Loading...
HomeMy WebLinkAbout20160716 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & ALLEN &HOSHALL AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into thisi 4-day of M krck , 201(a, 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 1150"O" Street, Greeley,Colorado 80631 hereinafter referred to as"County," and Allen And Hoshall,a Tennessee corporation,whose local address is 155 E Boardwalk Suite 400,Fort Collins, CO 80525, hereinafter referred to as"Contract Professional". 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, each of which forms an integral part of this Agreement.Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Proposal Package No. B 1600044. The RFP contains all of the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional 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 Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated by either party at any time with notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination,County shall take possession of all materials,equipment,tools and facilities owned by County which Contract Professional is using,by whatever method it deems expedient;and,Contract Professional shall deliver to County all drawings,drafts or other documents it has completed or partially completed under this Agreement,together with all other items,materials and documents which have been paid for by County,and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked"DRAFT-INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties.No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder.In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance,an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing rp for to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $17,500.00 which is the bid. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works,or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s)to County. Upon termination or expiration of this Agreement,unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year,without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25,title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution,Article X, Sec. 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional'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. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, 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 Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes(if applicable)incurred pursuant to this Agreement. Contract Professional shall not have authorization,express or implied,to bind County to any agreement,liability or understanding, except as expressly set forth in this Agreement. Contract Professional 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. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional. Contract Professional 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. Contract Professional 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 Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional,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 Contract Professional and Contract Professional shall cooperate in such process.The Contract Professional shall be responsible for the acts and omissions of its agents,employees and subcontractors. 4 Nina_ -Nimmomommir 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain(as applicable),the property of County. In addition, all reports, documents,data, plans,drawings,records and computer files generated by Contract Professional in relation to this Agreement and all reports,test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement,whether or not such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal,clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL."However, Contract Professional 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. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional 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. Contract Professional 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. Standard of Care. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents all services shall be performed by qualified personnel in a professional and workmanlike manner,consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the work,Contract Professional shall submit to County originals of all test results,reports,etc.,generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of,or payment for,the 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. Weld County and the State must be named as additional insured on the Commercial General Liability policies(leases and construction contracts require additional insured coverage for completed operations on endorsements CG 2010 11/85, CG 2037,or equivalent). 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. Should any of the above- described policies by canceled or should any coverage be reduced before the expiration date thereof,the Contract Professional shall send written notice to the Weld County Director of General Services by certified mail,return receipt requested. Such written notice shall be sent within thirty(30)days upon receipt of such cancellation from carrier or reduction unless due to non-payment of premiums for which notice shall be sent ten(10)days prior. If any policy is in excess of a deductible or self-insured retention, County must be notified by the Contract Professional.Contract Professional shall be responsible for the payment of any deductible or self-insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self-insured retention to guarantee payment of claims. The insurance 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 indemnify and hold harmless County, its officers, and employees,from and against injury, loss damage, or liability of Contract Professional arising out of the work done in fulfillment of the terms of this Contract,to the extent caused by a negligent act, error,or omission, or on account of any 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 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. 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, 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 Professioonal or subcontractor is exempt under Colorado Workrs' ntract Professional or sub o tractor executes the appropriate Compensation Act.,AND when such C 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 claims covering negligent 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 Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub-vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same 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 I subcontractors, independent Contract Professionals, sub-vendors suppliers or other entities upon request by the County. 14. Non-Assignment.Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional 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 Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15.Examination of Records. To the extent required by law,the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents,papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions.Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes,war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative")who shall make,within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative.The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a)personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c)electronic transmission via email at the address set forth below,where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es)by written notice to the other. Notification Information: Contract Professio al: ����r I n°S\"� ` vim\ Presiden .r.� �yL:r. �eC Acs°L. !"r'�r•c,�� ) 0 ]. Attn.. � ,,,,wtbc S�:,�e 40o F0�� Co\�v-•Si Co 8 S S Address: [SS 1^ (3e� Address:E-mail: Po u.