Loading...
HomeMy WebLinkAbout20221940.tiffConVvo.Ci- 1 ptklol(9I PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND Y2 CONSULTANTS. LLC WELD COUNTY COURTHOUSE 3D LASER SCANNING AS -BUILT DRAWING SERVICES THIS AGREEMENT is made and entered into this f day of p 2021 by and between the Board of Weld County Commissioners, on behalf of the F ilities Department, hereinafter referred to as "County," and Y2 Consultants, LLC., hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2200095. 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 Consvif 119enca- o$n1/ zz CeA 2oZ2- Iq,-10 5G602q extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 2 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $26,070.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained 3 and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of 4 the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance. Workers' Compensation /Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 forproperty damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability). The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised fora period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. b. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 5 d. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 6 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to conunencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Gary Grigsby Position: Office Manager Address: 1725 Carey Ave. Address: Cheyenne Wyoming 82001 E-mail: marketing(42consultants.com Phone: 307-632-5656 TO COUNTY: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80634 E-mail: ttaylor@weldgov.com Phone: 970-400-2020 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached 7 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/Conffict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or 8 regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the subcontract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 9 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: Y2 Consultants, LLC. By. Name 63, t �, Title:Oco ,, MA -4 k&g [2_— ect 0-t' tie, g 2022- Date of ignaiure WELD CO Y� ATTEST: �� ''°'•'°i' BO OF COUNTY COMMISSIONERS Weld C u ty Clerk to the B and WEL COUNTY, COLORADO BY: Deputy Clerk te Board 10 cots K. James, Chair AUG 1 7 2022 cjo,262-- /94 Exhibit A REQUEST FOR BIDS WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JUNE 2, 2022 Lots 18 _ &�it se \-t-c!).41r ts BID NUMBER: B2200095 DESCRIPTION: WELD COUNTY COURTHOUSE 3D LASER SCANNING AS -BUILT DRAWING SERVICES DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE: JUNE 17, 2022 BID OPENING: JULY 6, 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: WELD COUNTY COURTHOUSE 3D LASER SCANNING AS -BUILT DRAWING SERVICES A mandatory pre -bid conference will be held on June 17, 2022 at 10:00 AM at the Weld County Courthouse located at 901 9th Avenue, Greeley, CO 80631. Meet at the west entrance. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received for the above stated merchandise, equipment, and/or services up to, but not later than: July 6, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on July 6, 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: 974844255 PAGES 1 - 8 OF THIS REQUEST FOR BIDS 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. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes. proposals, addendums, and awards on this one centralized system. Pid Dglivery to Weld County: 1. Emailed bids are required. Email bids to bidsAweldgov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. PDF format is required. Em ailed bids 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 o ne of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," 'secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone n ot 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 u nderstood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. 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 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 BID REQUEST #B2200095 Page 2 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 #B2200095 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 applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation. execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. 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. BID REQUEST #B2200095 Page 4 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 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. 