Loading...
HomeMy WebLinkAbout20220878.tiffCorrlvac-i-1Thi51� PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND D2C ARCHITECTS, INC. SOUTHEAST ANNEX BUILDING THIS AGREEMENT is made and entered into this Flay of , 2022, by and between the Board of Weld County Commissioners, on behalf of the Fact ' ies Department, hereinafter referred to as "County," and D2C Architects, 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 be 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. B2200058. 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 Con1- c5/044/z cto,, 5/*/.20. Zo22 - 0$n BGooN extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE?' If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed 2 $245,095.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. Contingent on County providing full and timely payment to Contractor for all work product, services and work performed and delivered to County by Contractor, then all work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County, and 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 3 produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. County agrees to release and hold harmless Contractor for County's use of such material for purposes other than in connection with this Agreement. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Acknowledgment. Contractor acknowledges that the Work performed under this Agreement is subject to the applicable professional standard of care and that Contractor is responsible for its Work that has been adjudicated to have fallen below that professional standard of care. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, and upon full payment by County to Contractor, 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, as further specified in this Paragraph 13. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance. Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their 4 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 but reasonable discretion. Except with respect to Professional Liability Insurance, County nay 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 affirms that all subcontractors providing services under this Agreement shall be required to 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. Qualified limitation of Liability. As long as Contractor does not engage in fraud or commit any intentional torts pursuant to its services or Work under this Agreement, then the required insurance coverages under this Agreement shall be the limit of liability of Contractor 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 5 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 of its Work that have been adjudicated to, or which Contractor agrees, have fallen below the standard of care 14. Indemnity. The Contractor shall indemnify and hold harmless County, its officers, and employees, from and against damages adjudicated to have been caused or which Contractor agrees were caused by the percentage professional negligence of Contractor arising from Contractor's Work under this Agreement. Contractor shall not be obligated to indemnify County for County's own percentage of negligence or for the percentage negligence of third parties for which Contractor has no responsibility under this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. County may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of Contractor. 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 reasonable and scheduled 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 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 6 Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Eric Combs Position: Vice President Address: 1212 South Broadway, Suite 250 Address: Denver, Colorado 80210 E-mail: ecombs@D2Carchitects.com Phone: 303-952-4802 TO COUNTY: Name: Position: Address: Address: E-mail: Phone: Toby Taylor Director of Facilities 1105 H Street Greeley, CO 80634 ttaylor@weldgov.com 970-400-2020 19. Compliance with Law. Contractor shall comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, as is consistent with the applicable professional standard of care 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, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, 7 without limitation, 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. 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 8 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. 33. Disputes/Negotiation/Mediation. County and Contractor agree that they will first attempt to resolve any disputes between them by way of good faith negotiation then by way of good faith mediation, with a mediator of their choice, each party to be responsible for their own attorney's fees and costs and 1/2 the cost of the mediator. 34. No Individual Liability. County and Contractor agree that all claims between them may only be brought against the governmental or corporate entity and expressly waive any claims against County or Contractor employees, owners, directors, officers, etc. (i.e. no claims against individuals). 35. Mutual Waiver of Consequential Damages. County and Contractor mutually waive any claim for consequential and incidental damages regardless of the nature or type of such consequential or incidental damages. 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: D2C Architects, Inc. By:, - N Eric Title: Vice President Date of Signature WELD CO Al 1 EST: Weld . i Clerk to the B card WELWCOUNTY, COLORADO BY: Deputy Clerk 10 BOARD OF COUNTY COMMISSIONERS K. James, Chair MAY 0 4 2022 -n870 ■ Exhibit A REQUEST FOR PROPOSALS WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: FEBRUARY 14, 2022 PROPOSAL NUMBER: #B2200058 DESCRIPTION: ARCHITECTURAL / ENGINEERING SERVICES FOR SOUTHEAST ANNEX BUILDING DEPARTMENT: FACILITIES MANDATORY PRE -PROPOSAL CONFERENCE: FEBRUARY 28, 2022 PROPOSAL OPENING DATE: MARCH 16, 2022 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: ARCHITECTURAL / ENGINEERING SERVICES FOR SOUTHEAST ANNEX BUILDING A mandatory pre -proposal conference will be held on February 28, 2022 at 1:00 PM at the building located at the Weld County Southeast Services Building located at 2950 9th Street, Ft. Lupton, CO 80621. Bidders must participate and record their presence at the pre -proposal conference to be eligible to submit proposals. Proposals will be received until: March 16, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on March 16, 2022 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, St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 56110362 PAGES 1 - 8 OF THIS REQUEST FOR PROPOSALS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. PROPOSAL SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO PROPOSE: Weld County requests proposals for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. 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 the 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. Pr000sal Delivery to Weld County: 1. Emailed proposals are required. Email proposals to bidsweldgov.com; however, if your proposal exceeds 25MB please upload your proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. PDF format is required. Emailed proposals must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4223 or 4222 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 on 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 Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 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 the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that 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 Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS: Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that BID REQUEST #B2200058 Page 2 the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5- 103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. 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. 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. BID REQUEST #B2200058 Page 3 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 nnniirnhIP' inr•.i irrMrii ni lrct iant to the r_nntrant The SI ir.r..essfI ll hidder shall not have n1lthnri≥atinn, 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. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by 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. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been BID REQUEST #B2200058 Page 4 unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or BID REQUEST #82200058 Page 5 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 business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, nr authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The 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. 