HomeMy WebLinkAbout20161493.tiff RESOLUTION
RE: APPROVE AGREEMENT FOR PROFESSIONAL SERVICES FOR ENGINEERING AND
DESIGN DOWNTOWN PARKING LOT AND AUTHORIZE CHAIR TO SIGN -ALLIANCE
ENGINEERING, LTD.
WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS, the Board has been presented with an Agreement for Professional Services
for Engineering Design and Downtown Parking Lot between the County of Weld, State of
Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the
Department of Buildings and Grounds, and Alliance Engineering, Ltd., commencing upon full
execution of signatures and ending May 31, 2016, with further terms and conditions being as
stated in said agreement, and
WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy
of which is attached hereto and incorporated herein by reference.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld
County, Colorado, that the Agreement for Professional Services for Engineering and Design
Downtown Parking Lot between the County of Weld, State of Colorado, by and through the Board
of County Commissioners of Weld County, on behalf of the Department of Buildings and Grounds,
and Alliance Engineering, Ltd., be and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized
to sign said agreement.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 2nd day of May, A.D., 2016.
BOARD OF COUNTY COMMISSIONERS
� C� WELD COUNTY, COLORADO
��,.LL ATTEST: �- W/ G• .kp:64
Mike Freeman, Chair
Weld County Clerk to the Board
Sean P. Conway, Pro-Tem
BY: . i,. .. (A. /.� -�� � /
De• ty Clerk to the Board � \� -^� 2 (
. Cozad f
our i'•
APPR AS M. ill ' E
ra Kirkmey=
unty Attorney �:;' t : CUSED
, ��� p�� Steve Moreno
Date of signature: af5'J( ° E1—
(.r.•,'Pw4,mu0IRE)"Gen) 2016-1493
S' 16 BG0018
Alliance Engineering, Ltd.
Via Fedex First Overnight
rNk April 7, 2016
9717 wadsv-orth Pkwy Mr. Toby Taylor and Ms. Marcia Walters
west„roster.Colorado 80021 ATTENTION: Purchasing Department
Fen Post Office square Weld County Administrative Building
7'Floor south 1150 O Street Room # 107
Boston,Massachusetts 02109
Greeley, Colorado 80631
Telephone 617.428.0273
Facsimile 617.428.0276
Email: bids ,weldgov.com
aclen`=inecnng.corn Facsimile Number: 970-336-7226
Dear Toby and Marcia:
Re: Engineering/Design Downtown Parking Lot (1020 9th
Avenue
Proposal Number: #B1600054
The purpose of this correspondence is to provide you with the original of
the executed contract for the noted Proposal Number #B1600054. I have
also initialed each page of the components of the contract.
The insurance Certification on all policies and coverages were provided
under separate cover. In the event that you require any additional
information prior to presenting the contract to the Board for Execution,
please advise. My thanks and regards and AEL very much looks forward
to working with Weld County on the success of the noted Project.
Sincerely,
Glenn H. Haese
CEO/General Counsel
Alliance Engineering, Ltd.
Enclosure: Original Executed Copy of Contract
2016-1493
Alliance Engineering, Ltd.
FACSIMILE TRANSMITTAL SHEET
TO: FROM:
Toby Taylor Glenn H. Haese
c/o Marcia Walters
COMPANY: DATE:
9737 Wadsworth Pkwy
Westminster,Colorado 80021
telephone 303.903.9145 Weld County April 6, 2016
Icn Post Office Square Purchasing
Floor South
Boston,Massachusetts 02109
Telephone 617.428.0273
Facsimile 617.428.0276 FAX NUMBER: TIME:
1-970-336-7226 3:20 PM
PHONE NUMBER: TOTAL NO. OF
PAGES INCLUDING
COVER:
1-970-336-7226
44
MATTER:
URGENT-DELIVER
Executed contract with IMMEDIATELY
Exhibits - #B1600054
NOTES AND COMMENTS:
Marcia—Please send to Toby at your earliest convenience.
Thanks GHH
WELD COUNTY AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY&ALLIANCE ENGINEERING,LTD.
ENGINEERING DESIGN DOWNTOWN PARKING LOT
mac{
THIS AGREEMENT is made and entered into this l day of tt;L La uG by and between the County of
Weld, a body corporate and politic of the State 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 Alliance Engineering Services,
Ltd, who whose address is 9737 Wadsworth Parkway,Westminster,CO 80021,hereinafter referred to as"Contractor".
WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform
services as more particularly set forth below; and
WHEREAS,Contract Professional has the ability,qualifications,and time available to timely perform the services,
and is willing to perform the services according to the terms of this Agreement.
WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill,
expertise, and experience necessary to provide the services as set forth below;
NOW,THEREFORE, in consideration of the mutual promises and covenants contained herein,the parties hereto
agree as follows:
1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B
which form an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference.
2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and
agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project
described in Exhibits A and B.
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 and B. This contract may be
extended annually upon written agreement of both parties.
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.
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 $20,695.00,which is the amount set forth in the bid. 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.
7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents
or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the
execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall
be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement.
Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through
County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees.
8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular
reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of
this Project without County's prior written consent, which may be withheld in County's sole discretion.
c2oiG--/4/9sp R
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. 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 persormel in a professional and workmanlike manner,
consistent with industry standards, and that all services will conform to applicable specifications.
12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed
to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor.
Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a
waiver of any of the County's rights under this Agreement or under the law generally.
13. Insurance and Indemnification. Contractor shall procure at least the minimum amount of automobile liability
insurance required by the State of Colorado for the use of any personal vehicle. Proof of said automobile liability insurance
shall be provided to County prior to the performance of any services under this Agreement. Professional Liability(Errors
and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions
defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful
acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of
operations under this Contract resulting from professional services. In the event that the professional liability insurance
required by this Contract is written on a claims-made basis, Contract Professional warrants that any retroactive date under
the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an
extended discovery period will be exercised for a period of two(2)years beginning at the time work under this Contract is
completed.
Minimum Limits:
Per Loss S 1,000,000
Aggregate S 2,000,000
14. 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.
15. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder,
without the prior written approval of County.
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. 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.
18. 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.
19. 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.
20. 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.
21. 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.
22. 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.
23. 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-l0-101 et seq., as applicable now or hereafter amended.
24. 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.
25. 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.
26. 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.
27. Public Employment Retirement Program. Contractor is responsible for notifying Weld County of any previous
participation in the Colorado Public Employee Retirement Program. Contractor must notify Weld county of the most recent
employment for a PERA contributing employer.
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.
29. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees
to be bound by its terms. Both parties further agree that this Agreement,with the attached Exhibits A and B,is the complete
and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written,
and any other communications between the parties relating to the subject matter of this Agreement.
IN WITNESS WHEREOF,the parties hereto have signed this Agreement this day of I 1,•r , 20 .4,
CON RACTOR:
/ ,
p- ..r •
— Date / �lir
By: ,..),4,-;
N ame: �a N�ti..,7 /1.��C '-
Title: l r / c'e,t/r.2-e ,. Kt) ✓�-c '
WELD COUNTY: C� _ A
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld Co i ty Clerk to the Bo rd WELD COUNTY, COLORADO
B Y: . 1 . j -4L g�.ee..
Deputy Cle to the B ike Freeman, Chair MAY 0 2 2016
11114
APPROVED AS TO FUND . 'y =am PPROVED AS TO SUBSTANCE:..--0 1 iteiitie
Iraf At
Controller ' t �' � Electe ficial Departn� t Head
APP VED AS O FORM:
./1/ Director of General Services
County Attorney
m/6' /O3
REQUEST FOR PROPOSAL 1861
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
n
COUNTY
DATE: FEBRUARY 11, 2015
PROPOSAL NUMBER: #B1600054
DESCRIPTION: ENGINEERING/DESIGN-DOWNTOWN PARKING LOT
DEPARTMENT: BUILDINGS & GROUNDS DEPT
MANDATORY PRE-PROPOSAL CONFERENCE DATE: 2/24/16 @ 10:30 AM
PROPOSAL OPENING DATE: 3/4/16 @ 10:00 AM
1. NOTICE TO BIDDERS:
The Board of County Commissioners of Weld County, Colorado, by and through its Director of General
Services (collectively referred to herein as, "Weld County"), wishes to purchase the following:
RFP - ENGINEERING/DESIGN-DOWNTOWN PARKING LOT (1020 9TH AVENUE)
A mandatory pre-proposal conference will be held at 10:30 AM,on Wednesday, February 24, 2016,
at the site, 1020 9th Ave, Greeley CO 80631. Bidders must participate and record their presence at the
pre-proposal conference to be allowed to submit proposals.
Proposals will be received at the Office of the Weld County Purchasing Department in the Weld County
Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: Friday,March 4,2016 10:00 an
(Weld County Purchasing Time Clock).
PAGES 1 -9 OF THIS REQUEST FOR PROPOSALS CONTAIN GENERAL INFORMATION FOR THE REQUEST
NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-9 MAY BE
APPLICABLE FOR EVERY PURCHASE. PROPOSAL SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO PROPOSAL:
Weld County requests proposals for the above-listed merchandise, equipment, and/or services.
Said merchandise and/or equipment shall be delivered to the location(s) specified herein
Proposals 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 proposal.
You can find proposal information on the Weld County Purchasing website at
http_//www.co.weld.co.us/Departments/Purchasing/index html located under Current Request for
Proposals. Weld County Government is a member of the Rocky Mountain E-Purchasing System.The
Rocky Mountain E-Purchasing System (BidNet®) is an on-line notification system that is being utilized
by multiple governmental entities. Participating entities post their proposals, quotes, proposals,
addendums, and awards on this one centralized system.
Proposal Delivery to Weld County— 3 methods:
1. Email. Emailed proposals are preferred. Proposals may be emailed to:
bids@we I d g ov . co m . Emailed proposals must include the following statementon the
email: "I hereby waive my right to a sealed proposal". An email confirmation will be sent when
we receive your proposal/proposal. If more than one copy of the proposal is requested,you must
submit/mail hard copies of the proposal.
2. Facsimile. Proposals may be faxed to 970-336-7226 attention "Purchasing". The vendor
must include the following statement on the facsimile:"I hereby waive my right to a sealed
proposal. If more than one copy of the proposal is requested, you must submit/mail hard
copies of the proposal.
3. Mail or Hand Delivery. Mailed (or hand delivered) proposals should be sent in a sealed
envelope with the proposal title and proposal number on it. Please address to: Weld County
Purchasing Department, 1150 O Street, Room#107 Greeley, CO 80631.
Please call Purchasing at 970-336-7225 if you have any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION:
Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing
Department. Each proposal must give the full business address of bidder and be signed by him with his
usual signature. Proposals 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. Proposals 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 proposal
by a person who affixes to his signature the word "president," "secretary," "agent," or other title without
disclosing his principal, may be held to be the proposal of the individual signing. When requested by
the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing
in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of
anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the
person signing the proposal. All bidders shall agree to comply with all of the conditions, requirements,
specifications, and/or instructions of this proposal as stated or implied herein. All designations and
prices shall be fully and clearly set forth. All blank spaces in the proposal forms shall be suitably filled
in. Bidders are required to use the Proposal Forms which are included in this package and on the basis
indicated in the Proposal Forms. The Bid Proposal must be filled out completely, in detail, and signed by
the Bidder.
Late or unsigned proposals shall not be accepted or considered. It is the responsibility of the bidder to
ensure that the proposal arrives in the Weld County Purchasing Department on or prior to the time
indicated in Section 1, entitled, "Notice to Bidders." Proposals received prior to the time of opening will
be kept unopened in a secure place. No responsibility will attach to the Weld County Director of
General Services for the premature opening of a proposal not properly addressed and identified.
