Loading...
HomeMy WebLinkAbout20200957.tiffCor7L ,mot.] # 3&Z. AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & RANGE DESIGN SERVICES, LLC DESIGN CONSULTANT-SHOOTINGJIANGE THIS AGREEMENT is made and entered into this ay of .��� , 2020, by and between the County of Weld, a body corporate and politic of the State Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Range Design Services, LLC. whose address is 1025 S. Bridgeway Place Suite 290 Eagle, ID 83616, hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and 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 Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000083". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor 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 described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B 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 execution of this Agreement C‘ 01120/20 6&) 4--020 .020-01,57 by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. 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. 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. 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 Modification. 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. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $54,800.00, which is the bid set forth in Exhibit B. Contractor 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 Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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. 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 from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 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 this Project without County's prior written consent, which may be withheld in County's sole discretion. 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. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of 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 services 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 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. 12. Acceptance of Services Not a Waiver. 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. Acceptance by the County of, or payment for, the services 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 and Indemnification. General Requirements: Contractors/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. Contractors/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 insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The 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. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, 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. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/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 Contractor'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 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 with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/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. Contractors/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 Contractor/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, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. 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. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. 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. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Range Design Services, LLC. Attn: Kerry O'Neal Address: 1025 S. Bridgeway Place Suite 290 Address: Eagle, ID 83616 E-mail: info@rangedesignservices.com Telephone: (208) 332-4533 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylor@weldgov.com Facsimile: 970.304.6532 18. 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. 19. 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. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. 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. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. 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. 24. Governmental Immunity. No term or condition of this 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. 25. 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. 26. 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. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. 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 contract. 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 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 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 the public contract for services 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 contract 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. 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 A and B, 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. IN ITNESS WHEREOF, the parties hereto have signed this Agreement this day of , 202P. CONTRACTOR: Ranee Design Serytces, tij►.I,C By`� 0 I Name: K EAR k{ NES. Title: IA4r►.u.a61c � tN(.gAt b&e. Date t -t, /' l /-ac, WELD TOU�.����/u/1! ATTEST: Weld • my lerk to the =•ard WELD COUNTY, COLORADO BY: Deputy CI -. o r BOARD OF COUNTY COMMISSIONERS Mike Freeman, Chair APR 2 0 2020 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: FEBRUARY 10, 2020 Exhibit A BID NUMBER: B2000083 DESCRIPTION: DESIGN CONSULTANT - SHOOTING RANGE DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: FEBRUARY 25, 2020 BID OPENING DATE: MARCH 16, 2020 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: DESIGN CONSULTANT- SHOOTING RANGE A mandatory pre -bid conference will be held at 11:00 AM, on February 25, 2020 at Weld County Department of Buildings & Grounds located 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150 0 Street, Room #107, Greeley, CO 80631 until: 10:00 AM on March 16, 2020 (Weld County Purchasing Time Clods', 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 at two locations: On the Weld County Purchasing website at https://www.weld ov.com/de artrnents/purchasing/bids proposals located under "Bids / Proposals / Tabulations". And, on the Bidnet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County- 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bidsweldgov.com Emailed 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. