural / Engineering Services for Probation o k., ._-ices B2200050 = QUESTION & ANSWERS POSTED 02/01/22 1. Question: Do you have CAD files that will be available to the winning team? Answer: We do not have CAD files for this building. 2. Question: Will all three phases be designed simultaneously or separate by phase? Answer: Al 3 phases will be designed separate NT 3. Question: What is the design and construction budget identified for each phase? Answer: We do not have budget estimates identified for t ie phases. 4. Question: Should we plan on providing a cost estimator or will the owner provide one? Answer: The owner will provide any necessary cost estimates. 5. Question: Can we provide a percentage fee instead of a lump sum price for design and engineering services? Answer: No. All Apr icing will need to be submittPd as a lump sum price for each phase as shown on the bid schedule. 6. Question: During the project will people be moved between floors within the building, or will people be working from home during the renovations? Answer: They will be moved between floors. After each phase of construction is completed, people wilL need to be moved beore the next phase can begin. 7. Question: Are there existing design guidelines for Weld County or specific written standards for this building? Answer: There are no specific design guidelines for Weld Co.unty projects.. 8. Question: Is there a defined schedule for deliveries beyond what is outlined in the REP Answer: No. 9. Question: Do we need to submit a design schedule as part of the proposal - sv er: 0 1 10. Question: Can you clarify item I. on page 14 of the RFP "Statement of consultants intent to sublet portions of the work"? Does this refer to the use of outside consultants as part of this proposal? Answer: This does refer to the use of outside consultants. 11. Question: Would a canopy be required at the new Judicial Entry to the building, or would this be a good optional cost to include in the proposal? Answer: No canopy will be required at the new Judicial Entrance. 12. Question: Do you have a template or an example "Project Risk Register" that you can share per the design process requirements? Answer: We do not have a standard project risk register. 13. Question: Can you please confirm that per page 10, item C that 2O on site meetings per phase are required? That would result in design team's pricing 6O face to face meetings during the design period (20 for phase 1, 2O for phase 2 and 20 for phase 3). Answer: We will require face to face design meetings for these projects. 14. Question: The RFP calls for weekly on -site, lhour meetings being attended in person. Considering this project is split into phases, we anticipate each phase being 6 months (or longer). With once weekly meetings, that would result in 78 OAC meetings. That seems excessive to us, however given the RFP requirements, should we price / account for weekly meetings or what we believe is adequate? Answer: The projects may not require this many meetings but if they are needed, we would expect the design firm to attend in person. 15. Question: Can you please advise if a backup generator and / or uninterrupted power supply is required as a part of any phase? Answer: No backup generator or UPS will be a part of this project. 16. Question: What jurisdiction will the building permit be issued by? Answer: The Weld County Planning and Building Department will issue the building permits for these projects. 