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
20191271.tiff
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & CRUMPTON & ASSOCIATES ARCHITECTS CENTENNIAL CENTER SECURITY ACCESS PROJECT- DESIGN SERVICES THIS AGREEMENT is made and entered into this day of, , 2011by and between the County of Weld, a body corporate and politic of the Stat 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 Crumpton & Associates Architects whose address is 12981 Jackson Circle, Thornton, CO 80241, 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 Bid (RFB) as set forth in "Proposal Package No. B 1900066. The RFB contains all of the specific requirements of Weld County. Exhibit B consists of Contractor's Response to Weld 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. 6c; Zb[9- all cv 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement 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 $6,750.00, 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 Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all suchsubcontractors, 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: Crumpton & Associates Architects Attn.: Gerald Crumpton Address: 12891 Jackson Circle Address: Thornton, CO 80241 E-mail: crumptongerald@crumptonandassociatesarchitects.com Telephone: (720) 427-5421 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. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. WITNE S WHE 'RKOF, the parties hereto have signed this Agreement this -�iday of 201. o2 CONTRACTOR: Crum top B yAj sociates Architects Ara Comytotn, By: Date 04/19/2019 etbV2UU5u2yanao. Name: Gerald Crumpton Title: President WELD COU �C ATTEST: �� v• '� BOARD OF COUNTY COMMISSIONERS We l •C`iqu CI to the B • and WELD COUNTY, COLORADO B Deputy erk to the B Mike Freeman, Chair Pro-Tem APR 2E2019 020/9- /,,Z7/ April 19, 2019 Weld County Government 1160 0 Street Greeley, CO 80621 To Whom It May Concern: The purpose of this letter is to inform you that Crumpton and Associates Architects, is a sole proprietorship and has no employees. According to the laws of the State of Colorado, Crumpton and Associates Architects is not required to provide workers' compensation insurance. I also understand that the University does not provide medical benefits, workers' compensation, or liability coverage for contractors. Thank you for your assistance in this matter. Sincerely, DacuSigned by: au/Aix trottotiti BE692D0502944A6... Gerald Crumpton, AIA 12891 Jackson Circle Thornton, Colorado 80241 720.427.5421 Email: crumpton_gerald@crumptonandassociatesarchitects.com EnxkiLt A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: FEBRUARY 27, 2019 BID NUMBER: B1900066 DESCRIPTION: DESIGN SERVICES - SECURITY ACCESS PROJECT - CENTENNIAL CENTER MANDATORY PRE -BID CONFERENCE DATE: MARCH 13, 2019 BID OPENING DATE: MARCH 27, 2019 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: DESIGN SERVICES a SECURITY ACCESS PROJECT — CENTENNIAL CENTER A mandatory pre -bid conference will be held at 10:30 AM on Wednesday, March 13th, _2019, at the Weld County Buildings & Grounds Facility, 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 10:00 AM_on Wednesday, March 27ttt, 2019 (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 httpiNvww.coliveld.co.us/Departments/Purchasing/index.htmi located under "Current Requests". And, on the Bidnet Direct website at wwbidn.etdirect.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. Did 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. 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, ;nd/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. Neglig :-once 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 Provisins, CDOT, Standard Specification for Road and Bridge Construction, Section 101 Qualificatior_pf 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 Qi ihrnntrnrtnrc hated h�, the lnntrnrtnr :Arithin 79 hni irc of than r qi acct Fell' ire try ci ihmit q ieiifiretinnc may be N o L a .a v o,e . v■. v Lv .a o.s 9 L. ■ v e v e . L a ..n v o. r • e f L u I■■ I — ■■ MV V I than / O/ 9 4 qJ % Fell' 1 0 LA ■ ®p 7�/ 6A !r{ 1 1 1 1 6 9 @a9 6A 0 1 0 1 .v 40 0 9 d may 1 77 A� 6r0 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 ,he 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, stafr 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 di iculies 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. Interpretation of Contract._ Dpcuments 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, v BID NO #B1900066 Page 2 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 ControlerPunzhasig elector 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 by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP. BID NO #61900066 Page 3 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 errnits, and. overnmental ins inspections required by public authorities far performing the Work, which are app cabie at the me Bidsare � p� 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, gas, telephone, 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 anci 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 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 BID NO #B1900066 Page 4 for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the