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1 150 Street, Room #107 Greeley, 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any uuestions. 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 signet by hire with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, fiwed by the signature and title of the pc=Arson signing. :yids by corporations must be signed with the legal name of the corporatin, 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. , bid by a person who affixes to his signature the IN.rd "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/Purchasing l -irectr, satisfactory evidence of the authsrity of thofficer signing in behalf of a corporation shall be furnishes. A power of attorney must •accompany the signature of anysne not otherwise authriz d to bind the Bidder. Ail corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the cnditions, 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 milled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the id Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepkd 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 zidders.'p Bids received prior to the time of opening will be kept unopened in a secure place. No respnsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bit` not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; 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 cntained hereon, 'allure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the Sttte of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accr. $ing bids for the purchase of any b. o ass stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County �oserves 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 thit, in the opinion of the Boar of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than ne vendor. On submitting th=* bid, thts bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained h -:rein (including, but not limited to, product specifications and scpe of services), the successful bidder's response, and the 'rormc1 acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formai acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RF 4. SUCCESSFUL BIDDER HUR0 M C ICESILLEGAL ALEEN Successbidder certifies, warrants, and agrees that it does not knowingly ernply .r contract with an illegal alien wio will perform work under this contract. Successful bidder will confirm the employment e igibility of all employees who are newly hired for employment in the United States to perform work under this it greement, thrugh participation in the E=verify program or the State of Colorado program establisha:d pursuant to C.R.S. §8-117.5-102(5)(c). Successful bicker shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or e,nter into a contract with a subcontractor that fails to certify with Successful A BID REQUEST #B2000083 Page 2 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 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 G.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. - :-RW "a dmsAllikt - ° ti to th - BID REQUEST #B2000083 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 nd 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 ag nts are nt 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 r implied, to bind Weld County to any 4;greement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following resp nsibilities 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 Lad 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 incorp•}rated 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 outl°oned in the id within the ti e limits prescribed by County may result in C.unty'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, thus Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and BID REQUEST #B2000083 Page 4 acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched .y any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis o: any increase in the compensation payable hereunder. N. mbcontractorrs: The successful bidder acknowledges ;hat County has entered int. this Agreement in reliance upon tie particular reputation and expertise of the successful binder. The successful bidder sh =,ll 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 shale have the right irl its rr-3asonable discretion t. approve all pers.nnel assigned to the subject Project during the performance of this Agreement nd no personnel t. whom County has an objection, in its reasonable discretion, shall be assigned t. the Prodec.:. The succrss�ul bidder shall require each subcontractor, as approved by C -unty and to to 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 a l the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the sigh, (but not the bligation) ts enforce the pr visions of this Agreement againa: Tiny subcontractor hired by the successful bidder and the successful bidder shall cooperate in such prcess. The successful bidder shall be responsible nor:he acts and omissions of its agents, employees and subcontricctors. 'I 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 w rkmenlike manner, consistent with industry standards, and that all services will conform to applicable specifications. S 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 thea minimum sp cifications her in. The successful bidder shell warrant that hr has title to the g,.,.ds supplied and that the go:•'ds are free and clar of all liens, encumbrances, and security interests. Service Cal s in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the s vicing (including reps Airs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many s- rvice calls as are necessary sr the first one (1) yeeir period after said gods are first supplied to Weld Counyo idder shall submit with are submitted: heir bids the following information pert iIA tailed equipment specificns to include the warranty. 