Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20190156.tiff
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & PCD ENGINEERING, INC WELDING SHOP & HEALTH LAB DESIGN SER CES THIS AGREEMENT is made and entered into thisT/Bay of , 20l , by and between the County of Weld, a body corporate and politic of the St of Colorado, by and through its Board of County Commissioners, whose address is 1 150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and PCD Engineering INC. whose address is 323 3`d Avenue, Suite 100 Longmont, CO 80501, hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; 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 Proposal (RFP) as set forth in "Proposal Package No. B1800155. The RFP 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 the Exhibits 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 0,6,44(6.&) 2019-0156 t.6-00..21 by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A&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 successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $21,210.00, 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 S. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor Contractor shall not enter into any subcontractor agreements for the completion of 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 In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies This warranty shall commence on the date of County's final inspection and acceptance of the Project 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, $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate, 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 Subro ag tion: 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. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: PCD Engineering, INC Attn.: Peter D'Antonio Address: 323 3rd Avenue Suite 100 Address: Longmont, CO 80501 E-mail: peter@pcdengineering.com Telephone: (303) 678-1108 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1 105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us 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. §§24-1S-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 §§24-10-10I 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 WITNESS WHEREOF, the parties hereto have signed this Agreement this day of , 2011. NTRACTOR: PCD Engineering, INC By: r .. Name: Peter D'Antonio Title: President Date 12/14/2018 WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO SEE NiT Barbara Kirkmeyer, Chair C'NTRACTOR: 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. WITNESS WHER F, the parties hereto have signed this Agreement this �� day of , 2017 PCD Engineering, INC By: 5 EE 40110 LS 7P Name: Title: Date WELD COU T ATTEST: •, p;&k, Weld • my BY: BOARD OF COUNTY COMMISSIONERS k to the hoard WELD COUNTY, COLORAD Deputy fr-rk to the B: c� Barbara Kirkyer, Chair JAN C 7 2,019 O2O/9_ o/s' REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: OCTOBER 15, 2018 BID NUMBER: B1800155 DESCRIPTION: WELDING SHOP & HEALTH LAB DESIGN SERVICES MANDATORY PRE -BID CONFERENCE DATE: NOVEMBER 2, 2018 BID OPENING DATE: NOVEMBER 15, 2018 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: WELDING SHOP & HEALTH LAB - MECHANICAL, ELECTRICAL, PLUMBING DESIGN SERVICES A mandatory pre -bid conference will be held at 1:30 PM on Friday, November 2nd, 2018, at the Weld County Department of Buildings & Grounds located at 1105 H Street, Greeley, CO 80631, to respond to written and oral questions and to provide any needed additional instruction to Architectural, Engineering and General Contracting firms on the submission of bids. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids for the above stated merchandise, equipment, and/or services will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150 "O" Street, Room #107, Greeley, CO 80631, until 10:30 AM on Thursday, November 15th, 2018, (Weld County Purchasing Time Clock). PAGES 1 - 11 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 11 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 11. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find information concerning this request at two locations: On the Weld County Purchasing website at http://vwvw.co.weld.co.us/Departments/Purchasing/index.html located under "Current Requests". And, on the Bidnet Direct website at 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: bids@weIdgov.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. B1800155 1 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, 1150 O Street, Room #107, Greeley, CO 80631 Please call Purchasing at 970-400-4222 or 4223 with any questions 3 INSTRUCTIONS TO BIDDERS INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department Each bid must give the full business address of bidder and be signed by him with his usual signature Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter The name of each person signing shall also be typed or printed below the signature A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to the bid of the individual signing When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished All corrections or erasures shall be initialed by the person signing the bid All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein All designations and prices shall be fully and clearly set forth All blank spaces in the bid forms shall be suitably filled in 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 Late or unsigned bids shall not be accepted or considered It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1 , entitled, "Notice to Bidders " Bids received prior to the time of opening will be kept unopened in a secure place No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified 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 Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County The bid(s) may be awarded to more than one vendor Terms Defined Terms used in these instructions to Bidders and elsewhere throughout the Contract Documents are defined in the General Provisions, CDOT, Standard Specification for Road and Bridge Construction, Section 101 Qualification of Bidders Qualification statements, attached with this document, are required to be completed by Bidders If requested by Weld County, a Statement of Qualifications will be completed for the Subcontractors listed by the Contractor within 72 hours of the request Failure to submit qualifications may be cause for rejection of Bids The Owner shall consider the following criteria in evaluating the Bidder's qualifications following the opening of Bids Experience and performance records on similar work Ability to complete the Work within the Contract Time Familiarization with the Work Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph B1800155 2 Interpretation of Contract Documents to Prospective Bidders Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record Unless approved by the Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda Preparation of the Bid Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms The Bid Proposal must be filled out completely, in detail, and signed by the Bidder Bids by partnerships must be executed in the partnership name and signed by a partner His title must appear under his signature and the official address of the partnership must be shown below the signature Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary The corporate address and state of incorporation shall be shown below the signature Names of all persons signing must be printed below their signatures A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder Modification or Withdrawal of Bid Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened The ContiplledPunchasing Drecbor may at her sole discretion, release any Bid at any time 4 AWARD AND EXECUTION OF CONTRACT Basis of Award Only firm Bids will be considered The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids Weld County intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests The County reserves the right to waive informalities and/or irregularities and to reject any or all bids Evaluation of Bids The evaluation of Bids will include consideration of Subcontractors and suppliers All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms Contract Execution The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award The Certificate of Insurance shall name Weld County as additional insured Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid B1800155 3 by Weld County The County may require a separate contract, which if required, has been made a part of this RFP 5 PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract 6 INDIRECT COSTS Governmental Fees The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid price Royalties The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price Utilities Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, ga elephone, and similar facilities and services required by him in performing the Work Cash Allowances The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents 7 SITE CONDITIONS Familiarization with the Site The prospective Bidder shall by careful examination, satisfy himself of the following Nature and location of the site where the Work is to be performed Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered Character of construction equipment and facilities needed for performance of the Work General local conditions Availability of lands as set forth in the General Conditions Access to the Site The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work The Bidder shall carefully review the locations of the site where the work is to be performed The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work 8 SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C R S §8-17 5-102(5)(c) Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under B1800155 4 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 n otice. 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, u ndertaken 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 o perates 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 o ne 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. 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. B1800155 5 D Independent Contractor The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee He or, she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County E Compliance with Law The successful bidder shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices F Choice of Law Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void G No Third -Party Beneficiary Enforcement It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only H Attorney's Fees/Legal Costs In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder I Disadvantaged Business Enterprises Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award J Procurement and Performance The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project The successful bidder shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement K Term The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid L Termination County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement 81800155 6 M Extension or Modification Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, The successful bidder's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed N Subcontractors The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors O Warranty, Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance This warranty shall commence on the date of County's final inspection and acceptance of the Project P Non -Assignment The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder Such consent may be granted or denied at the sole and absolute discretion of County Q Interruptions Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions R Non -Exclusive Agreement This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature S Employee Financial Interest/Conflict of Interest — C R S §§24-18-201 et seq and §24-50-507 The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement County has no interest and shall not acquire any interest direct or indirect, that would in,any manner or degree interfere B1800155 7 with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder T Severability If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties U Compliance with Davis -Bacon Wage Rates The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis -Bacon Wage Rates V Board of County Commissioners of Weld County Approval This Agreement shall not be valid until it has been approved by the Board of County Commissioners W Compensation Amount Upon the successful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order' authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, 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 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 10 INSURANCE REQUIREMENTS General Requirements Successful bidders/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 Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A M Best Company as "A" VIII or better Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/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 of premiums for which notice shall be sent ten (10) days prior If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder/Contract Professional Successful bidder/Contract Professional shall be responsible for the payment of any deductible or self -insured retention County reserves the right to require Successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder/Contract Professional The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The successful bidder is B1800155 8 not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The successful bidder/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Any modification to these requirements must be made in writing by Weld County The successful bidder stipulates that it has met the insurance requirements identified herein The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies INDEMNITY The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contractor on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its construction methods or procedures, or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree This paragraph shall survive expiration or termination hereof It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement Types of Insurance The successful bidder/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 successful bidder's Contract Professional's employees acting within the course and scope of their employment Policy shall contain a waiver of subrogation against the County This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act , AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form Minimum Limits Coverage A (Workers' Compensation) Coverage B (Employers Liability) Statutory $ 500,000 $ 500,000 $ 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured — owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured — owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected B1800155 9 officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" and the minimum limits must be as follows $1,000,000 each occurrence, $2,000,000 general aggregate, $2,000,000 products and completed operations aggregate, $1,000,000 Personal Advertising injury $50,000 any one fire, and $500,000 errors and omissions $5,000 Medical payments one person Automobile Liability Successful bidder/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 For all general liability, excess/umbrella liability, liquor liability, pollution liability and /professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier Successful bidders/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 successful bidder/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, Successful bidder/Contract Professional's insurer shall name County as an additional insured Waiver of Subrogation For all coverages, Successful bidder/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 coverages required of Successful bidder/Contract Professional Successful bidder/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 Successful bidder/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 A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage Professional Liability Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the successful bidder as part of the Contract B1800155 10 Successful Bidders Pollution Liability Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the successful bidder described in the Successful bidder's scope of services Policy shall cover the successful bidder's completed operations Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos) If the coverage is written on a claims -made basis, the successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract, and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed The policy shall be endorsed to include the following as Additional Insureds "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" Minimum Limits Per Loss $ 1,000,000 Aggregate $ 1,000,000 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 B1800155 11 Weld County Welding Shop & Health Lab - Mechanical, Electrical, Plumbing Design Services SCOPE OF WORK This is a request for bid to provide design services for Mechanical, Electrical, and Plumbing (MEP) needs for two Weld County projects 1 Weld County Welding Shop located at the Fleet Services Center, 1399 North 17th Avenue, Greeley, CO 80631 This location has a ventilation system installed to supply and exhaust air during welding and torch cutting operations The system has not worked properly Bidders will evaluate current system layout and provide design changes to provide adequate ventilation 2 Weld County Public Health Lab located at 1555 North 17th Avenue, Greeley, CO 80631 The lab would like to replace a piece of test equipment Bidders will evaluate current HVAC, exhaust hood and electrical systems and provide necessary design changes to provide adequate climate and power controls There will only be two pieces of equipment considered for installation 1) PerkinElmer ICP-MS, NexION 2000 ICP-MS or 2) Agilent 780/7900 ICP-MS Data for both will be provided to winning bidder Below are items to consider 1 The Welding Shop and Health Lab will require completely separate construction documents 2 Anticipated scope will include calculating power demands and circuitry, HVAC to offset equipment heat loads and associated disciplines 3 Provide full and complete construction documents Site investigations and multiple County design meetings will be required of the design team 4 Prepare building permit submittal and assist in obtaining the permits Make Building Department requested revisions Anticipated submittal items will include I stamped PDF set and 3 stamped hard copies 5 Provide an estimate of "reimbursables" that would be required for this project 6 Provide hourly rates for "additional services " 7 Provide a design schedule 8 Include all costs for design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the bid 9 Anticipated contract date is December 3, 2018 10 Anticipated delivery date of full design is February 4, 2019 Provide proposed start, milestone and finish date based on this start date 11 Project will be permitted through Weld County Fees for permits will be waived 12 Design shall meet all applicable building codes 13 Davis -Bacon and Buy American requirements are NOT required 14 Bids over $50,000 will require a payment (100%) and performance (100%) bond 15 Weld County is a tax-exempt entity 16 Design Team will be required to enter into a contract for this service A mandatory pre -bid conference will be held on Friday, November 2nd, 2018, at 1:30 PM at the Weld County Department of Buildings & Grounds located at 1105 H Street, Greeley, CO 80631 Bids will be received up to, but not later than Thursday, November 15th, 2018, at 10.30 AM(WELD COUNTY PURCHASING TIME CLOCK). DESIGN FEE FOR PROJECT #1 $ (WELDING SHOP) OTHER FEES FOR PROJECT #1 (Describe) $ DESIGN FEE FOR PROJECT #2 $ (HEALTH LAB) OTHER FEES FOR PROJECT #2 (Describe) $ GRAND TOTAL $ B1800155 12 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #B1800155. 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 Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM 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. DO NOT NEED TO SEND BACK PAGES 1 - 11. B1800155 13 Weld County- Request for Bid - Bid No 1800155 -Welding Shop & Health Lab Design Services Page 2 of 29 November 15, 2018 Weld County Admin Building 1150 O Street Greeley, Colorado 80631 ci c ENGINEERING Re Request for Bid - Bid No 1800155 - Welding Shop & Health Lab Design Services Dear Members of the Evaluation Team, Our core business is mechanical/electrical/plumbing engineering for municipalities and we were recently recognized as a FAST 50 firm, one of Denver area's 50 Fastest Growing Companies We are a leading, local firm whose team has a passion for serving municipalities and will collaborate with you to best meet your needs Based on the type of needs communicated in the RFB, this project is best led by an experienced engineering firm with a solid, proven design record in welding shops and labs PCD Engineering has that experience and we have served as lead consultant on many similar projects in Colorado We believe the depth of our experience as project managers and designers will add value to your implementation efforts We will work on your behalf to provide a modern system at each building to safeguard personnel The business principals who will be working on this project will be Peter D'Antonio, Principal for PCD Engineering and Ken Caudle, Principal of Cairn Design Peter is a mechanical/electrical engineer with more than 25 years of experience in the building industry Ken is an electrical engineer with 27 years of experience The primary goals for this project will be 1) to evaluate current ventilation system layout at the Welding Shop and provide design changes to provide adequate ventilation 2) evaluate current HVAC, exhaust hood and electrical systems at the Health Lab and provide necessary design changes to provide adequate climate and power controls for replacement test equipment The project design will begin with site surveys of the facilities and an analysis of the existing mechanical, electrical and plumbing systems at the facilities A complete understanding of the systems for the buildings will allow for the best recommendations for design and implementation The primary contact for this project will be Peter D'Antonio Throughout my almost 25 year career in engineering, I have led projects for municipalities including Boulder County, Weld County, City of Boulder, City of Longmont, City of Loveland and others on assessment and design work Regards, gv,z-3.. Peter D'Antonio, PE, CEM, LEEDAP — President 323 3rd Avenue, Suite 100, Longmont, CO 80501 email peterOpcdenRmeering corn, cell phone (303) 746-0304 PCD Engineering Services, Inc www pcdengmeenng coin Weld County — Request for Bid — Bid No.1800155 - Welding Shop & Health Lab Design Services Page 3 of 29 Design Schedule Anticipated Contract Date Design Start Date — Kick-Off/Site Survey Report of Findings / County Review Review Meeting to Discuss Findings Delivery Date of Full Design December 3, 2018 December 12, 2018 December 19, 2018 January 9, 2019 February 4, 2019 PCD Engineering Services, Inc www pcdengineenng corn Weld County - Request for Bid - Bid No 1800155 - Welding Shop & Health Lab Design Services Page 4 of 29 Table of Contents Contents Design Schedule . . .... .. . Consultant's Personnel and Subconsultant's Listing About PCD Engineering About Carm Design Municipal Experience Lab Experience Approach . Fees . Rates . . References Insurance •- . .3 6 .10 .....12 ....17 . 18 21 ..,.24 . ...25 . . 