�1?,\�pS�o,Ii , (A7 ^c,� ^ ` ^e� Facsimile: Gil " a`3 ?10k With copy to: r")1•1 ) E Name: (� 3���. Position: \/;e,e Pis �A-e. 100 I�C O-,,$) 0 Address: l \ ^fir `o 9', ` 111, Address: J E-mail: ( n) 3_ 10 p t Facsimile: County: Name: Position: Address: Address: E-mail: Facsimile: 18. Compliance with Law. Contract Professional shall comply with all applicable federal and State laws,rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations,representations,and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest—C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver 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 Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement,Contract Professional 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 Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement.No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board,committee or hold any such position which either by rule,practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 23. Severability. If any term or condition of this Agreement shall be held to be invalid,illegal,or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision,to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq.,as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional 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). Contract Professional 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 Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional 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 Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3)days that Contract Professional 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. Contract Professional 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. Contract Professional 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 Contract Professional participates in the State of Colorado program, Contract Professional shall,within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional 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. Contract Professional 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 Contract Professional 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, Contract Professional 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 Contract Professional receives federal or state funds under the contract, Contract Professional 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 Contract Professional 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. Compliance with Davis-Bacon Wage Rates. Contract Professional understands and agrees that, if required the work shall be in compliance with the Davis-Bacon Wage Rates. 30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional,concerning this Agreement,the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person.Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contract Professional 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;05\— day of for tl, , 201O CONTRACT PROFESSIONAL: Al Qc By: ( (// - Date 3/2- /l( Name: f(k JL VJl c 1C n VI Title: PS,IoC, (NC:e WELD COi GLkj+y1/Y;i _ C�. ( ;ti ATTEST: BOARD OF COUNTY COMMISSIONERS Weld C Clerk to the Bo. d WELD COUNTY,COLORADO La BY: it ' ��?ie Freeman,Chair 6 2016 Deputy C�- to th Boar I APR 0 3E61 ‘k( ,2o/4- 0 7/6 I • APPROVED AS ,�TO F NDING: APPROVED AS TO SUBSTANCE: lXt atonal. Controller Elected fficial or Department Head APP VED 0,r: Director of General Services County Attorney 1 �k�i�jl� lA REQUEST FOR PROPOSAL ;: '.,.k, WELD COUNTY, COLORADO g�j 1150 O STREET */1/1 GREELEY, CO 80631 N DATE: JANUARY 27, 2016 4, PROPOSAL NUMBER: #B1600044 °. DESCRIPTION: ENGINEERING/DESIGN SERVICES-CENTENNIAL CENTER PLAZA DEPARTMENT: BUILDINGS & GROUNDS DEPT MANDATORY PRE-PROPOSAL CONFERENCE DATE: 2/10/16 @ 2:00 PM PROPOSAL OPENING DATE: 2/19/16 @ 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 SERVICES—CENTENNIAL CENTER PLAZA A mandatory pre-proposal conference will be held at 2:00 PM, on Wednesday, February 10, 2016, at the Weld County Centennial Center, 915 10th St, Greeley CO 80631. Meet at security on 1st floor. 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,February 19,2016(x710:00 an (Weld Count/Purchasing Time Clock), PAGES 1 -8 OF THIS REQUEST FOR PROPOSALS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. 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 @ w e I d g o v . c o m . Emailed proposals must include the following statement on 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 proposal. BID REQUEST#B1600044 Page 1 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#B1600044 Page 2 A 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#B1600044 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. 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#B1600044 Page 4 poom 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. Page 5 BID REQUEST#61600044 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#B1600044 Page 6 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#B1600044 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#B1600044 Page 8 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—Centennial Center Plaza SCOPE OF WORK: This is a request for proposal to provide engineering design services for the design and installation of improvements to the Centennial Center Plaza Area. The County will seek bids for installation for the design improvements. This Centennial Center is located in the 915 10th Street, Greeley, CO. The Centennial Center has a plaza area that is composed of sidewalks and grass areas. Most of these items are located on top of an underground parking garage. The concrete for the entire plaza area is in need of replacement. This will require demolition of existing concrete. Then installation of new roofing membrane between buried structure and new sidewalk with appropriate handrails at steps. ADA access must be maintained. There are deteriorating retaining walls/components that will need repair. In addition, drainage improvements need to be incorporated. Sequencing for repair shall account for afterhours work and full access during business hours. The facility changes will consist of identifying solutions to the issues of the Centennial Center Plaza area. These solutions will culminate in preparation of the following: Schematic Design 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 April 29, 2016 so follow-on construction bid can be pursued. 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. Page 9 BID REQUEST#61600044 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 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. #B1600044. 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 -8. BID REQUEST#61600044 Page 10 Below are the answers to questions that occurred for the Centennial Center Plaza bid (B 1600044). 1. Is a recent topo/elevation survey of the site available for our use in design,or should we include a survey in the scope of work? Answer: An elevation survey is not available. This will be included in your scope 2. Do you have an estimated completion date for construction, so that we can budget the appropriate number of weekly site visits into our fee? Answer: A construction schedule has not been developed. It is anticipated that the design team will develop a projected construction schedule based on the design. 3. Can the County define the selection criteria/matrix and the weighted factors of each section? Answer: This is not a QBS bid.Price will be a major factor along with qualifications performing similar work. 4. Has a construction budget been established and funded? Answer: This is a funded project. 5. Page 10 of the RFP list a Proposed Start date and Completion date. However,in the RFP page 9 states Construction drawings and bid documents must be completed by April 29, 2016. Please clarify. Answer: All documents must be completed by April 29,2016. However,turnaround time is a factor. Some bidders may be able to meet the deadline quicker. 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 $ 17,500 (Total, not to exceed without written authorization) PROPOSED START DATE 2/29/16 COMPLETION DATE 4/15/16 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. #B1600044. 