2a Descriptive literatur ining to the equipment upon which he bids P. IN orcAzA q gym;= nt: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior ritten 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 Coun automatically terminate this Agreem nt and all rights of the successful biddy -.r hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 'a) Interruptoons: \either party to this Agreement shall be liable to the other for de ays in delivery or failure to deliver or otherwise to perform any oblig:3tion under this Agreement, hre such failure is due to any cause beyond its teasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmenta, actions. NoncExdusSe Agreement: This Agreement is n lexdusive anc County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-2O1 et seq. and §24-50-507. The signatories to this Agr- ement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whats.ever in the service or property which is the subject matter of this Agreem = nt. County BID REQUEST #B2000083 Page 5 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 Agre:-�ment. 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 toard, 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. SeverafoUfy: 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. oard 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. Compens to©n 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 graater 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" uth.rizing such additional payment has been specifically approved by the County's &legated employe-, or by formal resolution .f 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 entitkkd 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, et or before the time of execution of ny agreement or commencement of any work, the following insurance covering all operations, goods or servictais provided pursuant to this request. Contract Profession a Is shall keep th required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty perid. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by AM. =-est Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceleld or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld C{•aunty Controller/Purchasing Director 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 if premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or selfeinsured 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 retentU.n to guarantee payment of Sims. 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 ciintained 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 agnts, representatives, employees, or subcontractors. II _ he Contract Professional shall assess its own risks and if it deems appropriate and/or BID REQUEST #B2000083 Page 6 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 r amounts of insurance that it may deem necessary t cov=r its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. S �he Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for thr professional quality, technical accuracy, and quantity of all services provid d, the timely delivery sf said servicrs, and the coordination of all services rendered by the Contract �rfessitonai and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Q DE- G DTY: 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 sf Contract Professional, or claims of any type r character arising out of the work done in fulfillment ,•f 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 a.cc unt of or in consequence sf neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials rtquired herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, orthr, 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, r 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 sf their employment. Policy shall cntain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professi. nal sr subcontractor is exempt under Colorado Workers' Compens4ion Act., AND when such ntact Professional or subcontractor executes the �.;pproprQate s Or pr�•�prietor waiver form. •l Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. r 9003,000 each occurrence; 5' 9000,000 general aggregate; $1,000,000 Personal Adver'sising injury utmobile Liability: Csntract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury feach accident, and $1,000,000 fir property damage applicable to all vehicles operating both n County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. rofcssional Liability (Errors and Omissions Liability) The p•licy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope f S Nice of this contract. Contract Professional shall maintain limits for all claims covering wrongful ac:s, 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 • BID REQUEST #B2000083 Page 7 liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid 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 #B2000083 Page 8 SPECIFICATIONS: Design Consultant — Shooting Range OVERVIEW Weld County is seeking a design consultant that is experienced in shooting range design, requirements, and regulations. This consultant would work for Weld County but participate in a design team environment using architectural/engineering firm already under contract with the County. The Shooting Range Design consultant would provide necessary design elements for the site to ensure the proposed shooting range meets requirements for all applicable local, State, Federal, U.S. Environmental Protection Agency, Occupational Health and Safety Administration (OSHA), and National Environmental Policy Act requirements PROJECT Weld County has procured an 80 -acre site located southwest of County Road 120 and County Road 23. The parcel number on the Weld County Assessor site is: 030312300011 with the legal description of Section: 12 Township: ION Range: 67W. The purpose for this purchase is to accommodate construction of new Law Enforcement training site. The training site will include a classroom, driving course, shooting range and explosive ordinance training area, and K9 Training course. The site will be developed in phases over the next decade. The first phase will consist of a 8,000 square feet building, gravel parking lot, and basic outdoor shooting range site with a 50 -yard course and 100 -yard course. The desire is to prepare the civil changes to the site for future expansions which could also include a 300 -yard course and an explosive testing area. The project will be guided by a representative from Weld County Buildings & Grounds Department. And may periodically include an agent(s) from the Sheriffs Office, and an architectural/engineering firm already under contract (hereinafter referred to as the "County Project Team"). A Weld County Buildings & Grounds representative is the prime representative that will coordinate consultant's work. NOTE: The Law Enforcement Training facility (with shooting range) will need to go through the Weld County Planning Department's Zoning Permit for Certain Uses in Ag Zone (ZPAG) process. ZPAG Application is attached. Consultant will be responsible for providing applicable aspects of this application. BACKGROUND Weld County has previously awarded architectural/engineering design services to four vendors who perform design services as an on -call and/or per project approach. They provide professional design services as needed for schematic design, design development, construction documents, and construction administration. PROCUREMENT METHOD This solicitation is for the following: • Delivery Method: Design portion of the Design -Bid -Build. The Design -Bid -Build (DBB) is the traditional project delivery method in which County either designs or retains a designer to furnish complete design services. Then solicits bids (advertises) and awards a separate construction contract based on the designer's completed construction documents. In DBB, the agency "owns" the detailsirisks of design during construction and as a result, is responsible for the cost of any errors or omissions encountered in construction. BID REQUEST #B2000083 Page 9 • Procurement Method: Request for Proposal (RFP) is a purchasing process where an advertisement requesting proposals for work in accordance with the requirements as outlined for a project. RFP will use a selection team based on a scope of work. During the selection process, the department uses interviews and a scoring form to rank suppliers or consultants. The highest ranked firm is selected and enters into contract. If an agreement to contract cannot be reached, an agency can negotiate a contract with the second ranked consultant and so on until an agreement is reached. • Pricing Method: Lump Sum Price. The lump sum is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not - to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. PRELIMINARY SCHEDULE: Date of this Bid February 10, 2020 Bid Advertised to Websites February 10, 2020 Pre -bid Conference February 25, 2020 Bids Are Due March 16, 2020 Interviews March 23-31, 2020 Contract Award Notice April 1, 2020 Begin Design/Consultation Services Immediately upon notice of award contract Schematic Design (30%) ZPAG Submittal May 15, 2020 May 15, 2020 Design Development (60%) July 1, 2020 Construction Documents (100%) September 15, 2020 SCOPE OF WORK The following items will be the Scope of Work and should be considered the minimum that the consultant shall provide. PROJECT DESIGN, MANAGEMENT AND MEETINGS The consultant shall coordinate their work scope, define construction needs that meet the minimum standards for a shooting range with the architectural/engineering consultant team, assist with document progressions/development, provide communication with the County Project Team, and present project results including the following work items: A. The Consultant Project Manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billings on behalf of the consultant and team members B. The Consultant shall participate in a project kickoff meeting along with the County Project Team, and architectural/engineering firm. Which could include a site visit to the Facility where work is being considered to thoroughly review existing conditions and improvement needs. BID REQUEST #B2000083 Page 10 C. The Consultant shall plan to attend up to ten (10) on -site meetings during the design phase with the County Project Team to discuss work tasks and solicit input. Other key consultant team members shall participate in - person or via teleconferencing as necessary based on the scope of each project. DATA AND INFORMATION REVIEW The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsible for: A. Familiarizing themselves with applicable local, state, and federal regulations. B. Weld County design team will provide copies progress plans, as developed. Computer -Aided Design (CAD)/ AutoCAD copies of plans will be coordinates, as developed. C. The Consultant will provide a summary of minimum requirements for initial design and future maintenance and operational needs. FACILITY AND SITE PLANNING The Consultant shall guide the facility and site planning process while working with the County Project Team to define the scope and extent of components to be included in the design of each phase of the project. The Consultant shall provide the following as part of this task: A. Review regulations and standards with the Design Team to assist in determining the appropriate dimensions/allocation for various range desires. B. Ensure final design meets the minimum standards for constructing a shooting range and facility support items which will include as a minimum maintenance, noise suppression, lead mitigation/cleanup protocols, C. Spearhead, identify and resolve environmental impact along with associated documents for analyzing and mitigating in a practical and cost-effective manner. D. Spearhead, identify and resolve environmental noise control in a practical and cost-effective manner E. Review citizen concerns and assist in devising practical mitigating solutions. F. Assist with any local jurisdictional permitting items (e.g. Use by Special Review (USR), Zoning Permit for Certain Uses in Ag Zones (ZPAG), etc.) G. Perform a thorough review and recommendation of minimum equipment needs for shooting range related equipment. H. Prepare a memorandum summarizing the results of these tasks as needed. I. Architectural Design Team has been procured by the County through a separate RFP process. This team will produce architectural, civil, structural, mechanical, and plumbing plans for this project. The winner of this consultant bid is expected to work closely with this team and the County personnel to develop a practical and cost effective design that will be bid for construction at a later date. J. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, and change orders. For additional CA work, identify the hourly rate in table below. K. Revit or BIM modeling is not required. 