26 27 Additional Information. ....,, , , 28 Operation & Maintenance Testing & Training cc' ENGINEERING Planning Peak Building Performance for Life Construction Design PCD Engineering Services, Inc www pcdengineering corn Weld Coun — Re uest for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page 5 of 29 Consultant's Personnel and Subconsultant's Lasting Peter and Dave of PCD Engineering will provide project management, mechanical and plumbing design Ken and Ton of Cairn Design will provide electrical engineenng, and architecture if needed PCD Engineering Services, Inc www pcdengmeenng coin Weld County Request for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page 6 of 29 About PCD Eng veering ENGINEERING PCD Engineering (www pcdenaineerinq corn) is a recognized leader in creating safe and operationally efficient municipal facilities Our primary building services include mechanical, electrical, plumbing and fire protection analysis and design, forensic engineering, energy analysis, commissioning and building performance verification We are focused on building analysis, investigation and testing Our team is a diverse group of experienced experts PCD Engineering was established in the year 1999 Our headquarters is located at 323 3'" Avenue, Suite 100 Longmont, Colorado 80501 with additional offices in Cheyenne, WY Work on this project will be self - performed and based out of our Longmont, Colorado headquarters The firm understands that regardless of the size of a project, resources are precious and limited Every dollar spent must be utilized to provide the maximum benefit to the facility users EMERCURY BOULDER VALLEY flil(S, 0=04M4 0047l,IIE5 2018 PACE rocrlallIrIXA CERTIFIED BUSINESS owsmeeam. MUNICIPAL FOCUS PCD Engineering has a long and strong commitment to Colorado's municipal sector We are very familiar with the prevailing codes and local ordinances in effect on this project from our previous projects in the County resulting in streamlined review and climate responsive design We are a leader in our application of sustainability and have completed projects representing a full range of municipal facilities types including o Office Buildings • Community Centers © Recreation Centers e Parks • Sports Complexes ® Civic/City Halls o Mental Health/ Wellness Facilities o Maintenance/Fleet Facilities o Water & Wastewater Treatment e Public Safety / Police / Fire e Justice Centers • Library DEDICATION • On -Time Delivery • Quality Assurance • Design To Budget • Durability of Systems • Maintenance Friendly Designs • Excellence & Innovation • Customer Satisfaction PCD Engineering Services, Inc www pcdengineering corn CERTIFICATIONS Weld County — Request for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page 7 of 29 MUNICIPAL PROJECT HIGHLIGHTS We understand what it means to build efficiency into project budget constraints Our municipal work has garnered recognition from organizations including the American Institute of Architects, State of Colorado Governor's Energy Office and U S Green Building Council One of our recent fire station projects for the City of Longmont was designed to LEED standards and we have contributed to over 30 LEED projects to -date We understand what it means to build efficiency into municipal facilities PCD's expertise in maximizing efficiency within constrained budgets has been recognized by many municipalities For example, PCD designed a facility for the City of Denver to operate over 50% better than code which earned it LEED Platinum in 2012 We add value by applying solid engineering, technical and financial principles and a thorough understanding of our customers' objectives to craft solutions that positively impact productivity, health, comfort, the environment and the bottom line Our experience as project managers and designers will add value to your implementation efforts and we will work on your behalf to provide a comprehensive and thorough design of your facilities Our team is led by Peter D'Antonio, principal engineer Other key personnel include Dave Olson lead mechanical engineer and quality assurance lead Dave has 35 years of mechanical, plumbing and fire protection design experience Through our vast municipal experience, we have become experts at integrating technical plans with effective facility operations and maintenance PCD Engineering's delivery process returns maximum value through addressing operational and comfort problems, increasing building efficiency, reducing installation cost, and providing a quality assurance process that focuses on achieving peak building performance, proper O&M documentation and training, and durability of systems PCD is a certified small business enterprise PCD has the following certifications and accreditations garnered in our staff's years of service C�rtifsc tons'ccr °o ii tans norof'-�sson,. Bv'looni nt w,ro FY r US Green Building Council Member Firm Certified Building Energy Assessment Professionals by American Society of Heating and Refrigeration Engineers (BEAP) Certified Energy Modelers by American Society of Heating and Refrigeration Engineers (CEMP) High -Performance Building Design Professionals by American Society of Heating and Refrigeration Engineers (HBDP) Certified Asbestos Designer (CAD) Certified Energy Managers by the Association of Energy Engineers (CEM) LEED Building Design & Construction Accredited Professionals (LEED AP BD&C) LEED Existing Building Operation and Maintenance Accredited Professionals (LEED AP O&M) Professional Engineers Mechanical and Electrical (PE) Commissioning Process Management Professional by American Society of Heating and Refrigeration Engineers (CPMP) _ Registered Communications Distribution Designer (RCDD) by the BICSI (Cabling Design and Installation Professionals PCD Engtneenng Services, Inc www pedengmeenng corn Weld County - Request for Bid - Bid No 1800155- Welding Shop & Health Lab Design Services Page 8 of 29 Peter D1 ARtonl`o*," PE�>{CEM',; ICE i Princpar=l'n=C harge,..POCI Engineering, Peter has,25 years' e'xper.ience managing;mu`nicipal:planning and design. projects and brings passion, partnership_ creative thinking and comrnitriment.to maintaining projecf.:schedules -and, budget to. the-teamHe is -a -recognized• expert in high - performance and net -zero en,ergy!buildings..'and;is a,frequently, invited speaker nationwide. Peter past:rol'e as a. general contractor,; electrical contractor; planner, and educator give him a unique holistic understanding of design, construction and facility operations. Peter will provide design. -assist` support: for the project and participate in olanninotand management of this plLojecti, internal agality cogtro_ I reviews and-constructiontadIn.in'isfration-_" (EDUCATION 1 University of Colorado, Boulder, CO 1991-1993 Master of Science in Building Systems Engineering University of Maryland, College Park, MD 1986-1991 Bachelor of Science in Civil Engineering I REGISTRATIONS & CERTIFICATION -S1 Active Professional Engineer (PE) in the States of WY, CO, MT, TX, CA, and NC Valid NCEES National Engineenng Record Certified Energy Manager (CEM) ASHRAE Commissioning Process Management Professional (CPMP) Leadership in Energy and Environmental Efficiency, Accredited Professional (LEED AP) International Institute for Sustainability Laboratories (I2SL) Member PROFESSIONAL ASSOCIATIONS AND ACTIVITIES • Colorado Energy Office (CEO) — Consultant/Advisor • City of Longmont, Member - Master Board of Appeals • Association of Energy Engineers (AEE) — Board of Directors, Membership Committee Chair • United States Green Building Council (USGBC) — Board of Directors, Advocacy Chair • American Society of Heating, Refrigeration & Air Conditioning Engineers (ASHRAE) — Technical Committee TC7 6 Building Energy Performance member & Region XIII Technical Committee • IGERT (National Science Foundation Research Traineeship Program, Board of Directors • Editorial Advisory Board — Consulting -Specifying Engineer Magazine • Editorial AdvisoBoard — Heating, Piping, Air Conditioning Magazine EXPERIENCE, EUA Cogenex (Highland Energy Group), Boulder, CO Dewberry and Davis, Annapolis, MD PC GINEERING PRESENTATIONS/SPEAKING ENGAGEMENT: US Green Building Council, Rocky Mountain Green, Denver, CO — Sustaining Building Performance, 2015 US Green Building Council, Rocky Mountain Green, Denver, Planning/Achieving Net -Zero Energy, 2014 Society of Military Engineers (SAME), Cheyenne, CO — Building Commissioning, 2012 RELEVANT PROJECTS (PARTIAL LIST): 1 Weld County, Generator Upgrades, Weld County, CO Boulder County - Justice Center Mechanical/Electrical Upgrades, Boulder, CO City of Longmont, Terry Street Fire Station No 1, Longmont, CO City of Longmont, Twin Peaks Golf Course Clubhouse, Longmont, CO City of Longmont, Fire Station Back -Up Generator Upgrades, Longmont, CO City and County of Broomfield, The Bay Aquatic Park City of Loveland, Kroh Park and Dwayne Webster Parks, Loveland, CO City of Brighton, New City Hall, Brighton, CO City of Aurora Photovoltaic Systems, Aurora, CO PCD Engineenng Services, Inc www pcdengineenng corn Weld County — Request for Bid — Bid No 1800155 -Welding Shop & Health Lab Design Services Page 9 of 29 �+ '�ri�Kir rt�7n .n;; •cam-... � e",C'.'+;� .f�'�Y� �'`:... s.a y.,. .: H/�.; . tDavi'd R Olson, PE LEED�AP A`S�HR'AE' Vlcei President bing „'Mechanical/.Plum/Fi e, PCDaEngineerin "` Dave brings dverz35 yearn expenencej`rn naechanie41, plunbrng and fire protection systems to:`PCD s`..teanif Dave i5 an expert at determining and irnplementingrcreativ andicost effeciive7design solutions solving complex'' `.'.chaijen esti+Dave s` work hel "s ensure smooth andfcommur alive clienC � ;9 relationship Viand he.provides. assistance=to.day today protect management' a e•- !'His e> deilent• commonication skills tPit) rougappan oaeh d dedication;toEclrent r needs', b d,gef,arid schedyle'.produce supenoi results Da „e:s°spec altiestu chide-plan/spec ievi is y forensic analysis ai1dFsyysterns Hse is a certified plans eRiff fdrhe State of Colorado, a State; Elec rical,Board�member^and professionalomeclhanical engineer. r• " EDUCATION 1 University of Colorado, Boulder, B S C E , 1979 University of Colorado, Denver, College of Engineering, Mechanical Engineering Staff Member, HVAC Design, 1993-1995 REGISTRATIONS &CERTIFICATIONJS Professional Engineer by Examination Colorado, 22286, 1984 Current Professional Engineer by Reciprocity CA, AZ, KS, NE, NM, UT, WY Leadership in Energy Efficient Design Accredited Professional, LEED AP, 2008 International Code Council Mechanical Plans Examiner, by examination, 2008 International Code Council Plumbing Plans Examiner, by examination, 2008 PROFESSIONAL ASSOCIATIONS AND ACTIVITIES ENGINEERING a State of Colorado Department of Regulatory Agencies, State Electrical Board, 2013 -present • American Society of Heating, Refrigeration and Air Conditioning Engineers, o President, Rocky Mountain Chapter, 1994-1995 o Regional Vice Chairman, Chapter Programs, Region 9, 2000-2003 o Director and Regional Chairman, Region 9, 2005-2008 • Amencan Society of Plumbing Engineers • International Code Council, Mechanical Plans Examiner, 5076352-M3 • International Code Council, Plumbing Plans Examiner, 5076352-P3 • National Fire Protection Association • Tau Beta Pi and Chi Epsilon National Engineering Honor Societies, 1978 HONORS/RECOGNITION ASHRAE Technology Award, 1994 ASHRAE Vic Johnson Distinguished Service Award, 2001 CPROFESSIONAL HIGHLIGHTS] Project Manager — Sturm + Ballard, Inc ASHRAE Region 9 Hall of Honor, 2011 ASHRAE Distinguished Service Award, 2013 President —Integrated Mechanical Systems, Inc (RELEVANT PROJECTS (PARTIAL LIST) 1 Buena Vista Community Center, Buena Vista, CO Parker Joint Services Facility, Parker, CO Poudre Fire Authority Training Academy, Fort Collins, CO Stapleton International Airport F I S , Denver, CO Stapleton International Airport, Mini Mall, Denver, CO Steamboat Community Center, Steamboat Springs, CO Westminster Municipal Hall HVAC Retrofit, Westminster, CO PCD Engineering Services, Inc www pcdengineenng corn Weld County — Request for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page 10 of 29 About Cann Design Cairn Design, LLC,, located in Fort Collins, Colorado provides architectural and engineering