2 17. Question: Does Weld County have structural and mechanical drawings for the existing building? Answer: We do have the original archisecturar, structural and MEP drawings for the building. There :lave been alterations made to the building over the years that we do not have drawings or engin :ermg fora 18. Question: Should Bid Specs pages number 16 through 20 (cost sheets, hourly, reimbursable and signature pages) be located in section i, as well as the other sections requested? answer:.Ti These pages don't need to be a part of section J, however they will need to be sent in a with the bid. Per the yellow highlighted se ion in the middle of page 20, Pages 1 through 8 do not need to be returned. M other pages in this solicitation \ i14 need to be included in your submission° 1 Architectural / Engineering Services for Probation Offices B2200050 - QUESTION & ANSWERS NO. 2 POSTED 02/08/22 1. What Phase will the work for remodeling the first floor & lobby area mentioned in Addendum No1bein? Answer: Phase 3 2. Will the existing restrooms on the affected levels be brought up to code as part of this remodel? They are included in the affected area, but it was mentioned in the initial meeting that the existing restrooms would NOT be upgraded. Answer: All existing restrooms will need to be modified and brought up to current codes. 3. There are two series of due dates for Phases 2 $ 3 listed on page 10 of the REP. Which set of dates is correct? Answer: See addenda #2 for clarification. 4. It was mentioned during the initial meeting that the County will be working with an existing office furniture supplier for this project. Does the County have a similar relationship with interior materials (carpet tile, ceiling, lighting, etc.) suppliers? If so, are the interior finish materials already selected? Answer: Weld County will provide and install aD systems furniture and carpet. All other interior materials will be part of this proposal. A4 N M 1 vJ1W�/' MrtN/m nv..... .. .. A\;Ynrrwxcnunw�raaNal.XmavA n4a yanrtMwaFc BID REQUEST NB2200050 ARCHITECTURAL / ENGINEERING SERVICES FOR PROBATION OFFICES Currently: No work is shown happening on the first floor, Change: Area on first floor shown in clouded area on Attachment B will be renovated into a new secured entrance to the building. Tnis will need to include all architectural, storefront doors and electrical to ;.ccomrnodate the new entrance. .* * * We need signed copy submitted withyour...b d. Thank you!*** Addendum received by FIRM ADDRESS MNy//M N/ Ntl// I.00V �WNi CITY AND STATE BY 1TTf fllArl9/CAW Yn..r/rn..//AVRMIV MM3Xt4RdttNS'NAry/ •• EMAIL January 24, 2022 ADDENDUM#2 BID REQUEST NO. B2200050 ARCHITECTURAL / ENGINEERING SERVICES FOR PROBATION OFFICES Currently: Preliminary schedule in Bid Specs shows phases two and three together. Change: Replace preliminary schedule in Bid Specs with schedule shown below. PRELIMINARY SCHEDULE: Date of this RFP Posted to BidNet Pre -Proposal Conference Bids Are Due Contract Award Notice Begin Design Services Schematic Design Phase 1 (30%) Design Development Phase 1 (60%) Construction Documents Phase 1 (100%) Schematic Design Phase 2 (30%) Design Development Phase 2 (60%) Construction Documents Phase 2 (100%) Schematic Design Phase 3 (30%) Design Development Phase 3 (60%) Construction Documents Phase 3 (100%) January 12, 2022 January 13, 2022 January 24, 2022 February 10, 2022 February 28, 2022 Immediately upon notice of award contract April 15, 2022 May 13, 2022 June 17, 2022 May 13, 2022 July 1, 2022 August 26, 2022 August 26, 2022 October 14, 2022 December 18, 2022 ***We need signed copy submitted with your bid Thank you'*** Addendum received by FIRM ADDRESS CITY AND STATE BY EMAIL February 8, 2022 [Limits of work shown inside of clouded area Second floor 8 1 2 3 4 C fLimits of work shown inside of clouded area ELEVATOR RIONIIMEMIS a r SKY WALK - OCDJ T0.D(TERCR Fifth Floor 1 2 3 4 ROOF TOP saps, B F ntistiocatts bu C its Ct t•0yr r _ r ELEVATOR fLEVATOR '4 W MAIN VERTCAL Thum( i E. D �I �C r les_jAyi Limits of work shown inside of clouded area H E �J _ N Mee V 14'-0 yr 3MCONY JeD4 TO alERIOR ' Sixth floor A B C D V.