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. BID REQUEST #B2200095 Page 5 S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: if any term or condition of this Agreement shall be held to be invalid, illegal, or 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 X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof. the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits BID REQUEST #B2200095 Page 6 contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. BID REQUEST #B2200095 Page 7 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,0001000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2200095 Page 8 Weld County Courthouse 3D Laser Scanning As -built Drawing Services OVERVIEW: The Weld County Courthouse located at 901 9th Ave., Greeley, Colorado, was built in 1917. The building has had multiple renovations and there are currently no accurate drawings of the structure. The County desires to know where mechanical and other chases are located to facilitate future cabling, electrical wiring, and other improvements to the facility. Therefore, this bid is to provide 3D laser scanning services and a complete as - built set of drawings for the structure. SCOPE OF WORK: 1. The building is listed at approximately 58,300 square feet. However, this scope shall include identifying the as -built conditions for all 6 levels that include: Basement, 1St floor, 2nd floor, 3rd floor, 4t" floor, and attic. As -built conditions may result in a larger or smaller total square foot total. 2. Consultant shall provide a complete set of as -built floor plans and reflected ceiling plans for the entire building to include basement mechanical areas and buried hot/cold deck ducting. 3. Drawings will be created by using 3D laser scanning equipment and finished in AutoCAD. 4. Owner will be provided both PDF and AutoCAD drawings. 5. Drawings shall include all doors, windows, stairways, light fixtures, walls, electrical outlets, data ports and switches at a minimum. 6. Consultant will be responsible for reviewing existing conditions to determine the requirements for their work. 7. There are no current drawings for this area. All drawings will need to be created by the consultant. 8. All scanning work will need to be completed at nights or on weekends and holidays. PROJECT SUMMARY AND REPORT: Upon completion of data collection, the Consultant shall prepare final as -built drawings of the Project. 1. 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 drawings of the project. 2. 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. BID REQUEST #B2200095 Page 9 QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultant(s) must have Architect(s)/Engineer(s) current State license(s). • Must carry Professional Liability Insurance (PLI), also called: Professional Indemnity Insurance (PII) but more commonly known as Errors & Omissions (E&O). AWARD AND AGREEMENT: A sample of Weld County's "Professional Services Agreement" is included with this Request for Bids 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. SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Advertised on BidNet Direct Pre -bid Conference Proposals Are Due Bid Award Notice Contract Execution Project Design start As -built drawings due PROPOSED DATES: June 2, 2022 June 2, 2022 June 17, 2022 July 6, 2022 July 25, 2022 August 1, 2022 Immediately upon receipt of signed contract October 9, 2022 Please provide proposed start and completion dates for this project: START DATE COMPLETION DATE FEES: Provide complete turnkey cost for the design and engineering. BASE BID: $ BID REQUEST #B2200095 Page 10 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on July 6, 2022: 1) Page 9 of the Bid Specifications. 2) Per page 9 of the Bid Specifications, "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 bidder shall name the sub -consultants, if known, at the time of proposal submittal." 3) Completed page 10 of the Bid Specifications. 4) Page 11 of the Bid Specifications. 5) Completed page 12 of the Bid Specifications. 6) W9, if applicable* 7) 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 of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2200095 Page 11 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. #B2200095. 