services to the Colorado Front Range As a woman -owned small business, we specialize in commercial, higher education, federal and local government, space planning, tenant fit -out, and telecommunications projects We work to integrate high performance, sustainable principles in every design With more than 50 years, combined, in the business, the owners of Cairn Design, LLC in Fort Collins, Colorado offer expert in-house Architectural and Electrical Engineering services The principals collaborated on projects for more than twenty years, prior to forming the firm We are licensed in several states throughout the country, and are qualified to add more as needed Primary areas of expertise include telecommunications, sustainable design, and commercial, higher education, and federal and local government projects We have broad experience in both new construction and renovation projects Although not required by the RFP, Cairn Design, LLC will provide minor architectural work if required for the project documents K. Tori Ligon, RA, the owner of Cairn Design, LLC, is a licensed architect who has championed sustainable design since her earliest college days She was in the forefront of the movement and has been a long-time LEED AP BD+C(Leadership in Energy and Environmental Design, Building Design and Construction) professional After graduating from architecture school, Tori spent many years working in the leading design firm in Winston-Salem, North Carolina There, she became the founding Sustainable Design Director and worked on numerous downtown revitalization, commercial, and higher education projects She gained extensive experience in both new construction and renovation projects She also spent time working in Romania, leading a team of Romanian architects in the development of construction documents for a 100,000 sf research building and parking garage, now constructed in Winston-Salem Later in her career, she worked for a design firm in Washington, DC, where she designed high -end restaurants and contributed to the design of a Smithsonian National Zoo habitat Also in Washington, DC, she was the Senior Planner and Architect at The George Washington University, which gave her unique and valuable experience in terms of working on the Owners' side of a design team In that position, she provided Owner review and comments for GWU projects Additionally, she developed the University Design Standards, which all current and future construction projects must meet Over the years, Tori has also been a self-employed architect, providing design solutions for a variety of small to medium-sized projects, as well as a Sustainable Design Consultant Ken Caudle, PE, the Engineering Principal of Cairn Design, LLC, is an expert Electrical Engineer, as well as an RCDD (Registered Communications Distribution Designer) and LEED (Leadership in Energy and Environmental Design) accredited professional His career began in North Carolina with an 11 year run in Washington, DC In the late 1980's , he was installing, testing, and managing the computer networks for the employers on top of his engineering duties Having this background led him to develop his telecommunications design skills and obtain his RCDD PCD Engineenng Services, Inc www pcdengineermg coin Weld County — Request for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page II of 29 Ken has an extensive background in designing electrical and telecommunications systems for public safety buildings, data centers, industrial, laboratory and educational facilities His tenure in Washington, DC gave him the opportunity to design hangars, research and development labs, and medical facilities for the federal government With his extensive knowledge of electrical and telecommunications systems, he was chosen to lead the committee to rewrite the Medium -Voltage, Electrical, Telecommunications, and SCADA System sections of the Design Requirements Manual (DRM) for the National Institutes of Health (NIH) The DRM is the construction standard for all NIH labs and is used by many other entities as well Throughout his career, Ken has also managed many multi- million dollar construction project from pre -design through construction Cairn Design, LLC has not, and currently does not have any lawsuits pending or being threatened Cairn Design, LLC is very familiar with the client and has provided both Architectural and Engineering services for Weld County as well as several clients along the Front Range PCD Engineering Services, Inc www pcdengineenng corn Weld County - Request for Bid - Bid No 1800155 - Welding Shop & Health Lab Design Services Page 12 of 29 Municipal Experience City of Longmont — `On -Call' M/E/P Design 2006 to present PCD has served the City for over a decade on projects encompassing office buildings, golf course clubhouses and fire stations 911 Call Center/ Dispatch /Server -Radio Room M/E/P Upgrades The building is currently undergoing select HVAC upgrades to the server room to provide N+1 redundancy for the City's 911 call center and dispatch needs PCD Engineering is providing M/E/P Design and Construction Administration services Facilities Assessment and M!E/P Remodel Designs & CA Civic Center Complex (2014-2016) This 100,000 square foot complex houses city council, planning and development services, affordable housing, budget office, city manager's, attorney and clerk's office, community services, community resources, finance, human resources, purchasing & contracts, and utility billing PCD Engineering worked with a team including Thomas Moore Architects and Construction Rx to provide the following services • A comprehensive facility condition assessment including the building structure and building systems The work served as a framework to guide city planning and future facility improvements • Photographs to document conditions and list of preventative maintenance and corrective recommendations • Budget cost estimates for all recommended preventative maintenance and corrective • A list of code deficiencies • Updated plans of the facility • Completed mechanical assessment and M/E/P design to correct temperature and pressure control issues as part of a 6,000 square feet remodel of office areas of the Civic Center =gut. W .M-7,5- 1*;"C",y"^""} Facilities Assessment and MEP Design (2014-2016) Safety and Justice Building & Public Library Complex PCD Engineering, Thomas Moore Architects and Construcbon Rx were retained to provide detailed facilities assessments on two additional, prominent city buildings including the Library and Safety and Justice Building The 95,000 SF City of Longmont's Safety and Justice Center is home to the department and people who keep Longmont safe, including police, fire, emergency preparedness and a communications center The Public Library is as 76,000 SF complex housing the city's media collection and meeting rooms PCD's work included evaluations of mechanical, electrical and plumbing systems, security, fire notification and protection, ADA accessibility and operations and maintenance Twin Peaks Golf Course Clubhouse Remodel - PCD Engineering provide M/E/P design and --_construction administration-HVAC-system remodel for the clubhouse including new heating and cooling systems throughout the building and our work corrected temperature control issues Fire Stations — Generator Upgrades - PCD Engineering designed generator sets for several of the City's existing fire stations to provide enhanced emergency response to the city New Fire Station No 1 - Project involved the new construction addition and reconstruction to create the newest fire station in the City 16,000 SF completed in 2009, role design assist and commissioning Contact Person Jeff Seader, City of Longmont Facilities Maintenance Manager 303-774-4531, Jeff Seader@longmontcolorado goy General Contractors Vanous (contact the owner for specific references) PCD Engineering Services, Inc www pcdengmeenng corn Weld County — Request for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page 13 of 29 City of Boulder On -Call Mechanical & Electrical Engineering 2013 -present New Construction/Renovation - Various Locations PCD Engineering has been an on -call contract mechanical and electrical engineering service provider to the City of Boulder since 2013 providing mechanical, electncal and plumbing design We are familiar with the Boulder Energy Conservation Code and the City's commitment to reducing greenhouse gas emissions by at least 80% no later than 2050 PCD Engineering is partner to the City of Boulder in supporting the shift to carbon neutrality, eco-districts and building resiliency that the City is embracing Our projects have improved the energy performance, comfort and productivity of the occupants and visitor experience The projects have involved work at the following facilities including services such as facility investigative analysis, engineering design and construction administration services • Fleet Services Center - Electrical Service and Emergency Power Upgrades and Facility Load Analysis • Fire Stations - Mechanical and Ventilation Upgrades • Municipal Building - West Wing Chiller and Air Handling Unit Replacement, Temperature Zoning Upgrades, HVAC System Retro-commissioning • East Boulder Community Center - Building Pressure Study, Natatorium Dehumidification Units Replacement, $650,000 construction cost • Atrium Building —10,000 SF, M/E/P Investigative Study for Change of Building Use from Offices to become an assembly space for extension the Farmer's Market • Electric Vehicle Charging Stations Installations City -Wide- Installation of charging stations at 10 locations throughout the city Integrating into the electrical systems of each location including buildings, parks and parking lots Contact Person Mark Simon, Facilities and Asset Management Supervisor 303-441-4125, SimonM@Bouldercolorado gov City of Boulder Projects, Municipal Building, East Boulder Recreation Center and Brenton Building General Contractors Various (contact the owner for specific references) PCD Engineering Services, Inc www pcdengineenng corn Weld County - Request for Bid - Bid No 1800155 -Welding Shop & Health Lab Design Services Page 14 of 29 Boulder County, Boulder & Longmont, CO - Various Projects PCD Engineering has completed various engineering design and construction administration projects for Boulder County, illustrating our work in and around Boulder and understanding of local conditions Boulder County Justice Center Saves Big > $100,000 Per Year Centrifugal Chillers replaced Absorption Chillers — And Electrical Energy Cost Dropped! The 250,000 square foot facility in Boulder, Colorado was in need of updates to its aging, inefficient equipment PCD Engineering helped complete a central plant assessment for his prominent County facility Problems were documented, solutions recommended, evaluating energy reductions, life -cycle costing and utility rebates for replacement options PCD was next selected to complete design engineering and construction administration Phases I and II construction of this comprehensive retrofit project included the installation of high -efficiency hot-water boilers and chillers to replace steam boilers and absorption chillers, along with associated pumps, piping modifications and DDC upgrades with a thermal energy storage option This challenging mechanical and electrical project was designed by PCD Engineering to save the County $130,000 per year in operating costs through fixing chilled water flow problems and installing more efficient equipment Health and Social Services Building Chiller/Boiler Plant Retrofits This project involved boiler and chiller plant retrofits A high -efficiency boiler was installed and multi - stack water-cooled chillers installed Saint Vrain Complex, Longmont, CO - Motor Vehicle Offices This project involved the remodel of the existing motor vehicle, meeting, offices and storage area at the Saint Vram Complex location at 529 Coffman Avenue in Longmont The existing HVAC system was evaluated and reconfigured