Loading...
HomeMy WebLinkAbout20230836.tiffJune 12, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Change Order # 1-Dacono Household Hazardous Waste Building Design & Engineering Services; 2023-0836 Robert Shreve Architects & Planners, Inc. was awarded the contract for Design and Engineering services for a new exhaust fan system at the Dacono Household Hazardous Waste Building. During design, it was discovered the quantity of flammable materials being processed through this location has grown tremendously over the years. As such, the building will require the installation of a fire sprinkler system to meet code requirements. Robert Shreve Architects & Planners, Inc has quoted the amount of $7,700.00 for the additional design services to ensure a functional fire sprinkler system along with new meter tap connection design. Because this life safety upgrade is necessary to comply with the handling of household hazardous materials, the Facilities Department is recommending the change order in the amount of $7,700.00. If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director 6)71.16 61 02.0A-3- �41ba� CHANGE ORDER # 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND ROBERT SHREVE ARCHITECTS & PLANNERS, INC. Date: June 12, 2023 Original Agreement: Weld County document no. 2023-0836 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: $ 8,870.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 7,700.00 Current Change Order Amount $ 16,570.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: y: ert Shrev rchitects & Planners Name: Robert Shreve Date _6/13/2023_ Title: President ATTEST: Weld County Clerk to the Board BY: Deputy C / rk to the B BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry L /:uck, Pro-Tem JUN 2 12023 oZDo?3- 412 RSA= ROBERT SHREVE ARCHITECTS Si PLANNERS MADISON & MAIN BUILDING 801 8TH STREET, STE. 120 GREELEY, COLORADO 80631 970-346-0151 FAX 970-352-8761 May 30, 2023 Exhibit: Design Change Order # 1 Weld County Facilities Department 1105 H Street Greeley, Co, 80631 Re: Dacono Household Hazardous Waste Building Fire Sprinkler System Greeley, Colorado Dear Alex, As a result of your request to obtain the services of a civil engineer and a mechanical engineer to prepare for the Dacono HHW, I have contacted G2 and Wernsman Engineering. G2 is currently working on the project. Wernsman will provide the design for the new fire One from the highway to the building. Wemsman will also secure the services of Thomas Surveying to survey the pathway of the new fire line. RSAP will be responsible for the project management. For the services outlined we propose a "Lump - Sum Fee" of $7,700.00. Should you have any comments or have any questions regarding this proposal, please write or call. rely, Robert J. Shrev , AIA Robert Shrev chitects & Planners Contract Form New Contract Request Entity Information Entity Name* Entity ID* ROBERT SHREVE ARCHITECTS & x^00027946 PLANNERS INC New Entity? Contract Name* Contract ID DACONO HOUSEHOLD HAZARDOUS WASTE BUILDING 7088 DESIGN (2023-0836) Contract Status CTB REVIEW Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us:I redfern@weldgov.com Contract Description CHANGE ORDER # 1 FOR ADDITIONAL CIVIL & MECHANICAL ENGINEERING Contract Description 2 Contract Type* CHANGE ORDER Amount. S7,700.00 Renewable* NO Automatic Renewal Grant Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 06,22, 2023 06/26/2023 Department Email CM- BuildingGroundsi8weldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadZweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY :PWELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300062 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date 10,30;2023 Renewal Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Committed Delivery Date Expiration Date* 10,,30x'2023 Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 06'19;'2023 Approval Process Department Head TOBY TAYLOR DH Approved Date 06/13/2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 06/21/2023 Originator SGEESAMAN Finance Approver CHRIS D'©V'IDI© Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 06,+14/2023 06'14./2023 Tyler Ref # AG 062123 @ovi-hvoc+- I1)44-(91 o February 22, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: DACONO HOUSEHOLD HAZARDOUS WASTE BUILDING DESIGN & ENGINEERING SERVICES; 82300062 As advertised this bid is for the Dacono Household Hazardous Waste Building Design & Engineering Services. The low bid is from Robert Shreve Architects & Planners, Inc. and meets specifications. Therefore, the Facilities Department is recommending the award to Robert Shreve Architects & Planners, Inc in the amount of $8,870.00 If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director coown-1-1g0n6,,,d 63122/23 O,e7-,,,c 31aap3 2023-0836 ,C& l5 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND ROBERT SHREVE ARCHITECTS & PLANNERS, INC. DACONO HOUSEHOLD HAZARDOUS WASTE BUILD G -DESIGN SERVICES THIS AGREEMENT is made and entered into this a y of 7 j(,I2, 202j, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Robert Shreve Architects & Planners, Inc., hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2300062. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. �-. p f_6‘, 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 $8,870.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will 2 be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this 3 Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise is 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 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 fadure 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. Nun -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: Robert Shreve Position: Owner Address: 801 8th Street Suite# 120 Address: Greeley, CO. 80631 E-mail: rsapinc@aol.com Phone: 970-346-0151 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 bath 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. §§24-18-20l 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: Robert itrewe Architects & Planners Inc. By:j wr 0 Name: dt s? Title: (J p Date of SL -007.2D gnature • WELD CO ATTEST /� off. •J�Cx.�D+� Weld + Clerk to the BY Deputy Clerk t) ' e : oard BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ike Freeman, Chair MAR 2 2 2323 10 0 of 10 3/13/2023, 11:48 AM O2OO2 3- 0 8 REQUEST FOR BID Exhibit A WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JANUARY 20, 2023 BID NUMBER: B2300062 DESCRIPTION: DACONO HOUSEHOLD HAZARDOUS WASTE BUILDING DESIGN & ENGINEERING SERVICES DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: FEBRUARY 7, 2023 BID OPENING DATE: FEBRUARY 21, 2023 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: DACONO HOUSEHOLD HAZARDOUS WASTE BUILDING DESIGN & ENGINEERING SERVICES A mandatory pre -bid conference will be held on February 72 2023 at 1:00 PM at the Dacono Household Hazardous Waste building located at 5500 State Hwy 52, Dacono, CO 80514. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: February 21, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 21, 2023 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 341 155 649# PAGES 1 — 8 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: 1. Emailed bids are required. Email bids to bidsPaweldgov.com; however, if your bids exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: ''l hereby waive my right to a sealed bid''. An email confirmation will be sent when your bid is received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent,' or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Bid Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid must be filled out completely, in detail, and signed by the Bidder. Late or unsigned 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 time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on tie part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids. to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract; which if required, has been made a part of this RFB. 4. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #B2300062 Page 2 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 the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2300062 Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and m ♦rsr;es vs necessary ♦e -s perform and complete the project. Tlnr. successful ie1e4esr shall II further hn re r.res.