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 Allen & Hoshall BY Paul McKinney, PE /Assoc. Principal (Please print) BUSINESS ADDRESS 155 E. Boardwalk, Suite 400 DATE 2/19/16 CITY, STATE, ZIP CODE Fort Collins, CO 80525 TELEPHONE NO 97"0-232-33081/ FAX 970-232-3101 TAX ID # 62-0909491 SIGNATURE (Jrn,✓I �/ ' ? (/`_1 E-MAIL pmckinneyPallenhoshall.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 -8. BID REQUEST#B1600044 Page 10 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—Centennial Center Plaza SCOPE OF WORK: This is a request for proposal to provide engineering design services for the design and installation of improvements to the Centennial Center Plaza Area. The County will seek bids for installation for the design improvements. This Centennial Center is located in the 915 10th Street, Greeley, CO. The Centennial Center has a plaza area that is composed of sidewalks and grass areas. Most of these items are located on top of an underground parking garage. The concrete for the entire plaza area is in need of replacement. This will require demolition of existing concrete. Then installation of new roofing membrane between buried structure and new sidewalk with appropriate handrails at steps. ADA access must be maintained. There are deteriorating retaining walls/components that will need repair. In addition, drainage improvements need to be incorporated. Sequencing for repair shall account for afterhours work and full access during business hours. The facility changes will consist of identifying solutions to the issues of the Centennial Center Plaza area. These solutions will culminate in preparation of the following: Schematic Design 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 April 29, 2016 so follow-on construction bid can be pursued. Construction Phase: Inspection of weekly work progress during construction, meetings with contractor/owner. REQUIREMENTS: Written proposals should include: 4 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#B1600044 Page 9 • 4., tr fibt•1 > �3 Vin" E. t*i'v- a4".. z a ..y i�.�•. ..; i�k `�y'rk s�' 4'$ g �� AmJJDHJ\LL J rrpars • • • lit lot Rill February 19, 2016 Statement of Qualifications ENGINEERING/DESIGN SERVICES • CENTENNIAL CENTER PLAZA Proposal #B 1600044 0 I onimmift- Celebrating 100 'Years ALLEN & HOSHALL Table of Contents 1 . Cover Letter 1 2. Firm Overview 2 3. Relevant Experience 5 4. Key Personnel 15 5. References 21 6. Fee 25 • Engineering/Design Services-Centennial Center Plaza(Proposal#81600044) Table of Contents Cerebrating 100 Years ALLEN a HOSHALL February 19,2016 Weld County Purchasing Department 1150 0 Street, Room #107 Greeley,CO 80631 Re: ENGINEERING/DESIGN SERVICES-CENTENNIAL CENTER PLAZA Proposal#B1600044 Dear Selection Committee: Thank you for the opportunity to submit this proposal to provide engineering services to Weld County Government. Allen &Hoshall is a full service firm with over 100 years of experience. Our team will be led from our Fort Collins Office with the support of 100 engineers,architects,and support personnel. We look forward to meeting with you to discuss this contract further and to working with you for the successful completion of this important work. If we can provide additional information regarding our team, please let me know. Sincerely, Allen &Hoshall /1171 Paul E. McKinney, PE Associate Principal 155 E.Boardwalk, Suite 400 Fort Collins,CO 80525 Phone 970.232.3081 Engineering/Design Services-Centennial Center Plaza(Proposal#61600044) Page 1 Ce(etrating 100 'Years ALLEN D HOSHALL 44_1- EN & HOSH etebrating 100 'Years �a r � I 1 F $ e ,c , rF �' f 'a i A 4. c us# t � 1,-- ��,�: ,y3�'' s ..-�i x :�, -�. i _ Ems ;. i LL.,,,,,4„, , ,,,,,..._ , , e , I_ ' _ —11— ( -- __-----t---i i I Iii, , a... 6 il,---1-r ill, iro r I INNIIIIIII ~•4■ Overview Allen & Hoshall is a full service design firm, headquartered in Memphis since 1915, with seven offices throughout Colorado, Tennessee, and Mississippi. With a staff of more than 95 professionals and registrations throughout the United States, our services reach nationwide as well as in Europe, Africa, Asia, Central America, and the Middle East. Our diverse project experience, attention to detail, and exceptional dedication to our clients provide us with the foundation necessary to deliver a range of project types, both large and small, on time and within budget. , Allen & Hoshall is an employee-owned firm with an elected board of directors. The firm is divided into three strategic divisions consisting of Architectural/Building, Civil, and Electric Utilities. Each division is divided by professional discipline and/or market type. The specialized groups are then managed by a senior principal to ensure company resources are available to meet and exceed client expectations. We are a single source of engineering & architectural expertise! . Engineering/Design Services-Centennial Center Plaza)Proposal#61600044) Page 2 CeLe6rating 100 Years ALLEN D HOSHALL Background In early 1915, Major Thomas H. Allen, a graduate of the University of Tennessee, opened the consulting engineering firm, Thomas H. Allen, Consulting Engineer, in downtown Memphis, Tennessee. Robert H. Hoshall joined this firm in 1920 and became a partner in 1924. The firm's early work was the design of mechanical and electrical systems for buildings in Memphis. However, the 1920s saw the engineering practice move into the public works arena, and the firm became a regional engineering firm. 1930s era By 1930, although the firm continued to operate under his name, Major Allen no longer had an active part in its operation. In 1940, he turned over the firm to his son Lorin B. Allen and Robert Hoshall. In 1935, the establishment of the Rural Electrification Administration and its mission to bring electricity to rural areas further expanded the company's field of service. During this period,Thomas H.Allen, Consulting Engineer became engineer for numerous municipal electric systems and rural electric cooperatives in Tennessee,Arkansas, Kentucky, and Mississippi. During and Post World War 11 During World War II, public works engineering projects were few as the nation's resources were dedicated to the war effort. For its part in this great struggle, Allen & Hoshall designed numerous aviation facilities in the Mid- South.The firm's wartime designs also involved major military bases such as Fort Campbell Flying Field,Kentucky, and Smyrna Flying Field,Tennessee. Following World War II, engineering work literally boomed as private facilities and public works systems were improved and expanded.The post-war era (1946-1960) brought steady growth. In the early 1960s, the firm's diverse experience led to its design of the airfield and terminal at Memphis International Airport. From 1970s-1990s Allen & Hoshall grew throughout the 1970s and 1980s and offered expanded capabilities. Structural engineering was added in 1970 and Architecture in 1976. Offices in Knoxville and Nashville, TN and Jackson, MS were opened in the 1980s. During the 1990s, Allen & Hoshall's practice expanded internationally including projects in Europe, the Middle East, and Asia. Program management became the latest specialty addition providing design oversight and construction management services. Allen & Hoshall... A full service A/E Firm Our experience over the past 100 years has developed us into one of the areas premiere full service firms offering architecture and all engineering disciplines under one roof. Client feedback from years of experience has taught us their appreciation for having all disciplines consolidated in one firm. This greatly promotes our ability to provide better quality documents, better communication, better coordination between disciplines, as well as increased scheduling efficiency. Lastly, these efficiencies have allowed us to be very competitive with our design fees, eliminating time consuming mark-ups between multiple firms. iii, We are a single source of engineering & architectural expertise! .ii, Engineering/Design Services-Centennial Center Plaza(Proposal#B1600044) _' _ Page 3 Cefe6rating 100 Years ALLEN & HOSHALL Infrastructure Visualization Experience A key part of any project is the ability to communicate the design to all stakeholders to better visualize I , . ci development, expedite planning, evaluate alternatives, and check quality of construction documents. �. Our 3D Models take actual ground models,surveying data,existing utility plans,construction documents, . •,}�•t - landscaping plans and create an interactive environment communicating the impact of the project in the , . el ;• context of the surrounding area.The 3D model offers technical and nontechnical stakeholders a much • better understanding of the development plans by displaying them in the surrounding environment. ri . ■ � Check out our animations at www.youtube.com/user/ah3dviz or scan the QR Code provided. - ■ TraVure Development-Germantown,TN ;. 