� titans ---flew 1-c Seventh floor Limits of work shown inside of clouded area ATTACHMENT B Exhibit B Response to: Request for Bid Architectural and Engineering Services for Probation Offices and Design Services + On -Call Bid Number B2200050 Submitted by: Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 (970) 286-7968 Date: February 10, 2022 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 and posted on BidNet Direct. It is expected that any exceptions or requested additions to the attached agreement 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. ON -CALL PROJECTS: In addition to this major project, Weld County has other projects that it intends to utilize the awarded vendor from the construction project above through an on -call basis. The firm selected for the on -call projects will be based on the project type, scope, and firm experience. Services include, but are not limited to, planning and engineering for Architectural, Civil, Landscape, Structural, Mechanical, Electrical, Plumbing, and Interior Design. The types of projects for upcoming on -call design services may include, but are not limited to, the following: • Converting office space into a breakroom. • HVAC upgrade designs. • Convert wash bay to maintenance bay. The County, at its sole option, may offer to extend the contract for up to three (3) additional one-year terms for each vendor to provide other on -call services. The extension option may be exercised providing satisfactory service is given and all terms and conditions of the contract havebeen fulfilled. Such extensions must be mutually agreed upon in writing, by and between the County and the Award Vendor(s). PROJECT COST SHEET Complete the project cost sheet below for the base project. Provided the lump sum cost or each line item. Each item will add up to the corresponding phase total and the lump sum grand total for all three phases. Submit with bid response. Phase 1 Chase 5TH floor attorney's office Schematic Design $ 3,430.35 Design Development $ 3,430.35 Construction Documents $ 3,430.35 Permitting/ConstructionAdministration $ 1,143.50 Interior Design $ 1,143.45 Other (define) $ Phase 1 Total $ 12,578.00 BID REQUEST #B2200050 Page 16 Phase 2 Chase 2N° floor probation offices Schematic Design $ 20,347.50 Design Development $ 20,347.50 Construction Documents $ 20,347.50 Permitting/ConstructionAdministration $ 6,782.50 Interior Design 6782.50 , Other (define) $ Phase 2 Total $ 74,607.50 Phase 3 Chase 6TH and 7TH probation offices Schematic Design $ 14,895.00 Design Development $ 14,895.00 Construction Documents $ 14,895.00 Permitting/ConstructionAdministration $ 4,965.00 Interior Design $ 4,965.00 Other (define) $ Phase 3 Total $ 54,615.00 GRAND TOTAL (Phase 1, 2 & 3 combined): $ 141,800.50 BID REQUEST #B2200050 Page 17 ON- CALL PROJECT COST SHEET For the on -call services, identify the schedule of hourly rates for all proposed team members; please detail any members or that are not lists in the spaces of the sheet provided below. Note: Use additional sheets as needed). Submit with bid response. HOURLY RATES Principal $ 185.00 Associate $ 175.00 Project Manager $ 175.00 Project Architect $ 165.00 Project Engineer $ 165.00 Designer $ 150.00 Draftsperson $ 110.00 Intern $ 90.00 Contract Administration $ 90.00 Civil Engineer $ 150.00 Electrical Engineer $ 150.00 Structural Engineer $ 150.00 Mechanical Engineer $ 150.00 Interior Designer $ 135.00 Other (list) Other (list) Other (list) Other (list) Other (list) Continue on additional page(s), as necessary $ BID REQUEST #62200050 Page 18 ON -CALL SERVICES REIMBURSABLES Additionally, Weld County recognizes some vendors may wish to seek reimbursement for other standard reimbursables such as large format copies and plans, and postage/shipping. Food, travel, and lodging are not considered reimbursables and must be included in hourly rates above. Submit a percent markup for these on -call design reimbursables. Percent markup for Design Reimbursables 10 % Reimbursable expenses are estimated at $1,000.00 BID REQUEST #B2200050 Page 19 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2200050. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld county reserves the right to reject any and all bids, to wait any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Cairn Design, LLC BY Kenneth Caudle, PE BUSINESS ADDRESS 1805 Sheely Drive CITY, STATE, ZIP CODE Fort Collins, CO 80526 (Please print) DATE 2/10/2022 TELEPHONE NO (970) 286-7968 FAX TAX ID it 46-5622900 SIGNATURE E-MAIL ken@cairndesignllc.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board Scott James, Chair BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller BID REQUEST #B2200050 Page 20 CAIRDES-01 CKING ACORO- CERTIFICATE OF LIABILITY INSURANCE 4.------100/8/2/8/2021 DATD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER PUI Agency of Colorado, Inc. P.O. Box 3412 Littleton, CO 80161 CONTACT NAME: PHONE FAX (A/c, No, Ext): (720) 465-9116 (NC, No): (248) 553-8305 -MAIL SS: CKing@profunderwriters.com EADDRE INSURERS) AFFORDING COVERAGE NAIC # INSURERA:RLI Insurance Company 13056 INSURED Cairn Design, LLC 1805 Sheely Drive Fort Collins, CO 80526 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUER WVp POLICY NUMBER POLICY EFF IMWDDIYYYYI POLICY EXP IMM/DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY PSB0007254 9/11/2021 9/11/2022 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMASE3 (?EaoNTEence) $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES Tef PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE _ X UABIUTY ANY AUTO OWNED AUTOS E�ONLY AUTOS ONLY X SCHEDULED AUTOS SSWNEp Dom PSB0007254 9/11/2021 9/11/2022 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY acEcidentDAMAGE $ $ UMBRELLA LIAB EXCESS UAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE FFICER/MEMBER EXCLUDED? Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N /A PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A A Professional Liab Professional Liab RDP0044630 RDP0044630 9/11/2021 9/11/2021 9/11/2022 9/11/2022 Each Claim Aggregate 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Weld County 1150 O Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COLORADO DEPARTMENT OF LABOR AND EMPLOYMENT DIVISION OF WORKERS' COMPENSATION Rejection of Coverage by Corporate Officers or Members of a Limited Liability Company (LLC) 1. Type of Entity: 0 Corporation 2. Name of Corporation or LLC: 3. Mailing Address: 4. Email Address: 5. Nature of Business: PART A 0 Limited Liability Company (LLC) Cairn Design, LLC 1805 Sheely Drive Street or P.O. Box, Unit/Suite Fort Collins CO 80526 City ken@caimdesignIlc.com State . Zip Architectural and Engineering Design 6. Federal Employer Identification Number: 46-5622-900 7. Business Phone: (970)286-7968 8. Date of Incorporation or Organization: 8/2/2017 9. State of Incorporation or Organization: CO" (The business must be in Good Standing with 10. Corporate Officers or LLC Members rejecting coverage: the Colorado Secretary of State) Name Percent of First Middle Last Suffix (Jr., Sr., Ill) Title(s) Ownership/ Member Interest Katherine Victoria Ligon Chief Executive 51% Kenneth Ray Caudle Chief Operations 49% 11. Number of employees of the business other than the officers or members listed above: 0 12A. Does your company have workers' compensation insurance? O Yes 0 No 12B. If you answered "Yes" to Question 12A, please include your workers' compensation policy information below and submit this completed form directly to your carver. If you answered ' No" to Question 12A, please submit this completed form directly to the Colorado Division of Workers' Compensation. a. Insurance Carrier Name: b. Policy Number: c. Effective Dates: From: To: 13. Certification: ',Kenneth R. Caudle Name of Corporate Secretary or LLC Manager Cairn Design, LLC , certify that the above and attached information is correct and complete. Name of Corporation or LLC in my capacity as Corporate Secretary or LLC Manager of Signature of Corporate Secretary or LLC Manager 3-� —2e zZ Date C.R.S. Section 10-1-128(6Xa) states: 'It is unlawful is Waldagly provide false. incomplete, or misleadoug facts or inforssadoa to en lasarance