�r IrsI . I l Ia1Cl is s I ecessa y to pper IV111 I Q1 d comb lete LI Ic p oject. I I Ic succes0IUI bIUUGI JI 1O11 1)O Spo 1O11)1O for the timely ccmpletion, 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 decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Terminaticn: County has the right to terminate this Agreement, with or without cause on thirty (30) days written no -ice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both panes. No additional services or work performed by the successful bidder shall be the basis for additional ccmpensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of an}, increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approie all personnel assigned to the subject Project during the performance of this Agreement and no personnel :o whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services -o 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 kidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personne in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrarts that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifcations 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 BID REQUEST #B2300062 Page 4 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 grarted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement: where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest C.R.S. H24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee o r hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations; or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid u ntil it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order' authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #62300062 Page 5 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or :1 Q /^Q 1'i�1 1'1T �1T any work, the following Y�/'ti insurance 1►/�►�n/� covering ►rr� �� operations, it v�� goods commencement o any Iollo�Ving insuI ance coVeI ing all opeI aIions, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement; or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements. and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Fro'essional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional BID REQUEST #B2300062 Page 6 for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000.000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract BID REQUEST #B2300062 Page 7 Professional shall nclude all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this 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 #32300062 Page 8 SCOPE OF WORK Dacono Household Hazardous Waste Building Design and Engineering Services PROJECT OVERVIEW: Weld County is looking for Design Services for upgrading non code compliant bulk flammable storage for Dacono Household Hazardous Waste located at 5500 State Hwy 52, Dacono, CO. The Household Hazardous Waste building in Dacono has non code compliant equipment such as exhaust fans and safety equipment, especially in the bulk flammable areas. This design is necessary to bring these items up to code compliance. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. SCOPE OF WORK: The scope of this project is for design services to upgrade non code compliant equipment. This includes bulk storage exhaust, designated area for bulk flammable storage, fire alarm, and door hardware. The below scope has basic concepts of design and will need further evaluation to comply with code. SPECIFICATIONS: 1. Design consultant to include demolition of existing equipment that is not code compliant including but not limited to mechanical, plumbing, electrical, and fire alarm systems. 2. Updated design of door hardware to be code compliant with bulk storage. 3. Guardrails delineating bulk storage area with yellow safety stripping. 4. Provide all necessary signage to comply with code requirements. 5. The existing fire alarm system will need to be replaced in its entirety by a State authorized design/build contractor. Design firm to provide specifications for new fire alarm system. The occupancy of the building must be denoted on the plans to ensure the correct occupancy is being followed by the third -party fire alarm designer. 6. New mechanical equipment to be integrated with current mechanical controls. 7. The exhaust fan motor to be explosion proof as identified at Household Hazardous Waste Greeley. PLANS / DOCUMENTS: (Al a minimum the county requires the following) 1. Demolition Plans 2. Architectural Plans 3. Door / Door Hardware Schedule 4. Mechanical Plans 5. Electrical Plans 6. Fire Alarm Specifications (Building Occupancy included) 7. Plumbing Plans (if necessary) 8. Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County. 9. All related engineering calculations, QA/QC, and manufactured equipment documentation 10. Any and all other items required by referenced codes, standards, and ordinances BID REQUEST #B2300062 Page 9 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: 1. Familiarizing themselves with applicable local, state, and federal regulations. 2. Weld County will provide copies existing plans, as -needed, on a per -project basis. Computer Aided Design (CAD)/AutoCAD copies of plans are typically NOT available. 3. The consultant project manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billing on behalf of the consultant and team members. 4. Consultant shall conduct a project kickoff meeting with the County Project Team, including a site visit to thoroughly review existing conditions and facility's needs. 5. Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities Building at 1105 H Street, Greeley Colorado. At a minimum this will be through the design phase until complete and a minimum of five meetings throughout the construction phases of the project FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS: The Consultant shall prepare a full and complete set of construction contract documents for this project. The Consultant shall provide the following as part of this task. 1. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review. • Schematic Design (30% complete) — Provide schematic design drawings for review and comment by County Project Team. • Design Development (60% complete) — Provide draft plans and specifications for review and comment by County Project Team. Participate in preliminary plan review meeting with County Building Inspections staff (Planning Department). • Permit/Construction Documents (100% complete) — Provide two full and complete sets of documents for permit review by Weld County Building Inspection (Planning Department). These full and complete set of construction contract documents will allow the County to solicit bids for actual construction of the project, Provide one complete set in PDF and hard copy to the Facilities Department. 2. Architectural Design: Produce architectural plans for building structures. Guide selection of exterior and interior finishes, interior design, and office space layout. This process will require close coordination with Facilities Department staff to optimize the layout and details of building spaces. In general, building structures shall be designed to maximize resiliency, minimize long term life cycle costs and consider sustainable elements. 3. Civil Design: Produce civil design plan and specifications should the project scope require including; plans for existing conditions, grading plans, pavement layout and section design, civil details, water supply plans (may include supply well), wastewater disposal plans (may include septic system), drainage plans, electrical and natural gas utility plans, erosion control plans, and post -construction stormwater detention and water quality plans, Municipal Separate Storm Sewer System (MS4) through Colorado Department of Public Health and Environment (CDPHE). 4. Structural Design: Produce structural plans and specs in compliance with all state and local building codes. 5. Mechanical, Electrical, and Plumbing Design: Produce mechanical, electrical and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction. Items to include but are not limited to the following: heating ventilation and air conditioning plans, specs, equipment schedules and control systems; plumbing plans, specs and equipment and fixture designation for water supply and wastewater disposal; electrical plans, specs, schedules and diagramming for power, lighting, and provisions for emergency standby power generation, if needed. BID REQUEST #B2300062 Page 10 6. Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process. The design team for this proposal will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team. The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes. 7. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one -hour on -site Owner - Architect -Contractor (OAC) meetings. The duration for OAC meetings shall use 6 months for base bid. For additional CA work, identify the hourly rate in table below. 8. Revit or BIM modeling is not required. I lowever, final CAD of all designs and as-builts will be provided to the County. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as built of the Project. 1. Provide to Weld County one (1) hardcopy and one (I) set of PDF documents of the completed project documented along with AutoCAD files with final as built of the Project. 2. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The bidder shall indicate in their bid any work intended to be performed by sub -consultants or persons outside of the firm. The bidder shall name the sub -consultants, if known at the time of bid submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultant(s) must have Architect(s)/Engineer(s) current State license(s). • Must carry Professional Liability Insurance (PLI), also called Professional Indemnity Insurance (PII) but more commonly known as errors & omission (E&O). BID SUBMITTAL: Please submit your bid, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Bidders should provide only the information requested, and present it in a clear, concise manner. Incomplete bids may be rejected. 1. Signed SIGNATURE PAGE of this RFB 2. Summary of the bid, including Statement of Understanding showing familiarity with the Scope of Work. 3. Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including: • Identify who will act as the primary contact person to Weld County for this project. • List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer. 4. Proposed Project Schedule • Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly. • Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances. BID REQUEST #B2300062 Page 11 5. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet. • Include the name of the sub -consultant and a statement of qualifications of the sub -consultant. AWARD AND AGREEMENT: A Sample of Weld County's "Professional Services Agreement" is available upon request. It is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your bid. The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests. SCHEDULE: Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Design Start Design Completion: January 20, 2023 January 20, 2023 February 7, 2023 February 14, 2023 February 21, 2023 March 13, 2023 March 27, 2023 Immediately upon receipt of signed contract May 1, 2023 PROPOSED DATES: Based on the executed contract being March 27, 2023, please provide proposed schedule dates. FEES: Provide complete cost for the base bid. Schematic Design (30%) Design Development (60%) Construction Documents (100%) Total Lump Sum Bid: $ BID REQUEST #82300062 Page 12 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on February 21, 2023: 1) Pages 9 thru 14 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2300062 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2300062. 2. The quo:at ons set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The sigrec bid submitted, all of the documents of the Request for Bid contained herein (including, hi it not limited to product cnorifiratinnc nnrl crnno of coniircc)end the formal acceptance of the hire h, itul not li IItL..4 to, p1 oduc.FL specifications i ication 1s and scope of services), I%d ..e and ll e o 1 t al cc pta ce o <h e V u ►✓y Weld County, tcgether constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld Ccurty reserves the right to reject any and all bids, to waive any informality in the bids. and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s; may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -- 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0123 BD REQUEST #32300062 Page 14 ADDENDUM#1 BID REQUEST NO. B2300062 Dacono Household Hazardous Waste Building Design and Engineering Services Currently: The scope of work is shown as: SCOPE OF WORK: The scope of this project is for design services to upgrade non code compliant equipment. This includes bulk storage exhaust, designated area for bulk flammable storage, fire alarm, and door hardware. The below scope has basic concepts of design and will need further evaluation to comply with code. Change: New scope of work should read. SCOPE OF WORK: The scope of this project is for design services to upgrade non code compliant equipment. This includes bulk storage exhaust, designated area for bulk flammable storage, fire alarm, and door hardware. The below scope has basic concepts of design and will need further evaluation to comply with code. This scope will be limited to: A Complete Fire alarm system upgrade B. Petroleum bulking location to include exhaust fan system. ***We need signed copy submitted with bid. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL February 15, 2023 Dacono Household Hazardous Waste Building Design and Engineering Services B2300062 - Q&A I. Question: Do you have the historic data of chemicals that were disposed of at the facility over the last couple years? Answer: No. Please refer to the scope of work addendum. 2. Question: Will you share the drawings for the drain system including the floor drains and their connection to storm or sanitary as part of the bid addendum? Answer: This will not be an addendum. The County will provide available as-bui lts to the successful bidder. Please refer to the scope of work addendum. 3. Question: Will you share the electrical power drawings showing the electrical loads? Answer: The County will provide available as-builts to the successful bidder. 4. Question: Does the County have a preferred Fire Alarm and/or Fire Sprinkler provider? Answer: No 5. Question: Attached is the presumed PRV that was noted on site. Will there be any impact to existing water infrastructure? Answer: See addendum #1. 6. Question: Is the existing generator picking up the entire building? If so, is there an as -built engineered document verifying generator sizing? Answer: No, the current generator provides power for tube heaters and fuel island. As-builts are not available for the generator backup. 7. Question: Are there any planned future alterations to the building that should be planned for in the code compliance alterations of this RFP? Answer: No 8. Question: Do the outside storage units (see attached photo) need to be included in the fire alarm and ventilation upgrades? Answer: No 9. Question: Do the lighting and electrical fixtures (boxes, outlets, switches, panels, etc.) need to be brought up to code for a hazardous waste environment? Answer: See addendum #1 10. Question: Would you prefer the upgraded ventilation equipment be mounted on the roof or hung from the ceiling? Answer: The County has no preference to this option. 11. Question: Should vents exit out the roof or the sidewall of the building? Answer: The County has no preference to this option. 12. Question: The building appears to be unsprinklered. Do you want fire sprinklers to be added as part of the fire alarm system upgrade? If so, what type of system do you want in the hazardous waste areas and the grader garage? Answer: The County would prefer not to install a new fire suppression system if it's not required by code or the local fire department. 13. Question: Is the underground and above ground fuel storage part of this scope of work? (See attached photos.) Answer: See addendum #1. 14. Question: Is the intent of the project to upgrade the entire building or just to bring the bulking area HVAC and electrical items up to current code compliance? Answer: The scope of this project will be to upgrade the HVAC system and electrical system for installation of an exhaust fan in the petroleum bulking areas only. Upgrades on the rest of the building other than the fire alarm system are not a part or this project. Exhibit B SCOPE OF WORK Dacono Household Hazardous Waste Building Design and Engineering Services PROJECT OVERVIEW: Weld County is looking for Design Services for upgrading non code compliant bulk flammable storage for Dacono Household Hazardous Waste located at 5500 State Hwy 52, Dacono, CO. The Household Hazardous Waste building in Dacono has non code compliant equipment such as exhaust fans and safety equipment, especially in the bulk flammable areas. This design is necessary to bring these items up to code compliance. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a scaled bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. SCOPE OF WORK: The scope of this project is for design services to upgrade non code compliant equipment. This includes bulk storage exhaust, designated area for bulk flammable storage, fire alarm, and door hardware. The below scope has basic concepts of design and will need further evaluation to comply with code. SPECIFICATIONS: 1. Design consultant to include demolition of existing equipment that is not code compliant including but not limited to mechanical, plumbing, electrical, and fire alarm systems. 2. Updated design of door hardware to be code compliant with bulk storage. 3. Guardrails delineating bulk storage area with yellow safety stripping. 4. Provide all necessary signage to comply with code requirements. 5. The existing fire alarm system will need to be replaced in its entirety by a State authorized design/build contractor. Design firm to provide specifications for new fire alarm system. The occupancy of the building must be denoted on the plans to ensure the correct occupancy is being followed by the third -party fire alarm designer. 6. New mechanical equipment to be integrated with current mechanical controls. 7. The exhaust fan motor to be explosion proof as identified at Household Hazardous Waste Greeley. PLANS / DOCUMENTS: (At a minimum the county requires the following) 1. Demolition Plans 2. Architectural Plans 3. Door / Door Hardware Schedule 4. Mechanical Plans 5. Electrical Plans 6. Fire Alarm Specifications (Building Occupancy included) 7. Plumbing Plans (if necessary) 8. Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County. 9. All related engineering calculations, QA/QC, and manufactured equipment documentation 10. Any and all other items required by referenced codes, standards, and ordinances BID REQUEST #62300062 Page 9 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: 1. Familiarizing themselves with applicable local, state, and federal regulations. 2. Weld County will provide copies existing plans, as -needed, on a per -project basis. Computer Aided Design (CAD)/AutoCAD copies of plans are typically NOT available. 3. The consultant project manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billing on behalf of the consultant and team members. 4. Consultant shall conduct a project kickoff meeting with the County Project Team, including a site visit to thoroughly review existing conditions and facility's needs. 5. Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities Building at 1 105 H Street, Greeley Colorado. At a minimum this will be through the design phase until complete and a minimum of five meetings throughout the construction phases of the project FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS: The Consultant shall prepare a full and complete set of construction contract documents for this project. The Consultant shall provide the following as part of this task. 1. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review. Schematic Design (30% complete) — Provide schematic design drawings for review and comment by County Project Team. Design Development (60% complete) — Provide draft plans and specifications for review and comment by County Project Team. Participate in preliminary plan review meeting with County Building Inspections staff (Planning Department). Permit/Construction Documents (100% complete) — Provide two full and complete sets of documents for permit review by Weld County Building Inspection (Planning Department). These full and complete set of construction contract documents will allow the County to solicit bids for actual construction of the project, Provide one complete set in PDF and hard copy to the Facilities Department. 2. Architectural Design: Produce architectural plans for building structures. Guide selection of exterior and interior finishes, interior design, and office space layout. This process will require close coordination with Facilities Department staff to optimize the layout and details of building spaces. In general, building structures shall be designed to maximize resiliency, minimize long term life cycle costs and consider sustainable elements. 3. Civil Design: Produce civil design plan and specifications should the project scope require including; plans for existing conditions, grading plans, pavement layout and section design, civil details, water supply plans (may include supply well), wastewater disposal plans (may include septic System), drainage plans, electrical and natural gas utility plans, erosion control plans, and post -construction stormwater detention and water quality plans, Municipal Separate Storm Sewer System (MS4) through Colorado Department of Public Health and Environment (CDPHE). 4. Structural Design: Produce structural plans and specs in compliance with all state and local building codes. 5. Mechanical, Electrical, and Plumbing Design: Produce mechanical, electrical and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction. Items to include but are not limited to the following: heating ventilation and air conditioning plans, specs, equipment schedules and control systems; plumbing plans, specs and equipment and fixture designation for water supply and wastewater disposal; electrical plans, specs, schedules and diagramming for power, lighting, and provisions for emergency standby power generation, if needed. BID REQUEST #82300062 Page 10 6. Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process. The design team for this proposal will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team. The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes. 7. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one -hour on -site Owner - Architect -Contractor (OAC) meetings. The duration for OAC meetings shall use 6 months for base bid. For additional CA work, identify the hourly rate in table below. 8. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be provided to the County. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as built of the Project. I. Provide to Weld County one (1) hardcopy and one (9) set of PDF documents of the completed project documented along with AutoCAD files with final as built of the Project. 2. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The bidder shall indicate in their bid any work intended to be performed by sub -consultants or persons outside of the firm. The bidder shall name the sub -consultants, if known at the time of bid submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultant(s) must have Architect(s)/Engineer(s) current State license(s). • Must carry Professional Liability Insurance (PLI), also called Professional Indemnity Insurance (PII) but more commonly known as errors & omission (E&O). BID SUBMITTAL: Please submit your bid, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Bidders should provide only the information requested, and present it in a clear, concise manner. Incomplete bids may be rejected. I. Signed SIGNATURE PAGE of this RFB 2. Summary of the bid, including Statement of Understanding showing familiarity with the Scope of Work. 3. Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including: • Identify who will act as the primary contact person to Weld County for this project. • List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer. 4. Proposed Project Schedule • Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly. • Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances. BID REQUEST #62300062 Page 11 5. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet. • Include the name of the sub -consultant and a statement of qualifications of the sub -consultant. AWARD AND AGREEMENT: A Sample of Weld County's "Professional Services Agreement" is available upon request. It is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your bid. The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests. SCHEDULE: Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Design Start Design Completion: January 20, 2023 January 20, 2023 February 7, 2023 February 14, 2023 February 21, 2023 March 13, 2023 March 27, 2023 Immediately upon receipt of signed contract May 1, 2023 PROPOSED DATES: Based on the executed contract being March 27, 2023, please provide proposed schedule dates. FEES: Provide complete cost for the base bid. Schematic Design (30%) Design Development (60%) Construction Documents (100%) Total Lump Sum Bid: $ 8,870-00 March 30, 2023 April 20, 2023 May 1, 2023 BID REQUEST #82300062 Page 12 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on February 21.2023: 1) Pages 9 thru 14 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2300062 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2300062. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Robert Shreve Architects and Planners (Please print) BUSINESS 801 8th Street, Suite 120 2/21/2023 ADDRESS DATE BY Robert Shreve CITY, STATE, Greeley CO ZIP CODE 8031 TELEPHONE NO 970-346-0151 FAX 970-352-8791 TAX ID # 84 12168775 SIGNATURE RU tf Shreve, E-MAIL rsapinc@aol.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: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0123 BID REQUEST #B2300062 Page 14 ADDENDUM#1 BID REQUEST NO. B2300062 Dacono Household Hazardous Waste Building Design and Engineering Services Currently: The scope of work is shown as: SCOPE OF WORK: The scope of this project is for design services to upgrade non code compliant equipment. This includes bulk storage exhaust, designated area for bulk flammable storage, fire alarm, and door hardware. The below scope has basic concepts of design and will need further evaluation to comply with code. Change: New scope of work should read. SCOPE OF WORK: The scope of this project is for design services to upgrade non code compliant equipment. This includes bulk storage exhaust, designated area for bulk flammable storage, fire alarm, and door hardware. The below scope has basic concepts of design and will need further evaluation to comply with code. This scope will be limited to: A Complete Fire alarm system upgrade B. Petroleum bulking location to include exhaust fan system. ***We need signed copy submitted with bid. Thank You!*** Addendum received by: February 15, 2023 G2 Consulting Engineers, Inc. FIRM 5000 Goodman St. Unit 100. ADDRESS Timnath, CO 80547 CITY AND STATE David Manring BY Robert Shreve / RObert Shreve' dmanring@g2ce.com EMAIL Robert Shreve Architects and Planners, inc Madison and Main Building 801 8th Street, Suite 120 Greeley, Colorado, 80631 QUALIFICATION STATEMENT PROJECT APPROACH Robert Shreve Architects and Planners have completed planning and the design of many projects where several different functional needs must be incorporated into a single facility. We have design numerous projects that have required phasing to keep the existing building activities in operation during the construction and or to meet the budget constraints of the owner. To accomplish this feat requires a cooperative design effort between architect, owner, and building users. All the involved parties must be willing to remain flexible throughout the project. We have found that a technique called a charette to be particularly effective during the design phase of the project. The charette is a series of on -site meetings that occur in a relatively short period of time. The meetings are scheduled with the all the interested parties, users, owners, and designers. At the first meeting the range of functional needs and goals of the project are identified so that all the participants more clearly understand the project and its limitations. Next any preliminary design concepts that have been prepared by the user are presented. The users are also asked to express their needs, wants, desires and their concerns about the project. This approach has several advantages. The staff members and the users (the staff) are actively involved in the design process and most problems relating to lack of communication or misunderstandings are eliminated. Approximately 80 percent of the design decisions are made, with the owner's direct input. One of the most important aspects of the charette based process is the completed project represents the collective thinking of the users as well as that of the architect. The building design is not solely that of the architect whose involvement often ends with the completion when the construction phase of the project. To better understand the project goals, we often ask that users respond to questions regarding the use of the specific spaces that will be housed in the project. The information regarding the desired size of all the spaces to be included in the project. Then we ask about the specifics of the spaces. Is there special lighting or heating needed? Will there be special equipment, or will there be special power needs? Is natural lighting being a positive or a negative aspect should it be introducing into the space? Is there any unique aspect to the space that the designer should be aware of? This information will aid the designers in their work. When program consensus is reached, the building design effort can be beginning. Usually, the designers prepare two or three concept plans for review. These schemes are reviewed and critiqued by the owner and user representatives. The preferred scheme is then redrawn which normally suggest two to three additional modifications. These schemes are reviewed, and the process is repeated until all the parties are satisfied with the plan or when a compromise is reach. We find that the normal sequence of construction documents preparation works well, schematic design, design development and construction document preparation. Each stage offers an opportunity for the owner/user to review the progress of the plans and make adjustment to the design, as necessary. We believe that including the consulting engineers in design process is beneficial. We do recommend that they not start their work in earnest until the plans have through their design development stage. By having the engineers wait until the intermediate reviews have been completed, there is less likelihood of additional changes. We have found that when no or few design changes occur in the later stage of the documentation preparation there is reduce number of the coordination errors in the final documents. Having recently completed a similar project in Greeley we feel very confident that we can provide the plans necessary to have a successful Dacona. PROJECT RESPONSE (RFIs & Shop Drawings) Utilizing area consultants who work on various project for the clients simplifies the communication process. Being located near the client and to the construction location, the team can view the project progress more often. Travel time is expensive and therefore a reduction of the time spent on that activity increases the amount of time available for communication. Flexible time schedules allow for quick turnaround. Recognizing that there are often field personnel waiting for responses will have a significant effect on the progress of a construction project. We have pride ourselves in providing quick response to any questions that arise during the construction phase. To aid the project management team in achieving timely responses we log in when all shop drawings and all RFI are received. Then note when the documents are forwarded and to which discipline. When responses are received the date is noted and date the response is forwarded is added to the log. This keeps the paperwork moving. ORGANIZATIONAL CHART/ Sub Consultants Project manager: RSAP Robert Shreve Architectural: RSAP Deborah Brodzinski MEP Engineers: G2 Electrical David Smith, Project electrical engineer Kate Hodgson, Electrical designer Mechanical and Plumbing Greg Peterson, Project mechanical engineer Kalib Ainsworth, M & P PROJECT TARGET DATES Schematic Design — (2 weeks) Construction Documents — (3 weeks) RSAP RESUMES ROBERT J. SHREVE, AIA Technical Specialties: Building Planning, Architectural Design and Construction Observation Education: BA, Architecture, University of Minnesota, 1960 Bachelor of Architecture, University of Minnesota, 1961 Registration: Registered Architect, Colorado (C667), Minnesota, South Dakota, Wyoming, Utah, Kansas, Nebraska NCARB Certified Background and Experience: Mr. Shreve was one of the senior partners in the