1 -• .� '. Allen&Hoshall provided a 3D-Model of the$90 million,10-acre development `� , 1, '11' Allen which includes a five-story office building—the tallest structure in the city `-a 4 r "`. plus two hotels,retail space,and a parking garage. The site includes extensive It im Ain landscaping landscaping and a labyrinth meditation garden on the back of the garage to , .� g separate it from nearby residents. University of Memphis Pedestrian/RR Crossing-Memphis,TN Allen & Hoshall and Ritchie Smith Associates provided engineering services for pedestrian improvements located along Southern Avenue at the Railroad A ," ' Crossing. The project includes ADA upgrades,sidewalk improvements,lighting, 4 q „_,, _` landscape enhancements, access gates,and fencing. ,r , •'r - Thornwood Development-Germantown,TN ' Allen&Hoshall provided a 3D-Model of the 16-acre mixed-use development r at the northeast corner of Neshoba Road and Germantown Road. The r€. ` _'' - project includes 278.apartment units, 44,000 square feet of retail and 6,200 , square feet of office space. �-_ - _ Greenline East Expansion, Germantown Road Crossing-Memphis,TN Allen&Hoshall provided a 3D-Model for the at grade,multi-phase pedestrian _ crossing for the Shelby County Greenline at Germantown Road. The ' •" - project includes traffic movements, landscaping, striping, and pavement : , x A improvements. Ritchie Smith Associates is the Landscape Architect for this . t F_l " i7 '-'^r project. N } Germantown Road Realignment-Germantown,TN Allen & Hoshall provided a 3D-Model of the project which would realign 1 ' Germantown Road to flow into what it now West Street, south of Poplar "•.•_ y Avenue,and would accommodate vehicles passing through the city.The new - West Street alignment would be designed for traffic, bikes and pedestrians headed to the shops. Kirby Parkway(Shelby Farms Parkway)-Memphis,TN Allen & Hoshall provided a 3D-Model of Shelby Farms Parkway to assist s a 4`s ' stakeholders in visualizing the scope of the project. The model will include "` ""- actual surveying information, land models, model of new roadway and ° `" structures located in the park. Engineering/Design Services-Centennial Center Plaza(Proposal#B1600044) Page 4 Cerebrating 100 Tears ALLEN 6. HOSHALL .. n y .. -- 1z t R9 T rr FedEx COS Ramp Allen&Hoshall is performing an evaluation of the current condition Repair Study of existing concrete pavement and asphalt pavement at FedEx's Ship Colorado Springs, Colorado Center in Colorado Springs, Colorado.Allen &Hoshall is preparing a plan and report to document the condition of the various areas Client of the site, and is providing general repair recommendations FedEx for each area of the site. An estimated cost of construction will Colorado Springs, CO be assigned to each area, and Allen & Hoshall's findings will be utilized by FedEx to make financial decisions regarding the priority Completion and phasing for replacement/repair of each area. Ongoing Engineering/Design Services-Centennial Center Plaza(Proposal#B1600044) Page 5 Cerebrati ; 100 Fears ALLEN Fr HOSHALL 414 40. n� 4 >.w se � ya• .' , E Tunica Veterans Allen & Hoshall worked with the Town of Tunica and the Veterans Memorial Memorial Committee to determine the most appropriate feature to honor Tunica County, Mississippi the Veterans. Once the Town and Committee had selected a statue, Allen & Hoshall developed the plans for the Veterans Plaza that would provide the setting for the monument. Client Town of Tunica The plaza included flags for the USA, Mississippi, and all branches of P.O. Box 395 service. Also included are plaques honoring those who have served our Tunica, MS 38676 country in wars and conflicts.The plaza also includes several sitting walls Contact and benches to provide a place for quiet reflection and rest. The site is Mayor Bobby Williams tied together to the existing parks and walkways by landscaping and two 662.363.2432 bridges. A Cost $400,000 Engineering/Design Services-Centennial Center Plaza(Proposal#B 1600044) Page 6 ._._._._...... ..le■ Celebrating 100 Fears ALLEN Er HOSHALL G • ir ir , I Hnttm - hx e ..-...7.7r......„, University of Memphis Allen & Hoshall provided engineering and construction services for Railroad Pedestrian pedestrian improvements located along Southern Avenue at the Railroad Crossing. Crossing Improvements The project consisted of at-grade pedestrian crossings within a Memphis,Tennessee continuous green space along the rail line and included new paving, lighting, planting and other enhancements. The crossings have a 12' Client wide concrete walkway.The main crossing is 24'wide providing a major Tennessee Board of Regents/ entrance into the campus and is the only crossing that is fully accessible University of Memphis across the slightly elevated rail line.A new ornamental fence runs parallel 3641 Central Avenue with the rail line along Southern Avenue thus directing pedestrians to an Memphis, TN 38111 appropriate safe crossing. Contact A five block long sidewalk was added on the north side of Southern Tony Poteet Avenue.This serves as a collector walk that connects to the five railroad 901.678.2619 crossings. Much of the sidewalk is cut into an existing grass slope and has a new 30" height retaining wall. Segments of the retaining wall are Cost veneered with "campus brick" to emphasize each of the five crossings. $1,000,000 This treatment along with other enhancements transformed an unsightly five block long landscape into an attractive campus edge. Completion 2016 Engineering/Design Services-Centennial Center Plaza(Proposal#B1600044) Page 7 r Cebratirw 100 Years ALLEN D HOSHALL •4r LEED CERTIF;E0 U C. e I,� { gF , ,;.}t oft.' smy d•+ ii.'f,',.• ' �wy , ',7,',4—..!-;4,-",..1.,,,,,, -',, i t 4 a 1)r1,,,,I,- �!�y t T J '-'4.---'—'''' . ' ~ K` F f West Cancer Clinic The West Cancer Center(WCC)is a collaboration between Methodist Le Germantown, Tennessee Bonheur Healthcare, The West Clinic, and, the University of Tennessee Health Science Center. It operates cancer treatment and research Client facilities in Tennessee, Mississippi, and Arkansas. Methodist Le Bonheur Healthcare Allen&Hoshall provided design services to move the WCC headquarters 1211 Union Avenue to the former UTMG Building. The project required a phased build out Memphis,TN 38104 and tenant move resulting in a complete renovation of the 107,000 sq. ft. building(85,000 usable sq.ft.) and new parking garage. Contact Dave Rosenbaum The new WCC building included radiology,radiation treatment,infusion, 901.277.4294 clinic, ambulatory surgery, administrative space, and a new 150 space parking deck. Major medical equipment in this project included two Cost linear accelerator vaults, MRls, CT, PET, High Dose Radiation vault, $31,400,000 and Ultra sound. A new expansion to the existing building provided capacity for new equipment.The Comprehensive Breast and Diagnostic Completion Center located on the first floor remained open during construction. On 2016 average,40%of the building was occupied at any given point during the construction. � '1 V ,•'• a .Ac ! xj Engineering/Design Services-Centennial Center Plaza(Proposal#81600044) Page 8 • Ce[e6ratin; 100 Tears ALLEN Fr HOSHALL te t P Tom Lee Park Allen & Hoshall provided complete master planning, engineering and Memphis, Tennessee landscape architecture design for Tom Lee Park, a 30-acre park on the riverfront in Downtown Memphis. Client City of Memphis The project included: 125 N Main Street • Public Areas Memphis,TN 38103 • Walkways • Restrooms Area/Acreage 30 acres • Tom Lee Memorial • Kiosks • Viewing Areas • Parking and Access • Pedestrian Bridge Tom Lee Park received Center City Commission Downtown Memphis Award for Urban Design/ Environment. Page 9 Engineering/Design Services-Centennial Center Plaza(Proposal#81600044) Cerebrating 100 Years ALLEN B. HOSHALL c Opt 4 4Ts *i... R 5 dap IF :- :::...