cntract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5403(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24- 76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 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 confiderdai 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, dearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the succssful 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 infitrrnation which is included within the body of the bid and nt 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 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. .1 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 BID NO #61900066 Page 5 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, nitional 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. M. Extension .r 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 BID NO #B1900066 Page 6 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-Exclusiv}-e 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 subjrtt matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shalO 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 BID NO #81900066 Page 7 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, c.mmittee 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. Severa saKy. If any term or condition of this Agreement shall be held to be invalid, illegal, in unenforceable by a court of competent jurisdiction, this Agreement small be construed and enforced without such provision, to the extent that this Agreement is th in capable of execution within thy- original intent of the parties. U. Com pHance with Davis -Bacon Wage Rates. The succ 'ssful bidder understands and agrees that, if required by the Scope of Work, the work shall be in cmpliance with the Davis -Bacon Wage Rates. V. B * rd of County Commissioners of it has been approved by the B yard of County d C u n y A ommissioners. `ill provai This Agreemen shall not be valid until W. Compensatln 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 apprved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant t. 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 accuratit reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement 1O. INSURANCE REQUIREME STS 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 csvering 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 tie term of the Agreement, or any extension thm:reof, and during any warranty perioc. 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 :o 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 reducti• n unless due to n•Jn-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/�,ontract Professional. SUcc ssfui bidder%Contract Proiessionai 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 •;f 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 contain .d herein are sufficient to protect the Successful bidd r from liabilities that might arise pit 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 d i-:ms appropriate and/or prudent, maintain higher limits and/or broader coverages. 'he successful bidder is n relieved of any liability or .ther 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 insuranc5" that it may deer necessary to cover its obligations and liabilities under this Agreement Any modification yo these requiremen t s must be made in writing by Weld County. / % H I r. \S' z BID NO #B19O0O66 Page 8 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 •,ut of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its 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 CC 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 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: BID NO #B1900066 Page 9 BID NO #B1900066 $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 Autom blie 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 budder/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 rAgi iirF?ri nrwprar�pq _i irnnc� i iI hidr11Pr/fnntrnrt Prnfnccinnni ngrenPc ten nrnvir1c nrnnf of anci irnnr-P fnr nii ci ir_h . . . _ . 17 . rI Y V _ / ,.. C `w _ . OLi .V J.. . - / . V . .. . V . M Y . Y Y V Y . . . 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 coverag 40, 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 ram professional services provided by the sueuessfui bidder as part of the Contract. Successful Bidders Pollution Liability: Weld County requires this coverage whenever work at issue under this Contract involves potensial 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 1,, Page 10 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. BID NO #81900066 Page 11 Weld County Centennial Center Design Services - Security Access Project Weld County Government is soliciting proposals for an architectural/engineering firm for the design of the Centennial Center secondary security access project. The location of the project is at the Centennial Center at 915 10th St, Greeley, CO 80631. This solicitation is for the following: ® Delivery Method: Design Services portion of Design -Bid -Build (DBB). DBB is the traditional project delivery method in which County either designs or retains a designer to furnish complete design services. Then advertises and awards a separate construction contract based