architectural and engineering firm, ARIX which was active during the 1980's in Northern Colorado. ARIX was sold to Versar in 1987. Bob had been with the firm since 1967 and had 6 years experience prior to moving to Greeley. He served as the Project Manager and Principal Designer for the major architectural projects undertaken by ARIX / Versar. In this capacity, it was his responsibility to ensure that aesthetics, functional relationships, budgets, and schedules during and after the design phase. In late 1993, Versar closed the architectural and engineering divisions to concentrate on environmental business. At that time, Bob opened Robert Shreve Architects and Planners. He has had experience working with private and public groups. He believes that the designer must listen to and understand the user's wants, needs and desires before the designer can begin his work. Bob led the first ARIX design charette. The charette was held in Grand Junction as a part of the design process for the Mesa County Schools District during the oil shale boom era. Over a one week span the team designed five schools both elementary and secondary. The same design charette process has taken place in one form or another on all the projects that are undertaken by our office. Since opening the office in Greeley in 1994 the firm has provided design services for both large and small projects. The RSAP firm has a wide variety of educational, administrative, technical, and industrial spaces design experience. The 30,000 square foot Weld County Alternate Programs building was completed in 2008 and the 37,500 square foot Weld County Community Corrections Center was completed in 2010. Both projects were completed using the design/build format. In 2011 two major projects were completed the conversion and of the former Sykes building in north Greeley to the Weld County Administrative offices and the construction of 50,000 square foot Anadarko office building in Evans. RSAP completed the design and construction of the 58,000 square foot Loveland Ford. Bob was the designer and project manager for the Union Colony Preparatory Grade School in Evans completed in August 2012, the 70,000 square foot Salida del Sol Elementary School in 2014 and the 42,450 square foot Union Colony Preparatory School Addition completed in 2018 and most recently the 7,500 addition to University Schools. DEBORAH J. BRODZINSKI Technical Specialties: CAD drafting and Interior Design Education: Civil Technology program, AIMS Community College, 1985 AAS, Pa-chitectural Technology program, AIMS Community College, 2015 Revi, AIMS Community College, 2022 Background and Experience: Ms. Brodzinski introduced the use of CAD drafting to ARIXNersar in 1984 while working on a project for DOE. She was able to increase the daily output of plans by completing a floor plan that had previously taken 8 hours in less than 1 hours. In 1990 she began working for King Surveyors and in 2003 she moved to RSAP. She has worked on various phases of all projects that have been complete by the firm. Deb worked on renovation and remodeling projects include the relocation of Weld County Administrative Offices to the former Sykes Building, the Weld County Human Resources building clinic and records department and administrative offices for Anadarko, Phelps-Tointon, and Synergy. Vehicle Maintenance Buildings projects were designed for the Colorado Parks and Wildlife at Highline Reservoir, Golden Gate State Park, Staunton State Park and Mancos State Park. She also was deeply involved the design of Subaru, Honda and Dodge automotive dealerships in Greeley, Loveland Ford. School projects include Salida del Sol Grade School, Windsor Charter Middle School and High School, University Middle School, Union Colony High School and most recently a 6 classroom addition to University School. COLORADO Department of Regulatory Agencies Division of Professions and Occupations are ,r eltctrcnic c art: to use 4s ptrci of j,ur ,iccrse. You can ais, pm, _ your ,,_ rye a.. an, try, h, istt'iia s ww ,ofor -ad , . 'Gnra,D?O Print Li yns and If you would ld,e a or,: dumb, waiiet c:,. a cptiun. you ua, o do r Or : for,. fey` br vi.iOns and:≥tiif_ctatl c r “Crior_do ! k. zi,,0 ,rd," kink :in tnc !, f. hind :id_ at i '{Oti prefer, r, you an cais . contact NASBA by phor, , at 1-388-925-5237 C•r t7i,r ,'mail at n a5b:',Stom Sh,al.i d you have questions about,ur trod nt;at, r n- = other inrxmai:ion pleas: contact 'hut' C_,isomei as r.il..C Mara at ,' ()3,94-7800 t.l' Cord., dpU Colorado Department of Regulatory Agencies Division of Professions and Occupations State Beard of...refor.hilKa; Ptokwlooal Engineers and ...on. land Sur.. RubertJoseph Shreve Architect ARC.00300667 11/01/2021 Number Issue Date Active 10/31/2023 Credential Status Expire Date Verify this credential at: d u.eo...r+dc ,.L Division Director: Ronne Hines Credential Holder Signature Colorado Department of Regulatory Agencies Division of Professions and Occupations Slate Us. ofti . u s rot Ar h.S", Proksdonal Engineers end .fstesnal land Surveyors Robert Joseph Shreve Architect ARC.00300667 11/01/2021 Number Issue Date Active 10/31/2023 Credential Status Expire Date Verify this credential at: dpo.colorado.gov Division Oi ector:ltonne Hines Credential Holder Signature ACORD., Client#: 1083426 ROBERSHR CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 4/08/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poiicy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder In lieu of such endorsement(s). PRODUCER USI Insurance Services, LLC P.O. Box 7050 Englewood, CO 80155 800 873-8500 NREACT Sheree S. Zamarripa ( 800 873-8500 ���w Dust. EXtk [raw natESs_ sheree.zamarripa@usi.com INSURER(S)AFFORDING COVERAGE NAICN INSURER A: Pinnacol Assurance Company 41190 INSURED Robert Shreve Architects and Planners, Inc. 801 8th St., Suite 120 Greeley, CO 80631 INSURER B : XL Specialty insurance Company 37885 INSURER C: INSURER D : INSURER E . INSURER F . COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THA- 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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. torADOLSUBR LTR TYPE OF INSURANCE_rvLL, lN,D POLICY NUMBER MM/DD/YYKT) RATA Y { LIMITS ,._ COMMERCIAL GENERAL LABILITY EACH OCCURRENCE CLAIMS -MADE D DCCUR PREMISES (EaEoN00Turrnce) S MED EXP (Any one person) PERSONAL & ADV INJURY GEN'L AGGREGATE LIMIT APPLES PER GENERAL AGGREGATE AUTOMOBILE flPRO- Ell POLICY JECT LOC OTHER: LIABILITY ANY AUTO PRODUCTS - COMP/OP AGG lIWeideO SINGLE UST Xcdclentl BODILY INJURY (Per person) $ 5 _.._.__ $ __ � OWNEDSONLY AUTO �� A' MA' AUTOS BODILY INJURY (Per accident) $ AUTOS ONLY `� ,I,0 OS ONLD (i).P/ir.g.tgAMAGE _ _ UMBRELLA LIAR CCUR EACH OCCURRENCE EXCESSLLIIAB ;CLAIMS -MADE AGGREGATE $ __ DED ' -IRETENTIONS $ A WORKERS COMPENSATION a 3205439 04/01/2022 04/01/2023to itZyur, T tRH AND EMPLOYERS' LIABILIT[ ANY RIFTpRmARTNERIEXECUTIVE Y/ N E L EACH ACCIDENT $1,000,000 OFFfGEEMBER EXCLUDHYe � {Nbmastory In NH) N / A E L DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIGNS below E . DISEASE - POLICY LIMIT $1,000,000 B Professional Liability Claims Made DPS9991455 03/31/2022 03/31/2023 $1,000,000 per claim 02,000,000 annl aggr. DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 101, Addltlonal Remarks Schedule, maybe attached if more space Is required) For Professional Services Per terms and conditions described above Weld County is Additional Insured for General Liablity CANCELLATION Weld Count' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 915 10th ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80631 AUTHORIZED REPRESENTATIVE 1 O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) . of 1 The ACORD name and logo are registered marks of ACORD #0355979541M35596519 SP1ZP CONSULTING ENGINEERS, INC. Greg Peterson, PE, CEM, CBCP, CEA, LEED AP Principal Project Director Greg serves as the Mechanical, Electrical, and Plumbing Project Director for G2 Consulting Engineers. He provides leadership and general direction for the firm. As a hands-on engineer, Greg is involved with projects from conceptual design through construction administration and Owner occupancy. Greg began his engineering career in 1999 at AE Associates, Inc. After spending eighteen years at a AE where he served as the head of their mechanical department, he along with his two business partners