„?,,,, ,,,,,„. ,,e..w,.,,,,, .07 ,,,,,., c!:.,::::..:_..,•, - ` , l„, , ,,,ii.,;,,,,,,.,,,,::,y,,,,„,:::. . ,.,,,,,3,,,_-:.•,?:6 , .„ „,,..,,,.,,,,....,.„:.:,v.,...,,,,,,,,,,.. Md i, , Y 5pQ „' TMs'.+ `1,4+,' _vj 1111C , V 1" F G ( iga yq MIX tI i i - -- ."-�! ilk , r .aFE_ . ,_.: ‘''..', „ , , :3 1 pis,;, '„,-V ', 7,:- t!IJ li,ki!:,114*CP. kaPil ii t AlMpi'4: tOttlri-tr"1"Vw-HI'll-'4'* Main Street to Main Allen & Hoshall is providing technical program management services Street Multi-modal for the Main Street to Main Street Multimodal Connector Project. The project is a partnership with the states of Tennessee and Arkansas and Connector Project the municipalities of Memphis - Shelby County,TN and West Memphis Memphis, Tennessee - Crittenden County, AR to establish a twelve mile regional multi-modal corridor that will increase and improve alternative transportation options Client in the Memphis metro area. In addition, the project is divided into 5 City of Memphis segments. 125 N. Main Street Memphis, TN 38103 The scope of work includes streetscape, utility, sidewalk, roadway, and drainage improvements in Downtown Memphis, TN, conversion of the Contact existing roadways on the Harahan Bridge to a bicycle and pedestrian Paul Morris bridge, and construction of new multi-use trails to connect the bridge 901.575.0543 with new Broadway Avenue improvements in West Memphis, Arkansas. Cost A 3-D Model of the project was created so all stakeholders were able to $30,000,000 understand the full scope and how the new construction would impact them. Engineering/Design Services-Centennial Center Plaza{Proposal#81600044) Page 10 Cekbratin; 100 Years ALLEN 6. HOSHALL x s - for 4, 4 — ° 't-'3'---' .—+' - i: :k4or :mow_.: #?#?'. -it tsi Y , „. 1Z c'u •?3t �. - - .. _..,_ , "Aiy ...,,,,-_,---, Iv ....., -. fr S.tt ,i 1- ' ' a ,+ `"e1`' 41 R` --1!!---,----, mot. ; y o ,,�sue, � _ SRI > n 1 .� ! i-, s� "�my.,� - `F' P 5.yp S-S .-. ,°' c,;-7'M: sir , �' �• �4 --,,f t R t -f--„,'-r.- ,, "-.:=!.4-,- --‘..7,;-,747.1Z.,7;,2.- --'-',, K y�,,to• -X .ice r2Y...' ",e;cY - ' _ -'-. pf-`,.--. _ ..._..__m,." ��� ."lf,,F,,,,,,..-,--1.,&. , .'� ..F = n -w °`^i-cia a tr- in@ yu '3i Y_ Le Bonheur Children's Hospital Allen&Hoshall provided engineering services for the 54,000 sq.ft.medical office building. The buildingOffice houses over 200 offices for physicians, Building & Parking residents and fellows,freeing up clinical space in the hospital and nearby clinical buildings. In addition,Le Bonheur benefits from the building being Garage connected by a skyway to the main hospital. Memphis,Tennessee The project included a new five-story, 765-space garage and Client of the existing parking garage to make room for the Office Building.demolition The Methodist Healthcare Systems project increased existing parking by 400-space. Site limitations were 901.277.4294 a challenge due to existing public right of way on 3 sides and keeping the existing garage and adjacent office building operational during Construction construction. $20.4M Total $11M (Office Building) $9.4M (Parking Garage) Completion 2016 '".::-.''At- „........""%..- .► --.� v4 i '. t , in --.1.',�° F" !!t i��`IGIII�, riF Page 11 Engineering/Design Services-Centennial Center Plaza(Proposal#81600044) Ce1e6ratin; 100 Tears ALLEN Fr HOSHALL i ari ;. s«cx >a '3f + .i rc s § >"�r 7 7- rt �� t � •� � rr d Southwest TN Community College Allen & Hoshall provided engineering services for the new Parking Union Campus Structure located at the Union Campus. The project included a 2-story Parkin Garage parking structure with 1st story access from the South and 2nd story access 9 9 from the North. The facility included 158 parking spaces, Access Gates, Memphis,Tennessee and security features. Client Southwest TN Community College 737 Union Avenue Memphis 39103 Contact Murray Harris 901.333.4797CO St �- -14 $3,7M .° i��,_ � � . , Completion Ongoing <y; Engineering/Design Services-Centennial Center Plaza(Proposal#B1600044) Page 12 Cerebrating 100 Tears ALLEN E. HOSHALL 11 4. 4 _ B Y 401 Methodist Le Bonheur Healthcare Allen & Hoshall provided engineering design services for the expansion Women & Children's of the Germantown Campus. The project consisted of a major campus addition including a 200,000 sq.ft.pavilion,parking garage,interior roads Pavilion & Parking and access, 24'lane roundabout to accommodate local fire trucks, a new Garage pavilion, and various renovations. Germantown, Tennessee The first phase of the project involved the design and construction of a Client new 660-space parking garage. Methodist Healthcare Systems Dave Rosenbaum The project was certified LEED Gold. 901.277.4294 Cost $123M Completion 2010 s , Engineering/Design Services-Centennial Center Plaza(Proposal#B1600044) Page 13 Cerebrating 100 'Years ALLEN Er HOSHALL s *,Cerebrating`` 't of 'w.4 ,, ... -- -a. :-.1t-k,, ,,`,.-1:4,--: .„:411,'''''- -� '..es w',>^ a5'-z"�r f�j *: ,:•:44.4.4\,':'3j � ��. yY= 3^�i '„3, . ry l,'' r z ro '. � ,¢? i P �b � t F -. -�'` 3 a 1 � i s i I •� � �, t Fii I Methodist University Hospital Allen & Hoshall provided engineering services for the Emergency Emergency Department expansion at Methodist University. Services included Department mechanical, electrical, plumbing, structural, and civil engineering. The initial construction was a 3-story facility with a vehicle plaza floor, Memphis,Tennessee emergency department treatment floor and partial interstitial floor totaling 72,000 sq.ft. The facility was designed with expansion capability Client to support eight(8) additional floors. Methodist Healthcare Systems 1265 Union Avenue The project was challenging due to the fact that in its initial configuration Memphis,TN 38104 the facility could be connected to much of the existing hospital infrastructure. However, in it's ultimate build out, new infrastructure Contact would be required. Therefore the current project was designed to Dave Rosenbaum accommodate future systems from a space and structural aspect. 901.277.4294 The project is an example of Allen&p Hoshall's Integrated Project Delivery Area/Acreage (IPD) experience. By creating a collaborative alliance among owners, i 72,000 sq. ft. designers and contractors, our engineers benefit from the input of all parties and informed decision making in the beginning where the most Completion value can be created. The value adding focus of the IPD method helps 2014 to optimize project results, increase value to the owner, reduce waste, and maximize efficiency through all phases of design and construction while increasing the flow of information directly between the design and construction team helping to keep projects on-time and within budget. Engineering/Design Services-Centennial Center Plaza(Proposal#81600044) Page 14 ll'• Ce[ebrating 100 Years ALLEN Fx HOSHALL Organization Chart agyn„mac F ' Project Manager Principal in Charge Paul McKinney,PE Rob Herd,PE CIVIL ENGINEERING STRUCTURAL ENGINEERING ARCHITECTURE 3D VISUALIZATION Harry Pratt,PE Mike Sheridan,PE,SECB Rick Boeving,AIA,LEED ABD+C Robert Cochran,PE Roy Lamica,PE,LEED AP Keith Seagraves,PE Michel Lebel,AIA,LEED AP Stan Klenk,PE Andy Slaughter,PE Heather Ashbrand,AIAS Charles Bunniran,PE Jonnye McElyea,PE Norman Sneed Ed Holland,PE Chris Smith,PE Engineering/Design Services-Centennial Center Plaza(Proposal#81600044) Page 15 Celebrating 100 'Years ALLEN Fr HOSHALL PAUL MCKINNEY, PE Structural Engineer Paul McKinney has been employed by Allen&Hoshall since 2006. • His ten years of experience includes the design and detailing of gravity and lateral framing systems utilizing a wide variety of building materials including steel, timber,concrete,and masonry. • McKinney specializes in high-seismic areas. He has significant experience with special concentrically braced frames and special moment frames,as well as their corresponding seismic detailing requirements. PROJECT ASSIGNMENT Project P.