on the designer's completed construction documents. in DBB, the agency "owns" the details of design during construction and as a result, is responsible for the cost of any errors or omissions encountered in construction. ® Procurement Method: Request for Bid (RFB). An RFB is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Interviews may be conducted to determine qualifications. Among qualified bidders, low price is the key consideration by Weld County in awarding the contract. ® Pricing Method: Lump Sum Price. The lump sum is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not - to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. The purpose of this Request for Bid is to obtain statements of qualifications and to solicit fee proposals from firms who wish to provide the services requested in this Bid. The County desires to retain an architectural firm to perform design and construction administration services for all phases of the work consisting, without limitation, the following work: Design Services 0 Construction Administration Services PRELIMINARY SCHEDULE Date of this Bid Bid Posted to Websites Pre -Bid Conference Proposals are Due Contract Award Notice Pre -Construction Services Final Construction Drawings Due Begin Construction Phase Construction Completion February 27, 2019 February 27, 2019 March 13, 2019 March 27, 2019 April 15, 2019 Immediately upon notice of award July 1,2019 September 1, 2019 nn4 n VI.I�JUCI a.?V, Lu I c' The Board of Weld County Commissioners reserves the right to reject any or all bids, to waive any informality in bids, and to accept the bid that, in the opinion of the Board, is in the best interests of the Board and of the County of Weld, State of Colorado. BID NO #B1900066 Page 12 GENERAL DESCRIPTION OF CONSTRUCTION PARAMETERS 1. Construct new walls and ceilings to allow access to and the creation of a second security screening station. 2. Walls and ceilings to partition off stairway to second floor and provide an access to the new security station. 3. Provide additional electrical for new metal detector and X-ray machine. 4. New lighting to be provided as needed. 5. Adjust / modify HVAC as necessary to accommodate new construction/changes. 6. Provide new doors to allow access to be closed to second security area during times of low traffic to secured areas. 7. Provide data raceways to new security location. 8. Provide finish materials to complete walls and ceilings as designed. 9. All carpeting to be provided and installed by Weld County. Any other flooring materials to be by general contractor. SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. 1. DESIGN SERVICES a. Provide a full construction set of drawings for the project. b. Prepare submittals to governing agencies for approval. c. Prepare building permit submittal and assist in obtaining the permits. Make Building Inspection Department requested revisions. d. Provide an estimate of "reimbursables" that would be required for this project. a Provide hourly rates for "additional services." f. Provide a design schedule. g. Include all costs for architectural design services, mechanical engineering, electrical engineering, structural engineering, and all other "consultant" fees in the proposal. The Design Team must have demonstrated the ability to perform a project of this scope. 2. CONSTRUCTION PHASE: The Design Team will manage administrative portions of the project during the construction phase. These are to include: a, Monitor submittal process and review submittals for approval. b. Attend weekly construction meetings. Estimated construction duration is 10 weeks. c. Respond to RFI's that are generated during the construction process. d. Change order management e. Review and approve monthly pay applications. 1. Monitor closeout documentation and as-builts. PROPOSAL DOCUMENTS Please submit an original AND one (1) copy of your proposal signed by a person authorized to bind the party. The proposals shall be organized as outlined below: A. Firm(s) Information: BID NO #61900066 Page 13 1. Identify which office (Contact Office) will be responsible for the project. 2. Provide a staffing chart showing proposed organization for this project. 3. Provide a list of proposed firms to be used in design services for the following: Architectural, HVAC, Electrical, Mechanical, and Plumbing. 4. Provide resumes of personnel who will be involved on the project. Weld County reserves the right to interview designated project personnel. 5. No changes in the approved project personnel will be granted unless agreed to by Weld County. 6. Provide any and all information regarding any lawsuits pending or threatened against, you, your firm or any of the principals or joint ventures. B. Firm's Experience: 1. Provide a brief summary of like work your firm has undertaken. 2. List the owner, type of project, address and contact name for references and telephone numbers. 3. Indicate whether your contract was a prime or involved a joint venture with another firm and whether construction administration other services were involved. C Current Workload: Provide a list of current project commitments by your proposed team and proposed individuals, including the status of such projects. Identify the owner's representative, address and phone number for each project. EVALUATION CRITERIA The following criteria will be used to evaluate qualifications: 1. Prior experience of firm and key staff on a similar project. 