Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20150778.tiff
WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & CRUMPTON AND ASSOCIATES ARCHITECTS, LLC 822 7TH AVENUE AS BUILT DESIGN THIS AGREEMENT is made and entered into this _7_ day of_April , 2015, 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 Crumpton & Associates Architects, a Limited Liability Corporation, who whose address is 12891 Jackson Circle, Thornton, Colorado 80241 hereinafter referred to as "Contractor". WHEREAS, Weld County is desiring to purchase as built Design Services for 822 7`" Avenue, Greeley, CO. WHEREAS, County requires an independent contract construction professional to perform the services required by County and set forth in Exhibit A and B; WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Construction Services at or below the cost set forth in the Exhibits; WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B1500071". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibits which is attached hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of Buildings and Grounds or other designated supervisory personnel, (the "Manager"), to perform the services described on attached Exhibits A and B. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may �llam l"« Ce iel(Tr) /v1 VIM)7 result in County's decision to withhold payment or to terminate this Agreem ent. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor 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 materials which Contractor 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 Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT-INCOMPLETE." County, Contractor shall have no claim of any kind termination of this Agreement Upon by whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 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. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $41,000.00. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Buildings and Grounds, 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 Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in the Exhibits. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contractor'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. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29- 1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 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. Contractor 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 Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, 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 Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor 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. Contractor 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 Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction 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 Contractor, 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 construction completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The 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 Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 500,000 $ 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured—owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured—owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" and the minimum limits must be as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising Injury Builders Risk Insurance shall be provided and include Weld County, its elected officials, employees, agents, and volunteers, as well as contractor, subcontractors, engineer and engineer's consultant as named insureds under the builders risk policy. Automobile Liability: Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and$1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non-owned vehicles used in the performance of this Contract. Additional Provisions: Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: i. If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Successful bidder shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; iii. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self- insurance provided by County. For all general liability, excess/umbrella liability, liquor liability, pollution liability and 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 Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of any deductible or self-insured retention. County reserves the right to require Contractor/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 Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor 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. Any modification to these requirements must be made in writing by Weld County. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Indemnity: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contractor in its construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor 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 Contractor 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 Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's 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 Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. professional liability policies, if the policy is a claims-made policy,the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Successful bidders/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the successful bidder/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub-vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Successful bidder/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub-vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub-vendors suppliers or other entities upon request by the County. A provider of Professional Services(as defined in the Bid or RFP)shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the successful bidder as part of the Contract. 14. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that 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, and 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 Buildings and Grounds, 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: Contractor: Crumpton &Associates Archeticts Attn.: Principal Address: 12891 Jackson Circle Address: Thornton, CO 80241 E-mail: crumptonjerald@yahoo.com Facsimile:N/A With copy to: Name: Crumpton &Associates Archeticts Position: Principal Address: 12891 Jackson Circle Address: Thornton, CO 80241 E-mail: crumpton_gerald@yahoo.com Facsimile: N/A County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: PO Box 758 Address: 1105 H Street, Greeley, CO 80631 E-mail: ttaylor@weldgov.com Facsimile: (970) 3046532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement 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 Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor 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 Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5- 102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E-Verify Program or State of Colorado program procedures to undertake pre-employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5- 101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contractor, 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. 