��nigger EDUCATION RELEVANT PROJECT EXPERIENCE Bachelor of Science,Civil • FedEx COS Ramp Repair Study-Colorado Springs,CO Engineering, University of • Schulz Manufacturing Facility-Tunica County,MS Tennessee at Martin, 2005 • Roxul Manufacturing Complex-Marshall County,MS PROFESSIONAL REGISTRATION • AOC World Headquarters - Piperton,TN Colorado • Fedex Main Screening Building Pedestrian Bridge- Memphis,TN Tennessee • North Bay Boys and Girls Clubs- D'Iberville&Gulfport,MS • Lighthouse Pentacostal Church -Jackson,TN • Methodist University Hospital Cath Lab Renovations - Memphis,TN • Bolivar Emergency Room Addition - Bolivar,TN • Hardin Oncology Center- Savannah,TN • Lane College Dorms-Jackson,TN • Lane College Science Building-Jackson,TN • Lane College Dining Hall Addition-Jackson,TN • Shelby County Forensic Center- Memphis,TN • Methodist University Biplane Retrofit- Memphis,TN • Southwest Community College Nursing School- Memphis,TN • VA PTSD Center- Memphis,TN • VA Women's Clinic - Memphis,TN • Orleans Place Apartments - Memphis,TN • Northside Methodist-Jackson,TN • Collierville United Methodist Church-Collierville,TN • Sleep Inn- Dyersburg,TN • Methodist University Hospital Cath Lab 4 Renovation- Memphis,TN • JMCGH Cath Lab Renovation- Jackson,TN • Tennessee Health Management Transitional Care -Jackson,TN • Power Center Academy- Memphis,TN Engineering/Design Services-Centennial Center Plaza(Proposal#816000441 Page 16 Ce(e6ratin, 100 Years ALLEN D HOSHALL -` $. MICHAEL E. SHERIDAN, PE i A Principal/Structural Engineer ,l':',..,44.4 4'i- ., ,,,k,..-s.f Mike Sheridan has been employed by Allen&Hoshall for ten years. 4.='s..a4,AAA_ ti ,,;:,?='....:,-t! His thirty-one years of experience includes housing,military,industrial, t:= p --*— 4,--,7tY p g rY . •'''.‘z....==‘.--t.. �: s}: educational, commercial,institutional,medical, and municipal facilities. ref lito, • Sheridan is the Primary Author of new Engineering Regulation 1110-2- ..:,,i-,:';'''. 8161 Earthquake Design and Evaluation of Civil Works Buildings for the U.S.Army Corps of Engineers • Sheridan recently completed reviews ando voting on 2017 change proposals to the pending International Existing Building Code (IEBC) 2017. PROJECT ASSIGNMENT Structura' Engineer EDUCATION RELEVANT PROJECT EXPERIENCE Bachelor of Science,Civil • FedEx Express World Headquarters, Building"I"-Memphis,TN * Engineering,University of Tennessee, 1985 • FedEx WHQ Elevated bridge connector to Building"H"-Memphis,TN* Master of Science, Structural • FedEx Distribution Center-Ontario,Canada* Engineering, University of Tennessee, 1988 • FedEx Seismic Evaluation,Airways Technology Center-Memphis,TN * • Harahan Bridge Boardwalk-Memphis,TN PROFESSIONAL REGISTRATION • JSCC Health Science BLDG-Jackson,TN Arkansas,Colorado, Georgia, • TDOT Regional HQ-Chattanooga,TN Kentucky, Louisiana, Mississippi, • Methodist Hospital Central Parking Solutions, Phase I and II, Memphis,TN Tennessee • Southwind Office Building,Germantown,TN AFFILIATION • Colonnade Office Building,Memphis,TN • Methodist Hospital-Germantown,TN University of Memphis, Dept.of Civil Engineering Advisory Board • Opryland Hotel"Delta" Expansion, Nashville,TN* and Adjunct Professor • International Place,Tower III Office,Tunnel,and Garage-Memphis,TN* Development Team Member of • 2011 Historic Mississippi River High-Water Event * the new USACE Seismic Safety Classification System • Levee and Structure Evaluations of Civil Works Structures* • ER 1110-2-8161 "Seismic Design&Evaluation of Civil Works Buildings"* National Council of Structural Engineers Associations (NCSEA), • USACE Seismic Safety Action Classification (SSAC)* Code Advisory Committee, Existing • USACE Levee Safety Action Classification (LSAC)* Buildings Subcommittee- 1 of 9 national voting members for • 2010 USACE Hurricane Storm Damage Risk Reduction System(HSDRRS)* review and recommendations on • USACE Structures Supervisor of the Memphis District(MVM),and Bridge the International Building Code Safety Program Manager, 2009-2014* (IBC)and International Existing • Bayou Meto Canal 1000 Bridges* Building Code(IEBC) Certifications NHI Bridge Inspector Facilities Engineer(FE02) ATC-20 * Projects performed prior to joining A&H Engineering/Design Services-Centennial Center Plaza(Proposal#81600044) Page 17 i F - CeCe6rating 100 Tears ALLEN & HOSHALL 4 . HARRY J. PRATT, III, PE President/Civil Engineer • Harry Pratt has been employed by Allen&Hoshall since 1975. • His forty-one years of experience includes project planning,design, • project management,and construction administration for airfield and transportation projects.. 4 • Pratt has served in various management roles with the firm and has 40' managed 60 projects at FedEx over the past twenty years. PROJECT ASSIGNMENT Senior Civil Fn,,jifCc•r EDUCATION RELEVANT PROJECT EXPERIENCE B.S.Civil Engineering(1974), • COS Ramp Reconstruction-Colorado Springs, CO Christian Brothers University • Main to Main Intermodal Connector Project-Memphis,TN M.S.Civil Engineering(1980), MBA • City of Memphis Asphalt Study-Memphis,TN (1983), University of Memphis • Chisca Hotel Development-Memphis,TN • Cargo Ramp Rehabilitation-Nashville,TN PROFESSIONAL REGISTRATION • 180k Traffic&Staging Program-Memphis,TN Arkansas • MEM South Ramp 777 Conversions-Memphis,TN ll Colorado • MEM Gates 452-454 Conversion-Memphis,TN Mississippi • EWR Ramp Pavement Rehab Project-Newark, NJ New Jersey Tennessee • MEM Courtyard Investigation Project Memphis,TN • MEM East Ramp Taxilane Project-Memphis,TN AFFILIATIONS • EWR Ramp Pavement Testing of Study Project -Newark, N Christian Brothers University, Dean • MEM South Ramp Conversion Project-Memphis,TN i of Engineer's Advisory Board • MEM Ramp 2003 Project-Memphis,TN University of Memphis, Chairman • TnANG Pavement Evaluation Study-Memphis,TN of Civil Engineering's, Advisory Board, Past Member • Ramp Non-destructive Testing Study-Memphis,TN University of Memphis, Executive • T/W"Z"&T/L 700 Design Support-Memphis,TN MBA Alumni Association, Past • MEM Ramp 2000 Project-Memphis,TN President University of Memphis, • Damaged Container Storage Lot Project-Memphis,TN Department of Civil Engineering, • Courtyard Ramp Pavement Repairs Project-Memphis,TN Adjunct Professor in Airport and • West AOC Drainage Improvements-Contracts 1 &2-Memphis,TN Highway Pavement Design American Consulting Engineers • Hangars 11 & 12 Ramp Repairs Projects-Memphis,TN Council • West AOC Ramp Projects-Contracts 1 &2-Memphis,TN National Society of Professional • Ramp Rehabilitation Project-Memphis,TN Engineers Tennessee Society of Professional Engineers, Past Director Engineering/Design Services-Centennial Center Plaza(Proposal#81600044) Page 18 Celebrating 100 `Years ALLEN Fs HOSHALL RICK BOEVING, AIA, LEED AP BD+C Vice President/Architect • Rick Boeving has been employed by Allen &Hoshall since 1979. • His thirty-seven years experience at Allen& Hoshall includes industrial, medical,educational,municipal,federal, and commercial facility projects. • Boeving designed the first LEED Platinum Certified Terminal in the World and 1 of only 5 LEED Gold Certified Maintenance Hangars in the World. PROJECT ASSIGNMENT Architect 1 EDUCATION RELEVANT PROJECT EXPERIENCE Bachelor of Architecture, • Columbia Parking Garage-Columbus,TN University of Tennessee, 1970 • Central Nutrition Center Truss Inspection-Memphis,TN • CHA North Terminal Parking Expansion-Chattanooga,TN PROFESSIONAL REGISTRATION • CHA