company far' the purpose of defraedieg or attsmpdug to defraud the company. Peasities may iodide imprisomee t, Sae% desist of fasnranee, sad civil damages. Any insurance eompaay or agent of an laseraaee company who lmowiagly provides false, iueompleh or misleading facts or isformadou to a poiieybolder or dolmas* for the purpose of defrauding or attempting to defraud the policyholder or claimant with regard to a settlement or award payable from ineaewnee proceeds shall be reported to the Colorado division dimmers within the deportment of regulatory agencies." WC43 Rev 10/20 Page 1 of 4 COLORADO DEPARTMENT OF LABOR AND EMPLOYMENT DIVISION OF WORKERS' COMPENSATION Rejection of Coverage by Corporate Officers or Members of a Limited Liability Company (LLC) PART B - Corporate Officer or LLC Member Questionnaire IMPORTANT: A separate Part B MUST be completed by every person listed in Part A. 1. Name of Corporation or LLC: Cairn Design, LLC 2. Mailing Address: 1805 Sheely Drive Street or P.O. Box, Unit/Suite Fort Collins CO 80526 3. Officer or Member Name: Katherine First Middle Last Suffix (Jr., Sr., III) 4. Corporate Officer Title: Chief Executive Manager 5. Business Phone: (970)2867968 6. Date Officer/Member Elected: 09-09-2017 7. Duties performed for Corporation or LLC: 8. Mark ONE that applies: ® I hereby elect to reject workers' compensation insurance coverage based on C.R.S. § 8-41-202 (Non= agricultural). By signing this form, you are acknowledging your rejection of all benefits under the Workers' Compensation Act and that if you are hurt on the job, C.R.S. § 8-41-401(3) may limit your recovery to 515,000. You are further acknowledging that you are an owner of at least 10% of the stock of the corporation or at least 10% of the. membership interest of the LLC at all times, and control, supervise or manage the business affairs of the corporation' or LLC. The election to reject workers' compensation insurance as a corporate officer/LLC member must be voluntary and cannot be a condition of your employment. O I hereby rescind my previously filed rejection of coverage. City Victoria Ligon State Zip Engineering, Project Management and Business Development Corporate f$ca*LC Member Signature Date 9. Notary: If this form is being filed with the Division of Workers' Compensation, the signature of the individual corporate officer or LLC member completing Part B must be notarized. If this form is being filed with your insurance carrier, please contact your insurance carrier to determine if they require this form to be notarized. ,1 Acknowledged before me this day of J `�ULVCIt r CARNlA KUTCH NOTARY PUBLIC STATE IMPAIXORADO NOTARY ID 20214038238 W CCIAMINIONEXPIRES SEPTEMBER 27, 21 Q5 Notary Public In and for LAY1 County and 65 61 -%ad° State. My commission expires q/9) /a0/0 C.R.S. Section 10-1-128(6Xa) states: "It is unlawful to knowingly provide false, incomplete, or misleading facts or information to an insurance company for the purpose of defrauding or attempting to defraud the company. Penalties may include imprisonment, fines, denial of insurance, and civil damages. Any insurance company or agent of an insurance company who knowingly provides false, incomplete or misleading facts or information to a policyholder or claimant for the purpose of defrauding or attempting to defraud the policyholder or claimant with regard to a settlement Or award payable from insurance proceeds shall be reported to the Colorado division of insurance within the department of regalatory agencies." WC43 Rev 10/20 Page 2 of 4 COLORADO DEPARTMENT OF LABOR AND EMPLOYMENT DIVISION OF WORKERS' COMPENSATION Rejection of Coverage by Corporate Officers or Members of a Limited Liability Company (LLC) PART B - Corporate Officer or LLC Member Questionnaire IMPORTANT: A separate Part B MUST be completed by ev aY person listed in Part A. 1. Name of Corporation or LLC: 2. Mailing Address: Cairn Design, LLC 1805 Sheely Drive Fort Collins