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 #B2000083 Page 11 QUALIFICATIONS A. Bidders must submit projects performed with similar requirements that were met. B. Bidders must submit appropriate certifications related to this bid. C. Bidders must submit a listing of references for similar projects. D. Describe the standard(s) of design that you will use for the basis of design PROPOSAL SUBMITTAL Please submit your proposal, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner. Your proposal shall include Four (4) paper proposals AND one (1) .pdf proposal (matching the paper proposal exactly on one single file) on one (1) FLASH DRIVE is required. Incomplete proposals may be rejected. A. Signed SIGNATURE PAGE of this RFP B. Table of Contents C. Brief summary of the proposal, including Statement of Understanding showing familiarity with the Scope of Work D. Explain your and any consultant's capabilities, qualifications, history, and experience in providing all services described in this RFP and include the following: 1) The consultant's experience working on public sector projects and/or projects closely related to this one. 2) Copies, if any, of certificates/awards pertinent to the scope of work 3) Provide date established, state incorporated, office location(s), previous names the firm has used in the last ten (10) years, geographical area(s) where most of the firm's work occurs and a general description of the firm and its history 4) Provide all pending or past legal action (including lawsuits, claims or liens) or arbitration proceedings in which your firm has been involved during the past five (5) years involving Contractor, Subcontractors, or other Entities 5) Provide a minimum of two (2) completed similar projects along with description and contact information for the owner. 6) Provide at least five (5), but not more than ten (10), references for your firm and your proposed engineering firm(s). Include: company name, contact name and title, contact phone number and email address, and project information. Identify your lead team member(s) that work on the reference. Weld County will use these references to provide proof of qualifications and understanding of Weld County's Scope of Work and that the consultant has the experience and qualified personnel necessary to complete the Scope of Work. Limit this section to a maximum of ten (10) pages in length. 7) Provide your firm's approach and experience with designing, engineering, life -cycle costing, system evaluations, material selections etc. related to sustainable design E. Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including: 1) Identify who will act as the primary contact person to Weld County for this project. 2) List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer 3) A description of the individual's background and experience, including any unique qualifications, related qualifications, and relevant experience BID REQUEST #B2000083 Page 12 4) Years of experience 5) Years of experience with the firm 6) Years of experience with the proposed project team F. Consultant's approach to the work outlined in the Scope of Work 1) Description of the approach should include sufficient detail 2) Provide a narrative description of the work to be accomplished and your approach to completing the work 3 Describe the proposed work including the phases, processes, documents, deliverables and all applicable requirements 4) Description of your approach to communication(s) G. Proposed Project Schedule 1) Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly 2) Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances H. Proposed Fee Structure (pricing needs to be lump sum pricing) 1) Complete Attachment A - Project Rate Sheet 2) Identify the hourly rates for all personnel, by title, who would be working on this project 3) Include all anticipated reimbursable expenses in your proposal I. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet 1) Include the name of the sub -consultant and a statement of qualifications of the sub -consultant 2) Include a completed Attachment A- Project Rate Sheet for each sub -consultant you intend to sublet with EVALUATION CRITERIA Proposal submittals will be individually evaluated by each Evaluation Committee member. The criteria below will be the basis for review of the written proposals. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. Criteria Standard Weighing Factor Firm Capability • • Does experience Does meet the the the Consultant, and Consultant needs qualifications of the key possess County? staff, to the and/or perform background sub the -consultants Scope and of experience Work? have the to 25°x© , BID REQUEST #B2000083 Page 13 ,R Consultant Qualifications Key Experience and Staff and Does the • • • • Consultant Does similar Does complete Do the and Does costing key the the the projects? sub and personnel Consultant Consultant's the Consultant -consultants, system possess projects? needed? evaluation the have provide personnel if qualifications experience any, experience have on have the projects? in needed? the qualifications, designing experience and ability a variety needed for experience, life -cycle of to 25% Approach Project Does determine • • the Does handle schedule, Does meetings smoothly Consultant's how the the the the Consultant's to Consultant's and and respondent various keep project on approach time? the communications, schedule, approach projects approach will allow best the running meet detail detail Evaluation including the how smoothly? how sure needs they they the Committee meetings of will plan project the be to County? able and manage runs to to project 15% making Firm Availability and Schedule Project Does members complete • the What project Consultant and services other means needs in staff does have and a timely for quick the the availability resources fashion? Consultant turnarounds (sub and have -consultants) on commitment to tight accommodate schedules? of needed key urgent staff to 15% Cost Is to the Weld Consultant's County? fee structure competitive, reasonable, and advantageous 20% AWARD AND AGREEMENT Interviews may be held, and