30. 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 Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound kiy its terms. Both parties further agree that this Agreement, with the attached Exhibits 4 and 40 , 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 8th day of April , 2015 . CONTRACTOR: Crumpton &Associates Architect By: �i� Date 04/08/2015 Name: erald Crumpton Title: Principal ATTEST: C/.6u+K/ 'oc BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Boarder W D COUNTY, OLORADO LW BY: `�, % +� I .t J! Deputy erk o e Board rbara Kirkme)r, Chair APR 2 7 2015 SOVED AS T F DING: APPROVED AS TO SUBSTANCE: Controller ect d ffi I or Department Head APPRO AS TO i ector of General Services {;rte its i Co ty o i Ur ti ,r!' 02015 . 6771 REQUEST FOR BID 1861' " WELD COUNTY, COLORADO �L 1150 O STREET GREELEY, CO 80631 t C. G O U N T Y DATE: February 20, 2015 EXHIBIT BID NUMBER: B1500071 DESCRIPTION: 822 7T" AVE BLDG -AS BUILT DESIGN SERVICES DEPARTMENT: BUILDINGS & GROUNDS DEPT MANDATORY PRE-BID CONFERENCE DATE: MARCH 5, 2015 @ 11:00 AM mid 1371ro7, BID OPENING DATE: MARCH 18, 2015 @ 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: 822 7T" AVE BLDG —AS BUILT DESIGN SERVICES A mandatory pre-bid conference will be held at 11:00 a.m. on MARCH 5, 2015; please meet at the building site, 822 7th Avenue, Greeley CO 80631. Bidders must participate and record their presence at the pre-bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: MARCH 18, 2015 O 10:00 AM fWeld County Purchasing Time Clock), PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above-listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find bid information on the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasinq/index.html located under Current Request for Bids. 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 bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County— 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov . com . Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Facsimile. Bids 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 bid. If more than one copy of the bid is requested, you must submiUmail hard copies of the bid proposal. 3. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970- 336-7225 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid 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 bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a bid not properly addressed and identified. Bids 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 bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions 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 bids 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 bids 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 bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. BID REQUEST#81400071 Page 2 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 bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid 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. BID REQUEST#B1400071 Page 3 D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents 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. Attorneys Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. BID REQUEST#B1400071 Page 4 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 bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids 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. BID REQUEST#61400071 Page 5 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 P Y PP Y 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 BID REQUEST#B1400071 Page 6 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 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 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 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. BID REQUEST#61400071 Page 7 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 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 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 subcontractors, independent Contract Professionals, sub-vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST#B1400071 Page 8 WELD COUNTY 822 7t" AVE -AS-BUILT DESIGN SERVICES Request for Proposal DESIGN BUILD SERVICES BACKGROUND Weld County Government (County) is soliciting a Request for Proposal (RFP) to document As-Built condition of a newly acquired building located at 822 7'" Street, Greeley, CO. The current design will be the foundation for determining future mechanical and architectural changes to the facility. PROJECT SCOPE The building consists of a 120,000 square foot, 7-story facility. It was built in 1974. From that point, it has received numerous modifications. The scope of this project is for the winning bidder to provide as-built drawings of the facility. These shall include architectural, mechanical, electrical and plumbing. The as-built drawings will be provided to the owner in five hard copy (bound) prints, CAD, and PDF versions. The ultimate goal of this project is to have the as-built conditions documented and understood, so any future modifications to mechanical, electrical and plumbing systems can be made using these developed documents. An original set of construction plans will be made available to the winning bidder. This set is in paper format only and can be viewed at the pre-bid meeting. The purpose of this RFP is to obtain statements of qualification and to solicit fee proposals from firms who wish to provide the services requested in this RFP. The County desires to retain a Design Team to perform documentation of current design, layout and configuration of office layouts, plumbing, electrical, HVAC component locations, sizing. In addition, there are some areas where HVAC services are known to be problematic. The design team shall identify the areas where current configurations do not meet standards and provide recommendations for correction. Those actual corrections shall be part of a separate bid which will be developed based on this input. Attend progress meeting every two weeks with owner. Services for all phases of the work consisting of improvements including, without limitation the following work: Design Services On-Site Time to Explore and Locate current configurations Development of As-Built drawings Identification of deficient HVAC areas/equipment