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 General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders 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 Successful bidder. Successful bidder shall be responsible forthe payment of any deductible or self -insured retention. County reserves the right to require Successful bidder 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 Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, BID REQUEST #B2200058 Page 6 or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder 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 successful bidder 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 successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of alt materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this 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 successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or 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 successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities. successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder 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 successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. BID REQUEST #B2200058 Page 7 Additional Insureds: For general liability, excess/umbrella liability; pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall Inrll ir1e all CI irh SI lhrnntrnrtnrs inrienendent rnntrnrtnrS, SI ih-vendnrs suppliers nr nther entities as inslweds t inder its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2200058 Page 8 ARCHITECTURAL / ENGINEERING SERVICES FOR SOUTHEAST ANNEX BUILDING OVERVIEW: Weld County intends to contract with a consultant to provide architectural / engineering services for a new building on the property located at 2950 9th Street, Fort Lupton, CO 80621. This new building will house Motor Vehicles offices, Probation offices and a small health clinic. BACKGROUND: Weld County develops conceptual projects using in-house staff to determine feasibility and budget funding. Once a project is funded, professional design services are needed for schematic design, design development, construction documents, and construction administration. PROCUREMENT METHOD: This solicitation is for the following: • Procurement Method: Request for Proposal (RFP) is a purchasing process where an advertisement requesting proposals for work in accordance with the requirements as outlined for a project. RFP will use a selection team based on a scope of work. During the selection process, the department uses interviews and a scoring form to rank suppliers or consultants. The highest ranked firm is selected and enters into contract. If an agreement to contract cannot be reached, an agency can negotiate a contract with the second ranked consultant and so on until an agreement is reached. PRELIMINARY SCHEDULE: Date of this RFP Advertisement on BidNet Direct Pre -bid Conference Bids Are Due Contract Award Notice Begin Design Services Schematic Design (30%) Design Development (60%) Construction Documents (100%) February 14, 2022 February 14, 2022 February 28, 2022 March 16, 2022 April 4, 2022 Immediately upon notice of award contract June 9, 2022 August 15, 2022 October 9, 2022 BID REQUEST #B2200058 Page 9 SCOPE OF WORK: This Scope of Work should be considered the minimum that the consultant shall provide. This project will consist of a new freestanding building located on the same lot as the Weld County Southeast Service Center. The new structure will be approximately 14,920 square feet and will consist of a single story on grade. This building will house motor vehicle offices, probation offices and a medical clinic. The design work will include offices, conference rooms, restrooms, IT / IDF rooms and break areas. It will also include structural, finishes, doors and hardware, roofing, A I A I.. -. a A I I It IA •C.- A a M r. a I I I a . ...alas., Z.. . A CICULI II,d1, i-1 vHl�, plu i iuii i , III C dldl f I I al iii Hie bpi II MICE ,ybtel I lb db I CI.+UII CU 1 VI d uur I ipieLe building design. Included in the scope will also be all coordination with and design requirements by the City of Fort Lupton Planning and Building Department. PROJECT DESIGN MANAGEMENT AND MEETINGS: The consultant shall coordinate the work of the consultant team, document progress, provide communication with the County Project Team, and present project results including the following work items: A. The Consultant Project Manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billings on behalf of the consultant and team members. B. The Consultant shall conduct a project kickoff meeting for each new project with the County Project Team, including a site visit to the facility where work is being considered to thoroughly review existing conditions and facility needs. C. The Consultant shall plan to attend up to twenty (20) on -site meetings during the design phase for each project with the County Project Team to discuss work tasks and solicit input. Other key consultant team members shall participate in -person or via teleconferencing as necessary based on the scope of each project. DATA AND INFORMATION REVIEW: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsible for: A. Familiarizing themselves with applicable local, state, and federal regulations. B. Weld County will provide copies existing plans, as -needed, on a per -project basis. Computer -Aided Design (CAD)/ AutoCAD copies of plans are typically NOT available. C. Weld County will provide a summary of employee staffing for each project. D. The Consultant will provide a summary of space needs with assistance from the County Project Team. E. The Consultant along with the County Project Team shall provide a summary of telecommunications, data connectivity, and technology needs. BID REQUEST #B2200058 Page 10 FACILITY PLANNING The Consultant shall guide the facility planning process while working with the County Project Team to define the scope and extent of components to be included in the design of each project. The Consultant shall provide the following as part of this task: A. Review office space allocation standards with the County Facilities Department staff to assist in determining the appropriate dimensions/allocation for various space needs. B. Perform a thorough review of space needs for all labor, materials, and equipment as needed for each project. C. Prepare a brief memorandum summarizing the results of this task. FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS. The Consultant shall prepare a full and complete set of construction contract documents for each Project. The Consultant shall provide the following as part of this task. A. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review. • 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 completesets of documents for permit review by Weld County Building Inspection (Planning Department). These full and complete set of construction contract documents will allow the County to solicit bids for actual construction of the project. Provide one complete set in PDF and hard copy to the Facilities Department. • Project Risk — Maintain a project risk register throughout the design process including value engineering approach. B. Architectural Design: Produce architectural plans for building structures. Guide selection of exterior and interior finishes, interior design, and office space layout. This process will require 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 tong term life cycle costs and consider sustainable elements. C. Civil Design: Produce civil design plan and specifications should the project scope require; including; plans for existing conditions, grading plans, pavement layout and section design, civil details, water supply plans (may include supply well), wastewater disposal plans (may include septic system), drainage plans, electrical and natural gas utility plans, erosion control plans, and post -construction stormwater detention and water quality plans, Municipal Separate Storm Sewer System (MS4) through Colorado Department of Public Health and Environment (CDPHE). D. Structural Design: Produce structural plans and specs in compliance with all state and local building codes. BID REQUEST #82200058 Page 11 E. Mechanical, Electrical, and Plumbing Design: Produce mechanical, electrical and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction. Items to include but are not limitedto the following: heating ventilation and air conditioning plans, specs, equipment schedules and control systems; plumbing plans, specs and equipment and fixture designation for water supply and wastewater disposal; electrical plans. specs, schedules and diagramming for power, lighting, and provisions for emergency standby power generation, if needed. F. Telecommunications and data connectivity will he 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. G. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one - hour on -site Owner -Architect -Contractor (OAC) meetings. The duration for OAC meetings shall use 6 months for base bid. For additional CA work, identify the hourly rate in table below. H. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be provided to the County. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built of the Project. A. Provide to Weld County one (1) set of hardcopies and one (1) set of PDF documents of the completed project documented along with AutoCAD with final as -built of the Project. B. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The proposer shall indicate in their proposal any work intended to be performed by sub - consultants or persons outside of the firm. The proposer shall name the sub -consultants, if known, at the time of proposal submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultant must have Architect(s)/Engineer(s) with current State license(s). • Must carry Professional liability insurance (PLI), also called professional indemnity insurance (PII) but more commonly known as Errors & Omissions (E&O) BID REQUEST #B2200058 Page 12 PROPOSAL SUBMITTAL The following items must be completed and submitted with your proposal on or before the proposal submittal deadline of 10:00 AM on March 16, 2022: Please submit your proposal, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner. An electronic copy of the proposal is required. Proposals can be emailed to bids@weldgov.com; however, if your bid exceeds 25 MB 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. A. Signed SIGNATURE PAGE of this RFP 8. Table of Contents C. Brief summary of the proposal, including Statement of Understanding showing familiarity with the Scope of Work. D. Explain your (consultant's) capabilities, qualifications, history, and experience in providing all services described in this RFP and include the following: 1) The consultant's experience working on public sector projects 2) Copies, if any, of certificates/awards pertinent to the scope of work 3) Provide date established, state incorporated, office location(s), previous names the firm has used in the last ten (10) years, geographical area(s) where most of the firm's work occurs and a general description of the firm and its history 4 Provide all pending or past legal action (including lawsuits, claims or liens) or arbitration proceedings in which your firm has been involved during the past five (5) years involving Owner, Architect, Contractor; Subcontractors, or other Entities 5) Requested (if possible) - Web links (preferred) or copies of two (2) completed similar projects (if you are including hard copies with your proposal, ensure the copies are at the end of your proposal) 6) Provide at least five (5), but not more than ten (10), references for your firm and your proposed engineering firm(s). Include: company name, contact name and title, contact phone number and email address, and project information. Identify your lead team member(s) that work on the reference. Weld County will use these references to provide proof of qualifications and understanding of Weld County's Scope of Work and that the consultant has the experience and qualified personnel necessary to complete the Scope of Work. Limit this section to a maximum of ten (10) pages in length. 