references may be contacted, to assist in the decision for award. A formal agreement will be awarded to the vendor with the most responsible, responsive, reasonable proposal, deemed the best fit and most advantageous to Weld County. A Sample of Weld County's "Professional Services Agreement" is included with this Request for Proposal and posted on the web site. It is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your Proposal. The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests. FEES Provide your company's lump sum fees for this proposal. In addition, provide any costs for reimbursable items if not included in your lump sum. Further, if you feel an item is missing from this proposal that is needed to ensure successful completion with the intent, provide those associated fees along with a separate sheet explaining them. Lump Sum Fee: $ Other fees not listed (list): $ BID REQUEST #B2000083 Page 14 REIMBURSABLES If other fees are not part of your lump sum above, please provide markup amount for reimbursables, such as large format copies and plans, postage/shipping, mileage, and any other standard reimbursables. Additionally, submit a Unit Cost Summary Sheet as part of your proposal. Any additional fees will be evaluated in conjunction with the lump sum request. Percent markup for Design Reimbursables Please provide a schedule of hourly rates for all proposed team members for additional related work that may be requested beyond this RFP. Please detail an r members not listed HOURLY RATE Principal $ Associate $ Project Manager $ Designer $ Draftsperson $ Intern $ Contract Administration $ (list) Other Other (list) Other (list) Other (lists Other (list) Other (list) Other (list) _ -_ __ Other (list) Continue on additional page(s), as necessary A mandatory pre -bid conference will be held on February 25, 2020 at 11:00 AM Buildings & Grounds located at 1105 H Street, Greeley, Co 80631. , at Weld County Bids will be received up to, but not later than March 16 ,2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #B2000083 Page 15 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. #B2000083. 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 formai acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 — 8. ATTEST: Weld County Clerk to the Board BY; Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2000083 Page 16 Design Consultant - Shooting Range Questions & Answers B2000083 1. Can the County provide a copy of the conceptual design/layout? Answer: Yes. This very conceptual plan has peen posted on the web site. 2. Does the County have environmental/cultural/surface water consultants who have surveyed the site for any required permitting needs as referenced in the REP? Or are these studies not required for the necessary permits for this project? Answer: No consultants have been contacted. And this has not been identified as needed. 3. If Contractor is awarded this project, will it preclude them from providing materials or from bidding the follow-on construction project? Answer: No. At separate bid for materials and construction will be performea 4. Will the winning bidder be requested to provide cost estimates for materials and construction (Total Installed Costs)? Answer: No 5. As referenced in the solicitation documents, are the 10 onsite meetings a requirement? Answer: Bidders should provide pricing to include 10 onsite meetings. 6. The first phase requires a 50 -yd range and a 100 -yd range. How many positions are required for each? Answer: 15-20 positions. The first phase also includes all earthwork needed for the future phases. So design shall incorporated consultants recommendations for those phases as well. 7. The future expansion civil area design requires berms, backstop, and site preparation for two (2) 25 -yd ranges and one (1) 300 -yd range. How many positions are required for each? Answer's 15-20 positions for the 25 -yard , 10 positions for the 300 -yard range B. The future expansion requires one (1) 25 -yd explosives range. What is the maximum explosion detonation expected in lbs TNT equivalent? Answer: This has not .teen identified. The consultant is expected to define the maximum detonation that is permissible as part of the project's development Exhibit B RANGE DESIGN SERVICES -mfr., - Weld County Purchasing Department 1150 O Street, Room #107 Greeley, CO 80631 bids@weldgov.com RE: Weld County Design Consultant — Shooting Range Project Proposal — Bid No. B200083 To whom it may concern, Range Design Services (RDS) is pleased to present the enclosed proposal for the Weld County Design Consultant — Shooting Range project. RDS is a new company that specializes in range design and is comprised of the same design staff from our parent company, TRS Range Services, LLC. Our design staff have extensive experience assisting in the design and consultation of over 200 ranges and training facilities throughout the United States. Our professional team of experts are the preferred designers and consultants within the federal government shooting range industry. Our team looks forward to working with the Weld County team on this project and developing a long- lasting relationship. This offer will remain valid for 45 days. Please do not hesitate to contact us with any questions, comments, or concerns regarding our proposal. Respectfully yours, Kerry O'Neal Managing Member Range Design Services, LLC Phone: (208) 332-4533 Email: info@rangedesignservices.com Enclosed: An original proposal, four (4) additional hard copies, and one (1) complete electronic copy of the proposal in a ".pdf" format on a USB/Flash Drive Device. Weld County Proposal Page 4 RANGE DESIGN 'SERVICE j= - Summary and Statement of Understanding ,Summary o f Proosal and .Scone of Work • RDS' Project Manager, Brandt Elwell, will be the primary point of contact and coordinate the work efforts, communications, documentation production, and billings on behalf of RDS and team members. • RDS will join the Weld County Project Team and the architectural/engineering firm in attending a project kickoff meeting and site visit. In addition to this kickoff meeting, RDS will attend up to ten (10) on -site meetings during the design phase, in order to