to meet the requirements of the new floor plan Justice Center, Boulder, CO - Inmate Holding Renovation/Remodel The project involved the analysis of the existing mechanical systems for the inmate holding area and the design of a retrofit of the mechanical systems within that space to serve new room configurations Sindelir Building 529 Coffman Street, Longmont, CO - Boiler System Retrofit This project involved the analysis of the existing hot water boiler system and the design of a replacement boiler plant and piping upgrades PCD worked with Boulder County facilities personnel and provided building heat load analysis and engineered construction documents for this boiler replacement and heating water system piping modifications Piping and pumping revisions were also be made to ensure that the system functions as intended Contact Person - Ron Diedenschsen, Boulder County Building Services, Senior Project Manager, 303-441-3186, rdiederichsen(boutdercounty orq General Contractors Various (contact the owner for specific references) PCD Engmeenng Services, Inc www pcdengmeenng coin Weld County - Request for Bid - Bid No. 1800155 - Welding Shop & Health Lab Design Services Page 15 of 29 Individual Projects Weld County, Colorado Electrical Engineering Emergency Generator Installation - Various Locations PCD Engineering provided engineering design services for the design of generator sets for multiple locations for Weld County under FEMA Grants. The project was completed ins 2016. The generators were either natural gas or diesel, depending on the site. Generators provided backup to critical facility loads and, in some cases, the entire facility for shelter in place locations. The generators were installed at three locations: 1. Dacono Household Hazardous Waste/Grader Shed building located at 5500 Highway 52, Dacono, CO. This generator powered the fuel island, garage doors, tube heater and interior lights. 2. Fort Lupton Grader Shed building located at 7625 Weld County Road 31, Fort Lupton, CO. This generator powered the fuel island, garage doors, tube heater and interior lights. 3. Southwest Service Center building located at 4209 Weld County Road 24 '/2, Longmont, CO. This generator powered the meeting room's outlets, lights, restrooms, and heating system so this area can function as an emergency shelter. A screen wall was required. PCD provided engineering design and construction administration services for these public safety facilities. Contact Person: Toby Taylor, Director, Weld County, 970-356-4000 ext: 2023, ttaylor@weldgov.com. Dustin Quillen, Quillen Electrical Contractor 970-356-4000 City of Brighton, CO New City Hall, Mechanical/Electrical Upgrades lllllltlltl�llllll llllltlllCtlllll+ likuttatt (11111111Liall lllililtil lllllli+ Illl(11llll: x, kI'lfi111r. lllll ..4A444, PCD was selected to provide mechanical engineering services for major HVAC renovations on this six -story office tower, the newest member of the city's property portfolio, and tallest building in the city. The facility is home to the mayor and other various city offices as well as the site of the city council chambers. The building was aquired from Adams County, Colorado where it served as the County's administration building. The project centered around a boiler plant total remodel, where a new state -of -the art high -efficiency boiler replaced the old atmospheric boiler. Variable primary and secondary pumping distribution was also installed to replace the existing constant volume pumping system. Four of the buildings HVAC units also were replaced under this project. PCD provided full construction administration services. Contact Person: Bob Brady, Facilities Maintenance Manager, 303-655-2004, bbrady@brightonco.gov_. BVB General Contractor 303-637-0981 PCD Engineering Services, Inc. www.pcdengineering.com Weld County — Request for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page 16 of 29 Additional Municipal Dlannl ',f7. ----,:4-f."- . 4.4,;. :` C-s';�Mumc,ipal WeldCounty { Assessment,t666ing an`d`Designik: Weld County, CO ..';''f�,cr ,;% .".,t": -:.;- Electrical Assessment & Generator Replacements (3 facilities)_ City of Westminster — Hyland Hills Recreation Dept — Ice Center, Adventure Golf & The Golf I Course at Hyland'Hills Westminster, CO _ _ Mechanical/Electrical/Plumbing (M/E/P) , Assessment, MEP Design City of Boulder — Boulder Public Library Boulder, CO ' Facility M/E/P Assessment and Upgrades City of Boulder, Fire -Station 6 Boulder, CO M/E/P Assessment & Upgrades City of Pierce — Fire Station No 1 Pierce, CO M/E/P Engineering Assessment & Design City of Longmont — Terry Street Fire Station Longmont, CO M/E/P Commissioning City of Colorado Springs, 38 sites Colorado Springs CO _ M/E/P Assessment, ESPC Feasibility Study Boulder County - Justice Center Boulder, CO Facility Assessment - Central Plant Upgrades City of Kersey_Housing Authonty Kersey, CO M/E/P Assessment City of Longmont — Village Place, Hover Crossing, Brairwood Offices - Longmont, CO M/E/P Assessment,-M/E/P Design, Commissioning City of Manitou Springs Recreation Center Manitou Springs, CO _ ME//P Assessment Town of Silverton School District (cove City of Boulder, Fleet Services Center Silverton, CO i e il.- Citp;&Colinty Boulder, CO - _- Master Plan & Facilit Assessment MEP Design _ _ _ _ City of Boulder, East Boulder Community Center Boulder, CO MEP Design City of Bolder, Municipal Building — Chiller and - Air Handling System Replacement Boulder, CO - - -- MEP Design (Prime Consultant) & CA , City of Boulder, Fire Station 6 Boulder CO MEP Upgrades — Design & CA Boulder County — Justice -Center Boulder CO __ I Energy Assessment / Modeling _ Boulder County —Justice Center Boulder, CO _ MEP Design - Gilpin County — Road and Bridge Facility Nederland, CO High Performance Design Assistance _Energy Modeling _ City of Longmont — Terry Street Fire Station Longmont, CO Design Assistance & Commissioning City of Longmont— Fire Station Generator Upgrades - Longmont, CO , Mechanical Engineering City of Longmont, Twin Peaks Clubhouse _ Longmont, CO MEP Design and Construction Administration City of Longmont, Civic Center Complex Longmont CO Facility Assessments MEP Design City of Longmont, Safety and Justice Center Longmont, CO- Facility Assessments City of Longmont, Public Library Longmont, CO - _ Facility Assessments _ City of Longmont Civic Center Renovation Longmont, CO MEP Design - - City of Denver, Denver National Zoo Denver, CO - MEP Design, Commissioning, Modeling City of Denver, Fire Station 8 -DenverCO- = MEP Design, Upgrades _ City of Denver, Housing Authority ' Block 5B & Energy Performance Contract II I Denver CO - - MEP Design, Commissioning City of Westminster— Hyland Hills -Recreation Dept — Ice Center at the Promenade Westminster, CO MEP Design PCD Engineering Services, Inc www pcdengineenng corn Weld County — Request for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page 17 of 29 Lab Experience REPRESENTATIVE PROJECTS Laboratory :-.>-,- <+,-. 7''..7 -27,..r::7 -f. -7-:,:t.'' ,y _ r ^' -1,--.Si;-.1.';;.., i .. • . Jordan Valley Water Conservancy Distnct i..• i-h..- r n b x „' ...'1 I.±.Z•,m. Ltib9reto.ry,a` .-.A4 Y',.41 : ti}, i • .:. ,• --• r-k....'�fw: - 'f Salt Lake City, UT High Performance Design Assistance University of Colorado, Durning Lab Remodel Boulder, CO MEP Upgrades University of Colorado, Aerospace Engineering Lab Remodels Boulder, CO MEP Upgrades Colorado State University— CHILL Radar Dome Facility _ _ Greeley, CO MEP Design Utah College of Applied Technology, Moutainland Campus - Lehi, UT - High Performance Design Assistance Uintah Basin Applied Technology College Vernal, UT High Performance Design Assistance University of Utah, College of Nursing Salt Lake City, UT High Performance Design Assistance University of Colorado, Health Sciences Center Denver, CO HVAC/Electncal Upgrades Morningstar Learning Center Big Sky, MT MEP Design & LEED Energy Modeling Veterinary Referral Center of Colorado Englewood, CO HVAC/Electrical Upgrades Invision at Swedish Hampden Place Englewood, CO MEP Design _ _ Lake Loveland Dermatology Loveland CO MEP Design US Dept of Health and Human Services — Northern Cheyenne Community Health Center Lame Deer, MT Technical Energy Assessment, Comprehensive US Dept of Health and Human Services, Crow- Indian Health Center Crow Agency, MT Technical Energy Assessment, Comprehensive US Dept of Health and Human Services, Ft Belknap Indian Health Center Harlem, MT Technical Energy Assessment, Comprehensive Salud Health and Dental Clinic Commerce City, CO MEP Engineenng Design Salud Health and Dental — Call Center Frednck, CO MEP Engineering Design Salud Health and Dental Clinic _ _ Fort Morgan, CO MEP Engineering Design Utah VA Medical Center Salt Lake City, UT Recommissioning Pine Ridge Professional Building (Dental) Longmont, CO MEP Design University Center for Atmospheric Research - Boulder,_CO MEP Design Fort Detrich, USAMRID BL3 and BL4 labs Fort Detnch, MD ' MEP Design - _ National Cancer Institute Fort Detrich, MD MEP Design Aray Biopharma Boulder, CO MEP Upgrades Research Electra -Optics Inc Boulder, CO - MEP Upgrades Dharmacon RNAi Technologies Lafayette, CO MEP Design Rocky Vista University , Parker, CO MEP Design PCD Engineenng Services, Inc www pcdengineenng corn Weld County — Request for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page 18 of 29 Approach As a team of experienced designers and engineers we are all aware of our duties and responsibilities in meeting deadlines and schedules We have weekly scheduling meetings to determine the allocation of our design force and reallocate as necessary to ensure all deadlines are met and provided with a quality product PCD delivers a partnership that is • Honest and Open — PCD believes in long-term partnerships It is what has propelled us to become one of the fastest growing companies in the region, fueled primarily by repeat business We ask tough question and give honest answers We are open and respectful in our interaction with the team • Collaborative - We wiii meet early nn to understands your naorlc and meat throughout that prnracc to venfy these needs are being met •_ Transparent — All our work will be readily available to view over the web, all team members will have up -to date access to deliverables • Advocating for Your Needs - We consider our services an extension of owner representation representing your needs We will bring our resources to bear for the benefit of the project We approach all projects with same philosophy Provide the client with the best design to meet their needs within the budget provided PCD will utilize the latest software to complete and verify the security system design to ensure the system functions properly and is usable to the staff All options will include opinions of probable cost for consideration and the pros and cons of each system Data Gathering Methods Used I Project Scoping PCD Engineering will meet with facility personnel to discuss the project goals and constraints From this will we prepare and action plan and schedules to guide us through the project We conduct on -site walk- throughs of the facility systems and interview key facility personnel and building occupants to discuss their technical and financial, operational, and maintenance needs During this time, existing facility construction plans and specifications will be obtained, equipment name plate data recorded, and digital site and equipment pictures taken Human behavior patterns will be documented Based on the vast knowledge at PCD Engineering, a list of potential project equipment approaches, and their associated construction costs and savings estimate will be developed We provide opportunities for client review throughout the project development process PCD Engineering will evaluate cost of ownership, productivity detriments, and learning environment detriments associated with existing equipment and recommendations PCD Engineering will also consider other changes in the facility that may