7 Provide your firm's approach and experience with designing, engineering, life - cycle costing, system evaluations, material selections etc. related to sustainable design. BID REQUEST #62200058 Page 13 E. Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including: 1) Identify who will act as the primary contact person to Weld County for this project. 2) List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer: 3) A description of the individual's background and experience, including any unique qualifications, related qualifications, and relevant experience. 4) Years of experience. 5) Years of experience with the firm. 6) Years of experience with the proposed project team. F. Consultant's approach to the work outlined in the Scope of Work 1) Description of the approach should include sufficient detail. 2) Provide a narrative description of the work to be accomplished and your approach to completing the work. 3) Describe the proposed work including the phases, processes, documents, deliverables and all applicable requirements. 4) Description of your approach to communication(s). G . Proposed Project Schedule 1) Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly. 2) Describe how your firm can respond to quick -hitting design requests requiringturnaround times to be expedited in some instances. H. Proposed Fee Structure (pricing needs to be not -to -exceed pricing) 1) Complete Attachment A - Project Rate Sheet. 2) Identify the hourly rates for all personnel; by title, who would be working on thisproject. 3) Include all anticipated reimbursable expenses in your proposal. BID REQUEST #B2200058 Page 14 I. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet. 1) Include the name of the sub -consultant and a statement of qualifications of the sub -consultant. 2) Include a completed Attachment A- Project Rate Sheet for each sub -consultant you intend to sublet with. J. Other 1) 2) 3) tems Completed pages 17 — 20 of the Bid Specifications. W9, if applicable* Any future Addenda must be completed. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal may result in your proposal being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. EVALUATION CRITERIA: Proposal submittals will be individually evaluated by each Evaluation Committee member. The criteria below will be the basis for review of the written proposals. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. Criteria Standard Weighing Factor Firm Capability • • Does have Scope Does experience the the of the Consultant, experience Work? Consultant to meet the and possess key needs staff, qualifications the of and/or background the County? sub to -consultants perform and the 25% and Qualifications Consultant Experience Key and Staff Does the • • • • life Consultant Does variety Does needed Do the experience, Does -cycle the the the of to sub Consultant public Consultant's complete -consultants, licensing, Consultant costing possess sector and the the have provide system projects? personnel and projects? if qualifications any, experience key experience evaluation have personnel have the in needed? the qualifications, on designing experience needed? and projects? ability a for 25% BID REQUEST #B2200058 Page 15 Approach Project Does Committee needs • • the of Does able the Consultant's to project to County? the the determine handle smoothly? mPptingc Consultant's and Consultant's runs the project approach smoothly how various and the schedule, approach approach prnjprt allow respondent and communications, crhPdi on the to detail detail time? keep Evaluation iiP, will how how the best they making including projects they meet will plan ci ire the be to 15/o o meetings running Does manage the Availability and Schedule Firm Project Does key staff consultants) • the What urgent schedules? Consultant members needed means project and have other to complete does needs the the for staff Consultant availability quick services and turnarounds resources and in have commitment a timely to (sub accommodate on fashion? - tight of 15% Cost Is advantageous the Consultant's to Weld fee structure County? competitive, reasonable, and 20% AWARD AND AGREEMENT: Interviews may be held, and references may be contacted, to assist in the decision for award. A formal agreement will be awarded to the vendor with the most responsible, responsive, reasonable proposal, deemed the best fit and most advantageous to Weld County. A Sample of Weld County's "Professional Services Agreement" is included with this Request for Proposal and posted on the web site. It is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your Proposal. The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests. ON -CALL PROJECTS: In addition to this major project, Weld County has other projects that it intends to utilize the awarded vendor from the construction project above through an on -call basis. The firm selected for the on -call projects will be based on the project type, scope, and firm experience. Services include, but are not limited to, planning and engineering for Architectural, Civil, Landscape, Structural, Mechanical, Electrical, Plumbing, and Interior Design. The types of projects for upcoming on -call design services may include, but are not limited to, the following: • Converting office space into a breakroom. • HVAC upgrade designs. • Convert wash bay to maintenance bay. BID REQUEST #B2200058 Page 16 The County, at its sole option, may offer to extend the contract for up to three (3) additional one- year terms for each vendor to provide other on -call services. The extension option may be exercised providing satisfactory service is given and all terms and conditions of the contract have been fulfilled. Such extensions must be mutually agreed upon in writing, by and between the County and the Award Vendor(s). PROJECT COST SHEET Complete the project cost sheet below for the base project. Provided the lump sum cost or each line item. Each item will add up to the corresponding phase total and the lump sum grand total for all three phases. Submit with bid response. Project costs Interior Schematic Design Construction Permitting/ConstructionAdministration Other (define) Development Design Design Documents $ $ $ $ $ $ Design Total $ BID REQUEST #82200058 Page 17 ON- CALL PROJECT COST SHEET For the on -call services, identify the schedule of hourly rates for all proposed team members; please detail any members or that are not lists in the spaces of the sheet provided below. Note: Use additional sheets as needed). Submit with bid response. HOURLY RATES Principal $ Associate $ Project Manager $ Project Architect $ Project Engineer $ Designer $ Draftsperson $ Intern $ Contract Administration $ Civil Engineer $ Electrical Engineer $ A� Structural Engineer $ Mechanical Engineer $ Interior Designer 4. $ Other (list) Other (list) Other (list) - Other (list) Other (list) Continue on additional page(s), as necessary $ BID REQUEST #B2200058 Page 18 ON -CALL SERVICES REIMBURSABLES Additionally, Weld County recognizes some vendors may wish to seek reimbursement for other standard reimbursables such as (such as large format copies and plans, postage/shipping, and any other standard reimbursables). Submit a percent markup for these on -call design reimbursables. Percent markup for Design Reimbursables BID REQUEST #82200058 Page 19 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2200058. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to; product specifications and scope of services) and the formal acceptance of the hid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld county reserves the right to reject any and all bids, to wait any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board BY: YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller BID REQUEST #B2200058 Page 20 Architectural / Engineering Services for Southeast Annex Building B2200058 - QUESTION & ANSWERS POSTED 03/09/22 1. Question: Should we include a cost estimator on our team? Answer: No cost estimator will be required. 