discuss project goals and offer expert advice. • RDS will stay current on all applicable local, state, and federal regulations regarding shooting ranges and their construction. Provide documentation with our recommendations for shooting range design and Best Management Practices (BMP). • RDS will guide the facility and site planning process while working with the County Project Team. • Review plans and make recommendations for the range to meet the clients' needs, while at the same time ensuring that the final designs meet minimum standards for constructing a shooting range. During the design phase, RDS will also recommend options that minimize maintenance and noise pollution, as well as provide options for lead mitigation. • RDS will use an expert in the field of sound mitigation in order to effectively address the concern of shooting range noise pollution. +� Review public concerns and assist in creating practical mitigating solutions. • RDS will provide permitting support by providing applicable aspects of the ZPAG application. Review and recommend equipment needs for the shooting range, whether it be targetry, ballistic containment, sound abatement, lead mitigation or another range item. • Upon completion of RDS' consultation, a report will be given to the client detailing all items covered and recommendations that RDS finds will benefit the County's future shooting range while staying within budget. Statement -of Understanding Our expert design and consulting team at RDS understand the proposal and is very familiar with the desired scope of work. We are confident in our ability to not only meet, but exceed the county's needs. Weld County Proposal Page 5 RANGE DESIGN SERVICES�---eamd Expkmatiro ► for "other fees not listed" 1) $17,850.00 (CREDIT) - RDS believes that based on the requested scope of work, two (2) site visits will suffice to gather the necessary site information to achieve the desired design. RDS would be available to the client as well as the architect and/or engineer via remote electronic means such as phone calls and teleconference in place of on -site meetings. This method of communication would allow for a credit of -$17,850.00 in reference to our "Lump Sum Fee" of $32,300.00 changing our total fees to $14,450.00. 2) $22,500.00 - RDS feels that if the County sees it fit, a Noise Study should be performed during the design phase. It may be required that both an Ambient Study and a Predictive Model take place prior to the construction phase. The "Other fees not listed" lump sum price of $22,500.00 is a preliminary estimate of what the Study and Model could cost if the county elected to have these performed. The studies can be performed independently with the following estimated costs: • Ambient Study — depending on the number of monitoring locations, prices can range from $5000 - $10,000 • Predictive Model — pricing depends on the number of unmitigated and mitigated scenarios; prices can range from $7500 - $12,500 (Price could go higher depending on complexity). Statement of Subconsultants Intent to sublet the following item(s): • Sound study to Behrens & Associates, Inc. Contact: Kevin Pooley Office: 970.535.9000 Cell: 970.408.1536 Email: k ooleycj baenc.coni Weld County Proposal Page 25 Range Design Services, LLC (RDS) Consultant Experience Qualifications Key and Staff and Does • • • • the Consultant Does similar Does complete Do and Does costing the key the the the projects? sub and personnel Consultant Consultant's the -consultants, Consultant system possess projects? needed? evaluation have provide the personnel if qualifications experience any, experience have on have projects? the in the needed? designing qualifications, and experience ability a variety needed for experience, life of -cycle to 25% Approach Project Does determine the • • Does handle schedule, Does meetings smoothly Consultant's how the the the the and and respondent Consultant's various to Consultant's keep project on approach time? the communications, schedule, approach projects approach will allow best the running meet detail detail making Evaluation including the how smoothly? how sure needs they they the Committee meetings of will plan project the be to County? able and manage runs to to project 15% Availability and Schedule Firm Project Does members complete • the Consultant and services What project other means needs in staff does have and a timely the for quick the availability resources fashion? Consultant turnarounds (sub and have on commitment -consultants) to tight accommodate schedules? needed of key urgent staff to 15% Cost Is to the Weld Consultant's County? fee structure competitive, reasonable, and advantageous 20% AWARD AND AGREEMENT Interviews may be held, and references may be contacted, to assist in the decision for award. A formal agreement will be awarded to the vendor with the most responsible, responsive, reasonable proposal, deemed the best fit and most advantageous to Weld County. A Sample of Weld County's "Professional Services Agreement" is included with this Request for Proposal and posted on the web site. It is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your Proposal. The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests. FEES Provide your company's lump sum fees for this proposal. In addition, provide any costs for reimbursable items if not included in your lump sum. Further, if you feel an item is missing from this proposal that is needed to ensure successful completion with the intent, provide those associated fees along with a separate sheet explaining them. Lump Sum Fee: $ 32,300.0+0 1) Other fees not listed (list): $-17,$50.0fl 2) Other fees not listed (list): $ 22,500..00 BID REQUEST #B2000083 Page 14 Range Design Services, LLC (RDS) REIMBURSABLES If other fees are not part of your lump sum above, please provide markup amount for reimbursables, such as large format copies and plans, postage/shipping, mileage, and any other standard reimbursables. Additionally, submit a Unit Cost Summary Sheet as part of your proposal. Any additional fees will be evaluated in conjunction with the lump sum request. Percent markup for Design Reimbursables % Please provide a schedule of hourly rates for all proposed team members for additional related work that may be requested beyond this RFP. Please detail any members not listed HOURLY RATES Principal $ 250.00 Associate $ Project Manager $ 100.00 Designer $ 80.00 Draftsperson $ Intern $ Contract Administration $ 50.00 (list) Other (list) Other (list) Other Other (list) Other (list) Other (list) Other (list) Other (list) Continue on additional page(s), as necessary A mandatory pre -bid conference will be held on February 25,2020 at 11:00 AM, at Weld County Buildings & Grounds located at 1105 H Street, Greeley, CO 80631. Bids will be received up to, but not later than March 16, 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #B2000083 Page 15 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. #B2000083. 