2. Quality and experience of people assigned to the project 3. Current workload, organizational depth and ability to deliver the project within the project's timeframe. 4. Demonstrated ability to design a project such as this to meet cost, schedule and quality goals. 5. Completeness of the response to this Bid. 6. Fee proposals. Each response must include all information and documents required by this Bid. Failure to furnish all required information and documents may result in the rejection of the Bid. FEE PRQPSAL The County anticipates entering into a lump sum contract for these design services. Additional phases of work may be amended to the contract. 1. Identify the Fee your firm proposes to provide Design services described in this Bid. 2. Provide a separate cost for the construction administration portion of this project and how you intend to charge for these services. 3. Provide a list of salary/wage rates for personnel proposed for this project. Indicate the base wage or salary and applied Direct Personnel Expense to formulate a total hourly billing rate and monthly billing rate for each individual proposed for involvement in either the pre -construction phase or construction phase of the project. Complete the fee proposal below for your bid. If you have additional fees, provide attachments detailing those fees. BID NO #B1900066 Page 14 FEE PROPOSAL Bidder Assumptions Design Duration Estimated # of Weeks Fee Proposal Lump Sum Design Services $ 2. Construction administration services $ 3. Other costs (Please identify these $ below or attach with proposal.) TOTAL A mandatory pre -bid conference will be held on Wednesday. March 13th, 2019 at 10:30 AM at the Weld County Buildings & Grounds facility, located 1105 H Street, Greeley, CO 80631. Bids will be received n to _ but not later that Wednesda March 27th. 2019 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID NO #B1900066 Page 15 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #61900066. 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 CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE DATE FAX TAX ID # 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 ##96-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 — 1'1 ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID NO #B1900066 Page 16 H -B Request for Bid B1900066 Centennial Center 915 10th Street Greeley, CO 80631 Weld County Purchasing Department: RE: Bid Proposal B1900066 Please find your pages 12-15 attached, Crumpton and Associates Architects (CM) Fee Proposal Fee Schedules Additional Services Similar Work References Consultant Firms/Resumes Introduction/Fee Proposal Gerald Crumpton, AIA, I am the single Principal of Crumpton and Associates Architects (CM). I will be the main contact for this project. My team will dedicate 100% of their time to this project. I have been involved in over one billion dollars of Capital and Bond Improvement projects for Yale Public Schools, Yale MI 48097, Chicago Transit Authority, Chicago, IL, Adams Twelve Five Star Schools, Thornton, CO 80241 and Saint Vrain Valley Schools, Longmont, CO 80501 over the last twenty six years. At CTA I was part of a staff of over 100 design professional covering all disciplines. I was responsible for developing the design renovations for six station houses along stops on the Blue Line. This included ADA and Egress compliance. This was a complicated opportunity including air rights negotiations as the elevated train often went over existing facilities. This was a Five Hundred Thousand Dollar Capital Improvement Project. As District Architect at Adams 12 Five Star Schools and St. Vrain Valley Schools I was in charge of insuring District Technical Guidelines and Design Standards were being followed by our NE consultants designing new and renovated schools. I also acted as the Architect of Record for small projects up to one million dollars. I put together a select group of design professionals as needed to accomplish the task at hand. I was in charge of the Facility Audits for all NE disciplines at Adams 12 Five Star Schools and Saint Vrain Valley School District. My knowledge and understanding of HVAC Systems, Electrical/Lighting Distribution, and Plumbing are extensive. These annual audits provide the needed cost data, remaining useful equipment life, and a replacement prioritization scale to make informed Capital Improvement decisions and planning. I was the District's Facility Planner from 2001-2007. I worked on long term Master Planning for district growth with district demographic staff for future school locations, architectural typology and size. I have also preformed as the Architect of Record for CM for; Adams 14 School District, Mapleton School District, Rocky Mountain Cummins, Elizabeth Public Schools and Colorado University Boulder. My practice history is pragmatic and nontraditional. Representing the public sector's interests is a lifelong commitment. Company Strengths A company's strengths are with its people. CAA is a Sole Proprietor