2. Question: Does Weld County intend to use the team for bidding and construction administration services? Should we price these services? Answer: Yes. Bidding process would use Weld County procurement procedures. Involvement from design team during bid process would involve clarification of design and/or scope. Lump Sum Construction Administration fees for this project should be included in proposal's response fees. 3. Question: Page 20 of the RFP notes "You do not need to send back pages 1-8." Should we include a copy of pages 9 through 15 of the RFP in our response? Answer: Yes. 4. Question: Did Weld County do additional programming or planning above the site plan that is included in the RFP? Answer: No additional programming or planning has been accomplished beyond the site plan that was included in the RFP. Bidder should include this scope in their proposal's response fees. 5. Question: Will a boundary survey also be needed in addition to topo survey? Answer: Yes, bidder is to include a boundary survey in addition to topo. 6. Question: Septic Systems are mentioned in the RFP...can you confirm intent behind a possible Septic? Septic Design is a different animal and process, especially within Town limits. Answer: Disregard all notes referring to a septic system. This building will be on the City Sewer system. 7. Question: Has there been any preliminary discussion with Fort Lupton regarding drainage design intent? I believe the site was master planned for full build out. If Fort Lupton requires a full, new drainage report, that would be a significant cost difference than just a drainage memo. Answer: Discussion with the City of Fort Lupton revealed the bidder for this project will need to assist with verification of the planned build out meets City requirements, to include calculations 1 for retention/detention, traffic study, sidewalk along roadways, ordnance verification, setbacks, etc. Bidders should include in their fee proposal for development of such items to ensure City of Fort Lupton approval through their Planning and Town Boards. 8. Question: Has Fort Lupton offered any waivers to the typical site design requirements? (e.g. will it still need to go through the Site Plan through Construction Document process even though it was already master planned in 2005?) Answer: This project will still need to go through the City's planning approval process. Bidders should include in their fee proposal for development of such items to ensure City of Fort Lupton approval through their Planning and Town Boards. Clarifying questions on that process should be directed to Alyssa Knutson, Fort Lupton Long Range Planner, Phone: 720-466-6128 9. Question: Will this be an administrative process with Fort Lupton? Will there be hearings? Answer: There will be an administrative process and potentially hearings. Clarifying questions on that process should be directed to Alyssa Knutson, Fort Lupton Long Range Planner, Phone: 720-466-6128 10. Question: Will the Prime Consultant/Architect be overseeing the full procurement process (eg submittals, applications, permitting, etc.)? Answer: Weld County will be responsible for procurement process including permit applications. The prime consultant will be called upon for certain submittal reviews, questions during the bid process, RFI's during construction and permit and code issues that may arise during the bid and construction process. 11. Question: Will a Traffic Study be required? Answer: Yes, a traffic study will be required. 12. Question: Does the County have an idea which types of services are to be provided in this clinic (i.e. diagnostic imaging, pharmacy, lab, dental, etc.). Answer: The clinic will be used as a primary care clinic providing services such as routine exams and checkups. There will be no diagnostic imaging, dental procedures, lab work or surgeries. It is anticipated this clinic would be comprised of the following: 2 Exam Rooms Lobby/Waiting area Reception Area with computer — phones — files - forms Storage Room — Supplies Pharmacy/Immunization Prep Room • Refrigerators/Freezers — Vaccines/Meds • Medication storage 2 • Sink for prep • Workstation with computer Staff work room — 2-3 workstations — computers - phones Break Room — with staff refrigerator, sink etc. Bathroom — including collecting urine & samples 13. Question: Who will run and operate the clinic? Answer: The Weld County Health Department. 14. Question: Please confirm the medical clinic will exclude urgent care/emergency care services. Answer: The clinic will not be used for urgent care or emergency services. 15. Question: About how much square footage will be dedicated toward offices and toward clinic? Answer: That will be determined on the programming phase. It is anticipated this clinic would be comprised of the following: 2 Exam Rooms Lobby/Waiting area Reception Area with corn puter — phones — files - forms Storage Room —Supplies Pharmacy/Immunization Prep Room • Refrigerators/Freezers — Vaccines/Meds • Medication storage • Sink for prep • Workstation with computer Staff work room — 2-3 workstations — computers - phones Break Room — with staff refrigerator, sink etc. Bathroom — including collecting urine & samples 16. Question: Is a standby generator desired for the building? Answer: Yes. A small generator will be required to maintain the refrigerator in the clinic that will hold vaccine and other perishable items. 17. Question: Are PV panels or other alternative energy systems desired for the building? Answer: No. 18. Question: Please confirm that the intended project delivery for this project is design -bid -build. Answer: Yes the intended delivery method is design, build, bid. 3 19. Question: Please confirm geotechnical soils report is available and to be excluded from proposal. Answer: Geotechnical report will be provided by owner. 20. Question: Please confirm surveying is to be included in proposal. Answer: Surveying shall be included as a part of this proposal from the bidder 21. Question: Please define the scope of the interior spaces to include description of area, size and functions, etc. Answer- The interior spaces will consist of motor vehicle, probation and a small clinic. Sizes and layout will be part of the programming. 22. Question: Please define the scope requirements for the clinic area. Is there anything special we should know about this clinic? (Systems, labs, processing, special ventilation, etc.) Answer: See question 12. 23. Question: What type of HVAC system does the county anticipate for the building? (i.e. hydronic heat, hydronic cooling, forced air heat, DX cooling, VAV's, etc.) Answer: The system will most likely be forced air through VAV's with hydronic re -heat capabilities. Cooling will be DX. And operate on Delta Controls. 24. Question: Does the County have a current topographic survey for the site or should we include one (with utility locates) in the proposal. Answer: A topographic survey with utility locates should be included as part of this proposal. 25. Question: Will any of the following be required: geotechnical report; landscaping plan and traffic study. Answer: Owner will provide a geotechnical report. Traffic study and landscaping plan will be included by design firm as part of this proposal. 26. Question: Is the drainage report for the original site available? Answer: The County has not been able to locate the original drainage report at time of this response to questions. 4 Exhibit B D Z C ARCHITECTS ARCHIIEClURt I INIPRIORS I SIJSIAINARIEHy 16 March 2022 Mr. Toby Taylor, Director of Facilities Mr. Curtis Naibauer, Project Manager, Superintendent 1150 O Street, Greeley, Colorado 80631 bids@weldgov.com RE: Architectural / Engineering Services for Southeast Annex Building#82200058 Dear Mr. Taylor and Selection Committee Members: D2C Architects (D2C) understands the importance the new Southeast Annex Building will provide to the variety of department users and community members that utilize the campus. Planning, designing, and constructing a new facility on an existing campus comes with some unique challenges. Weld County needs a well-rounded team of trusted specialists who have past and proven success together on similar projects. We utilize our team's extensive experience to prioritize Weld County's needs in a practical, and cost-consciousness way. D2C wants to be part of your team! We are uniquely suited to work with you because: We are experts in planning and design services. D2C has a vast history associated with new construction surrounding municipal, and public agencies. Over the last 6 years our team has provided a high level of quality facility planning and architectural design services for over 100 municipal projects. This Includes experience with County services for motor vehicles, probation offices and medical clinics, tying into an existing campus, and keeping the site operational during construction for the Southeast Weld County Services Complex. We will collaborate with the Facilities Department, user groups, and stakeholders to identify their needs and optimize the layout and details of building spaces throughout the planning and design process. We are flexible, down to earth people; we are practical designers; we create architecture to work for the stakeholders and users of the facility. What this means to you, is personalized service with no ego. Our vast experience with planning and designing for municipal projects will bring right sized solutions. We will seamlessly inject into your team, and lead a process that produces creative and innovative planning and design solutions to accommodate the specific needs of your staff and community. We are honest, transparent, and conservative with your budget! As good stewards of your taxpayer investment, it is essential that we work with you to determine your long term vision, establish (early on) and maintain your budget and the various parameters associated with your financial allocations. We acknowledge receipt of the mandatory site visit attendance sheet and Addendum 1 (Q&A). We welcome this opportunity and look forward to providing you the premier service that you deserve. Sincerely, Eric Combs, AIA, LEED AP Project Executive I Vice President, D2C Architects, Inc. d:303-929-9121 I ecombs@D2Carchitects.com irr vi'vV 11 )f arCfillh?r � �_, it it 1212 Souto B �) E YJI';, Stilt? 