Proposals may be withdrawn upon written request to and approval of the Weld County Director of
General Services; said request being received from the withdrawing bidder prior to the time fixed for
award. Negligence on the part of a bidder in preparing the proposal confers no right for the withdrawal
of the proposal after it has been awarded. Bidders are expected to examine the conditions,
specifications, and all instructions contained herein, failure to do so will be at the bidders' risk.
In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give
preference to resident Weld County bidders in all cases where said proposals are competitive in price
and quality. It is also understood that Weld County will give preference to suppliers from the State of
Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting proposals for the purchase of
any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County),
Weld County reserves the right to reject any and all proposals, to waive any informality in the
proposals, to award the proposal to multiple vendors, and to accept the proposal that, in the opinion of
the Board of County Commissioners, is to the best interests of Weld County. The proposal(s) may be
awarded to more than one vendor.
BID REQUEST#B1600054 Page 2Oti
I��I�
In submitting the proposal, the bidder agrees that the signed proposal 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 proposal by
Weld County, together constitutes a contract, with the contract date being the date of formal
acceptance of the proposal by Weld County. The County may require a separate contract, which if
required, has been made a part of this RFB.
4. SUCCESSFUL BIDDER HIRING PRACTICES-ILLEGAL ALIENS:
Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an
illegal alien who will perform work under this contract. Successful bidder will confirm the employment
eligibility of all employees who are newly hired for employment in the United States to perform work
under this Agreement, through participation in the E-Verify program or the State of Colorado program
established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or
contract with an illegal alien to perform work under this Agreement or enter into a contract with a
subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly
employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall
not use E-Verify Program or State of Colorado program procedures to undertake pre-employment
screening or job applicants while this Agreement is being performed. If Successful bidder obtains
actual knowledge that a subcontractor performing work under the public contract for services knowingly
employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County
within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or
contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop
employing or contracting with the illegal alien within three (3) days of receiving notice. Successful
bidder shall not terminate the contract if within three days the subcontractor provides information to
establish that the subcontractor has not knowingly employed or contracted with an illegal
alien. Successful bidder shall comply with reasonable requests made in the course of an investigation,
undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment.
If Successful bidder participates in the State of Colorado program, Successful bidder shall, within
twenty days after hiring a new employee to perform work under the contract, affirm that Successful
bidder has examined the legal work status of such employee, retained file copies of the documents, and
not altered or falsified the identification documents for such employees. Successful bidder shall deliver
to County, a written notarized affirmation that it has examined the legal work status of such employee,
and shall comply with all of the other requirements of the State of Colorado program. If Successful
bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County,
may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for
actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Successful bidder receives federal or state funds under the contract, Successful bidder must confirm
that any individual natural person eighteen (18) years of age or older is lawfully present in the United
States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under
the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under
penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the
United States pursuant to federal law, (b) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-103 prior to the effective date of the contract.
5. GENERAL PROVISIONS:
A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made
available. By acceptance of the proposal, Weld County does not warrant that funds will be
available to fund the contract beyond the current fiscal year.
BID REQUEST#B1600054 Page 3
B. Confidential Information: Confidential financial information of the bidder should be transmitted
separately from the main proposal submittal, clearly denoting in red on the financial information at
the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public
entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to
public records, and cannot guarantee the confidentiality of all documents.
C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as
a waiver, express or implied, of any of the immunities, rights, benefits, protections or other
provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or
hereafter amended.
D. Independent Contractor: The successful bidder shall perform its duties hereunder as an
independent contractor and not as an employee. He or she shall be solely responsible for its acts
and those of its agents and employees for all acts performed pursuant to the contract. Neither the
successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee
of Weld County. The successful bidder and its employees and agents are not entitled to
unemployment insurance or workers' compensation benefits through Weld County and Weld
County shall not pay for or otherwise provide such coverage for the successful bidder or any of its
agents or employees. Unemployment insurance benefits will be available to the successful bidder
and its employees and agents only if such coverage is made available by the successful bidder or
a third party. The successful bidder shall pay when due all applicable employment taxes and
income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful
bidder shall not have authorization, express or implied, to bind Weld County to any agreement,
liability or understanding, except as expressly set forth in the contract. The successful bidder shall
have the following responsibilities with regard to workers' compensation and unemployment
compensation insurance matters: (a) provide and keep in force workers' compensation and
unemployment compensation insurance in the amounts required by law, and (b) provide proof
thereof when requested to do so by Weld County.
E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and
state laws, rules and regulations in effect or hereafter established, including without limitation, laws
applicable to discrimination and unfair employment practices.
F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be
applied in the interpretation, execution, and enforcement of the contract. Any provision included or
incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be
null and void.
G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the
enforcement of the terms and conditions of the contract, and all rights of action relating to such
enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall
give or allow any claim or right of action whatsoever by any other person not included in the
contract. It is the express intention of the undersigned parties that any entity other than the
undersigned parties receiving services or benefits under the contract shall be an incidental
beneficiary only.
H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful
bidder, concerning the contract, the parties agree that Weld County shall not be liable to or
responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the
successful bidder.
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business
enterprises will be afforded full opportunity to submit proposals in response to all invitations and
will not be discriminated against on the grounds of race, color, national origin, sex, age, or
disability in consideration for an award.
BID REQUEST#61600054 Page 4
7r
J. Procurement and Performance: The successful bidder agrees to procure the materials,
equipment and/or products necessary for the project and agrees to diligently provide all services,
labor, personnel and materials necessary to perform and complete the project. The successful
bidder shall further be responsible for the timely completion, and acknowledges that a failure to
comply with the standards and requirements outlined in the Proposal 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 Proposal.
L. Termination: County has the right to terminate this Agreement, with or without cause on thirty
(30) days written notice. Furthermore, this Agreement may be terminated at any time without
notice upon a material breach of the terms of the Agreement.
M. Extension or Modification: Any amendments or modifications to this agreement shall be in
writing signed by both parties. No additional services or work performed by the successful bidder
shall be the basis for additional compensation unless and until the successful bidder has obtained
written authorization and acknowledgement by County for such additional services. Accordingly,
no claim that the County has been unjustly enriched by any additional services, whether or not
there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation
payable hereunder.
N. Subcontractors: The successful bidder acknowledges that County has entered into this
Agreement in reliance upon the particular reputation and expertise of the successful bidder. The
successful bidder shall not enter into any subcontractor agreements for the completion of this
Project without County's prior written consent, which may be withheld in County's sole discretion.
County shall have the right in its reasonable discretion to approve all personnel assigned to the
subject Project during the performance of this Agreement and no personnel to whom County has
an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder
shall require each subcontractor, as approved by County and to the extent of the Services to be
performed by the subcontractor, to be bound to the successful bidder by the terms of this
Agreement, and to assume toward the successful bidder all the obligations and responsibilities
which the successful bidder, by this Agreement, assumes toward County. County shall have the
right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor
hired by the successful bidder and the successful bidder shall cooperate in such process. The
successful bidder shall be responsible for the acts and omissions of its agents, employees and
subcontractors.
O. Warranty: The successful bidder warrants that services performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions of
this Agreement. The successful bidder further represents and warrants that all services shall be
performed by qualified personnel in a professional and workmanlike manner, consistent with industry
standards, and that all services will conform to applicable specifications.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free
from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and
conform to the minimum specifications herein. The successful bidder shall warrant that he has title
to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security
interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage,
travel time, and service trucks used in the servicing (including repairs) of any of the goods to be
purchased by Weld County, Colorado, pursuant to this proposal for as many service calls as are
necessary for the first one (1) year period after said goods are first supplied to Weld County.
BID REQUEST#B1600054 Page 5
Bidder shall submit with their proposals the following information pertaining to the equipment upon
which the proposals are submitted:
1. Detailed equipment specifications to include the warranty.
2. Descriptive literature.
P. Non-Assignment: The successful bidder may not assign or transfer this Agreement or any interest
therein or claim thereunder, without the prior written approval of County. Any attempts by the
successful bidder to assign or transfer its rights hereunder without such prior approval by County
shall, at the option of County, automatically terminate this Agreement and all rights of the successful
bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of
County.
Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or
failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is
due to any cause beyond its reasonable control, including but not limited to Acts of God,fires, strikes,
war, flood, earthquakes or Governmental actions.
R. Non-Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other
contractors or persons to perform services of the same or similar nature.
S. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507.
The signatories to this Agreement agree that to their knowledge, no employee of Weld County has
any personal or beneficial interest whatsoever in the service or property which is the subject matter
of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that
would in any manner or degree interfere with the performance of the successful bidder's services
and the successful bidder shall not employ any person having such known interests. During the term
of this Agreement, the successful bidder shall not engage in any in any business or personal
activities or practices or maintain any relationships which actually conflicts with or in any way appear
to conflict with the full performance of its obligations under this Agreement. Failure by the successful
bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate
termination of this Agreement. No employee of the successful bidder nor any member of the
successful bidder's family shall serve on a County Board, committee or hold any such position which
either by rule, practice or action nominates, recommends, supervises the successful bidder's
operations, or authorizes funding to the successful bidder.
T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced
without such provision, to the extent that this Agreement is then capable of execution within the
original intent of the parties.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-
judicial body or person. Any provision to the contrary in the contract or incorporated herein by
reference shall be null and void.
V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid
until it has been approved by the Board of County Commissioners of Weld County, Colorado or its
designee.
W. Compensation Amount: Upon the successful bidder's successful completion of the service, and
County's acceptance of the same, County agrees to pay an amount no greater than the amount of
the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be
made by County unless a "change order" authorizing such additional payment has been specifically
approved by the County's delegated employee, or by formal resolution of the Weld
BID REQUEST#B1600054 Page 6
(//q//If
X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code.
County will not withhold any taxes from monies paid to the successful bidder hereunder and the
successful bidder agrees to be solely responsible for the accurate reporting and payment of any
taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be
entitled to bill at overtime and/or double time rates for work done outside of normal business hours
unless specifically authorized in writing by County.
6. INSURANCE REQUIREMENTS:
Insurance and Indemnification. Contract Professionals must secure, at or before the time of
execution of any agreement or commencement of any work, the following insurance covering all
operations, goods or services provided pursuant to this request.Contract Professionals shall keep the
required insurance coverage in force at all times during the term of the Agreement, or any extension
thereof, and during any warranty period. The required insurance shall be underwritten by an insurer
licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy
shall contain a valid provision or endorsement stating"Should any of the above-described policies by
canceled or should any coverage be reduced before the expiration date thereof,the issuing company
shall send written notice to the Weld County Director of General Services by certified mail, return
receipt requested. Such written notice shall be sent thirty(30)days prior to such cancellation or reduction
unless due to non-payment of premiums for which notice shall be sent ten(10)days prior. If any policy is
in excess of a deductible or self-insured retention, County must be notified by the Contract
Professional. Contract Professional shall be responsible forthe payment of any deductible or self-insured
retention. County reserves the right to require Contract Professional to provide a bond, at no cost to
County, in the amount of the deductible or self-insured retention to guarantee payment of claims.
The insurance coverage's specified in this Agreement are the minimum requirements, and these
requirements do not decrease or limit the liability of Professional. The County in no way warrants that
the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of
the performance of the work under this Contract by the Contract Professional, its agents,
representatives, employees, or subcontractors. The Contract Professional shall assess its own risks
and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The
Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the
Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types.
The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of
insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any
modification to these requirements must be made in writing by Weld County.
The Contract Professional stipulates that it has met the insurance requirements identified herein. The
Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity
of all services provided, the timely delivery of said services, and the coordination of all services
rendered by the Contract Professional and shall, without additional compensation, promptly remedy
and correct any errors, omissions, or other deficiencies.
INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers,
agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or
omissions of Contract Professional, or claims of any type or character arising out of the work done in
fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered
under workers' compensation law or arising out of the failure of the Contract Professional to conform to
any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully
responsible and liable for any and all injuries or damage received or sustained by any person, persons,
or property on account of its performance under this Agreement or its failure to comply with the
provisions of the Agreement, or on account of or in consequence of neglect of the Contract
Professional in its methods or procedures; or in its provisions of the materials required herein, or from
any claims or amounts arising or recovered under the Worker's Compensation Act, or other law,
ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed
that the Contract Professional will be responsible for primary loss investigation, defense and judgment
BID REQUEST#61600054 Page 7
costs where this contract of indemnity applies. In consideration of the award of this contract, the
Contract Professional agrees to waive all rights of subrogation against the County its associated and/or
affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and
volunteers for losses arising from the work performed by the Contract Professional for the County. A
failure to comply with this provision shall result in County's right to immediately terminate this
Agreement.
Types of Insurance: The Contract Professional shall obtain,and maintain at all times during the term of
any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as
required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's
employees acting within the course and scope of their employment. Policy shall contain a waiver of
subrogation against the County. This requirement shall not apply when a Contract Professional or
subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract
Professional or subcontractor executes the appropriate sole proprietor waiver form.
Commercial General Liability Insurance shall include bodily injury, property damage, and liability
assumed under the contract.
$1,000,000 each occurrence;
$1,000,000 general aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per
person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to
all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non-owned
vehicles used in the performance of this Contract.
Professional Liability (Errors and Omissions Liability)
The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in
the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering
wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by
reason of or in the course of operations under this Contract resulting from professional services. In the
event that the professional liability insurance required by this Contract is written on a claims-made
basis, Contract Professional warrants that any retroactive date under the policy shall precede the
effective date of this Contract; and that either continuous coverage will be maintained or an extended
discovery period will be exercised for a period of two (2) years beginning at the time work under this
Contract is completed.
Minimum Limits:
Per Loss $1,000,000
Aggregate $2,000,000
Contract Professionals shall secure and deliver to the County at or before the time of execution of this
Agreement, and shall keep in force at all times during the term of the Agreement as the same may
be extended as herein provided, a commercial general liability insurance policy, including public liability
and property damage, in form and company acceptable to and approved by said Administrator,covering
all operations hereunder set forth in the related Proposal or Request for Proposal.
Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of
insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his
sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor
liability, and inland marine, Contract Professional's insurer shall name County as an additional insured.
BID REQUEST#61600054 Page 8
Gam'
Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation
rights against County.
Subcontractors: All subcontractors, independent Contract Professionals, sub-vendors, suppliers or other
entities providing goods or services required by this Agreement shall be subject to all of the requirements
herein and shall procure and maintain the same coverage's required of Contract Professional. Contract
Professional shall include all such subcontractors, independent Contract Professionals, sub-vendors
suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the
required coverages. Contract Professional agrees to provide proof of insurance for all such
subcontractors, independent Contract Professionals, sub-vendors suppliers or other entities upon
request by the County.
The terms of this Agreement are contained in the terms recited in this Request for Proposal and in the
Response to the Proposal each of which forms an integral part of this Agreement. Those documents are
specifically incorporated herein by this reference.
REQUEST FOR PROPOSAL
Engineering/Design Services - Downtown Parking Lot
SCOPE OF WORK:
This is a request for proposal providing engineering design services for the design and installation of a new
parking lot in downtown Greeley.
The parking lot will be located in the area of 1020 9th Avenue, Greeley, CO.
The buildings on the lot will be demolished under a separate contract. This bid is to provide the necessary
design services required to construct a new parking lot on these vacant lots after demolition. The bidder will be
a design team to provide for all civil, architectural, landscape, and drainage requirements for a parking lot in
downtown Greeley. Design shall include identifying removal of prior utilities that were part of existing
structures. The finished parking lot is anticipated to match existing/adjacent lots and to maximize the number
of parking spaces. This is a turn-key design. Therefore, the winning bidder must include all time in their bid
that will be required to include any-and-all coordinated the changes with the City of Greeley.
These solutions will culminate in preparation of the following:
Schematic Desiqn Phase: Preliminary sketches, consultation and review/approval of sketches,
preliminary design for construction.
Construction Drawings: Preparation of all construction drawings and bid documents. Must be
completed by May 31, 2016 so follow-on construction bid can be pursued during summer.
Construction Phase: Inspection of weekly work progress during construction, meetings with
contractor/owner.
REQUIREMENTS:
Written proposals should include:
1. Fees should be quoted in the form total not to exceed cost.
2. Bidder's qualifications to include, as a minimum, written response to questions listed under Bidder
Qualification Section of this proposal.
BID REQUEST#61600054 Page 9
974,, V4A
BIDDER QUALIFICATIONS:
The County must have evidence of the bidder's ability to provide the services described in this Request for
Proposal. Bidder must answer questions regarding qualifications specified in the request for proposal during
the selection interview. Specific questions that the bidder should include in the written proposal are:
1. Experience with design of a facilities that require civil, structural, and architectural changes.
2. References for projects, especially similar type building changes.
3. Resume of principals and project staff.
4. Background information on firm.
PRICING:
TOTAL $
PROPOSED START DATE
COMPLETION DATE
**SEE ATTACHED CONTRACT FOR THE WINNING PROPOSAL**
The undersigned, by his or her signature, hereby acknowledges and represents that:
1. The proposal proposed herein meets all of the conditions, specifications and special provisions set
forth in the request for proposal for Request No. #61600054.
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 proposal submitted, all of the documents of the Request for Proposal contained herein
(including, but not limited to, product specifications and scope of services), and the formal
acceptance of the proposal by Weld County, together constitutes a contract, with the contract date
being the date of formal acceptance of the proposal by Weld County.
5. Weld County reserves the right to reject any and all proposals, to waive any informality in the
proposals, and to accept the proposal that, in the opinion of the Board of County Commissioners, is
to the best interests of Weld County. The proposal(s) may be awarded to more than one vendor.
FIRM BY
(Please print)
BUSINESS
ADDRESS DATE
CITY, STATE, ZIP CODE
TELEPHONE NO FAX TAX ID#
SIGNATURE E-MAIL
**THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE**
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -9.
BID REQUEST#61600054 Page 10
These questions and answers are in response to the Engineering/Design—Downtown Parking
Lot bid (B1600054).
1. I was wondering if this scope does include survey services, or if we could include that in
our bid. Also, I wanted to confirm that our scope includes geotechnical?
ANSWER: Yes. As briefed during the pre-bid meeting survey services and
geotechnical reports need to be a part of your bid.
2. My notes from the pre-proposal meeting reflect that you said the scope for the design
services should include the cost of materials testing. Did you mean the geotech (soil)
investigation during the design phase or the material testing (soil compaction, concrete
strength, etc.) during construction?
ANSWER: Yes. Your proposal shall include geotechnical/materials testing so you
can engineer and design the appropriate fill and construction materials for the job.
The third party testing of the job site "during" construction to ensure components
meet specifications will be done through a separate contract.
3. Should the photometric of lighting be included in design?
ANSWER: If it is required by the City of Greeley process or permitting process,
then yes.
4. Should be quote this as a lump sum or as a not to exceed price.
ANSWER: A lump sum for a complete turnkey design that can be bid out.
5. Is this permitted through the City of Greeley or Weld County?
ANSWER: The actual construction permit will be done through Weld County.
However, bidders must include in their fees the man-hours of time needed to get the
design through the City of Greeley Planning process to include any meetings or
potential hearings.
V//14
BIDDER QUALIFICATIONS:
The County must have evidence of the bidder's ability to provide the services described in this Request for
Proposal. Bidder must answer questions regarding qualifications specified in the request for proposal during
the selection interview. Specific questions that the bidder should include in the written proposal are:
1. Experience with design of a facilities that require civil, structural, and architectural changes.
2. References for projects, especially similar type building changes.
3. Resume of principals and project staff.
4. Background information on firm.
PRICING:
TOTAL $ 20,695.00
PROPOSED START DATE Immediately upon Contract award.
COMPLETION DATE No later than May 31, 2016
**SEE ATTACHED CONTRACT FOR THE WINNING PROPOSAL**
The undersigned, by his or her signature, hereby acknowledges and represents that:
1. The proposal proposed herein meets all of the conditions, specifications and special provisions set
forth in the request for proposal for Request No. #B1600054.
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 proposal submitted, all of the documents of the Request for Proposal contained herein
(including, but not limited to, product specifications and scope of services), and the formal
acceptance of the proposal by Weld County, together constitutes a contract, with the contract date
being the date of formal acceptance of the proposal by Weld County.
5. Weld County reserves the right to reject any and all proposals, to waive any informality in the
proposals, and to accept the proposal that, in the opinion of the Board of County Commissioners, is
to the best interests of Weld County. The proposal(s) may be awarded to more than one vendor.
p
FIRM Alliance Engineering, Ltd. BY Glenn H. Haese
Local: 9737 Wadsworth Parkway, (Please print)
Westminster, CO 80021
BUSINESS Corporate: Ten P.O. Square, 8th Floor-South
ADDRESS Boston, MA 02109 DATE March 2, 2016
TELEPHONE NO (303) 485-8700 FAX (617) 428-0276 TAX ID# 46-3371502
SIGNATURE �' - E-MAIL ghaese(a�aelengineerinq.com
**THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE**
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -9.
v/.4
Alliance Engineering, Ltd.
March 2, 2016
ATTENTION: Purchasing Department
Weld County Administrative Building
1150 O Street Room # 107
Greeley, Colorado 80631
Email: bidsiaweldgov.com
Facsimile Number: 970-336-7226
9737 V,ads Pkwy
westnunster,Colorado 80021 I hereby waive my right to a sealed proposal
1 elcphone 303-485 8700
Ien Post office Square Re: Engineering/Design Downtown Parking Lot (1020 9th Avenue
8'h I-loor--South
Boston,Massachusetts 02109 Proposal Number: #B1600054
Telephone 617.42S 0273
Facsimile 617 428 0276
Dear Purchasing Department for Weld County:
The purpose of this correspondence is to respond to the noted Proposal Number
#B 1600054. Alliance Engineering, Ltd. (AEL) is pleased to present this
response for consideration of being selected as the firm to provide a design team
capable of rendering civil engineering, architectural, landscape, and drainage
requirements for a parking lot in downtown Greeley, Colorado. AEL
understands that the design shall include identifying the removal of prior
utilities that were part of existing structures and providing a design such that
that the finished parking lot is anticipated to match existing/adjacent lots and to
maximize the number of parking spaces.
t5' ¢fir Irx w T W Ems "'t" -f°�3`.
S91,1%---ri;• -- 44 • `t,--fif,-,-,,:MP,t-'•:•44'1144-5iF., -,A,..,:::1=ft-44;i.,,r,itatten.:Al i••,• •••':4V,
--,'f,J i.:: '-'-•Li -,-A--,,N. ,,,,- ,i4„.,s,;— i-,-,;-ft, . -,,,,,„„ ,,.„frr.,,,„iv ::_,-11.4-,,,, - .-A ..-vi
'fin^ 4 I(FS'w r -w,'* €* '.c!
i
y c-tea����,,__-��1
Also included herein are the resumes of key personnel to be utilized on the
Project, as well as, the overall Firm/team experience and references.
0737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page I
Alliance Engineering, Ltd.
REFERENCES
As to references, please be advised that the following individuals could be
contacted as they are familiar with AEL's project experience and work, as well
as, various individual team members,
Name: Mr. Allan Gill, R.L.A.