founded G2 Consulting Engineers. Throughout Greg's career he has been involved in numerus project types including Municipality, LEED certified projects, Mixed -used, Hospitality, Commercial, Worship, Retail, Restaurant, Educational, and Residential projects. He has extensive field experience performing mechanical replacement projects, commissioning, energy audits, indoor air quality studies, facilities assessments, forensic engineering studies, and troubleshooting MEP systems. Greg's wide range of design and field experience allows him to bring a unique engineering perspective to projects teams. Greg is able to blend his MEP design expertise and his understanding of energy usage within buildings along with his extensive field experience to deliver MEP designs that perform. One of Greg's strongest skills sets is listening to Owners, Architects, Contractors and other key project team members and then delivering MEP designs that meet or exceeds the team's goals and expectations. Greg also has a knack for explaining complex engineering concepts in a way the project team — Owners, Architects, Consultants and Contractors— can understand. When Greg is not working, he enjoys spending time with family and friends, traveling, and enjoying all of the great outdoor opportunities Colorado has to offer. If Greg is not engaged in a conversation with a friend or family member you will find him trying to slip in a workout, outside fishing, hunting, or relaxing on a beach. EDUCATION, REGISTRATIONS, CERTIFICATIONS 0 B.S. in Architectural Engineering 0 AEE Certified Building Commissioning Professional (CBCP) University of Wyoning, 1998 0 AEE Certified Energy Auditor (CEM) 0 Professional Engineer - Multiple States 0 LEED Accredited Professional RELATED PROJECT EXPERIENCE 0 Weld County Jail Expansion O Weld County Buildings and Grounds Remodel 0 Weld County Building C Renovation O City of Sterling City Hall Mechanical Replacement 0 City of Brighton Historic City Hall HVAC Improvement 0 8th and 8th Building Renovations, Greeley, CO 0 Mountain View Fire Maintenance Facility 0 City of Laramie Mechanical Improvement Project O Lonestar School District Kitchen MEP Upgrades O Alamosa School District Kitchen & Connector 82 Consulting Engineers, Inc. COLORADO Department of Regulatory Agencies Division of Professions and Occupations Below are your electronic wallet cards to use as proof of your license. You can also print your license at any time by visiting www.Colorado.gov/dora/DPO_Print_License and following the instructions listed. If you would like a more durable wallet card option, you can order one for a fee by visiting www.nasbastore.org and selecting the "Colorado License Cards" link on the left hand side of the page. If you prefer, you can also contact NASBA by phone at 1-888-925-5237 or by email at nasbastore@nasba.org. Should you have questions about your credential, or need other information please contact our Customer Service Team at 303-894-7800 or dora_dpo_licensing@state.co.us. Colorado Department of Regulatory Agencies Division of Professions and Occupations State Board of Limas. for Architects, Professanal Eey.eers and Professto el fend Surveyors Greg Julius Peterson Professional Engineer PE.00385i2 11/01/2021 Number issue Date Active 10/31/2023 Credential Status Expire Date Verify this credential at: dpo.colorado, gov i-- Division DirecaoraRonne Hines Credential Holder Signature Colorado Department of Regulatory Agencies Division of Professions and Occupations State Board of szensure for Architects, Prefesst . Engineers and Profess... tend Surveyors Greg Julius Peterson Professional Engineer PE.0038S12 11/01/2021 Number Issue Date Active 10/31/2023 Credential Status Expire Date Verify this credential at: dpo.colorado.gov Imo! Division Directori=Ronne Hines Credential Holder Signature 1560 Broadway, Suite 1350, Denver, CO 80202 P 303.894.7800 F 303.894.7693 dpo.colorado.gov CONSULTING ENGINEERS, INC. Dave Smith, PE, LEED AP Project Manager Mechanical & Electrical Engineer Dave serves as a Project Manager for G2 Consulting Engineers. He graduated with an Architectural Engineering degree from Kansas State University, and is proficient in designing Mechanical, Electrical, and Plumbing systems. Dave's multi -discipline background enables him to effectively coordinate all aspects of a project from the beginning of design through construction administration. Dave worked as a mechanical and electrical engineer at two fast paced MEP firms prior to joining the G2 team. He has experience designing and managing a wide range of projects from large gaming and hospitality projects to small office renovations. Dave has spent a large amount of time in the field trouble shooting existing HVAC prob- lems, conducting MEP field work, performing indoor air quality studies, and commissioning new and existing sys- tems. His broad experience makes him a valuable addition to G2's design team. Dave recognizes the importance of highly coordinated projects. He has designed MEP systems in which have been largely unseen and heard, but effectively serve the space. He has excelled on projects with changing scopes, chal- lenging schedules, and difficult existing conditions. When Dave is not in the office, he tries to rock climb, ski, and fly fish. EDUCATION , REGISTRATIONS, CERTIFICATIONS O Bachelor of Science, Architectural Engineering Kansas State, 2010 O Professional Engineer, Multiple States O LEED Accredited Professional WELD COUNTY PROJECT EXPERIENCE O Weld County —Ault Grader Shed O Weld County —Courts Holding Renovation O Weld County —Jail Expansion 0 Weld County —Evidence Storage Expansion O Weld County —Planning Renovation O Weld County —Election Hall Renovation 0 Weld County —Fuel Station and Mag Chloride holding O Weld County -4H Cooling Upgrades 0 Weld County —Hazardous Waste O Gaylord National Riverview Ballroom, 23,000 SF O Jamul Casino and Hotel -145,000 SF / 14 floor Tower 0 Harrah's Columbus NE Casino and Racetrack -63,000 SF 0 Northeastern Junior College Chiller Replacement O City of Brighton HVAC Energy Improvements, 7 Building with supporting Energy Modeling O RE -Valley 1 —Sterling School District HVAC Improvements COLORADO Department of Regulatory Agencies Division of Professions and Occupations Below are your electronic wallet cards to use as proof of your license. You can also print your license at any time by visiting www.colorado.gov/dora/DPO_Print_License and following the instructions listed. If you would like a more durable wallet card option, you can order one for a fee by visiting www.nasbastore.org and selecting the "Colorado License Cards" link on the left hand side of the page. If you prefer, you can also contact NASBA by phone at 1-888-925-5237 or by email at nasbastore@nasba.org. Should you have questions about your credential, or need other information please contact our Customer Service Team at 303-894-7800 or dora_dpo_licensing@state.co.us. Colorado Department of Regulatory Agencies Division of Professions and Occupations David Ryan Smith Professional Engineer PE.0050028 11/01/2021 Number Issue Date Active 10/31/2023 Credential Status Expire Date Verify the cedential at: dpo.colorado.gov Acting Division Director: Karen McGovem Credential Holder Signature Colorado Department of Regulatory Agencies Division of Professions and Occupations David Ryan Smith Professional Engineer PE.0050028 11/01/2021 Number Issue Date Active 10/31/2023 Credential Status Expire Date Verify this credential at: dpo.colorado.gov I Acting Division Director: Karen McGovern Credential Holder Signature 1560 Broadway, Suite 1350, Denver, CO 80202 P 303.894.7800 F 303.894.7693 dpo.colorado.gov CG2 CONSULTING ENGINEERS, INC. Kalib Ainsworth Mechanical Project Manager Kalib serves as a mechanical project manager for G2 while also being heavily involved in the design of the mechani- cal and plumbing systems. He has been in the industry for over 10 years. In addition to performing engineering, has performed field work, commissioning, energy modeling and construction admiration task. One of his skills sets is working collaboratively with the design team to complete jobs on time and within budget. His project experi- ence includes new construction and building renovations of municipally, commercial, education, health care, hospi- tality and residential spaces. With his wide range of