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 BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James; Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller BID REQUEST #B2200095 Page 12 ADDENDU1V1#1 BID REQUEST NO B2200095 WELD COUNTY COURTHOUSE 3D LASER SCANNING AS -BUILT DRAWING SERVICES Currently In the bid documents there are no requirements for providing any information on the proposed system that will be used for the 3d scanning of the building Change Along with the bid forms, provide documents showing the types of scanning devices that will be used to scan the building This should include the model and manufacturer of the systems that will be used ***We need signed copy on file Thank Youl*** Addendum received by FIRM ADDRESS CITY AND STATE BY EMAIL June 20, 2022 ADDENDUM#2 BID REQUEST NO B2200095 WELD COUNTY COURTHOUSE 3D LASER SCANNING AS -BUILT DRAWING SERVICES Currently Bid documents are unclear on whether 3D modeling will be required as a deliverable for this project Change 3d modeling will not be required as a part of the deliverables for this project We will only require 2D as built plans for the building ***We need signed copy on file Thank You,*** Addendum received by FIRM ADDRESS CITY AND STATE BY EMAIL June 28, 2022 Weld County Courthouse 3D Laser Scanning As -Built Drawing Services 82200095 — QUESTION & ANSWERS 1. Question: Roughly how many enclosed rooms are there in the building? Each room will need to be scanned in at least one location so this will help us determine approximately how much time will need to be dedicated to laser scanning. Answer: We don't have a count on the number of rooms. We have posted an old floor plan of the courthouse for your use. 2. Question: The RFP states that the drawings shall include light fixtures, outlets, switches, etc. Is it required that the as -built plans demonstrate which switches are tied to which fixtures, or just the locations of each? Answer: Just the locations of each fixture or device. 3. Question: Is the "Project Design Start" date flexible so long as the final drawings are provided by the stipulated 10/9/22 due date? Answer: There is a space at the bottom of the bid form to show the dates that your firm will start the project and complete the project. Please show what the actual dates will be in these spaces. 4. Question: Please confirm that floor plans for the existing parking garage will be excluded from the required as -built drawings. Answer: Parking garage is excluded from the as -built drawings. 5. Question: If furniture, furnishings or any stored materials or objects are needed to be moved for scanning of the rooms, will the County be responsible for moving the items? Answer: If anything needs to he moved in order to scan areas, the contractor doing the scanning will be responsible for moving the items out of the way. All work needed to complete this project will be by the contractor and included in the proposal price. 6. Question: Are the elevators original to the 1917 construction? Answer: Yes, the elevator and shaft are original to the 1917 construction. 7. Question: Are there elevator shaft drawings? Answer: We do not have any elevator shaft drawings. 8. Question: Does the County have any permit plans for any recent modifications? They could be used for information. Answer: No, we do not have any recent permit plans. 9. Question: Are the trunk lines in question connected to the 1974 MEP? Answer: There are no trunk lines connected to the 1974 building. 10. Question: Are there drawings for the connection point of the trunk lines to the 1974 building? Answer: There are no trunk lines connected to the 1974 building. 11. Question: Does the building have an AHERA plan in place? Answer: No, the building does not have an AHERA plan in place. 12. Question: Is selective demolition permissible as the 3D scan will not show attic space between floors? Answer: Any selective demolition done will need to be in places that are inconspicuous. All demolition will need to be repaired as part of this project. 13. Question: The walk was limited to circulation spaces, attic and basement. Can a non -mandatory weekend walk, or evening walk be organized to see the occupied spaces? Answer: We have posted an older plan of the building to give some idea of the occupied spaces. There will not be another site visit. 14. Question: Will proposal materials outside of product specifications and bid requirements be evaluated with our response (items such as technical approach, and time requests of Weld County Staff)? Answer: We may or may not use any additional bid information. Award will be made on the basis of the best value to Weld County. 