Street or P.O. Box, Unit/Suite CO 80526 3. Officer or Member Name: Kenneth First 4. Corporate Officer Title: Chief Operations Manager 6. Date Officer/Member Elected: 09-09-2017 7. Duties performed for Corporation or LLC: Engineering, Project Management and Business Development 8. Mark ONE that applies: ® I hereby elect to reject workers' compensation insurance coverage based on C.R.S. § 8-41-202 (Non- agricultural). By signing this form, you are acknowledging your rejection of all benefits under the Workers' Compensation Act and that if you are hurt on the job, C.R.S. § 8-41-401(3) may limit your recovery to S15,000. You are farther acknowledging that you are an owner of at least 10% of the stock of the corporation or at least 10% of the membership interest of the LLC at all times, and control, supervise or manage the business affairs of the corporation or LLC. The election to reject workers' compensation insurance as a corporate officer/LLC member must be voluntary and cannot be a condition of your employment. O I hereby res}'rid my previously filed rejection of coverage. City Ray Caudle State Zip Middle Last Suffix (Jr., Sr:, ill) 5. Business Phone: (970) 286-7968 3--2aZZ. Corporate Officer/LLC Member Signature Date 9. Notary: If this form is being filed with the Division of Workers' Compensation, the signature of the individual corporate officer or LLC member completing Part B must be notarized. If this form is being filed with your insurance carrier, please contact your insurance carrier to determine if they require this form to be notarized. Acknowledged before me this day of CARINA 1MCN NOTARY MOM STATE NOTARY Il leftCONNIS 10NIMES SEPRIBER2l, b Mct vc on . aurvb Notary Public. In and for betAll YYla County and [-OLoYYilcj O State. My commission expires q /9-1/909 C.B.S. Section 10-1-128(6)(a) states: "it is unlawful to knowingly provide false, incomplete, or misleading facts or information to an insurance company for the purpose of defrauding or attempting to defraud the company. Penalties may include imprisonment, fines, denial of insurance, and civil damages. Any insurance company or agent of an insurance company who knowingly provides false, incomplete or misleading facts or information to a policyholder or claimant for the purpose of defrauding or attempting to defraud the policyholder or claimant with regard to a settlement or award payable from insurance proceeds shall be reported to the Colorado division of insurance within the department of regulatory agencies." WC43 Rev 10/20 Page 2 of 4 Contract Form Entity Information Entity Name* CAIRN DESIGN LLC New Contract Request Entity ID"* O00039527 ❑ New Entity? Contract Name* Contract ID ARCHITECTURAL/ ENGINEERING SERVICES- PROBATION 5655 OFFICES Contract Status CTB REVIEW Contract Description CHASE BUILDING PROBATION OFFICES DESIGN Contract Description 2 Contract Type* CONTRACT Amount* 3]41,800.50 Renewable* YES Automatic Renewal Contract Lead* SG E ESAMAN Contract Lead Email sgeesamanco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 03/242022 03/28 2022 Department Email CM- BuildingGrounds veldgov.c onl Department Head Email CM-BuildingGrounds- DeptHeadeldgov.com County Attorney GENERAL COUNTY Al I ORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEY5WELDG OV.COM If this is a renewal enter previous Contract ID a Contract ID Will a work session with BOCC be required?* HAD Does Contract require Purchasing Dept. to be included? YES Bid/REP #* 82200050 Note; the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 03`01;2023 Renewal Date* 04x'01:'2023 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 03,'1012022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/21;2022 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHRIS D'OVIDIO Contact Phone 1 Purchasing Approved Date 03;15 2022 Finance Approved Date 03 10:2022 Tyler Ref AG 032122 Legal Counsel BRUCE BARKER Contact Phone 2 Legal Counsel Approved Date 03'10;2022 PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 28, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Architectural / Engineering Services for Probation Offices Bid (B2200050) This solicitation is for Architectural / Engineering Services for the Probation remodel at 822 7th Street, Greeley. 