50 I Den r,, ( olo,ad,; BB2I(1 33 .91,7 7 44 , J I OTHER ITEMS J.1 1 BID SPECIFICATIONS Per communication Q&A, we have included pages 9 -15 of the bid specifications here. Pages 16 - 19 - Can be found in Section H and I. Page 20 - Can be found In Section A. ARCHITECTURAL I ENGINEERING SERVICES FOR SOUTHEAST ANNEX BUILDING OVERVIEW: Weld County intends to contract with a consultant to provide architectural / engineering services for a new building on the property located at 2950 9th Street, Fort Lupton, CO 80621. This new building will house Motor Vehicles offices, Probation offices and a small health clinic. BACKGROUND: Weld County develops conceptual projects using in-house staff to determine feasibility and budget funding. Once a project is funded, professional design services are needed for schematic design, design development, construction documents, and construction administration. PROCUREMENT METHOD: This solicitation is for the following: • Procurement Method: Request for Proposal (RFP) is a purchasing process where an advertisement requesting proposals for work in accordance with the requirements as outlined for a project. RFP will use a selection team based on a scope of work. During the selection process, the department uses interviews and a scoring form to rank suppliers or consultants. The highest ranked firm is selected and enters into contract. If an agreement to contract cannot be reached, an agency can negotiate a contract with the second ranked consultant and so on until an agreement is reached. 76 PRELIMINARY SCHEDULE: Date of this RFP Advertisement on BidNet Direct Pre -bid Conference Bids Are Due Contract Award Notice Begin Design Services Schematic Design (30%) Design Development (60%) Construction Documents (100%) February 14, 2022 February 14, 2022 February 28, 2022 March 16, 2022 April 4, 2022 Immediately upon notice of award contract June 9, 2022 August 15, 2022 October 9, 2022 DID REQUEST mom D 2 C ARCHITECTS ARCH; I E C rI.IHA L, FAG IHFf IHW; SEIlVI:Ei FOR q. ANN,( OIJIr ;MHO Page 9 SCOPE OF WORK: This Scope of Work should be considered the minimum that the consultant shall provide. This project will consist of a new freestanding building located on the same lot as the Weld County Southeast Service Center. The new structure will be approximately 14,920 square feet and will consist of a single story on grade. This building will house motor vehicle offices, probation offices and a medical clinic. The design work will include offices, conference rooms, restrooms, IT / IDF rooms and break areas. It will also include structural, finishes, doors and hardware, roofing, electrical, HVAC, plumbing, fire alarm and fire sprinkler systems as required for a complete building design. included in the scope will also be all coordination with and design requirements by the City of Fort Lupton Planning and Building Department. PROJECT DESIGN MANAGEMENT AND MEETINGS: The consultant shall coordinate the work of the consultant team, document progress, provide communication with the County Project Team, and present project results including the following work items: A. The Consultant Project Manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billings on behalf of the consultant and team members. B. The Consultant shall conduct a project kickoff meeting for each new project with the County Project Team, including a site visit to the facility where work is being considered to thoroughly review existing conditions and facility needs. C. The Consultant shall plan to attend up to twenty (20) on -site meetings during the design phase for each project with the County Project Team to discuss work tasks and solicit input Other key consultant team members shall participate in -person or via teleconferencing as necessary based on the scope of each project. DATA AND INFORMATION REVIEW: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsible for: A. Familiarizing themselves with applicable local, state, and federal regulations. B. Weld County will provide copies existing plans, as -needed, on a per -project basis. Computer -Aided Design (CAD)! AutoCAD copies of plans are typically NOT available. C. Weld County will provide a summary of employee staffing for each project. D. The Consultant will provide a summary of space needs with assistance from the County Project Team. E. The Consultant along with the County Project Team shall provide a summary of telecommunications, data connectivity, and technology needs. BID REQUEST Page 10 D 2 C ARCHITECTS 7i FACILITY PLANNING: The Consultant shall guide the facility planning process while working with the County Project Team to define the scope and extent of components to be included in the design of each project. The Consultant shall provide the following as part of this task: A. Review office space allocation standards with the County Facilities Department staff to assist in determining the appropriate dimensions/allocation for various space needs. B. Perform a thorough review of space needs for all labor, materials, and equipment as needed for each project. C. Prepare a brief memorandum summarizing the results of this task. FACILITY DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS: The Consultant shall prepare a full and complete set of construction contract documents for each Project. The Consultant shall provide the following as part of this task. A. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review. • 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 completesets of documents for permit review by Weld County Building Inspection (Planning Department). These full and complete set of construction contract documents will allow the County to solicit bids for actual construction of the project. Provide one complete set in PDF and hard copy to the Facilities Department. • Project Risk - Maintain a project risk register throughout the design process including value engineering approach. B. Architectural Design: Produce architectural plans for building structures. Guide selection of exterior and interior finishes, interior design, and office space layout. This process wilt 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. C. Civil Design: Produce civil design plan and specifications should the project scope require; including; plans for existing conditions, grading plans, pavement layout and section design, civil details, water supply plans (may include supply well), wastewater disposal plans (may include septic system), drainage plans, electrical and natural gas utility plans, erosion control plans, and post -construction stormwater detention and water quality plans, Municipal Separate Storm Sewer System (MS4) through Colorado Department of Public Health and Environment (CDPHE). D. Structural Design: Produce structural plans and specs in compliance with all state and local building codes. 78 BID REQUEST imma 2 C ARCHITECTS i li�l. Iil'I il�li Anti fEGrilAA: dcrN, r',y Ni: ;`RYA, fi: r, 'ci, SI civic (Woo cc. Page 11 E. Mechanical, Electrical, and Plumbing Design: Produce mechanical, electrical and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction. Items to include but are not Iimitedto 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. F. Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process. The design team for this proposal will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team. The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes. G. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one - hour on -site Owner -Architect -Contractor (OAC) meetings. The duration for OAC meetings shall use 6 months for base bid. For additional CA work, identify the hourly rate in table below. H. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be provided to the County. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as -built of the Project. A. Provide to Weld County one (1) set of hardcopies and one (1) set of PDF documents of the completed project documented along with AutoCAD with final as -built of the Project. B. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The proposer shall indicate in their proposal any work intended to be performed by sub - consultants or persons outside of the firm. The proposer shall name the sub -consultants, if known, at the time of proposal submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultant must have Architect(s)/Engineer(s) with current State license(s). • Must carry Professional liability insurance (PLI), also called professional indemnity insurance (PII) but more commonly known as Errors & Omissions (E&O) BID REQUEST # ''-II:i ass{ Page 12 D 2 C ARCHITECTS PPI],II,[I,.' 79 '7R-oNk tIW: It.r0I::C5 !(:Ii �F. 1,INV'r MJIUII N., The County, at its sole option, may offer to extend the contract for up to three (3) additional one- year terms for each vendor to provide other on -call services. The extension option may be exercised providing satisfactory service is given and all terms and conditions of the contract have been fulfilled. Such extensions must be mutually agreed upon in writing, by and between the County and the Award Vendor(s). PROJECT COST SHEET Complete the project cost sheet below for the base project. Provided the lump sum cost or each line item. Each item will add up to the corresponding phase total and the lump sum grand total for all three phases. Submit with bid response. Project costs Schematic Design $ 48.270.00 Design Development $ 65.185.00 Construction Documents $ 62,000.00 Permitting/ConstructionAdministration $ 59,790.00 Interior Design $ InrluriPri Other (define) Survey $ 4$50 00 Traffic Study $ 5,000.00 Design Total $ 245,095.00 BID REQUEST # Page 17 H I PROPOSED FEE STRUCTURE H.1I PROJECT COST SHEET D Z C ARCHITECTS ARCHIIFCIURk INiIRIORS SLISFAiNAI31LIIV PROJECT COST SHEET Complete the project cost sheet below for the base project. Provided the lump sum cost or each line item. Each item will add up to the corresponding phase total and the lump sum grand total for all three phases. Submit with bid response. Project costs Schematic Design $33,750 Design Development $37,125 Construction Documents $40,500 Permitting/ConstructionAdministration $47,250 Interior Design $Included Other (define) $ Design Total $158,625 *The design total noted above represents D2C's fee only. Please add D2C's total with each of our subconsultants in section I for a grand total. D 2 C ARCHITECTS �VLI HI, I;Ik. .N.,I Hil�l.