founded by Gerald Crumpton in 2007. It took Gerald nineteen years to become a Registered Architect; twelve years of night school, five years as an intern and two years passing nine national exams taking forty hours in the testing center. Gerald was the high school student that wrestled with the "why" in the curriculum. He did not see the long term value in learning at that time. He grew into a man that loved learning and has not stopped pursuing new ideas. This core value of Life Long Learning is a perfect fit to his Architectural Practice. As a small firm Gerald is highly involved in all aspects of a project. CM has long term relationships with local Engineering Firms that bring specific design resources to a project. To summarize our three strengths: 1. Commitment to pursue the best design for a project. This evolves taking risks. 2. Team Building and Communication with Stakeholders. 3. Lifelong love practicing Architecture, which is a combination of Theory and Practice. Life Safety is a number one priority at CM. No lawsuits ever. Crumpton and Associates Architects 12891 Jackson Circle Thornton, CO 80241 crumpton.gerald@crumptonandassociatesarchitects.com P 720.427.5421 Fee Proposal is based on a site visit on 03/19/2019 and Bid Package B1900066. Crumpton and Associates Architects (CAA) will provide FULL SERVICE design disciplines incorporating Weld County Design Standards to meet the 2015 I -Codes adopted by the City of Greeley, Colorado 80632. Provide Plans, Elevations, Sections, Details, and Specifications (on plans) to construct scope provided by Weld County Government, The facility is located at 915 10th Street, Greeley, CO 80631 1. A 10% Concept Design Set, 2. A50%CD Set 3, A 100% Bid Set on based on a two month design schedule 4, Construction Administration for a two month construction schedule, (assumes 10 site OAC meetings by CM staff only) 5. CM will retain: RJ McNutt as its Electrical Engineer Abrahamson Engineering as its Mechanical Engineer. Both firms are located in Weld County $6,750.00 Total Cost Staffing Chart Weld County Architect Engineers Design Fees all Disciplines by Phase A Pre Design Phase $ 600.00 B 50% CD Set $2,500.00 C 100% Bid Set $3,650.00 D Design Total $6,750.00 E CM Construction Administration Included F TOTAL COMPENSATION $6,750.00 H Additional Services I Required Consultant Meetings $375.00 ea J Consultant Mileage $0.55/Mile Hourly Billing Rates A Principal Architect $110.00 B Architect $100.00 C Principal Engineer $125.00 D Draftsmen $65.00 E Administration $55.00 Crumpton and Associates Architects 12891 Jackson Cirde Thornton, CO 80241 crumpton_gerald@crumptonandassodatesarchitects.com P 720.427.5421 Projects Saint Vrain Valley Schools Learning Services and Finance New Offices/Site Work Owner Budget 650K. Fifty Six Hundred Square Feet. Completed August 2014. Saint Vrain Valley Schools Transportation Upgrade Study. Owner Budget 650K. HCM Architects refined study and project was complete August 2016. Saint Vrain Valley Schools Lincoln School Room E112 Renovation. Owner Budget 65K. Convert space into three offices. Work includes HVAC, Electrical, and Finishes. Construction complete December 2016. Colorado University Boulder Guggenheim Hall Office Conversion Owner Budget 70K. Convert unused darkroom into two Faculty Offices. All Professional Services except Civil and Structural. Completed September 2016. Colorado University Boulder Folsom Field Office Renovation. Owner Budget 70K. Renovate existing Basketball Players Lounge into office suites. Convert existing storage room into and ADA compliant Kitchenette. All Professional Services accept Civil. Completed December 2016. Colorado University Boulder Muenzinger Hall Office Renovation. Owner Budget 70K. Upgrade Architectural and MEP from original 1968 Construction. Under construction till August of 2017. Adams 14 School District. Kemp Elementary School. Owner Budget 120K. Provide all Professional Services to set and install 1440 Square foot wet Mobile. Complete December 2011 Crumpton and Associates Architects 12891 Jackson Circle Thornton, CO 80241 crumpton_gerald@crumptonandassociatesarchitects.com P 720.427.5421 References Mr. Richard Ruffino, Executive Director 2016 Bond St. Vrain Valley School District 395 S Pratt Parway Longmont, CO 80501 303.881.3445 Cell Ruffino_richard@svvsd.org Mr. Scott Weber, Retired Director of Facilities Adams Fourteen School District 5291 E 60th Ave Commerce City, CO 80022 970.302.6284 Cell Ms Catherine Townsend, Project Manager CU Colorado University at Boulder 1540 30th Street Boulder, CO 80301 C 303.492.7595 Consultants: Abrahamson Engineering Inc. Mechanical Engineers 3101 Kintzley Court # D La Porte, CO 80535 Roger Abrahamson, PE 970.221.2569 rocera{a.abrahamsonenq.com RJ McNutt and Associates Electrical Engineers 6801 W 20th Street Greeley, CO 80634 Waylon Cash PE 970.330.3266 waylonic7i rjmcnutt.com Crumpton and Associates Architects 12891 Jackson Circle Thornton, CO 80241 crumptongerald@crumptonandassociatesarchitects.com P 720.427.5421 ADDENDUM#1 BID REQUEST NO. B1900066 DESIGN SERVICES - SECURITY ACCESS PROJECT CENTENNIAL CENTER BID SPECIFICATIONS CURRENTLY READ: PAGE 1 OF THE BID SPECS - UNDER 1. NOTICE TO BIDDERS: A mandatory pre -bid