project experience, Kalib has a working knowledge of many different mechanical systems. Kalib's skills include performing load calculations, energy modeling, mechanical sys- tem design, duct sizing and layout, hydronic piping sizing and layout, plumbing design and is proficient both in Au- toCAD and Revit. Outside the office Kalib enjoys spending time with his wife and two daughters, hanging out with friends, playing golf, and racing his Shelby GTS00. EDUCATION , REGISTRATIONS, CERTIFICATIONS 0 Bachelor of Science Mechanical Engineering Colorado State University, 2010 0 ASHRAE Member RELATED PROJECT EXPERIENCE 0 Weld County —Ault Grader Shed 0 Weld County —Wash Bay Facility 0 Weld County— Jail Expansion 0 Weld County —Evidence Storage Expansion 0 Weld County —Planning Renovation 0 Swanee Elementary - Denver, CO 0 Weld County Buildings and Grounds Facility Remodel 0 Cherry Creek School District (6 schools) 0 Union Colony Preparatory School G2 CONSULTING ENGINEERS. INC. Kate Hodgson Senior Electrical Project Manger Kate serves as Senior Electrical Project Manager for G2 Consulting Engineers, providing project management and detail design for electrical power distribution, fire alarm, and lighting systems. Kate has worked with two respected electrical engineering firms located in Greeley and Fort Collins during her twenty five years of experience prior to joining the G2 team. Throughout her career, Kate's expertise has derived from a wide variety of project experience. Each of these opportunities have led her to develop extensive knowledge of many project styles including commercial, institutional, heavy industrial oil and gas, and light industrial water and wastewater projects across the United States. This experience has given her opportunities to develop technicalskills that apply to a variety of markets and clients. Her experience oath power distribution ranges from 12 to 15,000 Volts. Kate's power distribution experience is essential in assessing the client's energy efficiency needs and her ability to communicate with Owners, Architects and Contractors is essential for project coordination and implementation. Kate's key skills include communication and field coordination for effective installation success of project construction. Away from the office, Kate enjoys following her college -aged children as they compete on the golf course and in track and field events and also camping in a newly renovated vintage camper, enjoying the opportunities Colorado has to fifer. EDUCATION , REGISTRATIONS, CERTIFICATIONS 0 A.A.S. Architectural Technology —1992 0 LEED Accredited Professional 0 25 years of Experience RELATED PROJECT EXPERIENCE 0 Weld County Jail Expansion and Renovation 0 Weld County Wash Bay Building 0 Weld County Buildings and Grounds Remodel 0 Weld County Building C Renovation 0 Weld County Booking Renovation 0 City of Sterling City Hall Mechanical Replacement 0 Mountain View Fire Maintenance Facility 0 8th and 8th Building Renovations, Greeley, CO 0 Nunn Fire Station G2 Consulting Engineers, Inc. 2 ACORDTe Client#: 1420802 G2CON CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/Yl'YY) 10/07/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(lee) 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 any rights to the certificate holder In lieu of such endorsement(s). PRODUCER C NTACT N ME: Leticia Ortiz USl Insurance Services, LLC P.O. Box 7050 ,a.800 873-8500 AA:,No: owtEss, leticia.ortiz@usi.com Englewood, CO 80755 IN LEINS)AFFORDINGCOVERAGE NAIL# 800 873-8500 INSURER : Travelers Property Cas. Co. of America 25674 INSURED G2 Consulting Engineers, Inc. INSURER B : Travelers Indemnity Company 25658 INSURER C: Berkley Insurance Company 32603 5000 Goodman St., Unit 100 Timnath, CO 80547 INSURER o : Phoenix Insurance Company 25623 INSURER E :.�._._.._..._..w....._..._._....___. _.m... __-____...__ INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS 0= SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. (h!$R TYPE OF INSURANCE ADO*SUBF POLICY EFF IN5R MD .,�.-., POLICY NUMBER AMMIDDIYYYY) A X COMMERCIAL GENERAL LIABILITY X X 8806H500577 10/05/2022 D I CLAIMS -MADE ad OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY O- POLICY El !NT El LOC OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLV 0R0865272047 PO LICY INIYI 10/05/2023 LIMITS EACH OCCURRENCE $1,000,000 PREMISES tEaE�cuErrDencej MED EXP (Any one person) PERSONAL 8 ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG INEO SIt+Ka1.E LIMIT 10/05/2022 10/05/2023 rada4 BODILY INJURY (Per person) 51,000,000 05,000 $1,000,000 52,000,000 :2,000,000 $1,000,000 BODILY INJURY (Per accident) PROPERTYDAMAGE (Per so.IdenlI B C UMBRELLA LAB X OCCUR EXCESS LIAB CLAIMS -MADE DED I X RETENTION$100000 WORKERS COMPENSATION �ANyD EMPLOYERS' LIABILITY YIN OFRO SI7RR/PARTu ECUTI'EN] NI A (Mandatory In NH) E If yes, describe under DESCRIPTIONuC OPERATIONS below Professional Liability Claims Made X CUP7H073235 X UB6H90653A 10/05/2022 10/05/2023 EACH OCCURRENCE 10/05/2022 A E C905 933806 10/05/2022 s2,000,000 AGGREGATE _._.� $2,000,000 10/05/202 X PER I jOTH � ITg.._.l___ 10/05/2023 E L. EACH ACCIDENT $1,000,000 E . DISEASE - EA EMPLOYEE, $1,000,000 E . DISEASE -POLICY LIMIT $1,000,000 $5,000,000 per claim $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space Is required) As required by written contract or written agreement, the fallowing provisions apply subject to the policy terms, conditions, limitations and exclusions: The Certificate Holder and owner are included as Automatic Additional Insured's for ongoing and completed operations under General Liability; Designated Insured under Automobile Liability; and Additional Insureds under Umbrella / Excess Liability but only with respect to liability arising out of the Named Insured work performed on behalf of the certificate holder and owner. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Weld County Facilities Department 1105 H 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. AUTHORI2ED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S37728302/M37701882 CVVZP DESCRIPTIONS (Continued from Page 1) The General Liability and Umbrella/Excess insurance applies on a primary and non-contributory basis. A Blanket Waiver of Subrogation applies for General Liability, Automobile Liability, Umbrella/Excess Liability and Workers Compensation. The Umbrella / Excess Liability policy provides excess coverage over the General Liability, Automobile Liability and Employers Liability. Please note that Additional Insured status does not apply to Professional Liability or Workers' Compensation. $AGITTA 25.3 (2016/03) 2 of 2 #S37728302/M37701882 HOURLY RATE SCHEDULE 2023 Principal Project Manager Architect Civil Engineer Electrical Engineer Mechanical Engineer Structural Engineer MEP Designer BIM Manager CAD/BIM Tech $170.00/hour $155.00/hour $130.00/hour $130.00/hour $130.00/hour $130.00/hour $130.00/hour $115.00/hour $95.00/hour $90.00/hour Contract Form New Contract Request Entity Information Entity Name* ROBERT SHREVE ARCHITECTS & PLANNERS INC Entity ID* O'0©001898 ❑ New Entity? Contract Name* Contract ID DACONO HOUSEHOLD HAZARDOUS WASTE BUILDING 6760 DESIGN Contract Status CTB REVIEW Contract Description* BUILDING DESIGN Contract Description 2 Contract Type* CONTRACT Amount* $8,870.00 Renewable* NO Automatic Renewal Grant Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us Parent Contract ID Requires Board YES Department Project Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 03 18 2023 03122,+2023 Department Email CM- BuildingGroundsettweldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadc0weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTO RN EYWWELDG OV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* 62300062 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 Review Date" 11;`01;2023 Renewal Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing Approver CHERYL PATTELLI Approval Process Department Head TOBY TAYLOR DH Approved Date 03,'15:2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03'22:2023 Originator SGEESAMAN Committed Delivery Date Expiration Date 11,'0112023 Contact Type Contact Email Contact Phone 1 Contact Phone 2 Finance Approver CHERYL PATTELLI Purchasing Approved Date 03 16:2023 Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 03;`16:2023 03,16/2023 Tyler Ref # AG 032223 Hello