� �_i�.11ipWA.lil 54 D 2 C ARCHITECTS For the on -call services, identify the schedule of hourly rates for all proposed team members; please detail any members or that are not lists in the spaces of the sheet provided below. Note: Use additional sheets as needed). Submit with bid response. HOURLY RATES Principal $175 Associate $ Project Manager $145 Project Architect $150 Project Engineer $ Designer $135 Draftsperson $ Intern $ Contract Administration $175 Civil Engineer $ Electrical Engineer $ Structural Engineer $ Mechanical Engineer $ Interior Designer $ Other SPECIFICATION WRITER (list) $ 165 Other BIM / TECHNOLOGY MANAGER (list) $ 139 Other CAD I BIM TECH I SUPPORT (list) $ 98 Other CLERICAL (list) $ 78 Other (list) Continue on additional page(s), as necessary $ D 2C ARCHITECTS ARCHIIECTURE I INILRIORS SLJSFAINABILIEY H.3I ANTICIPATED REIMBURSABLE EXPENSES ON -CALL SERVICES REIMBURSABLES Additionally, Weld County recognizes some vendors may wish to seek reimbursement for other standard reimbursables such as (such as large format copies and plans, postage/shipping, and any other standard reimbursables). Submit a percent markup for these on -call design reimbursables. Percent markup for Design Reimbursables 10 % D 2 C ARCHITECTS 56 A Ffi lII I, 1,141 ARCHITECTURAL, ENGINEERING SERVICES SON SE ANNEX ERA DING WELD COUNTY EXCLUSIONS The following Items are excluded from this proposal and Scope of Services. D2C Architects assumes no liability or responsibility to perform any services not specifically listed In this proposal. Professional services made necessary by defects in the work of a contractor or his subs. Inspection or testing of any sort Entitlement Documentation, Design and Efforts (SIP, SDP, GESC, Land Use App., etc.) Assumes all utilities are on site and that utility mains do not need to be improved (extended, upsized, etc.). Assumes all infrastructure is adequate for this project. Excludes any offsite utility extensions or improvements. Easements and ROW (Right of Way) acquisition or vacation. Geotechnical and Environmental Efforts (By Owner / Weld County) Includes a Traffic Analysis/Memo but excludes a full, traditional Traffic Study and/or Traffic Impact Study (TIS) as we do not expect this will be required. The scope includes traffic counts at 9th/Site Road and 9th/CR 31, LOS Analysis and Traffic Figures for these 2 intersections only and an Intermediate study report - no offsite improvements expected except striped westbound left turn lane. Subsurface Utility Engineering (SUE) Efforts/Scope Permitting and Zoning fees (application costs, etc.) Resident Inspection BOMA documentation, calculations or efforts Cost Opinions / Estimates - By Owner / Weld County per Q&A (#1) As -Built Drawing Confirmation / Review O&M Manual Review Furniture, Fixtures, Equipment (FF&E) to be by Weld County - Assumes Weld County will do all FF&E design, documentation and coordination. Signage Design, Selection and/or Documentation beyond code required Assumes no security cameras, CCTV or other security systems are required. Excludes Low Voltage, IT, AV, Telecom, Data, and Technology design/engineering services. Per the RFP, Weld County's own vendor will pull wire and connect equipment. This scope includes conduit and pull strings only. Fire Sprinkler system will be performance specification based Fire Protection Engineering and/or design (including sprinkler, smoke and fire alarm systems) Mass Notification Design and Engineering Life Safety Design and Analysis Life Cycle Cost Analysis No early design/building packages Bid options - Assumes bid documents will be distributed via electronic means to contractors. Professional Photography (Before, During or After) Value Engineering after the Design Development phase is complete LEED or other Sustainability Credential Registration and/or Its respective Costs (Application Fees, Registration Fees, etc.) LEED or other Sustainability Efforts (Templates, Checklist, Coordination, Calculations, Submittal Efforts, etc.) Commissioning or energy modeling in any capacity Excludes acoustic assessments or design efforts Provisions for Service/Labor Tax Plan Review fees, Application Costs, Permits Taxes (in any form or fashion) D 2 C ARCHITECTS CLARIFICATIONS The following items are assumptions our team has made in composing this proposal. If any of these assumptions are not accurate, D2C Architects shall be notified and given adequate time to make edits to the proposal prior to any agreements or contracting being signed and or executed. In the event notification does not occur prior to execution of a contract, D2C Architects reserves the right to request additional services, if necessary, to incorporate such changes. D2C Architects assumes no liability or responsibility directly related to assumptions made specifically in this proposal that were inaccurate but for which the Client did not provide notification of any inaccuracy. Project is for a ground up, single story, on grade, composed of 14,920 SF and located at 2950 9th Street in Fort Lupton, CO. The new facility will house Motor Vehicle Offices, Probation offices and a small health clinic. Scope accounts for our team to visit the site and create base sheets to work from. It is understood per the RFP that no CAD files exist for our team's use. Deliverables are at Schematic Design, Design Development and Final CDs Scope includes a boundary survey per Q&A #5. Assumes only narratives from the MEPF team at the Schematic Design level. Assumes an administrative process for site planning. Formal hearings and community meetings/ presentations are not accounted for. Scope is not clear on Traffic Analysis/Report therefore many assumptions have been made which has been clarified in our Exclusions. Assumes 20 (per the RFP) in person meetings during design Per the RFP, our scope accounts for a 6 month construction duration. Includes twelve (12) in person / on site OAC meetings during construction. Assumes breakrooms / break areas will not a commercial or industrial kitchen but rather a breakroom with refrigerators, microwaves, ice bins, etc. Assumes the kitchen does not have ansul systems, fire suppression systems, a stove, fryer or any other specialty equipment. Assumes a single phase of construction. As-Bulits will be provided by awarded contractor. Electronic Submittals - No Hard prints Assumes a web based software for Construction Administration and processing of submittals, reviews, RFIs, ASIs, etc. We don't see a spot on the Weld County Cost Sheet for reimbursables, therefore, Reimbursable expenses (mileage, prints, etc.) are in addition to the fee proposal. I.21 SUB -CONSULTANT PROJECT COST SHEET DREXEL BARRELL & CO (DBC) CIVIL ENGINEERING, SURVEYING, TRAFFIC DBC Drexel, Bartell & Co. . ,w PROJECT COST SHEET Complete the project cost sheet below for the base project. Provided the lump sum cost or each line item. Each item will add up to the corresponding phase total and the lump sum grand total for all three phases. Submit with bid response. Project costs Schematic Design $5.320 Design Development $6,760 Construction Documents $8,200 Permitting/ConstructionAdministration $3,840 Interior Design $ Other (define) Survey & Utility Locates $4,850 Traffic Study $5,000 Design Total $33,970 D 2 C ARCHITECTS 011 IUWUStic +kkitA- 1U t4 62 DREXEL BARRELL & CO (DBC) CIVIL ENGINEERING, SURVEYING, TRAFFIC DBC ON- CALL PROJECT COST SHEET For the on -call services, identify the schedule of hourly rates for all proposed team members; please detail any members or that are not lists in the spaces of the sheet provided below. Note: Use additional sheets as needed). Submit with bid response. HOURLY RATES Principal $ 180 Associate $ 170 Project Manager $ 160 Project Architect $ Project Engineer $ 130 Designer $ 110 Draftsperson $ 115 Intern $ Contract Administration $ 125 Civil Engineer $ 130 Electrical Engineer $ Structural Engineer $ Mechanical Engineer $ Interior Designer $ Other Field Surveyor (list) $145 Other (list) Other (list) Other (list) Other (list) Continue on additional page(s), as necessary $ DREXEL BARRELL & CO (DBC) CIVIL ENGINEERING, SURVEYING, TRAFFIC ON -CALL SERVICES REIMBURSABLES Additionally, Weld County recognizes some vendors may wish to seek reimbursement for other standard reimbursables such as (such as large format copies and plans, postage/shipping, and any other standard reimbursables). Submit a percent markup for these on -call design reimbursables. Percent markup for Design Reimbursables 5 % D2C ARCHITECTS ARC EI T CTURL INTI:RIOR5 i SUSI AINARII IIL ER;;INEEtING &ancri FOR iE ANNEX t1ll11LikG DBC CORBEL ENGINEERING CORBEL STRUCTURAL ENGINEERING I d ENGINEERING PROJECT COST SHEET Complete the project cost sheet below for the base project. Provided the lump sum cost or each line item. Each item will add up to the corresponding phase total and the lump sum grand total for all three phases. Submit with bid response. Project costs Schematic Design $4,700 Design Development $9,300 Construction Documents $5,800 Permitting/ConstructionAdministration $3,700 Interior Design $ Other (define) $ Design Total $23,500 D 2C ARCHITECTS �t:.Pilti .1FF IN��IIII«, SIrSL;I:,HIIIi,} ' otx 6(1i4RRL L C ENGINEFFIN4 SFRVICES F11F St ANNEX BIIIE11 N4 :J ,J CORBEL ENGINEERING ritCORBEL STRUCTURAL ENGINEERING Id ENGINEERING ON- CALL PROJECT COST SHEET For the on -call services, identify the schedule of hourly rates for all proposed team members; please detail any members or that are not lists in the spaces of the sheet provided below. Note: Use additional sheets as needed). Submit with bid response. HOURLY RATES Principal $ Associate $ Project Manager $ Project Architect $ Project Engineer $ 130 Designer $ Draftsperson $ 100 Intern $ Contract Administration $ Civil Engineer $ Electrical Engineer $ Structural Engineer $ 150 Mechanical Engineer $ Interior Designer $ Other Field Surveyor (list) Other (list) Other (list) Other (list) Other (list) Continue on additional page(s), as necessary $ D 2 C ARCHITECTS ,i kl'I li 111 hip, IN II 'WI!, 66 . RCEII iE.