Business: City of Louisville
Title: Parks Project Manager
Address: 749 Main Street, Louisville, CO 80027
Phone: (303) 335-4736
Email allang@louisvilleco.gov
Projects: Coal Creek Golf Course- Disaster Recovery
Name: Mr. Chuck Ochsner
Business: Ochsner Legacy Trust/RE/MAX Alliance
Title: Owner
Address: 5440 Ward Road, Ste 230, Arvada, CO 80002
Phone: (303) 420-5352
Email Chuck.Ochsner@homesincolorado.com
Projects: Candlelight Estates, Candlelight Ridge
Name: Mr. Brian Vitek
Business: Landscapes Unlimited
Title: Project Manager
Address: 1201 Aries Drive, Lincoln,NE 68512
Phone: (402) 423-6653
Email bvitek@landscapesunlimited.com
Projects: Coal Creek Golf Course- Disaster Recovery
Name: Mr. Bruce A. Jordan
Business: U.S. Army Corps of Engineers
Title: Geotechnical Engineer
Address: 4101 Jefferson Plaza NE, Albuquerque, NM 87109
Phone: (505) 342-3427
Email bruce.a.jordan@usace.army.mil
Name: Ms. Carol Wies-Brewer
Business: U.S. Army Corps of Engineers
Title: Environmental Program Manager
Address: 4101 Jefferson Plaza NE, Albuquerque,NM 87109
Phone: (505) 342-6477
Email carol.a.wies@@usace.army.mil
9737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page 2
(t v/4//
Alliance Engineering, Ltd.
Name: Mr. Bob Tomlinson
Business: 460° Contracting Squadron
Title: Contract Specialist
Address: 510 South Aspen St (MS 92), Buckley AFB, CO 80011
Phone: (720) 847-6452
Email robert.tomlinson@buckley.af.mil
Name: Mr. David R. Sprowls, P.E.
Business: National Renewable Energy Laboratory
Title: Building Area Engineer
Address: 1617 Cole Blvd., Golden, CO 80401
Phone: (303) 384-6908
Email david_spowls@nrel.gov
We very much appreciate the opportunity to propose on the solicitation for Weld County,
and respectfully direct your attention to the materials below.
Very truly yours,
Glenn H. Haese
CEO and General Counsel
FIRM CAPABILITY
•
(a) ALL in Westminster has one (1) PE, David Theisen, and three (3) other degreed
civil engineers in the office that will be completing the work with the associated
Project. If provided with contract opportunities, AEL will also utilize P.E.
personnel from Weld County. AEL oftentimes employs local P.E. staff on
contracts to ensure that local knowledge required for the best designs possible is
utilized.
(b) AEL utilizes the following software: AutoCad 2014, Enercalc, Civil 3D,
Microsoft Office Suite, & Infrastructure Design Suite. These are standard
engineering software, and since AEL has recently worked with the City of
Louisville on the Coal Creek Disaster Recovery Project, Boulder County on the
CEMEX Plant in Lyons, and the City of Erie with respect to the Ochnser-
RE/MAX Candlelight development, AEL is certain that the above referenced
software is compatible with any and all Weld County software and programs. In
the event that there were to be compatibility issues, AEL would undertake those
measures necessary to provide designs to Weld County in the file formats
requested.
9737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page 3
v/4, (4/44
(114.4)--
Alliance Engineering, Ltd.
PAST PERFORMANCE ON SIMILAR PROJECTS
OR SIMILAR TEAMS
Design Build Projects (Civil Site Design and Construction Management)
• Governor's Place Condominium Association— Greenwood Village, Colorado
• Child Care Center— Peterson AFB, Colorado
• CAB Dining Facility— Fort Riley, Kansas
• Barracks Rehab— Fort Leonard Wood, Missouri
• Child Care Center— Fort Leonard Wood, Missouri
• Battalion Headquarters— Fort Leonard Wood, Missouri
• National Park Service Alan Bible Visitor Center Rehab— Lake Mead,Nevada
• National Parks Service Navigation Maintenance Building—Lake Mead, Nevada
Design A&E Service Projects
• 6th Avenue Entrance Control Gate—Buckley AFB, Colorado
• Telluride Entrance Control Gate—Buckley AFB, Colorado
• Building 1005 Parking Lot—Buckley AFB, Colorado
• Building 35 Parking Lot—Buckley AFB, Colorado
• Building 806 Parking Garage—Buckley AFB, Colorado
• Building 1019 Addition—Buckley AFB, Colorado
• Building 728 Fire Pump Test Loop— Buckley AFB, Colorado
• Buildings 800, 805, & 921 Dedicated Fire Loop—Buckley AFB, Colorado
• Solar TAC Thermal Test Facility—NREL, City of Aurora, Colorado
• Main Entrance Control Gate Redesign—NREL,NWTC, Colorado
• Dyno Building Pavement Expansion—NREL, NWTC, Colorado
• Modular Office Building Site—NREL, NWTC, Colorado
• Building 251 Pedestrian Safety Project—NREI„NWTC, Colorado
• Loading Dock Redesign—NREL Table Mountain Site, Golden, Colorado
Water/Wastewater Projects
• Flat Irons Development Water Pressure Study— Erie, Colorado
• Sunset Estates Water Pressure Study— Erie, Colorado
• Anthem Development Water Pressure Study—Broomfield, Colorado
• Wastewater Collection System, Wastewater Treatment Plant—Nassau, Bahamas
9737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page 4
/k/14
Alliance Engineering, Ltd.
Design Build Projects (Civil Site)
• Officers and Enlisted Housing Project—Barstow, California
• Barracks Buildings—Fort Sill, Oklahoma
• Patriot Training Facility—Fort Sill, Oklahoma
• Stinger Training Facility—Fort Sill, Oklahoma
• Bachelor Enlisted Quarters—Camp Pendleton, California
• Dining Facility—Camp Pendleton, California.
• Medical/Dental Clinic—Beale Air Force Base, California
• Urban Training Center—Fort Irwin, California
Industrial(Civil Site)
• Gas Processing Plant—Meeker, Colorado
• Gas Compressor Station Expansion—Wyoming
• Gas Compressor Station Expansion— Utah
Land Development
• Simms Pointe West Subdivision—Jefferson County, Colorado
• Sunset Estate Subdivision —Erie, Colorado
• Quebec Riverdale Commercial —Thornton Colorado
• Federal at Oxford Commercial Denver, Colorado
Land Development(Residential Projects)
• Villages of Avalon, Section One(54 Lots)—City of Sugar Land, Texas
• Villages of Avalon, Section Two (66 Lots) —City of Sugar Land, Texas
• Sienna Plantation Steep Bank, Section 3 (66 Lots)—Missouri City. Texas
• Northwood Development, Section One (94 Lots)—City of Lake Jackson,Texas
• Sienna Plantation Village, Section Two (27 Lots) —Missouri City, Texas
• Red Oak Court (33 Lots)—City of Lake Jackson, Texas
• Jackson Oaks II(38 Lots) - City of Lake Jackson, Texas
• Northwood Development, Section Two (42 Lots) —City of Lake Jackson, Texas
Land Development (Commercial Projects)
• Chinese Church of Houston (20 Acre Site)—City of Houston, Texas
• Red Oak Business Park (5 Acre Site) - City of Lake Jackson, Texas
9737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page 5
Alliance Engineering, Ltd.
Flood Control Projects
• Avalon Development Levee (13,000 Length) - City of Sugar Land,Texas
• Avalon Development Detention Pond Phase I- City of Sugar Land, Texas
• Avalon Development Detention Pond Phase I1 -City of Sugar Land, Texas
• Avalon Development Levee Outfall Control Structure - Sugar Land, Texas
• Sienna Plantation Channel Outfall Control Structure Missouri City, Texas
• Sienna Plantation Bank Creek Levee Control Structure - Missouri City, Texas
• Fort Bend County MUD NO. 121 Levee Control Structure -Richmond, Texas
• Sienna Plantation Diversion Creek Control Structure -Missouri City, Texas
• Fort Bend County LID NO. 17 Levee Control Structure - Sugar Land, Texas
Storm Water Pump Stations
• Avalon Development Storm Pump Station (15,000 gpm) —Sugar Land, "Texas
• Village of Waters Lake Pedestrian Tunnel Storm Water Pump Station (2000 gpm)
• Fort Bend County MUD No. 121 Storm Water Pump Station (15,000 gpm)
• Palmer Plantation MUD No. 1 & 2 Storm Water Pump Station (22,500 gpm)
• Corrigan Subdivision Drainage Improvements Storm Water Pump Station
(33,000 gpm) - City of Pearland, Texas
• Teal Run Storm Water Pump Station (10,000 gpm) - City of Houston, Texas
• Spring Terrace Storm Water Pump Station (9,000 gpm) - City of Houston, Texas
• Sienna Plantation South Levee Storm Water Pump Station (270,000gpm) - City of
Missouri City, Texas
• Fort Bend County LID NO. 17 Storm Water Pump Station (42,000 gpm) - City of
Sugar Land, Texas
• Sienna Plantation North Flat Bank Creek Storm Water Pump Station (105,000
gpm) City of Missouri City,Texas
Wastewater Treatment Plants (WWTP)
• Kings Manor MUD WWTP Expansion (0.25 MGD Complete Mix) - City of
Houston, "Texas
• Fort Bend County MUD No. 23 WWTP (1.80 MGD Extended Air) - City of
Houston, Texas
• Sienna Plantation MUD No. 2 WWTP Expansion (0.25 MGD Complete Mix) -
Missouri City, Texas
• Sienna Plantation MUD No. 3 WWTP (0.90 MGD Complete Mix) - City of
Missouri City, Texas
• Wood Trace MUD WWTP (0.25 MGD Complete Mix) - City of Houston, Texas
• Harris County Mud No. 380 WWTP (0.50 MGD Complete Mix) - City of
Houston, Texas
• Sienna Plantation North WWTP (0.25 MGD Complete Mix) - City of Missouri
City, Texas
9737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page 6
2 YAA
Alliance Engineering, Ltd.
• Rolling Creek UD WWTP Expansion (0.40 MGD Complete Mix) - City of
I-Iouston, Texas
• Harris County MUD No. 165 WWTP (2.00 MGD Complete Mix) - City of
Houston, Texas
• Fort Bend County MUD No. 122 WWTP (0.25 MGD Complete Mix) — City of
Alvin, Texas
Water Plant Projects
• Kings Manor MUD Water Plant Expansion (0.45 MGD) - City of Houston, Texas
• Wood "brace MUD Water Plant(1.00 MGD) - City of Houston, Texas
• Fort Bend County MUD No. 121 Water Plant (0.90 MGD) - Richmond, Texas
• Rolling Creek UD Water Plant(0.85 MGD) - City of Houston, Texas
• Sienna Plantation South Water Plant Expansion (2.00 MGD)—Texas
• Fort Bend County MUD No. 23 North Water Plant (1.50 MGD)—Texas
• Sienna Plantation North Water Plant (5.00 MGD) - City of Missouri City, Texas
• Harborwalk Elevated Storage Tank(0.50 MG) - City of Hitchcock, Texas
• Fort Bend County MUD No. 147 Water Plant (0.50 MGD)—City of Alvin. Texas
• Fort Bend County MUD No. 122 Water Plant (0.25 MGD)—City of Alvin, Texas
Transportation Projects
• U.S Highway 63 Rehab and Widening (2.8 Miles)—Missouri DOT
• Sienna Parkway, Major Collector(1.0 Miles) - City of Missouri City, Texas
• Provincial Boulevard, Major Collector(0.8 Miles)—Harris County, Texas
• Pearland Parkway, Major Thoroughfare (1.1 Miles) Texas DOT Standards—Texas
• Old Alvin Road Left Turn Lane and Widening (0.2 Miles) - City of Pearland
WORK LOCATION
The work required for the completion of the Project will be completed at the AEL
engineering office located in Westminster, Colorado. However, AEL staff will be able to
travel to Weld County on a twenty-four(24) hour, seven (7) day per week on-call basis.
9737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page 7
Alliance Engineering, Ltd.
PROJECT TEAM
Alliance Engineering, Ltd. is a civil engineering, design, construction, and land
development firm offering services for projects from conception through completion. We
provide a broad range of quality services, delivered consistently on time at competitive
prices.