Covered Walkway-Chattanooga,TN Colorado • Forest City Hall ADA Improvements-Forest, MS Mississippi • FBO Building&Hangar-Chattanooga,TN Tennessee • Schulz Manufacturing&Office Facility-Tunica, MS • Medegen Distribution Expansion-Galloway,TN CERTIFICATIONS • Brother International/Project Jupiter- Bartlett,TN Certified National Council of • AOC Corporate Headquarters-Piperton,TN Architectural Registration Boards, NCARB 22793 • Armory&Organizational Maintenance Shop -Trenton,TN • Union City Electric System Office&Operations Center- Union City,TN LEED Accredited Professional -Leadership in Energy and • Columbia City Hall Renovation-Columbus,TN Environmental Design,US Green • Columbia Fire Station-Columbus,TN Building Council • Olive Branch Fire Station-Olive Branch, MS • DeSoto County Administration Building AFFILIATIONS • DeSoto County Courthouse Renovation American Institute of Architects • Marvin Windows& Doors Seismic Improvements-Ripley,TN AIA Tennessee • Administration Building- DeSoto County, MS Memphis Chapter American Institute of Architects • Fire Station 57 Prototype- Memphis,TN National Council of Architectural • Fire Station 63-Memphis,TN Registration Boards • Gateway to the Blues Museum-Tunica, MS LEED Accredited Professional • Fire Station 22 - Memphis,TNc US Green Building Council • Schering Plough Building Expansion Study-Memphis,TN 0 G MFMSe' +• Engineering/Design Services-Centennial Center Plaza(Proposal#81600044) Page 19 I Cerebrating 100 'Years ALLEN & HOSHALL CHARLES R. COCHRAN, PE Senior Vice President/Civil Engineer • Robert Cochran has been employed by Allen& Hoshall since 1994. • He is based in our Memphis,Tennessee Headquarters. • His experience includes project planning, design, project management, 3-D Modeling,and construction administration. • Cochran has served in various management roles with the firm and is L, presently a member of the Board of Directors. PROJECT ASSIGNMENT 3D Visualization EDUCATION RELEVANT PROJECT EXPERIENCE Bachelor of Science,Civil • Germantown Road Realignment 3D Model-Germantown,TN Engineering, Christian Brothers • TraVure Development 3D Model-Germantown,TN University, 1993 • Thornwood Development 3D Model-Germantown,TN • Patriot Circle 3D Model-Germantown,TN PROFESSIONAL REGISTRATION • Kirby(Shelby Farms) Parkway 3D Model-Memphis,TN Tennessee • Main to Main Intermodal Connector 3D Model-Memphis,TN Mississippi • C.O. Franklin Park-Germantown,TN • Pedestrian Rail Improvements, University of Memphis-Memphis,TN AFFILIATIONS • 1-40/Canada Road Interchange-Lakeland,TN American Society of Civil Engineers • 1-40 Widening National Society of Professional Memphis,TN Engineers • FedEx 4 lane Road-Memphis,TN Institute of Transportation • SR-1 Kingston Pike Improvements-Farragut,TN Engineers • SR-26 Intersection at Maddox-Simpson Parkway-Lebanon,TN • Main to Main Intermodal Connector Project-Memphis,TN • •Tom Lee Park-Memphis,TN • Olive Branch Community Park-Olive Branch, MS • Village Creek Resorts-Wynne,AR • Indian Creek, Phase I-Tunica, MS • Mid-City Interchange&Pedestrian Bridges - Memphis,TN • Snowden Grove Park Amphitheater-Southaven,MS Engineering/Design Services-Centennial Center Plaza(Proposal#81600044) Page 20 Ce[e6rating 100 Years ALLEN Fr HOSHALL References Desoto County Schools 5 EAST SOUTH STREET • HERNANDO, MISSISSIPPI 35632 OE,2-429-5271 • FAX 1362.429-4198 • WEI3RrT£: wWW.DESOTQCOLINTYRCHODLB.DRO TC Milton Kuykendall SUFE INTENDENTOFEDUCATION S "EXCELLENCE IS A COMMITMENT" March 24,2015 JENNIFER WEEKS ASSISTANT To Whom It May Concern: :SUPERINTENDENT It has come to my attention that the design firm of Allen &Hoshall has submitted VAN ALEXANDER ASSOCIATE qualifications to provide design service, and I wanted to take this opportunity SUPERINTENDENT to convey a strong recommendation for their services. THOMAS SPENCER Desoto County Schools has had a working relationship with Allen & Hoshall for several ASSOCIATE SUPERINTENDENT decades. I have personally had the pleasure of receiving design services from this firm for several years and have always been elated with the results. This company has a unique KEITH WILLIAMS ability to deliver simple or complex projects on time,within budget,and with exceptional ASSOCIATE quality. It takes an exceptional team to handle the workload of the largest school district SUPERINTENDENT in Mississippi and Allen &Hoshall has been able to deliver. Recent projects include window replacements, reroofs, kitchen/cafeteria renovation,new school additions, existing school renovation, site selections,athletic grounds/facilities,and a new state of the art Career Technology Center. BOARD OF EDUCATION Allen &Hoshall has extensive experience in educational facilities located in Desoto County and thru-out the Mid-South. I would like to give my highest recommendation and MILTON NIDHOLO DISTRICT 1 encourage you to utilize this very talented design firm's services. Please do not hesitate to call with any questions. ATEI'HEN W. ODD° DISTRICT 2 Sincerely, r� ANN O. JOLLEY DISTRICT 3 Jerry kite SHELIA RILEY DISTRICT 4 Physical Plant Director SARAN D0410•THOMAU DISTRICT 3 DOARD ATTORNEY .1. KEITH TREADWAY DI_SOTO COUNTY SCHOOL DISTRICT DOSS NOT DISCRIMINATE ON THE BASIS OF RAGE, GENDER, RELIGION, NATIONAL ORIGIN, AGE OR HANDICAPPING CONDITIONS AND IS AN EQUAL OPPORTUNITY EMPLOYER. Engineering/Design Services-Centennial Center Plaza(Proposal#81600044) Page 21 Cerebrating 100 'Years ALLEN & HOSHALL References tiF 4 MLGVV MEMPHIS LIGHT, GAS AND WATER DIVISION November 9,2015 To Whom It May Concern: On behalf on the Memphis Light,Gas and Water(MLGW) Division's Water Engineering and Operations staff,I would like to present this document as a letter of recommendation for the design firm Allen and Hoshall. MLGW is the nation's largest three-service municipal utility,serving potable water to more than 257,000 customers. MLGW operates 10 water pumping stations ranging from 1.1 to 35 MGD in capacity. For more than 50 years,Allen and Hoshall has been providing excellent design services to MLGW on a variety of projects ranging in breadth from electrical coordination studies to back wash water tanks and in depth from complex high service pump foundations to the design of a complete water treatment plant. It is worth mentioning that the construction administration services provided by the Allen and Hoshall staff are equally impressive. A few of Allen and Hoshall's notable designs for MLGW include: • Justin J.Davis Pumping Station (1969)—a 15 MGD potable water treatment plant located in south western Shelby County,TN. This project consisted of a natural draft aerator structure, dual-media filters,a 10 MG underground concrete reservoir,backwash pump and high service pumps and SCADA system. • Ira J. Lichterman Pumping Station Wash Water Recovery Tank(2009) a 1 MG underground concrete structure designed to hold backwash water and allow iron and manganese solids to settle out. This project also included a 30 inch wash water drain,a quadraplex control panel for (2)decant and(2)residual pumps,communication and Indication,grading,drainage and paving. I would like to extend a strong recommendation for the design and construction administration services offered by Allen and Hoshall. Their attention to design detail and the thoroughness of their construction administration services is exceeded by none. Please do not hesitate to call with any questions. Sincerely, lrr Chris McCormick,P.E. MLGW Water Engineering and Operations,Acting Manager Engineering/Design Services-Centennial Center Plaza(Proposal#B 1600044) Page 22 • Cerebrating 100 (Years ALLEN & HOSHALL References City• of A C:WHARTON,JR.