=fl)N 1L [Nf iNECnINi, iER'11 f:ES Ei)R Sc 4NNI.'5 IL 15551NO CORBEL ENGINEERING CORBEL STRUCTURAL ENGINEERING r ENGINEERING ON -CALL SERVICES REIMBURSABLES Additionally, Weld County recognizes some vendors may wish to seek reimbursement for other standard reimbursables such as (such as large format copies and plans, postage/shipping, and any other standard reimbursables). Submit a percent markup for these on -call design reimbursables. Percent markup for Design Reimbursables 10 % D 2 C ARCHITECTS p.3: 'Ili: II r lt.l"RHI{, I',ft:. i'1 \I;I II'r ARCHISECIUNAL• L 7 ENGINEERING SERVICES FOR SE ANNEX rUILo1NG v RAMIREZ JOHNSON & ASSOCIATES (RJA) MECHANICAL, ELECTRICAL, PLUMBING ENGINEERING PROJECT COST SHEET Complete the project cost sheet below for the base project. Provided the lump sum cost or each line item. Each item will add up to the corresponding phase total and the lump sum grand total for all three phases. Submit with bid response. Project costs Schematic Design $2.500 Design Development $7.000 Construction Documents $4500 Permitting/ConstructionAdministration $2,000 Interior Design $ Other (define) $ Design Total $16,000 D 2 C ARCHITECTS .IdL tIl f f f 71,H1 Ih I I RI<71Y, 0U5' AUFAIIII I' 1- 66 ... ' r ARCHITECTURAL' (u ENC0NEERING SERVICES FOR SE ANNEX BUILDING mircz, hnson, & soeiates RAMIREZ JOHNSON & ASSOCIATES (RJA) MECHANICAL, ELECTRICAL, PLUMBING ENGINEERING ON- CALL PROJECT COST SHEET For the on -call services, identify the schedule of hourly rates for all proposed team members; please detail any members or that are not lists in the spaces of the sheet provided below. Note: Use additional sheets as needed). Submit with bid response. HOURLY RATES Principal $ 160 Associate $ 130 Project Manager $ Project Architect $ Project Engineer $ Designer $ Draftsperson $ Intern $ Contract Administration $ Civil Engineer $ Electrical Engineer $ 130 Structural Engineer $ Mechanical Engineer $ 130 Interior Designer $ Other (list) Other (list) Other (list) Other (list) Other (list) Continue on additional page(s), as necessary $ mirez, hnson, & snciates D 2 C ARCHITECTS „., 69 70 RAMIREZ JOHNSON & ASSOCIATES (RJA) MECHANICAL, ELECTRICAL, PLUMBING ENGINEERING ON -CALL SERVICES REIMBURSABLES Additionally, Weld County recognizes some vendors may wish to seek reimbursement for other standard reimbursables such as (such as large format copies and plans, postage/shipping, and any other standard reimbursables). Submit a percent markup for these on -call design reimbursables. Percent markup for Design Reimbursables 10 % D 2 C ARCHITECTS ENE HI I ECI UNI INTERIORS i S1151 ,4114,11111 4}nu 114 ARCHITECTURAL, ENGINEERING SERVICES FOR SE IMIEX BULLOING mirez, hnson, & sociates JIMENEZ DESIGN GROUP (JDG) LANDSCAPE ARCHITECTURE aiwesmaS PROJECT COST SHEET Complete the project cost sheet below for the base project. Provided the lump sum cost or each line item. Each item will add up to the corresponding phase total and the lump sum grand total for all three phases. Submit with bid response. Project costs Schematic Design $2,000 Design Development $5,000 Construction Documents $3,000 Permitting/ConstructionAdministration (24 hrs) $3,000 Interior Design $ Other (define) $ Design Total $13,000 2C ARCHITECTS !}F111 I!i J1.10 'o, S'1�1:}I`+I1I'�1:'• 71 72 JIMENEZ DESIGN GROUP (JOG) LANDSCAPE ARCHITECTURE ON- CALL PROJECT COST SHEET For the on -call services, identify the schedule of hourly rates for all proposed team members; please detail any members or that are not lists in the spaces of the sheet provided below. Note: Use additional sheets as needed). Submit with bid response. HOURLY RATES Principal $ 125 Associate $ Project Manager $ Prcject Architect $ Project Engineer $ Designer $ Draftsperson $ Intern $ Contract Administration $ Civil Engineer $ Electrical Engineer $ Structural Engineer $ Mechanical Engineer $ Interior Designer $ Other (list) Other (list) Other (list) Other (list) _ Other (list) Continue on additional page(s), as necessary $ D 2 C ARCHITECTS 1111,( I1,• I ilt 1Ik,f:R', 511ti1�1Ih,�,R11:1 ARCH' IticTURAL JIMENEZ DESIGN GROUP (JDG) LANDSCAPE ARCHITECTURE .1 .MRS �! ON -CALL SERVICES REIMBURSABLES Additionally, Weld County recognizes some vendors may wish to seek reimbursement for other standard reimbursables such as (such as large format copies and plans, postage/shipping, and any other standard reimbursables). Submit a percent markup for these on -call design reimbursables. Percent markup for Design Reimbursables 10 % i-4O. D 2 C ARCHITECTS n3.IMITI! rJIU ! RAI SI 3li, ENGINEERING SERVICES FOR SE WINES 9111L[IING A SIGNED SIGNATURE PAGE The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #62200058. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld county reserves the right to reject any and all bids, to wait any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM D2C Architects, Inc. BY Eric Combs/ AIA, LEED AP (Please print) BUSINESS ADDRESS 1212 South Broadway, Suite 250 DATE March 16, 2022 CITY, STATE, ZIP CODE Denver, Colorado 80210 TELEPHONE NO 303-952-4802 SIGNATURE -, l =AX NA TAX ID # 46-1556207 E-MAIL ecombs@D2Carchitects.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board BY: YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller BID REQUEST #B220D058 Page 20 D C ARCHITECTS fttlk Lr:C•:�`I-.L!. t ,?. i*U'IILES Wit ? :i r1Ml�: d III'll ,`d Farm iW ek Pt, 0c:0Cdr 201!!) 1)401~101140 Newry ennuienrage Serves Request for Taxpayer identification Number and Certification Go to www,frsgorlFormWa for M.utfellone end the MOM Wormetlon, Give Form to the requester. Do not send to the IRS. M 1 Meng II. *nano 1w your Hueneme return) Name :6 rerkree l on lrus fire, on roe Leese This Ine beer IInemiurfveceaRelohntyrte 3 Corse aopWewe he, for federal lea clear l{nn of the p0n30e wnpsa Mans it entered on line 1 Check only one of I Meowing Moen bnxee. 0 Indnlduellole prop-lelaor ❑ C Cwpornlbn ❑O S Corpoclon mole-roomhe, LLC n Umnted Iktlxey company Enter the Ian claudication IC.'C corponelion, S=S napoleon, P-Penneranipl► He* Owls tn. .pproPmel nor n lie Woe erxwe fee IM ME CLL.encenrn of the tklgl.,nMmbw sec,. De not <each U.C a 1e. U.C C careered as • Ueple-member LAC Mali awesome berm the owner nrnl..0 ono owner ni 'Nut is .Meteor LLC is.t la red d,aegareed tae the mew ford 1: barrel to peraooc Oihni wee., • .egb•aesrb.r I I C Ine1 h Mreprrrerl tram raw owner etope1 twee:! IN, 4ppuprW. boa fps rev Ise Gew9calgn o1 Is owner 0441 nM Meucton.J ► e Adore. (numb.,, street, and apt or cafe en I See' ,ereclione ( InColn Street, Sutlo 1110 e co.. stale, *Nit ZfPtafe I"VYWpf, Cplofpi's) 802W 1 11N etteun t nun W eld lw a (0f44:04/1 0 Par nersntp O trust/estate 00 1 ,,r • Taxpayer identification Number (TINS Enter your TIN in the appropr ole box, The TIN provided meal march the nnme gluon on line 1 10 avoid backup welvl:Ming. For redeiduels, Oro Is generally your sepal *sturdy number (SSN) However- for e resident open, sale proprietor, or disregarded entity. See line instructions for Pan 1, Inter To. Meer entitles, II is your employer identification number (EIN). II you do not have a number, see How to gel a TIN, later. Nob: II the account Is in more than one name, see the Instructions for One 1 Also see Whet Name end Number To Give the Requester for guidelines on whose number to viler. 8 4 Exemplbne (woes apply gory to certain emiliet not indvkluals; see Initruct one on page 31' Pt payee code lit any) Exemption from FATCA reporting code Pr any) 0 Certification Under penalties of perjury, I certify Mel: 1, The number shown on this form Is my correct taxpayer identification number (or I em walling for a number lobe issued to ore); and 2. I am not subject to backup withholding because: (a) I em es4mpl from backup withholding- or (till hew, not been notified by the Internal Revenue Service (IRS) that I em artlj.ct to backup withholding es a result of a talklra to raped et Interval Of Slvldend7• Of (e) Me IRS rtes notified me Mel I am no longer subject to backup withholding; and 3. I em a U S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered an lids fans (if any) Indicating Met I am exempt from FATCA reporting le correct, Certillgeon instnrottone, You mutt boa. ON 'him 2 above If you have bees fledged by the IRS that you are r yrerlly t.A}ecl..to back• w,trdoldir,g because you have Wed to lep01 ea Monist and dividends on your lux return. For real *tale tranaectione, aern 2 tws not apply For mortgage internal paid, acquisition err .bendahmelt of secured properly, cenc4Naltorlof contributions to en rid oid,al mt+ernenl arragsment URA). end generelry, payments other Man Interest end dnodendt. you en. not rope curn)lCateen. Wt you mud provide your coned TIN- Se, lee insbuclions for Pahl II, triter. Sign elenewre of Hen u.e, person General Instructions on.e 11- November - 2021 Section references are to the Internal Revenue Code unlace otherwise noted