With over 25 years of experience in civil engineering, design, construction and land
development along Colorado's Front Range, the Ohio Valley, and the Northeast, Alliance
Engineering, Ltd. can assist you in the planning, design, construction, and financing of
your project. Whether acting as design consultant or construction manager, our direct
experience on projects provides our clients with quality service, economical prices, cost
efficient designs and committed client care.
Alliance Engineering, Ltd. (AEL) is built on the premise that teams of seasoned
professionals led by experienced and technically proficient engineers can most effectively
manage complex projects when aided by leading edge technology specifically designed
for that environment. We train our professionals in the Firm's methodology, arm them
with advanced computer technology and design a project strategy and budget aimed at
completing an engagement in the most efficient manner possible. We continually monitor
strategic design development and construction management decisions utilizing an
ongoing cost/benefit analysis. The strategies are tailored to avoid or reduce duplication of
effort and reliance on outside professionals. We strive to achieve the most cost effective
design in the least time possible.
AEL will provide the following team to provide on-call professional civil engineering
and other associated services for La Plata County:
(a) Project Manager P.E.: David Theisen
(b) Senior Structural P.E.: Max Condiotti
(c) Project Structural P.E.: Jeff Meyers
Other P.E.'s will be assigned on an as needed basis. Also, Glenn H. Haese, the CEO and
General Counsel for AEL is available twenty-four (24) hours per day, seven (7) days per
week, to respond to any and all issues or concerns.
Insurance: AEL maintains and has at present in full force and effect liability
insurances that are equal to or exceed those amounts as set forth in the
Request for Proposal.
WBE Status: ALL is a Woman Owned Enterprise and has applied for WBE certification
in Colorado.
9737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page 8
IT Y,41'4
- Alliance Engineering, Ltd.
GLENN H. HAESE
CEO
Mr. Haese is Chief Executive Officer and General Counsel at Alliance Engineering, Ltd.
with over 30 years of experience in the fields of construction and engineering. He has
served as a Director in the international consulting firm of Coopers & Lybrand, now
Price Waterhouse Coopers, dealing with complex legal, financial, accounting,
construction and engineering issues. He received his B.S. degree in Civil Engineering
from the University of Arizona.
Mr. Haese completed studies toward his M.S. degree in Civil Engineering from the
University of Colorado at Boulder, and he received his J.D. degree from the University of
Denver International Legal Studies Program along with coursework from the University
of Colorado at Boulder School of Law. He is a former Chairman of the Public Contract
Law Section, International Public Construction Committee, of the ABA.
He has completed distressed project engagements for clients such as Fluor, Skanska,
IBM, and Intel. His practice emphasizes proprietary computer applications in the analysis
of complex construction and engineering design issues and concerns to allow for more
expedient project problem resolution at lower cost. Glenn has over 30 years of experience
in the fields of construction and engineering. His background includes significant legal
and construction management experience with municipal, commercial, residential, and
industrial projects, most importantly in the context of troubled project evaluation and
rehabilitation.
He has also served as a member of the U.S. State Department Overseas Building
Operations Advisory Committee that was formed to deal with issues that arise between
major U.S. contractors and the State Department on the 176 Embassy and Consulate
construction and retrofit program ongoing throughout the world.
Semiconductor, Biopharmaceutical and Food Production: As lead project manager
after significant design issues, due to improper designs by Meissner-Wurst of Stuttgart,
Germany, were discovered on the $1.8 Billion Semiconductor Fabrication Facility in
Eugene, Oregon, Mr. Haese was appointed by Fluor Corporation to lead the investigation
and project management team on a project with approximately $100 million in unpaid
change orders and worked out the owner's quarter-billion dollar design claims against a
major U.S. engineering, contracting and construction management firm on a project
involving the construction of a semiconductor fabrication facility. The parties included
one of the world's largest semiconductor manufacturers, a multi-national engineering and
design firm, a major-U.S. engineering and construction firm, and a multitude of major
subcontractors. The complex, technical issues included errors and omissions in the
design of clean-room facility, a Class 1000 cleanroom, and other wafer manufacturing
elements. The Firm's successful resolution of the matter permitted Mr. Haese's client to
9737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page 9
Alliance Engineering, Ltd.
recover all changes orders and costs associated therewith and in effect to be compensated
in full on the Project.
These same services, including contract administration, project management, design
review in the errors and omissions context, change order processing, schedule
management, man-loading analyses and requirements, allowed Mr. Haese to lead the
project rehabilitation team of a joint venture comprised of two major U.S. construction
firms arising out of the construction of a $1.7 billion semiconductor fabrication facility in
the mid-Atlantic region for IBM and Toshiba. Also, these same type of services were
performed on a $ 30,000,000 biopharmaceutical facility in Portsmouth, New Hampshire
for Kinetics; a semiconductor facility for Symbios — Logic in Colorado; a $110,000,000
Biopharmaceutical facility for BASF in New Jersey; a $ 30,000,000 Laboratory for the
U.S. National Institutes of Health in Raleigh, North Carolina; a $ 56 million food
distribution facility in Dracula, Georgia owned by Publix Corporation; at the$76,000,000
Balcones Research Facility at the University of Texas at Austin —avoiding disputed costs
and claims of$ 49,000,000; at the Intel D2P3 facility in Santa Clara, California, saving
Intel Corporation over$ 6,000,000 and many others.
Commercial and Residential Development: As a commercial and residential principal
and developer, Mr. Haese has performed all aspects of commercial, residential, and
municipal development services including land acquisition, financing, project financial
modeling, entitlement, permitting strategy, utility service design, and coordinating with
urban planners and architectural service providers; Prepared PUD's, SDP's, and CD's for
Principal owned projects in Arizona and Colorado. These projects are referred to in the
Project Section of this SOQ.
Roadway Design and Project Management-Construction Management: Assigned as
lead project manager after significant design issues arose on various major highway
projects in Connecticut, due to improper designs by the State of Connecticut DOT,
extensive project delays, utility obstructions, wing-wall design drawing errors by the
DOT, unstable bridge bearing load designs, water containment and management during
construction over waterways, placement of asphalt at improper ambient temperatures, and
non-payment of change orders and project applications for payment even though certified
by the Engineer of Record for the Connecticut DOT. These same issues were encountered
and addressed by Mr. Haese on roadways in Georgia and Florida as well. The projects
include but are not limited to: a $ 21,000,000 heavy highway project in Florida, $12
million in heavy highway projects in Connecticut, a $ 16 million heavy highway project
in Connecticut, among others.
Lectures and Seminars: Mr. Haese has lectured extensively all across the U.S. and
overseas on design, engineering, and construction management issues for the American
Society of Civil Engineers (ASCE), the Associated General Contractors of America
(AGC), the Road and Transportation Builders Association (ARTBA) at the national level,
the American Arbitration Association (AAA), and the International Bar Association. Mr.
Haese has completed over fifty (50) of these seminars on topics including: Construction
and Lender-Borrower Relations; and many others.
9737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page 10
Alliance Engineering, Ltd.
DAVID THEISEN, P.E.
SENIOR CIVIL ENGINEER
David Theisen is a registered Professional Engineer in Colorado and Texas, with 20 years
of experience in managerial, operational and technical roles. He graduated from the
Missouri University of Science and Technology (UMR) with a degree in civil
engineering.
Prior to his work with AEL, he has worked on the following projects with the following
firms:
MaxFour Engineers and Architects, Inc.-Project Manager-Littleton, Colorado: Mr.
Theisen was responsible for the project management, lead design engineer, project
scheduling, personnel management, budgeting, cost estimating, marketing, client contact,
review agency coordination, and construction management. With regard to Design Build
Projects, he provided value engineering in conjunction with civil site design and
construction support for child development centers, dining facilities and other projects at
Ft Leonard Wood, Ft Riley, Peterson AFB, and the National Park Service. As to Design
Service Projects, Mr. Theisen was responsible for the civil engineering design and project
management for a number of roadway projects, parking lots, and site development for
Buckley AFB and the National Renewable Energy Laboratories (NREL). He was also
involved with Remediation of Abandoned Mine Sites (RAMS) whereby providing
remediation design services and construction management/supervision to close
abandoned mine sites throughout Nevada. Mr. Theisen also provided construction
support which included developing project Storm Water Pollution Prevention Plans,
Health and Safety Manuals, Quality Control Plans, Shop Drawings, and Operation and
Maintenance Manuals.
Calibre Engineering, Inc.-Project Manager-Littleton, Colorado: Acted as the Project
Manager responsible for the lead design engineering, project scheduling, personnel
management, marketing, client contact, and review agency coordination. At Calibre, his
work included Design Build Military Projects, whereby Mr. Theisen was responsible for
the civil site design for barracks, bachelor enlisted quarters, single family housing units,
officers' quarters, and various training facilities around the United States. Mr. Theisen
also completed work on Oil and Gas Projects and was responsible for the civil site design
for a gas processing plant in Colorado, with over 1,000,000 cubic yards of earthwork
balance, access roads, site drainage, erosion control and miscellaneous site detail. He has
also created master plans, and performed pressure studies for water systems for numerous
Water and Wastewater Projects. He was responsible for designing subdivision and multi-
family sites on various Land Development Projects. Mr. Theisen has also designed retail
and light industrial sites for Commercial Projects.
9737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page I I
Y/Wit
Alliance Engineering, Ltd.
MAX CONDIOTTI, P.E.
SENIOR STRUCTURAL ENGINEER
Max Condiotti is a registered Professional Engineer in Colorado, with 45 years of
experience in design — bridges, retaining structures and underground structures, including
33 years experience in the Bridge Office of the Colorado Department of Transportation,
including 10 years experience as the Unit Leader. Ile received his B.S. in Civil
Engineering from Ohio State University and his M.S. from West Virginia University in
Structural Engineering, including special studies in Skewed Slabs — finite element
analysis, and Model Analysis of Structures.
Mr. Condiotti has thorough knowledge of AASHTO, CDOT, and AREMA (formerly
AREA) codes,practices, and standards.
Prior to his work with AEL, he has completed the following:
Mr. Condiotti acted as team leader for 3 years for the structural design and preparation of
contract plans for the Eisenhower Memorial Tunnel at CDOT.
He has also reviewed designs from consulting structural engineers for the Vail Pass
Project, as well as, the Glenwood Canyon Project.
Mr. Condiotti has designed or independently reviewed over one hundred (100) bridges
throughout Colorado, which included the following bridge types:
• Railroad bridges (Example: BNRR/over Kipling St., Denver, CO)
• Wood bridges (Example: Mount Crested Butte pedestrian bridge, Crested Butte, CO)
• Reinforced concrete bridges ("Tee-girders," Slabs, Hollow box girders)
• Prestressed concrete bridges
o Pre-tensioned "I" girders and box girders. (Example: Sterling Viadict G68
girders, 1500 feet long.)
o Pre-tensioned single span bridges, 25-30 designed for Rocky Mountain
Prestress of Colorado (2004-2009), and other companies.
o Post-tensioned concrete box girders (Example: Santa Fe Drive over Belleview
Street in Littleton, main span 250 feet)
• Steel bridges (Plate girders and box girders)
• Pedestrian bridges (More than 20 designed or checked throughout Colorado)
• Rigid frame bridge (Example: slant leg, tri-level concrete box girder bridges at 1-25
and 1-225)
9737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page 12
Alliance Engineering, Ltd.
WILLIAM JEFFREY MEYER, P.E.
PROJECT STRUCTURAL ENGINEER
Jeffrey Meyer is a licensed Professional Engineer and General Contractor in the State of
Colorado, with 18 years of civil engineering, structural engineering and construction
management experience. Mr. Meyer has completed 140 hours towards an M.S. in Civil
Engineering and an M.A. in architecture.
Mr. Meyer has thorough knowledge of EPA codes, practices, and standards, and is
proficient AutoCad, Enercalc, and other engineering applications.