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, F'rm Availability & Project Schedule, and Costs. The results of the Committee Evaluation (shown in Attachment A) identify Cairn Design LLC as the overall best value for this solicitation. Therefore, the Facilities Department is recommending the award to Cairn Design LLC in the amount of $141,800.50. In addition, future design services for on -call projects may be negotiated with Carin Design LLC using the labor rates identified in the bid submission. If you have Gny questions, please contact me at extension 2023. Sincerely, Toby Taylor Director (33 / B -h WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters@weldgov.com E -Mail: reverett(aeweldgov.com E -Mail: rturf@weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 10, 2022 REQUEST FOR: ARCHITECTURAL / ENGINEERING SERVICES FOR PROBATION OFFICES DEPARTMENT: FACILITIES PROPOSAL NIA% a 1:'2200050 PRESENT DATE: FEBRUARY 14, 2022 APPROVAL DATE MARCH 7, 2022 CAIRN DESIGN, LLC 1805 SHEELY DR FORT COLLINS, CO 80526 RNN ARCHITECTS, INC 1391 SPEER BLVD, #830 DENVER, CO 80204 RMG ENGINEERS 7292 GREENRIDGE RD, UNIT 108 WINDSOR, CO 80550 GSG ARCHITECTURE, INC 3535 W 12TH ST, STE C GREELEY, CO 80634 MARKLEY DESIGNS LLC 1019 39TH AVE, STE L GREELEY, CO 80634 CRUMPTON AND ASSOCIATES ARCHITECTS, LLC 12891 JACKSON CIRCLE THORNTON, CO 80241 RJA, I N C 700 17TH STE, STE 1850 DENVER, CO 80202 D2C ARCHITECTS, INC 1212 SOUTH BROADWAY, STE 250 DENVER, CO 80210 THE FACILITIES DEPARTMENT IS REVIEWING THE 05/ R POSALS. azz- Bc7 bf) Chase probation ;1 e Best Value Scoring Form s f- n service + on -call bid 82200 5 Criteria A�alla Points S Reilly Johnson GSG Markley Crumpton D2C Cairn RNN RMG Firm capability 25 17.25 18.50 16.25 15.75 17.75 17.50 17.50 16.50 Consultants and key staff experience and qualifications 25 18.75 18.75 16.50 15.00 18.75 16.75 18.75 15.25 Project approach 15 9.00 9.25 9.25 9.00 10.00 10.25 10.00 9.75 Firm availability and project schedule 15 9.25 9.00 9.00 9.00 9.25 10.00 9.75 9.25 Cost 20 8.50 6.00 13.75 16.00 5.00 14.75 7.00 16.75 Tota I 100 62.75 61.50 64.75 64.75 60.75 69.25 63.00 67.50 Bid Amounts $ 299,900.00 $ 419,085.00 $ 126,600.00 $ 110,622.00 $ 346,858.00 $ 141,800.50 $ 317,691.00 $ 103,050.50 PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 23, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Architectural Engineering Services for Probation Offices - B2200050 As advertised this bid is for architectural and engineering services for the Chase building probation offices renovations. Bids are still being evaluated. Therefore, Facilities is requesting the approval be extended until March 7, 2022 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 6,&? 60M WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpetersaweldgov.com E -Mail: reverettaweldgov.com E -Mail: rturfc weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 10, 2022 REQUEST FOR: ARCHITECTURAL / ENGINEERING SERVICES FOR PROBATION OFFICES DEPARTMENT: FACILITIES PROPOSAL NO: B2200050 PRESENT DATE: FEBRUARY 14, 2022 APPROVAL DATE: FEBRUARY 28, 2022 CAIRN DESIGN, LLC 1805 SHEELY DR FORT COLLINS, CO 80526 RNN ARCHITECTS, INC 1391 SPEER BLVD, #830 DENVER, CO 80204 RMG ENGINEERS 7292 GREENRIDGE RD, UNIT 108 WINDSOR, CO 80550 GSG ARCHITECTURE, INC 3535 W 12TH ST, STE C GREELEY, CO 80634 MARKLEY DESIGNS LLC 1019 39TH AVE, STE L GREELEY, CO 80634 CRUMPTON AND ASSOCIATES ARCHITECTS, LLC 12891 JACKSON CIRCLE THORNTON, CO 80241 RJA, INC 700 17TH STE, STE 1850 DENVER, CO 80202 D2C ARCHITECTS, INC 1212 SOUTH BROADWAY, STE 250 DENVER, CO 80210 THE FACILITIES DEPARTMENT IS REVIEWING THE PROPOSALS. 2022-0530 OZ/14 be\ 002� Hello