-Mayor JACKSAMMONSfAdmtrative♦ ROBERT KNL•c1Tr-Interim Director V his Environmental Engineering 'IENNESSrh: November 4, 2015 Allen& 1-Ioshall, Inc. 1661 International Drive, Suite 100 Memphis,Tennessee 38120 To Whom It May Concern: I am writing this letter as a recommendation for Allen & Hoshall, Inc. Allen &Hoshall, Inc.has worked with the City of Memphis Division of Public Works over the past couple of decades on various sewer related projects. Allen & Hoshall, Inc. has consistently exceeded expectations whether in regards to survey related services, sewer design and specifications, construction administration, or construction observation. The professionalism, knowledge, and prompt response of their staff has made these projects a success. Allen&Hoshall, Inc. has provided all of their services on time and within the scope of work established. l look forward to working with Allen& Hoshall, Inc.on future projects. Sincerely, Scott Morgan, . Administrator of Environmental Construction Engineering/Design Services-Centennial Center Plaza(Proposal#61600044) • Page 23 Celebrating 100 "Years ALLEN & HOSHALL References Sikeston R-6 Schools Office of the Superintendent 1002 Virginia Street • Sikeston, Missouri 63801 • Telephone (573) 472-2581 February 6, 2012 Dr. Beverly K. Schonhoff Hillsboro R-III Schools 20 Hawk Drive Hillsboro, MO 63050-5202 Dear Beverly: It recently has been brought to my attention that Hillsboro R-III Schools is soliciting requests for proposal (REP)for a building evaluation project. A firm that will be submitting an RFP for your project is Allen & Hoshall of Memphis, Tennessee. Sikeston R-6 Schools began working closely with Allen & Hoshall in 2010 after response to an RFP as well. Our district employed their services to evaluate our energy use in anticipation of initiating an energy performance contract. That in and of itself is not remarkable. However, what they did at our request was to reverse the standard practice for this type of construction, which is mainly the replacement of inefficient appliances. Rather than the energy service contractors advising the district of its needs, Allen & Hoshall wrote a detailed scope of work for the contractors to bid based upon their engineers recommendations. Allen & Hoshall is still working for the district, and will continue to do so until the $4M of improvements are installed and functioning. Our district couldn't be more pleased with the quality of work and with their representation of our interest as project engineers. I know their firm already works in and around the St. Louis area so the geographical separation, while it may be a concern, should not be an issue. I would encourage you to give them a look, because you will not be disappointed with their work product. Go Dogs, Stephen J. Borgs Iler Superintendent of Schools SJB/kam Engineering/Design Services-Centennial Center Plaza(Proposal#816000441 Page 24 I • Rose Everett From: Paul McKinney <pmckinney@allenhoshall.com> Sent: Friday, February 19, 2016 8:18 AM To: bids Subject: Proposal#61600044 Centennial Center Plaza Attachments: AH -Centennial Center Plaza Proposal.pdf Good morning, I Allen & Hoshall is pleased to submit the attached proposal for professional design services on the Centennial Center Plaza project. If you have any questions regarding the proposal or our firm, please don't hesitate to contact me. Thank you, Paul McKinney, PE Structural Engineer I Associate Principal Allen&Hoshall I Celebrating 100 Years 155 E.Boardwalk,Suite 400 Fort Collins,CO 80525 970.232.3081 www.allenhoshall.com I r 1 T in D. n K ,..`-c! 73 71 Xi D m e c O = -6 o (D CI. = co `° D v a CD moro r* o <til n _7' Q. o Jr o 7 O or O 0' * O O T N CD DD > n Cm v d OJ `� CD Cp O CD - 3 CD CD T vO CD co -a V CD m 3 d 01 CD = N -' W D'Q M ... CO N fD fD g 615. fD CD = 000 3 -+ v an OD N CD R. fD H c CAD trt V-+ NJ 00 N 00 f71 °' et w CD M. S S S 7- Q- 0) O 3. O O O O �' c - c c c f7 C in n n VI n n n n • rr CD v-,. ill. t O o Cf1 NJ O N N P1 in -� a+ --I O O to Lfl v" u•. v, NI p ° O A O O o O f DJ r- O O O O O O rt 00 Oo N 0 O 0O O �J OO OO p O (O - o o o in o O 0 0 y o O o OO o O O O O N CD O T co CD V V W vi O O 4 O O O 0 O tp O 0 0 0 O O O O O O b b w, o o ON O O O O b b O b o O O Q - , ® DATE(MM/DD/YYYY) AC a' CERTIFICATE OF LIABILITY INSURANCE 4/5/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Crow Friedman Group NAME: Patricia Griffin A Risk Strategies Company INC.°No.E>nt: 901-820-0400 I FAX No): 901-820-0402 5141 Wheelis Drive E-MAIL Memphis, TN 38117 ADDRESS: patricia@crowfriedman.com INSURER(S)AFFORDING COVERAGE NAIL# www.risk-strategies.com INSURERA: Hartford Fire Insurance Company 19682 INSURED INSURER B: Hartford Casualty Insurance Company 29424 Allen & Hoshall, Inc.1661 International Drive INSURER c: Zurich American Insurance of Illinois 27855 Suite 100 INSURERD: Memphis TN 38120-1440 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 29340361 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. ILICY EFF POLICY EXP LT R ADDLTYPE OF INSURANCE NSD WVDSUBR POLICY NUMBER (MPMIDD//YYYY) (MM/DDIYYYY) LIMITS LTR INSD WVD A / COMMERCIAL GENERAL LIABILITY 2000NTU3495 1/1/2016 1/1/2017 EACH OCCURRENCE $ 1,000,000 DAMAGE ICLAIMS-MADE ,/ OCCUR PREM SESO(Ea occu RENTED $ 300,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADVINJURY $ 1,000,000 GENII AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY I PROT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 JEC OTHER: A AUTOMOBILE LIABILITY 20UENTU3661 1/1/2016 1/1/2017 COMBINED MB tINEDSINGLE LIMIT $ 2,000,000 ✓ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $ B / UMBRELLA LIAB ,/ OCCUR 20XHUTU3041 1/1/2016 1/1/2017 EACH OCCURRENCE $ 10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED I I I RETENTION$10,000 $ B WORKERS COMPENSATION 20WEG14604 1/1/2016 1/1/2017 ,/ I STATUTE PER I 10TH AND EMPLOYERS'LIABILITY Y I N ANYPROPRIETOR/PARTNER/EXECUTIVE NIA E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Professional Liability EOC6552574-06 9/1/2015 9/1/2016 Each Claim $1,000,000 Aggregate $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) Project:Weld County Centennial Center Plaza project#72019 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County Colorado THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Toby Taylor ACCORDANCE WITH THE POLICY PROVISIONS. 1150 "O" Street Greeley CO 80631 AUTHORIZED REPRESENTATIVE I Michael Christian ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 29340361 I Master Certificate 1/1/16-17 I Patricia Griffin 14/5/2016 9:21:16 AM (CDT) I Page 1 of 1 _ DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970)304-6531 7� FAX: (970) 304-6532 .„0 NI T Y -- WEBSITE: www.co.weld.co.us �� � 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 3, 2016 To: Board of County Commissioners From:Toby Taylor Subject: Engineering/Design—Centennial Center Plaza J As advertised this bid is to perform engineering/design services to perform repairs to the Centennial Plaza. The low bid is from Allen & Hoshall and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Allen & Hoshall for$17,500.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director of Building &Grounds 3/11.4 c oge-a?ll6 W O O co C,- a) H co a) co cO ti O C) QQ O N N N CO �Q m N Z o rn rn rn rn N N N N O O 0 N J J _i J_ N A W o E D! D! D! N J O d = = m N N O 0 d' O QO � C) x OU _ � (5 -6uJ O 6 306(0 0oN W , o � oN E o , r: a a >- V) 0 M it co M Z .--1="2 ,--, N �p O ill o w ,▪ O p o N Co m J O (6 (Tic F- o N O O NN N • 1- W Wo_ LL F- N ›- .- ti U) gN = Q = _ 0 N U U U co N N Q co < Q a 2 w 2 2 O a cc Z C9 J U) a w ec 0 H cc ea O o O O O o Z O C9 o co o o O O 0 J -a, 0 0 0 (0 0 0 J Qw o v v cm o Q 0w e3 ° to CO O) E ~ a w z I- i w a o w . Z v U) 0 F- ; 0 o z O w H Q0 Cn , a ,. Lo M < CO J m N mw0 c W W U 0 2 p "III 0 N N W I- O > H F- cN >- v_ o co Z5 co J co coZoo ,- mv) Q = v W Caw Q = ON p W W Z U >- ," 0 DU H Z W > W H UJ ZF- U Lii 5 z WW < , 5 (0 < = O J Z Q m N z p (O O F7 (/) .m J CL• ZJI' LL2 Lo °2SwN- W = N (A � N QF- J_ mLumo W CO -JJa0 ~ o Uoo H co W 0 (0 0 (nJ I LWL .. 06.0- W = Qp W5o U o ° pp } Qp ° Z > CC S- OgQ13 Op W0U (2, WO W co cU LLB � U UJ0 O {— � 1 oOz � = o wOn0 mawmoJ w � Qz m > U = QU cno0 z ~ O app } F- F- a Q Q Q uJ pW � QZ (w!) � LZL� Wp X � w QW > o25U) W (n � W JpLWL� CO} ~QW W � 0- ]:), _Jo U-- -- T- `` HCW . - Lip 5 0Q > Mu O � � Qm = Q QT- LL 0I- CD UM0 OnNJ 00 -I > toC7it ID- Hello