Prior to his work with AEL, he has worked on the following projects with the following
fines:
Environmental Protection Agency-Environmental / Safety Engineer-Denver,
Colorado: Mr. Meyer responsibilities included inspecting facilities in Colorado, Utah,
Wyoming, Montana, North Dakota and South Dakota, investigating spills and air
releases, investigating environmental damage, conducting Root Cause Analysis of
accidents, spills, and air releases, reviewing facilities' Risk Management Plans for
compliance with 40CFR68, reviewing facilities' process hazard analyses, training,
processing safety emergency plans, maintenance plans, worst case scenarios, offsite
consequence analyses, operating procedures, compliance audits, and incident
investigations, completing reports, investigating OSHA violations, inspecting pressure
vessels, aboveground storage tanks, and piping, researching facilities' compliance with
generally-accepted engineering practices (ASME, ANSI, API, NBIC, IIAR, ANSI,
NFPA, building codes, state statutes, etc.).
The Weintraub Organization-Structural Engineer-Centennial, Colorado: Acted as a
structural engineer responsible for observing and documenting structural, geotechnical,
and construction defects in buildings and on construction projects, determining causes of
defects, completing observation reports regarding defects, recommending repairs for
defects, providing repair/AutoCAD drawings, providing construction estimates,
inspecting buildings for compliance with building/engineering codes, inspecting building
structures, foundations, electrical grounds, soils, excavations, and drainage structures,
inspecting building envelopes, damp-proofing, windows, gutters, and roofing,
determining causes of water infiltration into buildings, investigating OSHA violations.
Schauer Construction-Construction Superintendent-Colorado Springs, Colorado:
Mr. Meyer managed construction of a $3M apartment complex, supervised
installation/building of waterlines, roads, sewers, gas service, one building, and
landscaping, conducted bimonthly meetings with engineers, architects, lenders,
developers, and inspectors, conducted safety meetings and enforced OSHA regulations.
9737 Wadsworth Parkway Westminster CO 80021 Phone 303-485-8700 Page 13
/
y/ y4
Statement of Qualifications of
Other Alliance Engineering, Ltd.
Design Team Members
i
Og
--i-f-j E __.i/A \ r--- V
SSOS SOUTH RAPP STREET 1 SUITE 160 I LITTLETON C O 1 80120
P 303.803.2735 ! F 303.798.2322 I WeVW.STACI<LOT.COfv7
f'
i tai
�. . ; ._J k 1 ! < 9 a !', i i i ,t t_' ?? L. -! (I (; `> c <- } i c f`s e. �� i '
C, e v� i ,=.1 s
4
`
g
;E } �T x: ,�+,. , °am' �
x y., 4 �k-sib '`'c' z" "k R . ,,,‘,r
J :1--,-,,.:-..
sa' 'Y fv +� 4 ^'Rt k 4
F Y 4' .yg. '� ks
Cat y
,..:-.'",3=-;,,..„, 5.-.,_y _ ,■ }C- 9' � N+'fi Ia Yt " s°k" a. •.''''''.1-'-';`7•7'''::''''',..
,. :5'y i E
a" a - �� k!
�� • r ham, � � � '�
--.';',.rd,07'S:'N':.'-444''',. ;4,*'
cr
41/
S[,c k l-o r
planning I landscape C r t. h i Z,,e c L u r e
S SAC KL0 6`is an award winning, multi-faceted planning and landscape architecture studio bringing high-level
design and focused attention to each project. StackLot is currently involved in a large number of projects across
the western United States. Led by Justin Hay and Steve Wiens, StackLot has a combined 35+years of experience
and have successfully completed project types ranging from a 500-acre master planned community to retail power
centers to intimate parks and plazas.Justin and Steve have a special focus in retail design. Having worked with and
planned tor almost every major retail anchor and pad user,their honed experience is evident in their successfully
completed projects. StackLot has received high approval from our Clients and industry peers with the efficient
delivery of our product. StackLot creates unique but pragmatic projects by mixing conventional ingredients such as
hying, leisure, working, parking and shopping with a high-level design approach to achieve a unique but
programmatic project. One of StackLot's core principles is to extract the greatest potential for any given project and
effectively bring it to a successful completion.
a'F'i,„trr a' ' . ', agt r ,a , A ta'x ,.'t a .erg `
;Sn��,'t^f`�'3°'4 � `.'�,�'k' ,�, -' "�� a. ���"4 ��"Kz�'�"� �'�n�- �r�..�, � �' 4 .M ¢� ��s
$a' x s. ,i ce`. . t . a5.wq < " T "" v s i - h,x', > d tug
'', ',',''.'n'a..4<:,;,tin,':',tVM-fA',"A'F;5':U:S:,,,t`A'..t3VV7,414qM ::# F OF11
.iim ';',1 -,„:8'3Y f .1 8 Jam, OPLINA '*$
-, iiti„--::;, I . IP 'i ... --, : ,:.- 4itit.......041r.ihriii,i,,,:',7.4 ','-.",f•:''_.? ,
n
w E ,s1 t i/L'
.} a , :`1
•
',....,' 1, ;',1/.,',;.-.7.'..!:,' :, .,--. .---- -',.:-..:.:,.-::;;,,,,'-,`:.<7 ..',:,:%:4 \,';\X:.'.-'4O'." ''' ', ',',.' `,,---. :;7017;,,,, ,-i'., :'-'.;-,. '''.:;_i.:., ,,',.4?g,;,„:-.,,,,,t,4' I ,'.'
-^`":-r "'v.,-�' i, Ne.y',,�" fk ti '# rr'Y"r�. . P '`.s—I-4'.''t ..E'
nnicr> river Ianiding, Idaho fails, id.
_..�-�lackLut
PROJECT EXPERIENCE
g•»,.; fi u""ncg Tt; -k�"`,y��r ^q t°�:s+ xr � s, F #"asr' d s # /�'.t��`�'3-vCvr A-�zc ,�,t _
,o •. f3 i- _- o aka:ixr'>t,..d ,«,r 1.3. *z x * -r 1
c ₹ ''a' t 0rF A yµ ,-*'O1 s g §s'' 'F +",J si"
S � � �s ` -� s�k t� ,� kf4 o ^" r rpm r } .��-4 � + 'stt rc,`4 di .'�., to a
w ._ x,^' A ,'Kxv z; *. l rr of b7 ? x9.$ �x �J47.0,,y. - .-Tn v,��r�5₹.,r'Fr,.'g f &� ,.'•�s2 ,
,+t • X *G "'b*.v' 'n '�! rs51a 'nx ' ,.'s,yk '` a At
`"5"' .'"e" s F ti+' sa a 'r`y
":5'. #i 19 C, s x..1�r, .',;1,4444,r;••••041',',_ "4',. '-_--1,;7' r# ,v:,-_,,,-,.I
A ,.,.„.0,:.„.,,,:_•.....t.,,._ ........,...„...... •
. .,.:,,,„:„:.,_ ..,,...„„c„,,,,.,...„,_.. .., 4';
„.„,„„64,,,,...„...,.,..,,
t Y 1 - 1 1 EZ ,'.1--;,-.'';'•••':''
•
J bbAA R.. 'S F9i 'mC4
s !
ir ' 1 , 1Y , 4 f. ` " 41Pr".1,-,.. � ' • "nom 1* �" " I •'A _- Apr F
s•--,'p ••.,••.•; ,.;.,.:','„-4..,-;J,,,,,,:, i '.„ 7f d yR f.`,4 .4% F.t F.;t9 e.. �RRr'w .''
�. anF�#a
• l. x-4•.-.....,v:,•-•
.e
� t'"' �yS.} •-•17-44.r s �.' ; - 9�" _ ..•d4--,—"r ".tlJ "" * °,..' .. •*- o r § -yE y4- .4,_.„.; y - „�
S , .�� �s�+hrf� �. �`shy 3 r �d 'ife��� �,•--.,.•-e,./_'.-•.-'0•,'"'-*-',_'"' � -.„L;-.--:".,--,.. � �,.
Y -".-:, { •
,,;' ;* F iR s .- n „g ',:.; d p "0
T
•
•
•
•
•
•
r •'.`. " .''t' �s.may"wrr�7, .�►,"� � °� Y•L k :-,.2.:,.,,,..,,,..:--•?:-;:-` +„° "'i'�w�.Y S �'.'"`�� ..�2"`" ,+is4 id i ..,f•." " ii .,1{" I..-
�" i! - '^"""! �: y,,,� j Ry . , •��.,_ �:.L Ii`�"t,�.`."ter+'• ,., ..f j... 'w w,,,, _.-
" `k..,m ! d g� Ws v -'r I/! a 4 "Cv3.�.'n a. 1X,.V.-.,--' ►[
Eztrepmereg ••••-_. • teltnold . ..Tev'''"'"1. ''' ' "s° - lt,k4.....: ',.. .,",', . V ., '.- „, .
, ,,, pm=oftwr E.1,•,.,,, ,„
ki,
.. ,
,.$1,,v,..,,,..,..,,,,,r,----,,,,,.:-.„1:,'-',A4E,NN ••4'-•'''',1',,';•••"''?•'''•;'-',.'-';'•-•ql s`,"•7;'":7••-;:—,-.• ...,..:••7.-:$i;•:,..,•,•-•••:.:,.,••F,7-----,...7,;..:..:,-...',,,,',..._::-,..1,,,-,.;;;.,-;,,,,,,,--,,i,,,,A7i,.7,.0.,, ,,,.,,.,:. , . ,
40,
,, • 3 ."sue. ,�, •" -, . c vt.-
t
No
- • s
9 `f/47/1
Sr c:t of >4
PROJECT EXPERIENCE
wAL-MART EXPERIENCE:
E470 Marketplace:Aurora,CO
• 67-acre lifestyle center anchored by Wal-Mart.
• The canter will includes a central main street, commercial space, retail pad sites and restaurant space.
• The project was designed under the philosophical premise of'connectivity'. Interconnections between uses and users,
adjacent communities and to the greater region were the predominate features of the Project.
Wal-Mart Neighborhood Market:Tucson,AZ
• StackLot providing Landscape Architecture services for entitlement and construction documents
Sandstone Ranch Wal-Mart and Sam's Club Combo Center: Longmont, CO
• Site design, Entitlements
• Construction Documents
• Construction Administration
Denver Sam's Club: Denver, CO
• Provided site layout for the expansion of the existing Sam's Club and associated pedestrian and vehicular circulation
patterns
• Managed entitlements to the City and County of Denver
• Construction Documents
• Construction Administration
Wal-Mart Supercenter:Thornton, CO
- a+ rx 3u3.YM .a z� yet i
• Site design and layout, Entitlements � � .. ,�
61 �'.c1
• Construction Documents t *61.
Wal-Mart Supercenter remodel: Lakewood,CO a , � � 2� '.
• Site design and layout, Entitlements
• Construction Documents
Wal-Mart Supercenter: Broomfield CO
• Construction Administration `.- •
�
Wal-Mart Expansion: Golden,CO , .'a..
• Construction Administration
II Cf(6/
I st, ktut > 5
PROJECT EXPERIENCE
SELECT" COMMERCIAL EXPERIENCE:
Arvada Marketplace: Arvada,CO
• Provided an analysis for the Arvada Marketplace retail center, providing a repositioning strategy to retain and increase
tenant occupancy
• Provicled design and design and construction documents for'Conn's Homeplus' and a new pedestrian plaza and land-
scape
Spring Prairie, Kalispell, MT
• Site planning for a multitude of tenants, Entitlements
• Landscape architecture and irrigation design
• Current efforts include new wayfinding signage
The Grove: Thornton, CO
• Conceptual layout for a proposed Cabelas, shops, hotel and pad sites.