15. Question: Is the rooftop accessible from the attic, and is any PPE required while on roof> Answer: The rooftop is accessible from the attic. PPE is not required. 16. Question: Can the County please clarify their expectations for the percentage of outlets that are located? During the initial scanning, we estimate that the large number of wooden benches in the common areas and office furniture in the administration areas may block many of the outlets. Answer: We expect all outlets to be shown on the as built drawings. 17. Question: Would the County be willing to support consultant once the initial scanning is complete, to add known outlets to the plans; after initial scanning but prior to final deliverable? Answer: All investigation and verification of the drawings shall be the responsibility of the contractor. 18. Question: Can interior door be propped open for an extended period during collection? Answer: Since the work will be done during off hours while the building is closed to the public, doors will be able to be propped open. All doors that have been opened for the work period will need to be shut and locked when leaving. 19. Question: Is a specific CAD standard required for the AutCAD drawings (i.e. layer names, line types, line weights)? Answer: Weld County does not have any specific standards for the drawings. 20. Question: ACT (Drop ceilings) — Is there clear identification as to where ceiling access via drop ceilings. Or ceiling access via hatches exist? Is there any way we can get approximate percentage of each floor that have these conditions? We are planning to scan above ceiling whenever possible, so this factors highly into our estimated time to scan the building. Answer: We do not have percentages of drop ceilings compared to hard ceilings for this project or a clear identification available 21. Question: Are the tunnels confined spaces? Is there any information regarding how long they are and how many of them are there? Answer: There is only one tunnel to the courthouse to Plaza West. There is ventilation in the tunnel, so it is not a confined space. We don't have a length on the tunnel. 22. Question: During the site walk it was mentioned that a 3D model may be required — Is this a part of the project? Are the following Architectural / Structural items required to be shown in 3d models / 2D plans: a. Wall / floor material types b. Are features such as molding/trim restroom fixtures, seating, stands, booths (ie, non- structural features on the interior of the building that aren't mentioned in the request for bids, page 9) c. Are any piping, conduits, or equipment above the ceilings or in an open area (Basement / Attic) required to be shown on the 2D plans? We are assuming the hot and cold decking is the only MEP to be shown on the 2D plans Answer: 3D models will not be required. 2D drawings will be required to show basic moldings and trims on walls as well as restroom fixtures, bathroom partitions, seating, stands, booths and HVAC grilles and registers. Ductwork in walls and above ceilings shall be included as well as all chases in walls and ceilings. 23. Question: The buried hot and cold deck ducting — Is this buried in the ground, in the tunnels, in the attic and / or in the ceilings? Are these present in all levels of the building, or are they only in the attic and basement? Answer: In the basement they are buried in concrete. Once they leave the basement and go up through the chases, they spread out on every floor and are mounted on the wails and above ceiling. They are located on every level. 24. Question: Can 8.5" X 11" targets be taped and left on walls thru consecutive days? Answer: In some areas they may be left on walls through consecutive days. In courtrooms and public areas they will need to be removed during court hours. 25. Question: Is the roof accessible through the attic ladder and is it safe to walk on (we are assuming fall protection will be required at a minimum). Is there a walking path around the perimeter of the roof? Answer: See question 15. 26. Question: It was mentioned during the site walk that wall thicknesses will need to be determined — does this include exterior walls, which would require scanning the exterior of the building. Answer: We will need to have the thicknesses of the exterior walls shown on the as -built drawings. 