Future developments. For the latest information about developments related to Fomr W-9 and do inslruellons, such as legislation enacted after they were published, go to www.irs,pov/FomlW9, Purpose of Form An Individual or entity (Farm W-9 requester) who is required to file an Inlormatlon return with the IRS must obtain your correct taxpayer tdonullcallon number (TM) which may be your rimed securty'number (8st4j, individual taxpayer identification numb. 019s), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on en Information return the amount paid to you, or other amount reportable on an information ,alum. Examples of Inlorrnalbn returns include, but are not Ilmltod l0, the following • Form 1099.INT (interest earned cc paid) • Form 11199-0IV (dividends, including (hose from stocks or mutual funds) • Form 1099-MMISC (wrbus types Cl income, Awes, awards, ar grass Proceeds) • Form 10941-B (stock or mutual fund safes and certain other Irrowsed:9ns by brokers) • Form 1099-S (proceeds hem reel estate transactions) • Form 1099-K (merchant card and third party network transactions' • Fain 1098 (home mortgage Interest), 1090-E (student ban Inherent.), 1098-T (tuition) • Form 1099-C (canceled debt) Form 1099-A (acquisition or abandonment of secured property) Use Fann W 9 only it you are a U S. person (Including a resident Client. to provide your correct TIN_ N vier ler not refum Porno W -e fn ale requester with a TIN, weer neght ere subrecr fo backup wtnhorthhe See What is backup withholding. hoer Cat No 10281X Form W-9 (Pory 10-20181 Client#: 1089971 D2CARC ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)4/14/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does 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 CONTACT Sheree S. Zamarripa PHONE Fax 8500 - (A/C, No, Ext): 800 873 I (A/C, No): E-MAADDRIESS: sheree.zamarripa@usi.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Sentinel Insurance Company Ltd. 11000 INSURED D2C Architects, Inc. 1212 S. Broadway, Suite 250 Denver, CO 80210 INSURER B : Berkley Insurance Company 32603 INSURER C: INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INLTRR TYPE OF INSURANCE ADM INSR SUBR WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY x x 34SBAPN9156 01/14/2022 01/14/2023 EACH OCCURRENCE $1,000,000 PREMISES (Ea occu! ence) $1,000,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 $ A AUTOMOBILE _ Xv LIABILITY ANY AUTO OWNED v SCHEDULED AUTOS NON -OWNED AUTOS ONLY x x 34SBAPN9156 01/14/2022 01/14/2023 EOMaBICaeDtSINGLELIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X x 34SBAPN9156 01/14/2022 01/14/2023 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DED I XI RETENTION$10000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N N N / A x 34WEGID6709 01/14/2022 01/14/2023 X I STATUTE EORH E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE- POLICY LIMIT $1,000,000 B Professional Liability Claims Made AEC905481400 01/14/2022 01/14/2023 $2,000,000 per claim $2,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) As required by written contract or written agreement, the following 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 1105 H Street Greeley, CO 80634 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S35651764/M34671885 KRGZP DESCRIPTIONS (Continued from Page 1) The General Liability, Automobile Liability, Umbrella/Excess insurance applies on a primary and noncontributory 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. RE: South East Annex Building Bid Package No. B2200058 Additional Insured: Weld County SAGITTA 25.3 (2016/03) 2 of 2 #S35651764/M34671885 Contract Form New Contract Request Entity Information Entity Name* D2C ARCHITECTS INC Entity ID* ?00041075 Contract Name* SOUTHEAST ANNEX BUILDING ARCHITECTURAL & ENGINEERING DESIGN Contract Status CTB REVIEW Contract Description* ARCHITECTURAL & DESIGN SOUTHEAST ANNEX BUILDING Contract Description 2 Contract Type CONTRACT Amount* $245,095.00 Renewable* YES Automatic Renewal Department BUILDINGS AND GROUNDS n Email CM- BuildingGroundsPweldgov.c om Department Head Email CM-BuildingGrounds- DeptHeadgweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA I IORNEY4 WELDG OV.COM New Entity? Contract ID 5744 Contract Lead* SGEESAMAN Contract Lead Email sgeesamart@co.weld.co.us Requested BOCC Agenda Date * 04/27,2022 Parent Contract ID Requires Board Approval YES Department Project # Due Date 04,23 2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP#* 62200©5B 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 * 04 03 2202 Renewal Date* 05101 :'202.3 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Purchasing Purchasing Approver CHERYL PATTELLI Approval Process Department Head TOBY TAYLOR DH Approved Date 04(26x2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05;04' 2022 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHERYL PA F F ELL{ Contact Phone 1 Purchasing Approved Date 04;'28:2022 Finance Approved Date 04.26'2022 Tyler Ref # AG 050422 Legal Counsel BRUCE BARKER Contact Phone 2 Legal Counsel Approved Date 04 28 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 4, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Architectural / Engineering Services for Southeast Annex Building Bid (B2200058) This solicitation is for Architectural / Engineering Services for the Southeast Annex Building at the Southeast Service Center 2950 9T" Street, Ft Lupton CO. It was published as a Request for Proposal (RFP). The RFP identified the following areas that would be evaluated: Firm Capability, Consultant & Key Staff Experiences and Qualifications, Project Approach, Firm Availability & Project Schedule, and Costs. The results of the Committee Evaluation (shown in Attachment A) show D2C Architects as the overall best value for this solicitation. Therefore, the Facilities Department is recommending the award to D2C Architects in the amount of $245,095.00. In addition, future design services for on -call projects may be negotiated with D2C Architects using the labor rates identified in the bid submission. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 0L,/ t 3 mu- 0( -- Eel 60Zq Attachment 1 Archtectural / Engineering services for southeast annex building - Bid #B2200058 Best Value Scoring Form Criteria Available Points Completiva Studio RMG RNN D2C GSG Firm capability 25 18.33 18.67 19.00 19.33 18.67 Consultants and key staff experience and qualificatil 25 19.00 19.00 17.33 19.67 20.00 Project approach 15 8.67 8.33 10.33 11.67 13.33 15 11.00 10.33 11.33 11.67 11.67 Firm availability and project schedule Cost 20 8.67 6.33 12.33 15.00 17.33 Total 100 65.67 62.67 70.33 77.33 81.00 Bid Amounts $ 395,787 $ 578,210 $ 292,526 $ 260,750 $ 245,095 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 March 29, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Architectural Engineering Services for Southeast Building - B2200058 As advertised this bid is for architectural and engineering services for the new annex building at the Southeast Service building in Fort Lupton. Bids are still being evaluated. Therefore, Facilities is requesting the approval be extended until April 13, 2022 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director oy/off zoZz- 6703 BE, OOZLI BOCC STAFF USE Date Set: Time: BOARD OF COUNTY COMMISSIONERS WORK SESSION REQUEST WORK SESSION TITLE: Southeast Building Design RFP DEPARTMENT: Facilities Department PERSON REQUESTING: Toby Taylor DATE: 3-29-2022 EXTENSION: 2023 Has your Commissioner Coordinator or BOCC Chair approved the work session? X Yes, Commissioner Coordinator Yes, BOCC Chair Recommended length of time needed for discussion: 15 minutes X_30 minutes other (list): In addition to yourself and the board, please list who should attend: Rob Turf, Curtis Naibauer, Sterling Geesaman Brief description of the issue: Informational only _X_ Action needed The design for the new building at the Southeast Service Center in Fort Lupton was published as an RFP. The selection team has ranked the criteria using the Best Value Scoring with the result shown in Attachment A. Based on this, the recommendation is to award to D2C in the amount of $245,095. The purpose of the work session is to review and answer any questions prior to bid award at the public meeting. Options for the board: 1. Approve the results of the selection team at the public meeting. 2. Other Recommendation to the board: Approve the results of the selection team and award at the upcoming public meeting. BOARD CHAIR USE Results/Outcomes: BOCC STAFF USE Date Set: Time: Attachment A Criteria Available Points Studio Completiva RMG RNN D2C GSG 25 18.33 18.67 19.00 19.33 18.67 Firm capability Consultants and key staff experience and qualifications 25 19.00 19.00 17.33 19.67 20.00 Project approach 15 8.67 8.33 10.33 11.67 13.33 15 11.00 10.33 11.33 11.67 11.67 Firm availability and project schedule Cost 20 8.67 6.33 12.33 15.00 17.33 Total 100 65.67 62.67 70.33 77.33 81.00 Bid Amounts $ 395,787 $ 578,210 $ 292,526 $ 260,750 $ 245,095 gsWELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpeters@weldgov.com E-mail: reverett©weldgov.com E-mail: rturf c weldgov.com Phone: (970) 400-4223, 4222 or 4216 DATE OF BID: MARCH 16, 2022 REQUEST FOR: ARCHITECTURAL / ENGINEERING SERVICES FOR SOUTHEAST ANNEX BUILDING DEPARTMENT: FACILITIES PROPOSAL NO: B2200058 PRESENT DATE: MARCH 21, 2022 APPROVAL DATE: APRIL 4, 2022 (APRIL 13, 2022) VENDORS GSG ARCHITECTURE INC 3535 WEST 12TH STREET, SUITE C GREELEY CO 80634 RNN ARCHITECTS INC 1391 SPEER BOULEVARD, SUITE 830 DENVER CO 80204 D2C ARCHITECTS, INC 1212 SOUTH BROADWAY, SUITE 250 DENVER CO 80210 STUDIO COMPLETIVA INC 3275 W 14TH AVENUE, #201 DENVER CO 80204 RMG ENGINEERS 7292 GREENRIDGE ROAD, UNIT 108 WINDSOR CO 80550 THE FACILITIES DEPARTMENT IS REVIEWING THE PROPOSALS. Eet0024 ZoZZ- oysi� Hello