conference will be held at 10:30 AM, on Wednesday, March 13th, 2019, at the Weld County Buildings & Grounds Facility, 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. PAGE 15 OF THE BID SPECS (UNDER THE TABLE) A mandatory pre -bid conference will be held on Wednesday, March 13th, 2019 at 10:30 AM at the Weld County Buildings & Grounds facility, located 1105 H Street, Greeley, CO 80631. BID SPECIFICATIONS SHOULD NOW READ: A mandatory pre -bid conference will be held at 10:30 AM, on Wednesday, March 13th, 2019, at the Weld County , Centennial Center Building, 915 10th St, Greeley, CO, 80631 (meet at the Plaza South Security Station), 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. PAGE 15 OF THE BID SPECS (UNDER THE TABLE) A mandatory pre -bid conference will be held on Wednesday, March 13th, 2019 at 10:30 AM at the Weld County . ` 0 eet1 Centennial Center Building, 915 10th St, Greeley, CO 80631. Meet at the Plaza South Security Station. ***We need signed cony on file. Thank You!*** Addendum received by: FIRM Crumpton and Associates Architects _ ADDRESS 12891 Jackson Circle CITY AND STATE Thornton, CO 80241 BY Gerald Crumpton, AIA OocuSiQnal by: FEBRUARY 27, 2019 3/19/2019 EMAILmuttiptbn_gerald@yahoo.com Form W-9 (Rev. October 2018) Department of the Treasury internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. I Print or type. See Specific Instructions on page 3. 1 Name (as shown on your income tax return). Name is required on this finer; do not leave this line blank. Gerald L Crumpton 2 Business name/disregarded entity name, if different from above Crumpton and Associates Architects 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes, 4 Exemptions certain entities, instructions Exempt payee Exemption code (if any) (Applies to accounts (codes apply only to not individuals; see on page 3): code (if any) x • IndividuaVsole proprietor or I C Corporation I S Corporation I Partnership Trust/estate single -member LLC company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) appropriate box in the line above for the tax classification of the single -member owner. is classified as a single -member LLC that is disregarded from the owner unless the is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single from the owner should check the appropriate box for the tax classification of its owner. ► ► is Limited liability from FATCA reporting Note: Check the LLC if the LLC another LLC that is disregarded © Other (see instruction) Do not check owner of the LLC is -member LLC that maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) See instructions. 12891 Jackson Circle Requester's name and address (optional) 6 City, state, and ZIP code Thornton, CO 80241 7 List account number(s) here (optional) w axpayer identification Number Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. jSocial security number or Employer identification number 4 5 4 6 1 4 4 8 2 Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person is ,nocuSigned by: ‘crati. I,i to tpfeu. General Instruct§D° '7944" Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-I NT (interest earned or paid) Date ► 03/27/2019 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Roger D. Abrahamson, P.E., President/Owner EDUCATION: • Bachelor of Science in Mechanical Engineering — South Dakota School of Mines and Technology, Rapid City, South Dakota, 1966 EXPERIENCE: 1981 -Present Owner/President of Abrahamson Engineering, Inc. - Fort Collins, Colorado Some of the recent projects completed by Abrahamson Engineering include: • Cheyenne South High School - Cheyenne, Wyoming • Burns Elementary School - Burns, Wyoming • New Eaton Elementary School - Eaton, Colorado • CSU Summit Hall (Dormitory) - Fort Collins, Colorado • Northern Colorado Water Conservancy District Headquarters Complex - Berthoud, Colorado • Freedom Elementary School - Cheyenne, Wyoming 1977-1981 The Spitznagel Partners (TSP) - Sheridan, WY — Sioux Falls, South Dakota Opened Mechanical Department at Sheridan, Wyoming Some of the projects completed for this employer include: • Meadowlark Elementary School - Sheridan, WY • Buffalo Bill Cody Museum, Plains Indian Addition - Cody, WY • Various VA projects • Freezer plant • Computer tape manufacturing facility • County detention and law enforcement facility - McLeod County, Minnesota • Numerous energy audits and energy conservation projects 1973- 1977 McFall and Konkel Consulting Engineers (MKK) - Denver, Colorado Promoted to Senior Project Engineer Responsible for mechanical design, construction, and supervision of numerous projects. Some of the projects completed for this employer include: • Smoky Hill H.S., Cherry Creek School District • Overland H.S., Cherry Creek School District • Office buildings at the Denver Technological Center • Student Center and other buildings at the Auraria Higher Education Center, downtown Denver 1969- 1971 Trane Company - Lacrosse and Appleton, Wisconsin Sales Engineer Sales and application of HVAC systems and mechanical equipment for industrials, mechanical contractors, and owners. 