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 waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Range Design Services, LLC BY Kerry O'Neal (Please print) BUSINESS ADDRESS 1025 S. Bridgeway Place Suite 290 DATE 03/1012020 CITY, STATE, ZIP CODE Eagle, ID. 83616 TELEPHONE NO 208-332-1-533 FAX 208-938-2892 TAX ID # 84-3027437 SIGNATURE E-MAILinfo@rangedesignservices.com edesi ..nservioes.com MAIL _ �� g 9 'I **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** 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: EBOARD OF COUNTY COMMISSIONERS Weld BY: Clerk to the Deputy Clqik to the B ard WELD COUNTY, COLORADO wry ike Freeman, Chair A R2 0 ?_020 ANWIMMINEMINICIIIMMIRIS _ BID REQUEST #B2000083 Page 16 0.2A,u i 1 ® ACOR® CERTIFICATE OF LIABILITY INSURANCE (`---' DATE (MM/DDIYYYY) 4/10/2020 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 Palmer & Cay, LLC 40 Calhoun Street Suite 475 Charleston SC 29401 CONTNAME: Alicia Manall PHONE FAX (A/C. No. Ext1: 843-577-9387 (A/C, No): ADDRESS: alicia.manall@palmerandcay.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Ironshore Insurance Services, LLC 25445 INSURED TRSRANG-01 TRS Range Services, LLC & Range Design Services, LLC PO Box 1697 Eagle ID 83616 INSURER B: Sentinel Insurance Company Limited 11000 INSURER c : StarStone Specialty Insurance Co. 44776 INSURER D : Accident Fund Insurance Company Of America 10166 INSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER: 764136782 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY SSG0017101 6/27/2019 6/27/2020 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES Ea occurrence () $ 50,000 MED EXP (Any one person) $ 1,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO-LOC JECT PER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $2,000,000 $ B AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X X SCHEDULED AUTOS NON -OWNED AUTOS ONLY 22UECRB9958 6/27/2019 6/27/2020 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE H76051191ALI 6/27/2019 6/27/2020 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED RETENTION $ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N Y N/A WCV8016213 6/27/2019 6/27/2020 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION County of Weld Board of County Commissioners 1150 "O" Street Greeley CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE sAfi `NTTI ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD New Contract Request Entity Information Entity Name* RANGE DESIGN SERVICES LLC Contract Name* SHOOTING RANGE DESIGN CONSULTANT Contract Status CTB REVIEW Entity ID* @00042171 Contract IIi3 3577 Contract Lead* SGEESAMAN ❑ New Entity? Parent Contract ID Requires Board Approval YES Contract L° ..' Email Department Project sgeesaman@co..weld.co.us Contract Description* PROVIDE CONSULTATION SERVICES IN THE DESIGN OF THE SHERIFFS OFFICE SHOOTING RANGE Contract Description 2 Contract Type* CONTRACT Amount $54,800.00 Renewable NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrvunds@weldgov_ co m Department Head Email CM-BuildingGrounds- DeptHead .;-Idgov.cam County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORN EY@WELD GOV. COM Requested BOCC Agenda Date* 04/15/2020 Due Date 04111(2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 12/31/2420 Termination Notice Period Committed Delivery Date Expiration Date* 12/31/2020 Contact in ormatiol Contact Info Contact Name Purchasing Purchasing Approver Approval Peaces Department Head TOBY TAYLOR OH Approved Date 04[1.312020 Firm!. Tyler Ref # AG 042020 EOCC Approved BOCC Signed Date EOCC Agenda Date 04120/2020 Originator SGEESAMAN Contact Email Contact Phone 1 Contact Phone 2 Contact Type Purchasing Approved Date Finance Approver BARB CONNOLLY Finance Approved Date 04/15,,2020 Legal Counsel BOB CHOATE Legal Counsel Approved Date 04115[2020 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 31, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Shooting range design consultant services; (Bid #62000083) As advertised, this Request for Proposal (RFP) is for design consultant services for the shooting range. This solicitation was published as a Request for Proposal. There were two respondents. Each respondent was evaluated by a panel for a Best Value to the County. The results and rating are provided in Attachment 1. Based on the ratings, it is Buildings and Grounds recommendation to award this project to Range Design Services in the amount of $ 54,800.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 0,1706 2.— ofs7 ;{3G ©O2 2 Shooting Range design consultant - Bid B2000083 Best Value Scoring Form Firm capability 25 21 33 19 00 Consultants and key staff experience and qualifications 25 21 33 20 00 Project approach 15 9 00 13 00 Firm availability and project schedule 15 13 00 14 00 Cost 20 8 00 14 67 Total 100 72 67 80 67 WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpetersAweldgov.com E-mail: reverettAweldgov.com E-mail: rturfc weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: MARCH 16, 2020 REQUEST FOR: DESIGN CONSULTANT - SHOOTING RANGE DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000083 PRESENT DATE: MARCH 23, 2020 APPROVAL DATE: APRIL 6, 2020 VENDOR RANGE DESIGN SERVICES, LLC 1025 S. BRIDGEWAY PL., STE. 290 EAGLE, ID 83616 METALS TREATMENT TECHNOLOGIES, LLC DBA, MT2 FIRING RANGE SERVICES, LLC 14045 W 66TH AVE ARVADA, CO 80004 THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. 2020-0957 Hello