27. Question: Is a security escort , or an escort of any kind required to be on -site with us and with us during scanning operations? Answer: In some areas the County may decide to provide an escort during scanning operations. In most cases no escort will be required. 28. Will our field staff be given full access to all areas of the building required to be scanned? Answer: Yes. Exhibit B Weld County Courthouse 3D Laser Scanning As -built Drawing Services OVERVIEW The Weld County Courthouse located at 901 9th Ave , Greeley, Colorado, was built in 1917 The building has had multiple renovations and there are currently no accurate drawings of the structure The County desires to know where mechanical and other chases are located to facilitate future cabling, electrical wiring, and other improvements to the facility Therefore, this bid is to provide 3D laser scanning services and a complete as - built set of drawings for the structure SCOPE OF WORK 1 The building- is listed at approximately 58,300 square feet However, this scope shall include identifying the as -built conditions for all 6 levels that include Basement, 1St floor, 2nd floor, 3rd floor, 4th floor, and attic As -built conditions may result in a larger or smaller total square foot total 2 Consultant shall provide a complete set of as -built floor plans and reflected ceiling plans for the entire building to include basement mechanical areas and buried hot/cold deck ducting 3 Drawings will be created by using 3O s laser scanning equipment and finished in AutoCAD 4 Owner will be provided both PDF and AutoCAD drawings 5 Drawings shall include all doors, windows, stairways, light fixtures, walls, electrical outlets, data ports and switches at a minimum 6 Consultant will be responsible for reviewing existing conditions to determine the requirements for their work 7 There are no current drawings for this area All drawings will need to be created by the consultant 8 All scanning' work will need to be completed at nights or on weekends and holidays PROJECT SUMMARY AND REPORT Upon completion of data collection, the Consultant shall prepare final as -built drawings of the Project 1 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 drawings of the project 2 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 BID REQUEST # Page 9 QUALIFICATIONS & INSURANCE Qualifications and insurance, at a minimum, should include the following ® The consultant(s) must have Architect(s)/Engineer(s) current State license(s) • Must carry Professional Liability Insurance (PLI), also called Professional Indemnity Insurance (PII) but more commonly known as Errors & Omissions (E&O) AWARD AND AGREEMENT A sample of Weld County's "Professional Services Agreement" is included with this Request for Bids 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 SCHEDULE Below is the anticipated schedule for this project Date of this Bid Advertised on BidNet Direct Pre -bid Conference Proposals Are Due Bid Award Notice Contract Execution Project Design start As -built drawings due PROPOSED DATES June 2, 2022 June 2, 2022 June 17, 2022 July 6, 2022 July 25, 2022 August 1, 2022 Immediately upon receipt of signed contract October 9, 2022 Please provide proposed start and completion dates for this project START DATE 8/1/2022 COMPLETION DATE 10/1/2022 FEES Provide complete turnkey cost for the design and engineering BASE BID $ 26,070 BID REQUEST #W49000 Page 10 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on July 6, 2022: on or before the bid opening 1) Page 9 of the Bid Specifications. 2) Per page 9 of the Bid Specifications, "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 bidder shall name the sub -consultants, if known, at the time of proposal submittal." 3) Completed page 10 of the Bid Specifications. 4) Page 11 of the Bid Specifications. 5) Completed page 12 of the Bid Specifications. 6) W9, if applicable* 7) 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 of your bid may result in your bid beinc incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2200095 Page 11 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. #B2200095. 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, togetier 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 Y2 Consultants, LLC BUSINESS ADDRESS 1725 Carey Ave. CITY, Cheyenne BY Gary Grigsby, Office Manager (Please print) STATE, WY ZIP 82001 DATE 7/6/2022 CODE TELEPHONE NO 307-632-5656 FAX 307-635-0410 TAX ID # 27-2048496 SIGNATURE .tiz 7797fr.dy E-MAIL marketing@y2consultants.