configurations Identification of solutions for deficient HVAC areas/equipment BID REQUEST#61400071 Page 9 PRELIMINARY SCHEDULE Date of this RFP February 20, 2015 Pre Bid Meeting March 5, 2015 @ 11:00 AM Proposals due March 18, 2015 @ 10:00 am Contract Award Notice April 6, 2015 Begin On-Site Exploration April 7, 2015 Substantial Completion July 23, 2015 Final Completion August 23, 2015 SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. Provide As-Built drawings of the building (architectural, mechanical, plumbing, and electrical) Complete drawings shall be provided to owner in hardcopy (5 each) and electronic version (CAD and PDF) Provide an estimate of"reimbursables" that would be required for this project Provide hourly rates for"additional services." Provide a design schedule. Include all costs for architectural design services, mechanical engineering, electrical engineering, and all other"consultant" fees in this proposal The Design Team must have demonstrated the ability to perform a project of this scope. Winning bidder is expected to provide and enter into a standard AIA Design contract PROPOSAL DOCUMENTS Submit an original plus one (1) copy of your proposal signed by a person authorized to bind the party. Or emailed copies may be sent to Purchasing for their records. The proposals shall be organized as outlined below: A. Firm (s) Information: a. Identify which office (Contract Office)will be responsible for the project b. Provide a staffing chart showing proposed organization for this project. Include past experience of key staff including project manager, superintendent, architect, consultants. c. Provide a copy of certificate of insurance and limits of public liability under insurance. d. Provide a brief summary of like work your firm has undertaken as a Design Contractor. e. Provide a list of owners, types of projects, address and contact name and telephone/email/fax for people provided as references for previous and recent Design Contracts. B. Fee Proposal: BID REQUEST#B1400071 Page 10 Design Team fees shall be provided. In addition a total Not To Exceed Price must be identified. These prices shall be annotated on the bid sheet that will be submitted below. EVALUATION CRITERIA The following criteria may be used to evaluate the proposal submitted in response to this RFP: A. Prior experience of firm and key staff on a similar project. B. Quality and experience of people assigned to the project—project manager, superintendent, etc. C. Demonstrated ability to work with a design team. D. Ability to provide the County a Not-to-Exceed price for the entire project and the ability of the firm to meet bonding requirements. E. Demonstrated ability to complete a project such as this to meet cost, schedule and quality goals. Information will be gathered from references and previous experience of the County with contractor, if applicable. F. Completeness of the response to this RFP. G. Following the instructions in the first few pages of the "boiler plate" to this RFP. H. Any other criteria used to evaluate ALL proposals. SCHEDULE FOR SUBMISSION Sealed responses are due no later than 10:00 am, March 18, 2015 to the Weld County Purchasing Dept, 1150 O Street, Room #107, Greeley, CO. 80631. PRICING: ARCHITECTRUAL DESIGN $ ELECTRICAL DESIGN $ MECHANICAL DESIGN $ OTHER FEES $ TOTAL NOT-TO-EXCEED PRICE $ COMPLETION DATE LATE SUBMISSIONS WILL NOT BE ACCEPTED. Weld County Government is exempt from Colorado State sales and use taxes. Each response must include all information and documents required by the RFP. Failure to furnish all required information and documents may result in the rejection of the proposal. BID REQUEST#B1400071 Page 11 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1500071 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM 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#B1400071 Page 12 that occurred during thepre-bid meeting for the 822 7t" Street As-Built Below are the answers to questions Be Design Services bid (61500071) which was held on March 11, 2015. Is there a preference on what type of AutoCADD the prints are provided? Answer: Provide in a basic AutoCAD version (.DWG) so they can be imported into any other system. 2. Do you want a reflected ceiling plan? Answer: Yes. 3. Do you want us to perform a roof analysis? Answer: No 4. Is the fire sprinkler system in the scope? Answer: There is no fire sprinkler in the building. 5. Do you want us to locate utilities and plumbing crossing the courtyard area? Answer: Yes 6. Please provide more detail of the scope that you would like the As-Builts developed. Developing too detailed prints can be costly. Answer: The main purpose of this scope of work is to provide a detail showing how the current HVAC components are configured in relation to the current room sizes/locations. To achieve this goal, there is anticipated to be a few prints of the as-built condition. However, a full and all encompassing as-built of every component in the building is NOT expected. The following shall be the minimum drawings: a. Architectural: Provide as-built design of current floor plan layout and reflected ceiling plan for all floors including the Annex Building. b. Mechanical: Provide as-built design locations of all duct trunks with room drops/diffusers, returns, VAVs, hot water piping, pumps, motors using architectural layouts. c. Plumbing: Provide as-built locations of all restroom, break rooms, and wet bars. In addition, provide locations of sewer lines (to maximum extent possible) on first floors and across plaza between main building and Annex. d. Electrical: Provide location of lighting in reflected ceiling plan and along with location of switches. Also provide location of electrical panels, sub-panels, meters and size of services. Please Note: detailed exploration to determine all HVAC control tubing, wiring, plumbing drains/vents, electrical wire routing/receptacles, J-boxes, etc is not part of this project. Details of windows, doors, bar joists, elevations, are also not required. The goal is to determine how and where the HVAC system is configured so improvements can be made to the system. These improvements will also be dependent on knowing locations of power sources. 1 7. Please provide more detail of the scope for the HVAC analysis and recommendations. Answer: Once the current configuration is documented, make recommendations as to what should be changed in order to provide some adequate HVAC improvements. For example some exterior wall rooms may not have hot water heat at all. Recommendation would include how to most economically get heat to that room. The same might be present for AC systems? The HVAC corrective analysis should just be focused on how to provide basic heat or AC to areas. The focus should not be on a full replacement of components to bring up to some level of energy efficiencies. That type of analysis will is not in the scope of this bid but will be explored after this bid is complete. Below are the answers to questions that occurred up to March 11, 2015 for the 822 7th Street As-Built Design Services bid (61500071). 