1967- 1969 1" Lt., U.S. Army Corps of Engineers - Germany 2 years construction coordination experience in Germany REGISTRATION: Colorado Registered Professional Engineer Wyoming Registered Professional Engineer Nebraska Registered Professional Engineer AFFILIATIONS: ASHRAE, NFIB, BBB Kelly J. Koritnik, Design Engineer EDUCATION: • Bachelor of Science in Architectural Engineering — University of Wyoming, Laramie, Wyoming, 2007 • Associate of Science in Engineering — Laramie County Community College, Cheyenne, Wyoming, 2005 • Mitsubishi Diamond Designer, 2012 EXPERIENCE: 2005 -Present Abrahamson Engineering, Inc. — Fort Collins, Colorado Some of the recent projects completed by Abrahamson Engineering include: • Mechanical remodel of PRPA Office Building - Fort Collins, Colorado • New Government and Public Works Buildings - Archer, Wyoming • Cheyenne South High School - Cheyenne, Wyoming • Depot Plaza Restroom & Maintenance Facility - Cheyenne, Wyoming • Dry Creek Community Park - Longmont, Colorado AREAS OF SPECIALTY: Heating, Ventilating, and Air Conditioning Design; Plumbing Design; CAD Drafting AFFILIATIONS: ASHRAE Ab ENGINEERING, INC. Serving Colorado and Wyoming Since 1981 rahamson ENERGY EFFICIENT & INNOVATIVE SYSTEMS: South High School, Cheyenne, WY Size: 255,500 ft2 Construction Cost: $63,650,000 Owner: Laramie County School District 1 Contract Amount: $276,000 Project Completion Date: August, 2010 Mechanical System: Direct/indirect evaporative cooling (no chiller) in custom rooftop VAV air - handlers with hot water heat from high efficiency boilers. Platte River Power Authority, Fort Collins, CO Size: 23,500 ft2 Construction Cost: $960,000 Owner: Platte River Power Authority, Contract Amount: $53,641 Project Completion Date: August, 2010 Mechanical System: Water source heat pumps, a small high efficiency boiler, existing cooling tower serving variable refrigerant flow terminal units in each office, with individual thermostat control. There is a dedicated outside air system with VAV boxes controlled by CO2 sensors for large meeting rooms. Burns West Elementary School, Burns, WY Size: 53,000 ft2 Construction Cost: $9,407,388 Owner: Laramie County School District 2 Contract Amount: $115,590 Project Completion Date: October, 2009 Mechanical System: Ground source heat pump system for heating/cooling with horizontal slinky ground heat exchanger (no wells) and individual heat pump units above corridors for classrooms. With dedicated heat recovery units for outside air pre -heat. Abrahamson Engineering, Inc. 3101 Kintzley Court, Unit D LaPorte, CO 80535 970-221-2569 mail@abrahamsoneng.com www.abrahamsoneng.com AEo4-Project List Council Tree Library, Fort Collins, CO Size: 17,500 ft2 Construction Cost: $1,563,395 Owner: City of Fort Collins Contract Amount: $30,000 Project Completion Date: February, 2009 Mechanical System: LEED Gold project with high efficiency gas/electric rooftop units and CO2 sensors for outside air control with limited VAV. CITY OF FORT COLLINS PROJECTS: PROJECT NAME & LOCATION COMPLETED Southeast Community Park Currently in Construction Club Tico Deck Phase Currently in Construction Fort Collins Housing Authority 2015 Facility Improvement Study City Hall Boiler Replacement 2013 Radiant Park Toilet 2013 Transfort Bus Facility 2012 Registry Ridge Park 2012 Mulberry Waste Water Treatment Plant 2011 Boiler Combustion Air Club Tico Remodel 2009 Spring Canyon Park & Maintenance Facility Reservoir Ridge House & Studio Fossil Creek Reservoir Open Space Fossil Creek Park & Maintenance Facility City Park Pool City Hall Second Floor Remodel City Utilities Remodel City Park Center Nix Farm House Historical Assessment 2007 2005 2004 2003 2003 2003 2002 2001 2001 AE04-Project List REFERENCES FOR ABRAHAMSON ENGINEERING: Serving Colorado and Wyoming Since 1981 Fort Collins Housing Authority 1715 W. Mountain Ave. Fort Collins, CO 80521 • Darcy McClure, Project Manager 970-1 16-2839 Cheyenne VA Medical Center 2360 East Pershing Boulevard Cheyenne, Wyoming 82001 • Lori Krohn, Contracting Officer 307-778-7326 Poudre School District 2407 LaPorte Avenue Fort Collins, Colorado 80521 a Stu Reeve, Energy Manager 970-490-3502 • Pete Hall, Director of Facilities 970-490-3425 Laramie County School District #1 2810 House Avenue Cheyenne, Wyoming 82001 • Fred Heil, Facilities Project Coordinator 307-771-2294 HVAC • Plumbing • Energy Audits/Conservation Abrahamson Engineering, Inc. 3101 Kintzley Court, Unit D LaPorte, CO 80535 970-221-2569 mail@abrahamsoneng.com www.abrahamsoneng.com INTRODUCTION AND QUALIFICATIONS: Serving Colorado and Wyoming Since 1981 Abrahamson Engineering, Inc. 3101 Kintzley Court, Unit D LaPorte, CO 80535 970-221-2569 mail@abrahamsoneng.com www.abrahamsoneng.com Abrahamson Engineering is a Mechanical Engineering firm located near Fort Collins, Colorado and is a member of the Better Business Bureau (BBB) and the National Federation of Independent Business (NFIB). Founder and President, Roger D. Abrahamson, is a graduate Mechanical Engineer with over forty years experience in Heating, Ventilating and Air Conditioning, and is a Registered Professional Engineer in Colorado and Wyoming. The firm was started in August of 1981, and specializes in HVAC and plumbing design, construction supervision, and energy audits/conservation for buildings such as schools (K-12 and higher education), office buildings, churches, medical