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: 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 #B2200095 Page 12 Form (Rev. October Department Internal 2018) of the Revenue Service 9 Treasury Give Form requester. send to the to Do IRS. the not ► Go Identification to www.irs.gov/FormW9 Request Number for for instructions Taxpayer and Certification and the latest information. Print or type. See Specific Instructions on page 3. 1 Name (as Y2 CONSULTANTS, shown on your income LLC tax return). Name is required on this line; do not leave this line blank. 2 Business name/disregarded entity name, if different from above 3 Check following appropriate box seven boxes. for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply certain entities, not individuals; instructions on page 3): only to see Individual/sole or C Corporation S Corporation Partnership Trust/estate proprietor single -member LLC Exempt payee code (if any) ✓ Limited liability company. Enter the tax classification (C -C corporation, S=S corporation, P=Partnership) ► S Note: Check LLC if the the LLC LLC that appropriate is classified is box in the as a single disregarded line above for the -member LLC that from the owner for tax classification is disregarded U.S. federal of the from the tax single -member owner unless the Otherwise, a owner. Do owner of single -member the not check LLC LLC is that Exemption from FATCA reporting code (if any) another not is disregarded from the owner should check the appropriate box purposes. for the tax classification of its owner. Other (see instructions) ► (Applies to accounts maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) See instructions. PO BOX 2870 Requester's name and address (optional) 6 City, JACKSON, state, and ZIP WY code 83001 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Part II or Employer identification number Certification 2 7 2 0 4 8 4 9 6 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person ► General Instructions Date ► January 1, 2022 Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) ADDENDUM#1 BID REQUEST NO. B2200095 WELD COUNTY COURTHOUSE 3D LASER SCANNING AS -BUILT DRAWING SERVICES Currently: In the bid documents there are no requirements for providing any information on the proposed system that will be used for the 3d scanning of the building Change: Along with the bid forms, provide documents showing the types of scanning devices that will be used to scan the building. This should include the model and manufacturer of the systems that will be used. ***We need signed copy on file. Thank You!*** Addendum received by: June 20, 2022 Y2 Consultants, LLC FIRM 1725 Carey Ave. ADDRESS Cheyenne, WY 82001 CITY AND STATE Gary Grigsby, PE, PLS marketing@y2consultants.com EMAIL, ADDENDUM#2 BID REQUEST NO B2200095 WELD COUNTY COURTHOUSE 3D LASER SCANNING AS -BUILT DRAWING SERVICES Currently Bid documents are unclear on whether 3D modeling will be required as a deliverable for this project Change 3D modeling will not be required as a part of the deliverables for this project We will only require 2D as built plans for the building ***We need signed copy on file submitted with your bid Thank You f*** Addendum received by r June 28, 2022 Y2 Consultants, LLC FIRM 1725 Carey Ave ADDRESS ,Cheyenne, WY 82001 CITY AND STATE g---,, '/.9-,--:74 Gary Grigsby, PE, PLS marketing@y2consultants com EMAIL HORIZON The ultimate mobile mapping tool ZEB Horizon is your tool to capture, process and understand the world around you. Technical specification Range Laser 100m Class 1/ A 903nm FOV 360° x 270° Protection class IP 54 Processing Post Datalogger carrier Backpack or shoulder strap Scanner weight Datalogger weight (incl. battery) Colourised point cloud 1.45kg 1.4kg Intensity Scanner points per second No. of sensors 300,000 16 Vertical angular resolution Horizontal angular resolution Relative accuracy 2° 0.38° Raw data file size Up to 6mmn 100-200MB /minute *With ZEB Vision **When processing data in GeoSLAM Connect V2 C'FIJSLAM CONNECT' Automatic data processing. Single -operation automated workflows including scan alignment and georeferencing. Organise point clouds into projects for simplified data management. Add on Draw software for tak ng measurements from your data. ZEB ACCESSORIES ZEB Vision - For colourised point clouds. ZEB Pano - Add 360° panoramic photos to scans. ZEB Pole - Elevate your device into ceiling voids. ZEB Cradle - Lower your device into shafts. UAV Mount - Flexible airborne integration. Car Mount - Flexible