affect HVAC or electrical equipment or facility operation Engineering Design PCD Engineering believes in working closely with the Owner, Contractors and Building Department throughout all phases our projects Using this approach, we are able to manage the process from project planning through construction, system startup, testing and commissioning Engineering is what we do, and our objectiveness prevents conflicts between cost and quality Our designs bring costs to the lowest level that balances desired project goals We are very good at determining this balance for each client We strive to exceed the expectations of clients and bring innovation to our projects Our basic approach includes • Listen to you and understand your needs • Field -verify existing conditions and understand related systems • Provide practical and appropriate alternative solutions • Agree on solutions and implement them into the design a Keep the Client informed • Reduce the Client's risk through our engineering experience, attention to detail, and advance planning • Communicate initial information to any other consultants & contractors proactively a Maintain an open dialog with the building department and other public entities during the design and construction • Work with contractor to identify the budget and reconcile the program scope at each project phase PCD Engineering Services, Inc www pcdengineenng corn Weld County — Request for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page 19 of 29 • Work with the Client and contractor to commission systems • Deliver engineering designs which are a Safe • Cost effective • Constructable • Maintainable • Practical and appropriate • Integrated with the vision of the project team, architecture, structure and other building systems • Optimized for future flexibility and capacity Specifications PCD Engineering subscribes to MASTERSPEC which is produced by the American Institute of Architects and updated quarterly by design professionals in the construction industry In addition, we have a library of available construction and performance specifications from equipment manufacturers and agencies, and have developed our own set of in-house specifications developed for equipment retrofits projects PCD will produce project specification packages for implementation in accordance with the requirements set forth by you PCD is currently utilizing REVIT/AutoCAD for drafting software This software package is compatible with previous versions of AutoCAD and allows easy conversion for our clients and project team Our CADD capabilities are valuable tool to assist in the preparation of project specifications as they help to graphically communicate the project's objectives and show locations of existing and proposed equipment Construction Administration Services PCD provides the following services to help insure building systems are installed on -budget and on - schedule, function as intended, and that the owner receives proper training and ongoing operational benefit from the systems • Review of Shop Submittals • Answer contractor field questions / requests for information • Site Observation • Review O&M documentation • Provide as -built drawing set based on contractor mark-ups of bid document set • Owner/Operator Training • Facility Start -Up, Functional Testing, Troubleshooting and Commissioning Handling Multiple Requests Our approach allows us to handling multiple requests for work Once a project request is received, a project manager (PM) is assigned within our firm PCD's PM will be assigned and available throughout a given project Examples of the Team and Support Staff That Help Facilitate a Successful Project The PCD PM coordinates our internal team, which is made up of engineers and support staff Our engineers perform much of the day-to-day work with the PM involved Our support staff consists of a business manager for bookkeeping, time/expense reporting and contracting support to the PM We also have staff to assist with report preparation, scheduling, supplies and general project related tasks Our coordinated team currently supports up to 90 projects per year PCD has the flexibility to match each project with staff that have the proven expertise for each task order to be completed Each team member has their part in the overall success of the project PCD Engineering believes that communication with the owner and all members of the team throughout the process is paramount for a project to succeed Face-to-face collaboration is important to us to build relationships and enhance the overall positive outcome of the project The team members are involved on site throughout the various stages of the project for the following functions for their areas of expertise + Existing Condition Documentation/Fieldwork + Construction coordination meetings + Consultation with Client Staff on Requirements + TAB Review PCD Engineering Services, Inc www pcdengineenng coin Weld County - Request for Bid - Bid No 1800155 - Welding Shop & Health Lab Design Services Page 20 of 29 + Consultation with Authorities Having Junstiction + Team Design/CoordinationNE Meetings + Construction Document/design reviews + Bidding Walkthroughs + Jobsite Construction Observations/Reports Project Management Our quality control process starts with a thorough understanding of procedures, processes and forms We utilize state-of-the-art, best -in -class software to manage our work and communicate with design and construction teams vur quality i:uiitrvi NrvL.aaa nyid vco the following • Pnncipal oversight and involvement • We discuss and resolve issues with a team approach • We utilize procedures and forms based on industry accepted standards and refined through hundreds of projects + M/E/P Commissioning + Review/Attend Training + End of Warranty Walkthrough PCD's Project Management Tools EngineerOffoce Project Management — we use Engineer Office for internal project, budgeting, time/expense tracking, management, submittal/RFI tracking and billing Microsoft office is used for word processing and related email communication tasks Our project management process provides the following added value • Practical, cross -discipline and educated input to the team • Simplifies and creates higher -quality reviews and testing • Enhances effective written and verbal communication • Reduces overall effort and improves execution on tasks • Reduces field changes and keeps construction costs in check • Mitigates risk for all project team members • Facilitates project turnover to maintenance and operations Construction Document - Quality Assurance Design/Construction team coordination — we utilize Bluebeam Revu for noting design and construction issues as part of design review, to integrate with the team and provide clanty to review comments PCD Engineering has a proven review process in which all members of our team provide cross-checked, , coordinated reviews in their specialty areas Reviews take a 3 prong approach, first by engineer completing design, second by the lead engineer in the discipline and third a cross -discipline review by the principle -in -charge Our reviews follow ASHRAE recommended protocols and we utilize proprietary design review checklists developed from decades of projects We maintain continuity throughout the project so that the person completing design documents and submittals are also observing and testing the systems in the field Bluebeam Revu Schedules - How We Integrate Into the Project PCD's process works within the master schedule so as not to create delays to the process Our schedule is updated periodically depending on the phase the project is in PCD Engineering has current projects underway in the region which will offer increased support We maintain video, web and phone -based conferencing facilities at our offices to facilitate remote conferencing where it makes sense Our project schedules are clear and concise and posted on centralized web locations for easy access throughout a project Review meetings are held to discuss each design/construction item with the design and construction team We track each issue to resolution using tracking forms and meeting minutes We schedule regular meetings to keep the team focused and in constant reminder of all team members' responsibilities in order that deliverables do not slip through the cracks PCD Engineering Services, Inc www pcdengineenng corn Weld County - Request for Bid - Bid No 1800155 - Welding Shop & Health Lab Design Services Page 21 of 29 Fees Weld County Welding Shop & Health Lab - Mechanical, Electrical, Plumbing Design Services SCOPE OF WORK_ This is a request for bid to provide design services for Mechanical Electrical, and Plumbing (MEP) needs for two Weld County projects 1 Weld County Welding Shop located at the Fleet Services Center, 1399 North 17'1 Avenue, Greeley, CO 80631 This location has a ventilation system installed to supply and exhaust air during welding and torch cutting operations The system has not worked properly Bidders will evaluate current system layout and provide design changes to provide adequate ventilation. 2 Weld County Public Health Lab located at 1555 North 17th Avenue Greeley, CO 30631 The lab would like to replace a piece of test equipment Bidders will evaluate current HVAC, exhaust hood and electrical systems and provide necessary design changes to provide adequate climate and power controls There will only be two pieces of equipment considered for installation_ 1) PeilanElmer ICP-ILLS, NexION 2000 ICP-MS or 2) Agilent 730/7900 ICP-MS Data for both will be provided to winningg, bidder Below are items to consider 1 The Welding Shop and Health Lab will require completely separate construction documents 2 Anticipated scope will include calculating power demands and circuitry HVAC to offset equipment heat loads and associated disciplines 3 Provide full and complete construction documents Site investigations and multiple County design meetings will be required of the design team. 4 Prepare building permit submittal and assist in obtaining the permits Make Building Department requested revisions Anticipated submittal items will include 1 stamped PDF set and 3 stamped hard copses 5 Provide an estimate of reimbursables" that would be required for this project 6 Prop ide hourly rates for "additional services 7 Provide a design schedule 8 Include all costs for design services, programming, civil engineering, structural engineering, mechanical engineenng, electrical engineering_ g and all other consultant' fees in the bid 9 Anticipated contract date is December 3, 2018 10 Anticipated deir ery date of full design is February 4, 2019 Provide proposed start, milestone and finish date based on this start date 11 Project will be permitted through Weld County Fees for permits will be waived 12 Design shall meet all applicable building codes 13 Davis -Bacon and Buy American requirements are NOT required 14 Bids over $50 000 will require a payment (100%) and performance (100%) bond. 15 Weld County is a tax-exempt entity 16 Design Team will be required to enter into a contract for this service A mandatory pre -bid conference will be held on Friday. November 2nd. 2018 at 1.30 PM at the Weld Counts Department of Buildings S Grounds located at 1105 H Street. Greeley. CO 80631, Bids will be recessed up to, but not later than Thursdas. Nos ember 15th 2013. at 10 30 AM (WELD COUNTY PURCHASING Taff CLOCK) DESIGN FEE FOR PROJECT #1 (WELDING SHOP) Sze next page for description OTHERFEES FOR PROJECT #I (Descnbe) DESIGN FEE FOR PROJECT #2 (HEALTH LAB) $9,350 00 $ 360 00 $ $11,000 00 See next page for description OTHER FEES FOR PROJECT 42 (Describe) S 500 00 GRAND TOTAL $21,21000 B1800155 12 1)1I11 I' i'f'E'S FOR PR0Jr l '2 fidrern,rru cor[Enigt Ii i3,i.3U nZt In;ri,td total PCD Engineering Services, Inc www pcdengtneering corn Weld County — Request for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page 22 of 29 escriptoon of Scope of Work Welding Shop Welding Shop Design Fee - Fees includes one initial site visit to