facilities, commercial and manufacturing facilities, and energy conservation projects. In addition, we have completed hundreds of projects for Colorado State University and the City of Fort Collins. Please see the attached list of a few projects we have worked on over the years. We have highlighted a few recent projects in which we have designed energy efficient and innovative systems. Abrahamson Engineering has received a reputation for its excellence in design, attention to details, and the highest quality and easy to read plans. Quality in design and energy conservation is paramount in the vision of Abrahamson Engineering. We strive to deliver the best design to meet our clients' needs and budget. Because of our commitment to quality, our clients experience fewer problems during construction. Please see the attached list of references of some of our long lasting repeat clients. We have attached resumes of key personnel at Abrahamson Engineering. Even though we are relatively small, we have built a strong team that can handle both small and large projects. Energy conserving mechanical systems have been the primary goal of Abrahamson Engineering since its beginning. Even before the inception of LEED (Leadership in Energy and Environmental Design), we had energy conserving standards in place. This made for a smooth and natural transition to LEED certified projects. A couple of the LEED projects we have worked on are the Council Tree Library in Fort Collins and the Human Performance Lab at Colorado State University. FEE SCHEDULE: Principal: $110.00 Engineer I/Designer/Drafter: 75.00 HVAC • Plumbing • Energy Audits/Conservation QUALIFICATIONS Responsible for the electrical design of commercial, educational, recreational, and health care facilities including: creation of lighting plans, lighting controls design, power plans, and preparation of construction specifications. Experienced in the design of power distribution systems, creation and assessment of photometric plots and knowledgeable in providing construction administration services. Mr. Cash has extensive experience with lighting and controls including IECC and ASHRE compliance. Project manager and designer from DD's through CD's with attention to Contract Administration in dealing with RFI's, Change Orders, Proposal Requests, Field Observations, and Shop Drawing Review. Wa�jlon Cash, PE FFD Green Associate Project Manager EDUCATION Colorado State University Fort Collins, Colorado Bachelor of Science Electrical Engineering RELEVANT EXPERIENCE RJ McNutt & Associates - Greeley, CO. Designer and Project Manager for the firm Health Care Kaiser Permanente a Pueblo West MOB Kaiser Permanente - Colorado Springs MOB Kaiser Permanente - Executive Center Wheat Ridge, CO Kaiser Permanente Castle Rock, CO Kaiser Permanente Englewood Summit View ROB. Greeley, CO Educational Boulder High School Boulder, CO DPS Early Childhood Education Denver, CO Evergreen Middle School Evergreen, CO Niwot High School Niwot, CO Ryan Elementary School Boulder, CO Sanchez Elementary School Boulder, CO Manual High School Denver, CO Whither Elementary School Denver, CO Weld RE -4 Projector Upgrades Windsor, CO Windsor Middle School Mat Hoist 6801 W. 20th Street, Unit 212 Greeley, Colorado 80634 970-330-3266 Commercial O ear f F R rd Northglenn, CO Subway Loveland, CO First Bank Arvada Arvada, CO First Bank Parker, CO First Bank Palm Desert CA First Bank Pearl Street Boulder, CO First Bank El Rancho Evergreen, CO First Bank El Paso Colordao Springs, CO The Victoria Steamboat Springs, CO USPS Bulk Mail Center OlG Office Remodel Denver, CO Recreational and Entertainment The Diplomat Restaurant Steamboat Springs, CO Sheraton Remodel Steamboat Springs, CO Union Colony Civic Center (various project upgrades) Greeley, CO SSRC Kids Vacation Center Steamboat Springs, CO Collindale Golf Course Ft. Collins, CO The Edge Ft. Collins, CO 215 Main Street, Suite C Pine Bluffs, WY 82082 307-635-1112 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 1, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Centennial Security Access Recommendation; Bid (B1900066) As advertised, this bid is to perform design services for the new security access renovation at the Centennial Complex. The low bid from is from Crumpton and Associates Architects and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Crumpton and Associates Architects for $6,750.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ,DOCci- ID -71 6C00 I WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: rturfa,weldgov.com E -Mail: reverett(a weldgov.com E-mail: cmpeters(weldgov.com Phone: (970) 400-4216, 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: MARCH 27, 2019 REQUEST FOR: DESIGN SERVICES - SECURITY ACCESS PROJECT - CENTENNIAL CENTER DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B1900066 PRESENT DATE: APRIL 1, 2019 APPROVAL DATE: APRIL 15, 2019 VENDOR TOTAL CRUMPTON & ASSOCIATES ARCHITECTS 12981 JACKSON CIRCLE THORNTON, CO 80241 ROBERT SHREVE ARCHITECTS, INC 801 8TH ST, STE 120 GREELEY, CO 80634 $6,750.00* $8,800.00 *DOES NOT INCLUDE PRICING FOR REQUIRED CONSULTANT MEETINGS OR CONSULTANT MILEAGE. The Department of Buildings and Grounds will review the bids. 2019-1271
Hello