urban scanning. act Geosystems BLK LE CA BLK2G0 REAWITY C/WTURE. HANDHELD. LEICA BIt HANDHELD IMAGING LASER SCANNER Housing Dimensions Weight Transport cover OPERATION Stand-alone operation Mobile device Communication Internal memory Battery Laser class Wavelength • • of view Range Point High resolution camera Panoramic vision system SYSTEM PERFORMANCE (GRANDSLAM BASED) Accuracy indoor *** ENVIRONMENTAL Robustness Operating temperature Dust & humidity protection DATA PROCESSING Data transfer Desktop software Black anodized aluminium Height: 279 mm / Diameter: 80 mm 650 g (775 g including battery) BLK2G0 transportation case One -button operation BLK2G0 Live app for iOS and Android including: live 2D and 3D while scanning, device status and data management. iOS 12.1 or higher recommended devices: iPhone series 8, X, 11, 12 Android 9 or higher Recommended devices: Samsung Galaxy series 1 S20, Wireless (app connection) 24 hours of scanning (compressed data) / 6 hours (uncompressed data) 45-50 minutes accordance with IEC 60825-1) 830 nm •1 (horizontal) 1 ° (vertical) 0.5 . to 25 m 420,000 pts/sec 12 Mpixel, • 1' x 120°, 3 -camera system, 4.8 Mpixel 300° x 135°, global shutter Designed for indoor and outdoor use 1 to 41 • Wireless • USB 3.0 Leica Cyclone REGISTER 360 and Cyclone REGISTER 360 (BLK Edition) All specifications ale subject to All accuracy specifications e one sigmaotherwise "'environment dependent ***controlled Geosystems •• Switzerland 2019. Seerice Geosystems BLK Apple and iPhone are trademarksregistered trademark'iistered trademaikofliisco in the U.S. and other countries and is used under ficense. ACORD. Client#: 54789 Y2CONSUL CERTIFICATE OF LIABILITY INSURANCE DATE (MIUDD/YYM 8/10/2022 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 certif cafe holder In lieu of such endorsement(s). PRODUCER Greyling Ins. Brokerage/EPIC 3780 Mansell Rd. Suite 370 Alpharetta, GA 30022 tag.' Sahleem Julien f a, 770-670.5327 I Fax ' Ea "e' E ari AooREss: ACECCertlficates@greyling.com INSURERS) AFFORDING COVERAGE NAIL 0 INSURER A : Continental Casualty Company 20443 INSURED Y2 Consultants PO Box 2870 180 South Willow St. Jackson, WY 83001 INSURER a : INSURER C INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 21-22 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF NSURANCE LISTED BELOW HAVE BEEN ISSUED TOTE INSURED NAMED ABOVE FORME POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTA N, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND COEDITORS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDROV R ySR ! POLICY NUMBER PO�CYEFF lLEMIDD/YYYYI (MM/DD/YYYYI MIS COMMERCIAL GENERAL LIABILITY ICLAIMS -MADE D OCCUR EACHOCCURRENCE$ PEREMISES lEa eocvrt�encel $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEM AGGREGATE LIMIT APPLIES PEA: RPOUUYD JECT U LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED _ AUTOS NON -0 , AUTOS ONLY EttB.1151?INGLE LIMIT S BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE IPer ecddaml $ ,_ UMBRELLA LAB _ OCCUR EXCESS LIAR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTIONS $ WORKERS COMPENSATION AND EMPLOYERS. LIABILITY / ANY PROPRIETORVSRTNEWEXECUTIVEj�"dj OFFICERMIEMBER EXCLUDED? !_,1 (Mandatory In NH) N yye8S5 destxihe under DESCRIPTION OF OPERATIONS below N / A Vt., VE I W- E.L EACH ACCIDENT $ EL DISEASE - EA EMPLOYEE $ EL DISEASE - POLICY LIMIT $ A Professional Liability AEH591914674 11/03/2021 11/03/2022 Per Claim $2,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached B more apnea la required) Re: WELD COUNTY COURTHOUSE 3D LASER SCANNING CERTIFICATE HOLDER CANCELLATION Board of Weld County Commissioners 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 ® 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD f#S3378338/M3000105 SJUL1 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/OD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT ,, Bernadette Heal Rendezvous Insurance Inc. 12191. . (307)2004464 i rFac Ner (3071333-0313 PO Box 12889 AHDD°A1nkeO bhfrendezvousinsurance.com Jackson, WY 83002 INSURERS) AFFORDING COVERAGE NAIL o INSURER A: Ohio Securitylnturance Company 24082 INSURED INSURERS: ACuj ttial 14184 Y2 Consultants, LLC INSURER C: Acuity 14184 PO Box 2674 INSURER D : Jackson, WY 83001 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 00000888-6833804 REVISION NUMBER: 25 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. INSR TYPE OF INSURANCEADDL SUER INSD WVD POLICY NUMBER POLICY EFF jramerYYYYI