Blackmore Marketplace: Casper, WY
• Provided conceptual layout for a
70 acre power center i 7 -1 .t. ':, { y
• Created construction documents for ,' '. ` T
phase one and public gathering spaces 4 w
Snake River Landing: Idaho Falls, ID , ;r r ` _' .
• Planning, design guidelines, and ' - =E -011144W.4,, yam,
landscape architecture services ,f. �
'Mountain vi3fa
• 440 Acre mixed-use development p ,
Adam's CrosSing• Brighton CO ' a '
• 600 acre mixed use development
• Provided visioning and planning / - �
'` t ti -z ti. ' ` as
• Retained to rewrite The City of f •`,
Brighton Mixed Use Zoning Code � .. � ''� .1"
Mountain Vista Marketplace: Mesa, AZ I � £-
• 115 acre mixed use development '3.m
e
• Created Over 700,000 SF of retail .1a �� � • apse
m
pace, 520,000 SF of residential ands»
80,000 SF of hospitality
/471e
PROJECT EXPERIENCE
IKEA: Centennial, CO
• Site layout and design
• EntItlenlents i r9# « �t.
Ha
• Construction Documents % s9s. ;
• Construction Administration
' ii*,T4' `-ii 5**• "#94'
l . - . ! i1 # d1 A.1 •..4%,*',:> .
+ • . • « « 1r « y Atf copper Ridge, Colorado Springs, CO 1 ' 9 « «
• Conceptual site planning for a regional entertainment center ' ' � "
r
___� 4t4 • • : , r.
* *4 -9 44►t�44 I - .mv
Interstate 25 and Baptist Road, CO S�SO4 -4 Sy« :'� r
«
• Conceptual site design a 325 acre mixed use community 0, " , 49 ' s 9
;� ,�, f 49 • jr..r` 0
l ir7�rra'tf: Master planning:Tirnnath, CO 0. , •• s • • �s.<... «a 0
• Provided conceptual design for Costco and associated pad sites, 4 *„ a ' z* 9 I '" •• If�, q
• Entitlements t4• UT �
" : . • s=°—•--0 .
«
Twin Peaks Mall Redevelopment: Longmont,Colorado 4 4`:* 1."...._) 43+x►. • * '-0 im `
9994►, 4 -9:11:91/%5„4- .9 ;c
• Provided landscape review and design options for the Twin Peaks c9999 4444
,e0 as - --)9 ,, •« «• a•i 9
Mall Redevelopment. L. ,!4 risireg 9
• The property analysis provided recommendations for landscape A • '• '.'•
9 ,«s «♦ a• «• •«,ps
zones, outlining levels of intensity and importance. $ = 4`
q .•-•• «• •a •« ••'«• -s_
s • l .rte`.
600 Broadway: Denver,CO z t •s as s• •s _
• Site planning for First Bank Si. as a• •• •• 4..s*s+"+ •
Multi tenant Building 1 •»}• «4! * j„ �
B• %4 ss •• •9 9 i • d
• Landscape architecture �. Y z
Construction administration s
. 9999 9 :,..44•4499: # -
Denver Connection: Denver,CO - 9 i i.: nth
• Providing site planning for multiple retailers • 9 4 r"I * r v,-
on over 40 acres in north-east Denver. Denver $ y 4~ Sys
19` #: s i 9 '„`
connection has numerous pad sites, r ,9 'v 'e i *•° ,, i
A,
multi-tenant buildings and a mix of uses. 4' 9' �, '4 ° ,, •�*-.t• r
�' '' ' 1�9�►� ,,•.:`=t;:',1 3'73'4---3,
N
4' 9,,,,,,. 9.. d t
> Denver Connection, Denver Colorado
ylf//�
r i s ta,:k,/.:,,t,„:_7_,:,:,...,,,,_.,,,
PROJECT E XPERIENCC
.,.,_kww,P�y,... � to y�*���,- A,a,H
�`?i F �,� �`7���y... cr'` c Fes. '
�, `� �'t rte ��,
d •t
riatIfte
a-r ai
A,1't� Aa s v II n �j�IF
i' �Z ,..- ,� . 1,,,z'S�s _` : ,i"'`...�a--,'7, .+7,�K3',,,,'1,-::: ,?4,p4 x 4 tZ.t1 �a e, �•' 8 e)q �. t -.a ci-.., S--tom' '
'.%gm. .arf,ac
/ '
,41
b `IN 1 5
J V . BUILDNGA ` y 14 t.- i,
5 STORIES �� i
i 140,SJ7 SF � i�k ""
L CHERRY CREEK
BUILDING 8 _ CORPORATE
i 2 STORIES /"'c'' _t - CENTER _ A ��
i 107,600 SF �yi i •
l�a
/ i
t 1 iv � • '
t yin Ir) __
{ BUILDING C • rttt w ii
Z STORIES PARKING GARAGE I 1
i� 107,560 SF 'g� --�� t 4 STORIES . ..- _ ttllra._. _
is t
t�li�N�'i Ala +ti u�'f y` 1'` I '` 1 rtirf 3
t 4F i� • 1 3 f J. ,'":S.f : Y .,,,-;,:.....k,
��.J [.!; .. �j 4It- t1,7 -' ar at .�i
�ati d4 Q
yb a1 �1 � l4� •k
)4*ts-, ,i,'.:4,,,,,:,;..-. z ., -' V. NILLl►,a�. mil....
i t- " re f.".> k�r� G�. ' � ' �;i Y
> C e rr�kt. �it #�8af q a ' 11 - r,. _g s.
- -,,,,,•,,k, ._, i- d..-._:�-..rte. ,
vet//i�
. < t ; 8
PROJECT EXPERIENCE
---,---T4,---4i,.- �
_ adil
yg¢ 'Vat-P. N�,, 1 id
.art..- _ :�,�"+...z.,4-14.4.444,-
`'L', t 3 'iiit tt �,-- :, 41.---:".-�,,,O14i-: =ft•FI
5 ae
�'s.6
s rence
—�. y x , _ p ., , el confe
x: � s
s
� .._w—� 1_� ..
%r / 4 ‘ __ . -; -' --__.-
> Nob Bill. Commerce City / Denver International Airport, Colorado
I1ii/
Sii CiLOI > 9
PROJECT EXPERIENCE
R
.g 7s S � t
�,. � axe � �
-V
'� ' y� d �!'
��• 11 -'.,'.?,•; arY7
fi T�: it _ 6- ,40.i-,7..-",
!L y .f 7Y y
y. a^ K
: a ",�
r A7
a
w
,-,,IVCW,,'';-,'',,,7 :-,,- "'' ,,
> 500 Brea
d�✓ay Rotaii Center: Denver, Colorado
l'illi4
srd i ? LG
LEADERSHIP
INPINED
§ ''uhf" i e . \( !
.AL
h ,
S Vo
ustin brings a creative yet pragmatic perspective when working with clients and jurisdictions to
•
help enhance a project's vision through the design of public spaces and landscape elements. One
i a • , of Justin's greatest assets is that he has experience designing high-level national and international
projects, as well as diving into the practical realities of creating interesting, financeable spaces based
• '3 on economic and market realities. This balance of creativity and proforma oriented design is achieved
Y ,.5 through Justin's experience and training as a landscape architect and his extensive real estate and
s' construction background built upon his Masters in Real Estate Development.
b 1
With over 14 years of experience in high-level design, Justin's exposure to sophisticated projects such as the
New York City 2012 Olympic bid;the Highline Raised Rail Manhattan, NY;Arts of Collin County in north Dallas;
Brightwater Treatment Facility in Seattle,WA;and Dongjiadu in Shanghai,China has earned Justin awards such
as the American Society of Landscape Architects Honor Award, and his work has been published in the New
York Times, Architectural Record and Metropolis Magazine.
Justin is currently a chair member on Urban Land Institute's Discovery Series Committee where Justin is responsible for the
assemblage and highlighting of new Denver Metro area projects and coordination of large ULI events. Mr. Hay is an active
member with the Downtown Denver Partnership and American Society of Landscape Architects.Justin was recently appointed
to the board at LIFT; the City of Littleton's new Urban Renewal Authority.
EDUCATION
• Masters in Real Estate Development&Construction Management University of Denver-Daniels College of Business
• Bachelor of Science, Landscape Architecture&Urban Design-Colorado State University
REGISTRATIONS
• Colorado Licensed Landscape Architect#923
• Arizona Licensed Landscape Architect#58380
RELEVANT EXPERIENCE
Snake River Landing /doh()Fulls, Idaho
Provided planning, design and construction documentation for a 400-acre master planned community. Snake River Landing
includes a mix of all land use types,over 40 acres of park systems, river access,streetscapes and trail systems.
Denver Connection-Denver, Colorado
Providing master plan services for a 350 acre mixed-use community situated along the new Denver International Airport East Rail
Line. The diverse site includes single family detached housing, commercial uses, mixed-use centers and a central park system.
600 Broadway-Denver, Colorado
Site planning and landcape design was provided for this prominent infill site in downtown Denver. The premier site includes a
customized bank store and a mix of future retail users.Streetscape and pedestrian access to the adjacent Cherry Creek Promenade
Park were designed to fit in to the context of the city.
Nob Hill -Coronrercc City, Colorado
Stacklat is providing planning services to our client's 1,200 acre master planned community adjacent to Denver
International Airport that will serve as the gateway to Commerce City.
Dry Creek Apartments Broomfield, Colorado
Over 320 quality apartment units are under construction to serve the expanding Highway 36 corridor
and future transit system. StackLot planned Dry Creek apartments to integrate with the walkabililty of the Arista
community which includes parks,a concert venue and a mix of land uses centered around a regional bus transit
system.
Scat!'-ot 11
LEADERSHIP
`t >t t `'7La 5�t .. 'ss"W4 111'.0.4i44,.614.i.‘4,0,z,„ Tit '� � I '�
i ,��' I i.>
- teve brings a unique skill set to all projects he is involved in. Outside of Landscape Architecture,
f .A Steve has worked as project manager for a commercial general contractor and an owner's
representative assisting clients with the development of commercial real estate.
While employed in the construction industry, Steve completed projects ranging from a 2,000 SF tenant
improvement to a ground-up eight-story mid-rise in downtown Denver. Steve assisted clients as an Owner's
Representative through the management of all aspects of a project. Recent, notable projects include an
80,0005F Cahela's in Winnipeg,Canada and the Century 21 Plaza,which is a 32,000 SF retail center on Colorado
Boulevard in Denver, CO.
Steve's project approach seeks to preserve what is great and intrinsic on a site and create a design that is economically viable and
imolementable. The experience Steve gathered in the construction industry and as an owner's representative allows Steve to bring
creative yet logical and pragmatic perspective when working with clients to discover a project's vision. His unique professional
experience fuels his passion for the creation of constructible design solutions,
EDUCATION
Bachelor of Science, Landscape Architecture- Kansas State University
REGISTRATIONS
Colorado Licensed Landscape Architect
RELEVANT EXPERIENCE
E470 Marketplace-Aurora, CO
67-acre lifestyle center anchored by Wal-Mart.
The center will includes a central main street, commercial space,retail pad sites and restaurant space.
The project was designed under the philosophical premise of 'connectivity'. Interconnections between uses and users, adjacent '
communities and to the greater region were the predominate features of the Project.
Sandstone Ranch Wal-Mart and Sam's Club Combo Center-Longmont, CO
Site design, Entitlements, Construction Documents and Construction Administration
Wal-Mart Supercenter-Thornton, CO
Site design and layout, Entitlements and Construction Documents
il<EA.-Centennial, CO
Site layout and design, Entitlements, Construction Documents and Construction Administration
Arvada Marketplace-Arvada, CO
Provided an analysis for the Arvada Marketplace retail center, providing a repositioning strategy to retain and increase tenant
occupancy.Provided design and design and construction documents for'Conn's Homeplus'and a new pedestrian plaza and landscape
'-'. .. t ,,,,Itt t,.t . .,.,,•
,4 •
.r x, j ^ "!7 A,.><q,R, jY�i3F.°z. •
yy,_.. r
3
aad.r ,r ',. $4s w... •
30-4 ery ',77''''
P1f
�, ,. , a4'sv",V'. a 7 V r a '4` 1 ` ,1 s- y
11--,4"•'-.'', ' : --.'ft ill" '
x p
�f. . r.lii tr+ :"ss•" 4;;."4a 4y xs{ `-o ��. a`'�+ .. '
„qzi. il: � 'W * .`; `,a i p',, ..,4,1r.,-.....