document existing conditions, preparation of a schematic design report of findings and recommendations, preparation of permit drawings and construction administration services (review submittals, answer requests for information and punchlist report) Includes approximately 5 meetings/site visits in Greeley during design and construction Welding Shop Other Fees (Reimbursable expenses, printing and mileage) These includes approximately 5 meetings / site visits in Greeley during design and construction Health Lab Health Lab Design Fee - This includes one initial site visit to document existing conditions, preparation of a schematic design report of findings and recommendations, preparation of permit drawings and construction administration services (review submittals, answer requests for information and punchlist report) Includes approximately 8 meetings/site visits in Greeley during design and construction Health Lab Other Fees (Reimbursable expenses, printing and mileage) - This includes approximately 8 meetings/site visits in Greeley during design and construction Lab Other Fees (Option to cool telecom room) - This is the option Toby brought up during the walk-through PCD Engineering Services, Inc www pcdengineenng coin Weld County — Request for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page 23 of 29 The undersigned, by his or her signature, hereby acknowledges and represents that 1 The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No #B1800155_ 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 authonzed 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 Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County 5 Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County The bid(s) may be awarded to more than one vendor FIRM PCD Engineering, Inc. BY Peter D'Antonio (Please print) BUSINESS ADDRESS 323 3rd Avenue, Suite 100 DATE 11/15/2018 CITY, STATE, ZIP CODE Longmont, CO, 80501 TELEPHONE NO 303-678-1108 FAX 303-678-1142 TAX ID # 84-1621630 SIGNATURE ��r e EMAIL peter@pcdenglneering.com "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 DO NOT NEED TO SEND BACK PAGES 1 —11 B1800155 13 PCD Engineering Services, Inc www pcdengineenng coin Weld County - Request for Bid - Bid No 1800155 - Welding Shop & Health Lab Design Services Page 24 of 29 Rates . .T ENGINEERING SCHEDULE OF RATES Effective Date January 1, 2018 CONSULTING, ENGINEERING RATES Principal $160 00-$185 00 Project Manager $140 00-$159 00 Senior Project Engineer $130 00-$139 00 Project Engineer $120 00-$129 00 ,Junior/Design Engineer $110 00-$119 00 CAD Technician $ 85 00-$95 00 FORENSIC INVESTIGATION, COURT, DEPOSITION RATES yF rt,s n :�`_ + "+,.� . Principal Discovery Principal trial preparation litigation support $275 00 Principal - Testimony under oath by deposition or in court of law meetings/conferences with opposing counsel $400 00 REIMBURSABLE EXPENSE RATES Reproduction Rates (all prices per sheet LO " Bond __F, "4-''',,z4 Size Black & Color White 81/1X 11 $100 $200 11x17 $200 $400 15x21 $250 $1500 18x24 $275 $2000 24 x 36 $ 3 00 $40 00 30 x 42 $ 3 50 $60 00 36 x 48 $ 4 00 $80 00 Mileage current federal rate +,, ':PCF; .JPEG: iTIFF; Black & White :DWF- 1 , Color Size 8%x11 $075 $150 11x17 $150 $300 15x21 $175 $400 18x24 $200 $500 24x36 $250 $1000 30 x 42 $ 3 00 $15 00 36 x 48 $ 3 50 $20 00 DWG Hourly Service All other reimbursable expenses are invoiced at cost plus 10% including but not limited to, cost of support services, deliveries postage, electronic/phone communications, out of house reproductions and plots, matenals, supplies, lodging, meals, transportation, and expense of professional liability in excess of that normally carried by PCD 323 3'd Avenue -Suite 100 Longmont CO 80501 Tel 303 678 1 108 • Nationwrde 888-840-4PC17 o Fax 303 678 1 142 PCDENC-INEERIHC cam COLORADO o W , Ob1ING PCD Engineering Services, Inc www pcdengineenng corn Weld County - Request for Bid - Bid No.1800155 - Welding Shop & Health Lab Design Services Page 25 of 29 eferences References are provided previously and are attached here for clarity Contact Person Jeff Seader, City of Longmont Facilities Maintenance Manager 303-774-4531, Jeff Seader(alongmontcolorado qov City of Longmont Projects Listed herein Contact Person Mark Simon, Facilities and Asset Management Supervisor 303-441-4125, SimonM(Bouldercolorado qov City of Boulder Projects, Municipal Building, East Boulder Recreation Center and Brenton Building Contact Person: Ron Diederischsen, Boulder County Building Services, Senior Project Manager, 303-441-3186, rdiedenchsenabouldercounty orq Boulder County Projects listed herein Contact Person Toby Taylor, Director, Weld County, 970-356-4000 ext 2023, ttavlorAweldgov corn Weld County Generator Projects Contact Person: Michele Crane, Facilities Design & Construction Manager, 303 441 4275, cranem@bouldercolorado goy City of Boulder Projects, Municipal Building, East Boulder Recreation Center and Brenton Building PCD Engmeenng Services, Inc www pcdengineenng corn Weld County — Request for Bid — Bid No 1800155 - Welding Shop & Health Lab Design Services Page 26 of 29 insurance PCD carves the following insurance ACORD,. Cllentk 1084952 PCDENG CERTIFICATE OF LIABILITY INSURANCE DATE IYILQOIYYYYI 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 H the certificate holder Is an ADDITIONAL INSURED, the policy(es) must have ADDITIONAL INSURED provisions or be endorsed H SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement an this certificate does not confer any rights to the certificate holder In !Mu of such endorsement(s) PRODUCER USI Colorado, LLC Prof Llab 0 Box 7050 Englewood, CO 80155 800 873-8500 rAh11ACT NAMM Ax pm 800 873-8500 I I'AC 110)P A DRESS, EISURER(SIAFFORDING COVERAGE RAC I INSURER A m ten IA,b,.,ene.,.e.... Ca 30104 INSURED PCD Engineering Services, Inc 323 3rd Ave , Ste 100 Longmont, CO 80501 INSURER a Mer/ord Ina Co of el.eoe*.w 37478 INSURER nee... 7M5...neww 19038 INSURER INSURER E, INSURER F 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 EY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BYPAIDCLAIMS. Q(gEpXCLUSIONS I,YA TYPE Of INSURANCE Di R rWVQA POLICY NUe18ER AP°MOO, F (NLLo c 1 UNITS A X COEMERCIRLGENERAL LIABILITY Y Y 34SBWVR5429 06(29)2018 06/29/2019 s1,000,000 CLAIMS MADE X OCCUR nEEAAACyHHppO6CCpUURHRENCE IIRFMIBE4EAE urE°mncn1 S300d000 um ESP !Anyone person) •10,000 PERSONAL A ADV INJURY 51,000,000 s2,000,000 GENI AGGREGATE LOFT APPLIES PER POLJCY X JECT LOC OTHER GENERAL AGGREGATE PROOUCTS C0SIPOP AUG 52,000,000 s A ABTDNOBILELIABGnV _ ANY AUTO AUiEEODpSOHLY I* DS ONLY X SCHHELED DU ALTO pNLOV Y Y 34SBWVR5429 06/29)2018 06/29/2019 TtCuuwrlrEos7NGLELIMU 1 aatnann 11 000,000 S BODILY INJURY (Pew peon) BODILY INJURY Metaccldrra S PACWERIYOANAGE IN, %WWI 1 S A X UMBRELLAUAB EXCESS LIED )( OCCUR CLAIMS MADE V Y 34SBWVR5429 06/2912018 06/29/2019 EACH OCCURRENCE 4.000.000 AGGREGATE 53,000,000 OED I XI RF,rrunea{10.000 1 B VfOAHD AND Al1YPAOPRIETOWPAATNEAEXECUTNEY/N OFF'C Mandatory OPSCoe KERS EMPLOYERS UABILR EMPLOYERS LIABIl1TY HEMS A EXCLU OINK) TLIPTdoeumH GF OP grI N7PERATIONS Mar � N A Y 34WEGIN3987 06/29/2018 06/29/2019 X PE",r,F I VP EL EACH ACCIDENT 11,000,000 El DISEASE EA EMPLOYEE 11,000,000 EL.OISEASE POLICY UNIT 41.000,000 C Professional Liability Claims Made 105959890 06/29/2018 06/2912019 $1,000,000 per claim $2,000,000 annl aggr DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES IACORG 101 AdGpenal Remarks Scbedlde may be clothed N men/ epee* le regaled) As required by written contract or written agreement, the foltowing provisions apply subject to the policy terms, conditions, limitations and exclusions The Certificate Holder and owner are included as Automatic Additional Insured's for ongoing and completed operations under General Liability, Designated Insured under Automobile Liability, and Additional Insureds under Umbrella / Excess Liability but only with respect to (lability arising out of the Named insured work performed on behalf of tho certificate holder and owner (See Attached Descriptions) CERTIFICATE HO For Proposal Purposes Only "-0000 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS AUn4ORQED REPRESENTATIVE ® 1585-2015 ACORD CORPORATION All rights reserved ACORD 25 (2015/03) 1 of 2 The ACORD name and logo are registered marks of ACORD OS23445811/5923395576 HZVZP PCD Engineering Services, Inc www pcdengtneenng coin Weld County - Request for Bid - Bid No 1800155 • Welding Shop Sr Health Lab Design Services Page 27 of 29 9 Fern per November 2017) Deoarlmere of the Treasi.ry altar's: Revenue Service Request for Taxpayer Identification Number and Certification P Go to tinier ns.pavIFonnW9 for etatnictlans and the latest information. Give Form to the requester Do not send to the IRS 1 Name (air shown On your income tax return) Name is required on this lire do not Ieavn disc Nee blank. PCD Engineering Services, Inc 2 Biralnees name/disregarded entity name if ddferent from above PCD Engineering 3 Check epproprale box for federal tax ciastoficahon of the person whose name a entered on line 1 Check only one of the following seven boxes ❑ Indrnetudisole propmetlor or O C Corporation Q S Corporation ❑ Patfnerahip ❑ TnmVostate single -member LLC ❑ Limited lability company Enter the tax cfastelkat m (C=C corporation S=S corporation P=Partnerahip)e• Note Check the appmpnete bar in the line above for the tax classification of the single -member owner Do rot aleck LLC if the LLC a c1aesified as a single -member LLC that is drnrogiwded from the owner unions the owner of the LLC a another LLC that is not dieregraded from the owner for US federal lax purposes Otherwise a single -member LLC that Ia disregarded from the owner should check the eppropnate box for the tax classrffation of its owner ❑ Other (see nstructisns)a - 5 Address (number street and apt. or side no) See nstnrctrans 4 Exemptions bodes apply only to certain enMiee not indivrckreis see instr uct:ens on page 3)= Exempt payee code (it any) Exemption from FATCA reporting code (if any) FoppiVe b cmMEn anwetlal aulrm 'PAU 323 3rd Avenue, Suite 100 a City elate end ZIP coda Longmont CO 80501 7 Lost account number(s) here (optional) Requester's name end addre•e repticne Taxpayerldentrficatfon Number (TI Enter your TIN in the epproptfate box The TIN provided must match the name given on fine 1 to avoid backup withholding For individuals, this Is generally your social seciudy number (SSW) However, for a resident alien, sole proprietor or disregarded entity see the inatruchors far Pitt I, later For other entities rt is your employer Identification number (EIN) If you do not have a number see Now to get a TIN, later Nater If the account is in more than one name see the instructions for Ilne 1 Also see What Name and Number To Give the Requester for guidelines on whose number to enter Social security number or I Employer identdieittlon number 8 4 Under penalties of perjury I certify that 1 The number shown on this (arm is my correct taxpayer Idertlficabon number (or I am waiting for a number to be Issued to me), and 2 I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) f have not been notified by the internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3 I am a U S citizen or other U S person (defined below}, and 4 The FATCA codes) entered on the form (ff any) indicating that 1 am exempt from FATCA reporting is correct Certification tnatruobons. You must cross out Item 2 above if you have been notified by the IRS that you are currently sublect to backup withhodding because you have failed to report all interest and dividends on pour tax return For real estate transactions, item 2 does not apply Far mortgage interest paid, acquisition or abandonment of secured pr party cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally payments other than Interest and dividends, you are not required to sign the certification but you must provide your correct 11N See the instructions for Part II later Sign Here sSiggrixtur e person Date ®8-31-2018 General instructions