POLICY EXP IMM/DDI11,1 uMTS A X COMMERCIAL. GENERAL LIABILITY I CLAIMS -MADE [IIOCCUR BZS57635971 11115/2021 11/1512022 EACH OCCURRENCE s 1,000,000 PREMISF,S[ occurrence, MED EXP)Any one person) S 1,000,000 S 15,000 S 1,000,000 PERSONAL & ADV INJURY GEML _ AGGREGATE LIMIT APPLIES PER POLICY n .2La{ � LOC OTHER: GENERAL AGGREGATE S 2,000,000 PRODUCTS - COMP/OP AGG I 2,000,000 B AUTOMOBILE .X LIABILITY ANY AUTO OWNEDONLY AUTOS =HIRED ONLY .X..AUTOS SCHEDULED NON S NED .X.. AUTOS ONLY ZL4027 11/15/2021 11/15/2022 (tom B MSINGLEusv $ 11000,000 S BODILY INJURY (Per person) BODILY INJURY (Per aoddent) $ PROPERTY DAMAGE (Per axWenO $ S C X UMBRELLA U. X OCCUR EXCESSsuLIAR CLAIMS-MAOE ZL4027 11/15/2021 11/15/2022 EACH OCCURRENCE $ 5,000,000 AGGREGATE S 5,000,000 DED I I RETENTIONS S A ni RY Yf N ANY PROPRIETORrPARTNER/EXECUTIVE OFF{CER/MEMBER EXCLUDED? (Mandatory InMB DESCRY N u0 OPERATIONS below BZS57635971 11/15/2021 11/15)2022 .__ jST T)TE_1 X ER E.L. EACH ACCIDENT Stop Gap $ 1,000,000 EL.DISEASE- EAEMPLOYEES 1,000,000 E.L. DISEASE - POLICY LIMB s 1,000,000 C Auto Excess ZL4027 11/15/2021 11/15/2022 Occ/Agg 5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (AGGRO 101, Additional Remarks Sohodukt, may be attached t1 more space Is inquired) Weld County, Colorado, its elected officials, and its employees are named as an additional insured in respect to liability arising out of the activities of the Named Insured as required by contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Facilities Department ACCORDANCE WITH THE POLICY PROVISIONS_ 1105 H Street Greeley, CO 80631 AUTHORIZED REPRESENTATIVE ne...............:,_6?...........L (BMH) ACORD 25 (2016103) ® 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Printed by BMH on 08/09/2022 at 03:25PM Contract Form New Contract Request Entity Information Entity Name. Y2 CONSULTANTS LLC Entity ID* O00045853 Contract Name. COURTHOUSE 3D LASER SCANNING AS -BUILT DRAWING SERVICES Contract Status CTB REVIEW Contract Description 3D SCANNING Contract Description 2 Contract Type CONTRACT Amount. 526,070.00 Renewable* NO Automatic Renewal Grant IGA ❑ New Entity? Contract ID 5161 Contract Lead SGEESAMAN Contract Lead Email sgeesamancO1co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date. 08104/ 2022 08,08 2022 Department Email CM- BuildingGrounds`0weldgov.c OM Department Head Email CM-BuildingGrounds- DeptHeadWweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM - COUNTYATTORNEY,,WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter NSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2200095 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date 12'05 2022 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date r 1;31;2022 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHRISTIE PETERS 08.12,2022 Approval Process Departrnent Head TOBY TAYLOR DH Approved Date 08'11/2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08;"17;2022 Originator SCEESAMAN finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 08?1112022 08 12,2022 Tyler Ref # AG 081 722 July 18, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Weld County Courthouse 3D Laser Scanning As -Built Drawing Services (B2200095) As advertised this bid is for 3D Laser scanning and as -built drawing services for the Courthouse. The low bid is from Y2 Consultants, LLC. and meets specifications. Therefore, the Facilities Department is recommending the award to Y2 Consultants, LLC. in the amount of $26,070.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 61(75 2G2Z' IqcO 1310b1!-\ WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters@weldgov.com E-mail: reverett(caweldgov.com Phone: (970) 400-4223 or 4222 Fax: (970) 336-7226 DATE OF BID: JULY 6, 2022 BID NUMBER: B2200095 REQUEST FOR: WELD COUNTY COURTHOUSE 3D LASER SCANNING AS -BUILT DRAWING SERVICES DEPARTMENT: FACILITIES PRESENT DATE: JULY 11, 2022 APPROVAL DATE: JULY 25, 2022 VENDOR Y2 CONSULTANTS, LLC 1725 CAREY AVE CHEYENNE, CO 82001 SURVEYING & MAPPING, LLC 4801 SOUTHWEST PARKWAY, BLDG TWO, STE 100 AUSTIN, TX 78735 CRUMPTON AND ASSOCIATES ARCHITECTS, LLC 12891 JACKSON CIRCLE THORNTON, CO 80241 F9 PRODUCTIONS, INC 825 CRISMAN DR, UNIT 100 LONGMONT, CO 80501 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. TOTAL START DATE END DATE $26,070.00 08/01/22 10/01/22 $48,700.00 5 DAYS AFTER 10/05/22 RECEIPT OF SIGNED CONTRACT $54,068.00 08/01/22 10/09/22 $56,520.00 08/08/22 09/30/22 2022-1940 0-1/11 EiC-, 607,41 Hello