A. ,sse.�i '-"4,-r 4,,,,,,..r.,1-,-;',
a•r '' 'a t«. N '.s� a fT + - w.
�' $x A� � '�!a�`v i� 'i� �' �e+����� ,=d �, #� � til � Cab 1.711 A i d 16' ( rrm MSS': I S— qqiY ]u i f t ' ,fS S ' , ;,, .we,sb.ua 3' R} t" t ,V.i, " �y,� 0_,,L.0
�f'
._ '� $$ 3:� 1 f. i 7 t _ ,,l ,. `7► .r 5, Y
•, - " ue e n t
a _II fy
`,"tr 8wr.r ,x N`> «" +
Si
r:
,{
S !
i,..-.0.:4 MA M1'f+Y�'"Y" r'; nk'Cbiu�Mih‘440400400.00440:4,.. 09
�M1n+:rY^wa•,.—».1s+Y�'W4PM�� MS�Mr1��W i
- ,., y .,0,
- ioR bfl CFRWYE+!`.4 "Y+y+� +• 55s+.Y •h =
--- - .f'Ai�ir - ry'' f a
._ .c,.<..'"'--ct *WL"" "'"''. . . '...'
rte.-�++.MRo^^:...r- AYµ
,rem. .x^-. > �• s«,mss ':'l,� 4
.._
,44.„,,,,..„.‘„,,,,...,,,.. .r :ads +: #sau.Mw w- <..:....a,a-.:»?".'7 "ya?xs- ,. - 4^`R..'4,0,-
1
C3cLt ( ' ' nx
\------,,,i,„-zra,x1_,:17.4,.
..,p4.4,14.gwvi:
,.. ,
5808 SOUTH RAPP STREET I SUITE 160 I LITTLETON I CO 1 8 0 1 2 0
P 303.853.2735 1 F 303.798.2322 1 www.STACKI.OT.COM
Rose Everett
From: Michael Centofanti <mcentofanti@aelengineering.com>
Sent: Friday, March 04, 2016 9:51 AM
To: bids
Cc: reverett@weld.gov
Subject: FW: B1600054-Weld County-Response to RfP-03.03.16
Attachments: B1600054-Weld County-Response to RfP-03.03.16.pdf
Dear Purchasing Department:
Please find attached hereto the PDF of Alliance Engineering, Ltd. Proposal on the noted Project. I hereby waive my right
to a sealed proposal. Also, Alliance Engineering, Ltd. hereby waives its right to a sealed Proposal.
Michael J. Centofanti I Director Controller Boston, MAI
Main (617)428-0273 I CO Office(303)485-8700
Alliance Engineering, Ltd.
1 rr'
1((-4�/K
To: Page 3 of 3 2016-04-06 16:26:05(GMT) 1-720-223-2033 From: Fax Pool at Assurance Risk Maria
A RDA CERTIFICATE OF LIABILITY INSURANCE DATE(MMXIDNYYV)
4/6/016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to
the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the
certificate holder In lieu of such endorsement(s).
PRODUCER CONTACT NAME: LeZette Brewton
Assurance Risk Managers, Inc. '"moo Ho EMI (303)454-9562 I t Nol,(303)454-9564
10651 East Bethany Drive EMAIL lezette.brewton@arm-i.can
Suite 300 INSURER(S)AFFORDING COVERAGE NAM*
Aurora CO 80014-2688 INSURER AALI Insurance Co 13056
INSURED INSURER B'
Alliance Engineering, Ltd INSURER C:
Ten Post Office Square INSURER 0'
8th Floor South INSURERS'
Boston MA 02109 INSURER F-
COVERAGES CERTIFICATE NUMBER:2016-2017 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDCSOBR— POUCT EFP POLICY EXP
LTR TYPE OF INSURANCE INS a POLICY NUMBER .1wmrpornm I IMMIDOJYYYYI LIMITS
COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S
CLAIMS-MADE OCCUR OAMAOE TO RENTED
PREMISES(Es acunencet $
MED EXP(Any one person) S
PERSONAL 6 ACV INJURY $
GEN9.AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $
PRO-
POLICY n Act- LOC PRODUCTS-COMP/OP AGG $
OTHER S
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
(Ea accoent)
ANY AUTO BODILY INJURY(Par person) S
- ALL OWNED SCHEDULED BODILY INJURY(Per accident) S
AUTOS AUTOS
NON-OWNED PROPERTY
DAMAGE 5
HIRED AUTOS AUTOS c
' 5
UMBRELLA LIAR
_ OCCUR EACH OCCURRENCE S
EXCESS LIAR CLAIMS-MADE AGGREGATE $
DED I RETENTIONS - F
WORKERS COMPENSATION I STATUTE PE I _10TH
AND EMPLOYERS'LIABILITY YIN
ANY PROPRIETORIPARTNERIEXECUTIVE El.EACH ACCIDENT 5
OFFICERMEMBER EXCLUDED? NIA
(Mandatory In NH) E L DISEASE-EA EMPLOYEE S
If yes,describe under - -'
DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT S
A PROFESSIONAL LIABILITY 50P0023604 2/11/2016 2/11/2017 EACH CLAIM $1,000,000
CLAIMS-MADE POLICY AGGREGATE $2,000,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required)
CERTIFICATE HOLDER CANCELLATION
(970)336-7226
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
BOARD OF COUNTY COMMISSIONERS THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
WELD COUNTY, COLORADO ACCORDANCE WITH THE POLICY PROVISIONS.
1150 "0" street
Greeley, CO 80021 AUTHORIZED REPRESENTATIVE LeZette Brewton/ At' ,' I _
Q 1988-2014 ACORD CORPORATION. All rights reserved.-
ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD
INS025,70140n
APR. 7. 2016 10:50AM HAESE LLC 617 428 0276" """'LL — Na 6656— P. 3.
Tce .
Don(MM1DD�vYYY)
.....
CERTIFICATE OF LIABILITY INSURANCE SB.P
R054 4/ 12016
THIS CERTIPICATEIS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NIGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED SY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIY Elf OR PRODUCER,AND THE CERTIFICATE HOLDER.
—
IMPORTANT*:tithe certificate holder is an ADDITIONAL INSURED,the polioy(ieg)must be endorsed. If SUBROGATIONIS WAIVED,subject to the
terms and conditions of the policy,Derteln policies may require an endorsement. A statement on this certificate doom not confer rights to the
certificate holder in lieu of such endorsement(a),
' ACT �...,
ALLIANCE INSURANCE SVCS INC/PHS ~--.—
04,40.En)! (860 467-8730 14 4,,No (888) 443-6112
344616 P: (866) 467-8730 F; (888) 443-6112 tss: i
PO BOX 33015
SAN ANTONIO TX 78265 I RBME)A■roforiaCOTIRROS NAa
IN.1UReRA Sentinel IDS CO LTD 11000
,...40e- -.
INauRER3 Hartfol Ins Co Of the M(rlwest 17478
INSURER C'
ALLIANCE ENGINEERING,LTD. INSURER D. ---_
10 POST OFFICE SQ 8TH FL SOUTH iNauRERe "" ---
BOSTON MA 02109 Lvsvkmr. --
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE issuer)TO THE INSURED NAMED Age FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT war RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRISED HEREIN IS SUBJECT TO ALL THE
TERMS.EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
IN'R ,,... TYPE oeINSURINCA ADDL.S(ttrR
,JAY �,. thlt..ICi'n rosrcrHVAraae ro rdWGY!'x7�
L {yM{�pryrrni— vw "Val
COMMERCIAL csNER�AL UAeILJTY NACH 00CURRCNCE $1 000y000
CLAIMS-RODE I X IDCCUR
t:�/ °NOCE To Roam
A General Liab 34SBAPP4769 _ReMUSptera,Nai, x.1,000,000
01/06/2016 01/06/2017 Pao go0.roRePwaa9 610n,000�1_
PtiRsoNAL 6 ADv INJURY $1 000.000
AGGREGATE LIMIT A ES PER: GENERAL AGGNe6AT[ 040 000
POLI,("Y MO-
OTHER: I Y I LOC —, ^. '1 �y
JL`CT 1 PROUCTS.COMPIQF A6D 92.000(�,000
AUTONODM1JILIABILITY COFIB pBIN 14IT. S
ANY AUTO (S
BODILY xI,000�000�
ALL OWNED�'BCFigDULED —�` BODILY INJURY Wet t»onl x
A .� ALL0WNE AUro3 34 SBA PP4769 01/06/2016 01/06/20I7 sbo�LYInduRy(Par uyaant) ,,
X NON-OWNED
AU709 tioPlaIhr iecAmme
A. UMBRELLA UAO X OCCUR
EACH DCCURR[NCE.�...._�
A •ai excess usecwMs.MADC 5,000 000
34SBAPP4769 01/06/2016 01/06/2017 AGOMew E $3,000,000
BeLti X ittnoN110,,000
ITWIIIKAIMMISIASITION
ANY ri(OPRI6TCRIPAWTNiRIEXECUTive YM A OTrtJ I IER
ORFICeAANEMRfiA wimp', E.L.EACH ACCIDGNT 0 800,000
B (MandaiaryInNH) n WA ---- E L.D19EASG_RA EMPLOYCE
34WECAA9053 01/06/2016 01/06/2017 _:500,000
If yes,O llS offerESQ'lSf
D4SOR/PTION Or OtrATION vow 6,L.DIS&Amri POLICY LIMIT $500,000
ADORiFNON Or operimaNsaociagnoSIYBHrctf4(AOORD 101.Ad0Waful q«RuMui Yehrdyio,Nuiy pr ittleMglimon ePaoa V Norse)
Those usual to the Insured's Operations. Please see Additional Remarks
Schedule Acord Form 101 attached
CERTIFICATE tiOLDEIt CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 6E CANCELLED
Weld Count Board of Coun BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILT,BE
Y ty DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS.
Commissioners aurxoar R$PREdENrAT1yj
1150 O ST 7s .,..
GREELEY,CO 80631
`
ACORD 25(2014/01) The ACORD name and logo are registered marks ACORD ORD CF?RPOftATiON,Ali ngMa raserved,
APR. 7, 2016 10.50A 1 HAESE LLC 617 428 0276 NO. 6656_P. 4
AGENCY CUSTOMER ID:
LOCS'
ADDITIONAL REMARKS SCHEDULE Page of
AOENCr
ALLIANCE INSURANCE SVCS INC/PHS NAM POuyteo
POLICYNUMOiq ALLIANCE ENGINEERING,LTD.
SEE ACORD 25 10 POST OFFICE SQ 8TH FL SOUTH
emAIER iNkle COOS BOSTON MA 021 09
SEE ACORD 25
�--- ar"acrlmoomE;SEE ACORD 25
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM
FORMNUMBER: ACORD 25 FOIiMym.E: CERTIFICATE OF LIABILITY INSURANCE
Certificate holder is an Additional Insured per the Business Liability Coverage Form
SS0008, and the Hired Auto and Non-Owned Auto Endorsement SS 04 38 attached to this
Policy, Notice of cancellation will be provided in accordance with Form 551223 and
WC990394 attached in this policy.
ACORD 101(2014/01 1d 2014 AC-0RD CORP N,All rights reserved.
The ACORD name and loge ere registered marks of ACORD
Hello