Section references are to the Internal Revenue Code unless otherwise noted Future developments For the latest Information about developments related to Form W -g and its instructions, such as legislation enacted after they were published, go to wow its gov/FormW9 Purpose of Form An individual or entity (Form W-9 requester) who ea required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer Identification number (TTIN), adoption taxpayer identrfication number (ATIN) or employer Identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information rattan Examples of information returns include but are not limited to the following • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, rtokidmg those from stocks or mutual funds) • Form 1099-M ISC (various types of income prizes, awards or gross proceeds) • Form 1099-S (stock or mutual fund sales and certain other transactions by brokers) • Farm -Wag -8 (proceeds from real estate transactions) • Form 1099-( (merchant card and third party network transactions) • Form 1098 (home mortgage Interest) 1098-C (student loan interest) 1088-T (tuition) • Form 1(109-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you area U 5 parson (including a resident alien), to provide your correct TIN tf you do not return Form W-9 to the requester with a TIN you rrughf be subject to backup withholding See What a backup withholding, later Cal No 10231X Form W-9 (Rev 11 2017) PCD Engmeenng Services, Inc www pcdengineenng corn Weld County - Request for Bid - Bid No 1800155 - Welding Shop & Health Lab Design Services _ Page 28 of 29 Additional Information The following additional information provides insight into our value-added services Controlling Costs - Focus and Follow Through Consultant costs are controlled by working with the owner to develop or review the owner requirements for the project up front prior to providing pricing Then we operate under a firm fixed price or not -to -exceed as warranted for the project Project cost will not change unless scope changes significantly Clear owner defined requirements and the A/E Basis of Design documents are key to a project's success PCD Engineering works with the team to help craft concise documents that will serve the project from the design phase into operational phase Defining realistic goals and sticking to those goals are critical to a high performance system as well as setting and maintaining budgets Value Engineering Projects can be derailed by the value engineering cost reduction process To minimize the potential damage of value engineering, PCD acts as an active participant, advising the team on the impacts of cost reduction decisions on the sustainability, energy efficiency and operations and maintenance of the facility and original owner's project requirements The thoughtful process will insure solutions are provided that maximize the cost-effectiveness of the decisions for the long-term and protect the goals of the project Simplify Operations and Maintenance / Reduce O&M Cost / Increase System Reliability One aspect that is critical to municipal facilities in particular is maintenance and reliability of systems We have worked with numerous projects with similar systems and understand the maintenance challenges We place a special emphasis on staff training, robust system design, remote access and operability of the BAS, and other areas that play a big role in improving reliability and reducing maintenance headaches We stress simplicity of operation and maintenance, as often in high performance buildings the system design is too complex and can only be maintained and operated by specialized personnel PCD's works to simplify design elements without compromising safety or efficiency and advocates for maintenance friendly designs Our work as design engineers and construction contractors allows us to have a deep understanding of workable designs High Performance Design Sanity and Energy Efficiency High performance design and programs such as LEED often breeds complexity PCD Engineering serves as an operation and maintenance (O&M) advocate to assure operational sanity with the systems that are designed and installed We work as an O&M advocate during design to insure that proper access and service are provided and controls are at a level that can be managed by maintenance personnel We work to insure that proper training and documentation are provided for ease of ongoing operations Durability and maintainability of system are at the forefront of our considerations Also, O&M warranty documentation and training often are an oversight as job closes out Our process restores a more effective transfer from construction team to O&M team Noise / Vibration Control Vibrational and airborne noise can be distracting and studies have shown how important speech intelligibility is to learning and student performance Indoor environmental quality including acoustics as important part of what defines a 21st century building PCD pays particular attention to this since we often see this as design oversight issue The emergence of proper acoustical design is still in its infancy Our work includes noise -reduction and vibration control opportunities to prevent sub -standard environment Proximity to Site - Strength of Local Support PCD Engineering is a national consulting firm heaaquanerea in Longmont, Coloraao vve propose to utilize personnel from our Longmont, Colorado office to fulfill the requirements under this scope of work Meetings will be held on -site and via teleconference as agreed upon by the team and as appropriate for the meeting topic Field reviews will be completed on -site PCD's partnership with all of our team members provides strength of local support for project and same -day, availability on -site PCD Engineering Services, Inc www pcdengmeenng coin Weld County - Request for Bid - Bid No 1800155 - Welding Shop & Health Lab Design Services Page 29 of 29 Knowledge of Local Labor and Materials Rllarket PCD Engineering currently has other projects in progress in the area With the current projects in the immediate area, we are well aware of the current construction market, costs and labor force available to assist with the project as well as the capabilities of the M/E/P subcontractors PCD and our team have strong relationships with local contracting community resulting in design/construction synergies, accurate opinions of cost and smooth construction scheduling with reduced change orders PCD staff is also familiar with the Design Guidelines applicable to the City having applied them on numerous projects to - date Through our design reviews we vet out design elements that do not meet the Project and Owner's guidelines to avoid costly change orders PCD Clients Communicating the result of our Approach. "PCD's team developed a set of realistic and effective energy savings solutions that could be applied to our existing building systems at low cost/no cost In addition to long-term energy savings, the suggestions offered by PCD helped us correct some ongoing occupant comfort issues I would recommend PCD Engineering as a valuable partner to any firm needing to correct building system problems or that might be seeking long-term energy savings solutions for their facilities " Bruce Alexander, CDF, CFM, LEED AP - Director of Administrative Services (While serving as Director of Operations at Mil/rock Park "PCD is responsive and timely in the delivery of their services Their professionalism, integrity and commitment to the district's goals have impressed me making them a highly valued member of our project teams Peter and his team have exceeded my expectations and I would highly recommend them for consideration u Stu Reeve, Energy Manager City of Fort Collins "Although [PCDJ responded to the RFP as we had advertised it, their proposal included numerous alternate suggestions PCD provided several efficiency improvements to the mechanical, electrical and insulation systems Some of their suggestions, when costed out, reduced projected O&M and initial installation costs Throughout the construction process I turned to PCD for advice and feedback on several issues that arose and each time / did so, I believe they saved the City cost and future O&M headaches " Scott Snyder, Division Chief City of Longmont PUbhc Health/Safety Division PCD Engineering Services, Inc www pcdengineenng coin Client# 1084952 PCDENG ACOR®T. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12/27/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s) PRODUCER USI Colorado, LLC Prof Liab P O Box 7050 Englewood, CO 80155 800 873-8500 CONTACT NAME PHONE FAX (A/C No, Ext) 800 873-8500 (A/C No) E MAILA INSURER(S) AFFORDING COVERAGE NAIC S INSURER A Hartford Underwriters Insurance Co 30104 INSURED PCD Engineering Services, Inc 323 3rd Ave , Ste 100 Longmont, CO 80501 INSURER B Hartford Ins Co of the Midwest 37478 INSURER C Travelers Casualty and Surety Company 19038 INSURER D INSURER E INSURER F COVERAGES CERTIFICATE NUMBER REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INLTR TYPE OF INSURANCE NSR W VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXPM/ (MDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y i Y 34SBWVR5429 06/29/2018 06/29/2019 EACH OCCURRENCE $1,000,000 CLAIMS MADE X OCCUR ED PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $10,000 PERSONAL S ADV INJURY $1,000,000 GEN L AGGREGATE X LIMIT APPLIES PER JECT I I LOC GENERAL AGGREGATE $2,000,000 PRODUCTS-COMP/OPAGG $2,000,000 $ A AUTOMOBILE — X LIABILITY ANY AUTO OWNED AUTOS ONLY ATO US ONLY X SCHEDULED AUTOS NON OWNED AUTOS ONLY Y Y 34SBWVR5429 06/29/2018 06/29/2019 (ECOMBINED SINGLE LIMIT a accdent) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A x UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS MADE Y Y 34SBWVR5429 06/29/2018 06/29/2019 EACH OCCURRENCE $3,000,000 AGGREGATE $3,000,000 DED I XI RETENTION $10,000 $ B WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED', (Mandatory in NH) If yes describe under DESCRIPTION OF OPERATIONS below Y / N y N / A Y 34WEGIN3987 06/29/2018 06/29/2019 X ISTATUTE I IOTH STAER E L EACH ACCIDENT $1,000,000 E L DISEASE - EA EMPLOYEE $1,000,000 E L DISEASE - POLICY LIMIT $1,000,000 C Professional I Liability Claims Made i 105959890 06/29/2018 06/29/2019 $1,000,000 per claim $2,000,000 annl aggr DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101 Additional Remarks Schedule may be attached if more space is required) As required by written contract or written agreement, the following provisions apply subject to the policy terms, conditions, limitations and exclusions The Certificate Holder and owner are included as Automatic Additional Insured's for ongoing and completed operations under General Liability, Designated Insured under Automobile Liability, and Additional Insureds under Umbrella / Excess Liability but only with respect to liability arising out of the Named Insured work performed on behalf of the certificate holder and owner (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Weld County 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 1 A V'".,4. © 1988-2015 ACORD CORPORATION All rights reserved ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S24606448/M23395576 LXOBC r"+ ,,DESCRIPTIONS (Continued -from Page1)��`` The General Liability, Automobile Liability, Umbrella/Excess insurance applies on a primary and non contributory basis A Blanket Waiver of Subrogation applies for General Liability, Automobile Liability, Umbrella/Excess Liability and Workers Compensation The Umbrella / Excess Liability policy provides excess coverage over the General Liability, Automobile Liability and Employers Liability Please note that Additional Insured status does not apply to Professional Liability or Workers' Compensation ** Workers Comp Information ** Proprietors/Partners/Executive Officers/Members Excluded PETER D'ANTONIO, ELECOFC Peter D'antonio, Officer Additional Insured Weld County Waiver of Subrogation Weld County SAGITTA 25 3 (2016/03) 2 of 2 #S24606448/M23395576
Hello