8. Is there a cutoff for questions? Answer: Yes. As briefed during the pre-bid, question cut off is Thursday(3/12/15). 9. At the pre-bid meeting it was stated the building is currently 68% occupied. What portion of the building will be open to daytime survey work during the execution of the contract? Answer: The portions that are currently vacant can be accessed during business hours. In addition, the mechanical rooms can be accessed during business hours. The portions of the building that are occupied (approximately 68%) need to be scheduled for after-hours exploratory work as to not disrupt the business operation. The normal business hours are 8 AM until 6 PM Monday through Friday. 10. Will any TAB be required of the existing systems (airside and/or waterside) as part of this contract? Answer: Test and Balancing of the HVAC system is not required as part of the contract. 11. Building access- please provide a brief description of how the awarded team will have access to the building, particularly those spaces that are currently occupied. For example scheduling access to 17 different offices is more time consuming than having blanket access. Answer: The portions that are currently vacant can be accessed during business hours. In addition, the mechanical rooms can be accessed during business hours. The portions of the building that are occupied (approximately 68%) need to be scheduled for after-hours exploratory work as to not disrupt the business operation. The normal business hours are 8 AM until 6 PM Monday through Friday. As was seen during the walk-through a lift may be needed to access certain portions of the HVAC components. The fees for the lift would also need to be included in your proposal 12. What, if any, technology scope is anticipated to be included in the as-built drawings prepared by the successful team? Other than documentation of where the existing telephone and IT panels and data jacks are located, will the exact size and routing of phone/data/IT cabling be required? Answer: It has been determined that none of the IT specific routing will need to be included in this as-built analysis. The goal is to understand the current architectural spaces along with the current HVAC system configuration. 13. What, if any, fire alarm /fire protection scope is anticipated to be included in the as-built drawings prepared by the successful team? Answer: It has been determined that none of the fire alarm specific equipment/routing will need to be included in this as-built analysis. The goal is to understand the current architectural spaces along with the current HVAC system configuration. 14. Confirm electrical conduit smaller than 2" is not required to be located on the as-built drawings prepared by the successful team? Answer: Confirmed none of the conduit smaller than 2" is required to be located. See Addendum for clarification on limited scope of as-built conditions. 15. Will the building remove all ceiling tiles necessary to trace existing duct work within the building? Is there a black fabric material located above the ceiling tiles that would hide existing ductwork (on the second floor)? Is it possible to remove the black fabric material if necessary? Would this work have oversight by the building maintenance crew? Answer: Exploring above ceiling grid would be responsibility of winning bidder. An escort will be provided but work is to be done by winning bidder. 16. Will the building provide a ladder(s) on site tall enough to look above the ceiling in the higher ceiling height spa ces? g Answer:Winning bidder must supply all tools necessary. As noted some areas may require ladders and/or lifts. This equipment must be included in your bid. 17. Has any of the ductwork and piping liner been tested for asbestos? Are there any other systems in the building that contain asbestos?Are there any defined locations of asbestos, lead based paint, etc., in the building that needs to be addressed? Answer: We do not have any asbestos studies done on the building at this point. This project is not anticipating disturbing any of the ductwork or piping. Instead,the scope is just to identify current routes so future solutions to poor performing HVAC systems can be explored. 18. Confirm per the pre-bid walk that the winning team is only required to provide 2D drawings of the existing conditions? Confirm delivery of a Revit Model of the building systems is not desired? Answer: Confirmed. Standard prints 24" by 36" are to be provided and scaled appropriately. 19. When identifying HVAC system deficiencies and solutions, is narrative format acceptable or is the City looking for drawings? Answer: The County is looking for drawings that detail the current layout of the HVAC systems. A narrative of the deficiencies discovered and solutions can be in a narrative format that adequately explains both. 20. Confirm Electrical Circuit tracing is not required? Will updated panel schedule directories be required? Answer: Confirmed. Electrical circuit tracing is not required. 21. What systems on the site (outside) are anticipated to be included in the as-built drawings prepared by the successful team? Answer: To maximum extent possible,the plumbing locations across plaza between main building and the Annex are anticipated to be included. 22. Confirm that other than documentation of the locations of space thermostats and which component (i.e. baseboard radiation, cabinet heater, control valve, etc.,) is being controlled, the size and routing of pneumatic tubing associated with the TC system will not be required. Answer: Confirmed. The routing of pneumatic tubing is not required. 23. Please confirm that the Verizon cellular system on the roof(including transmitters, cabling, switches, etc.) will be excluded from the project. We assume that the size and location of the natural gas fired emergency generator located on the roof and primary power panels serving the equipment will be documented. Answer: Confirmed. The Verizon system is not required. In addition,the generator is now NOT required. See addendum for narrowing/clarifying scope. 24. Please confirm what portions of the "exterior" utilities (i.e. natural gas, power, communications, water, fire, sanitary and storm sewers) will be required and to what point (i.e. 5' from the building, to the point of connection to the utility company, etc.) Answer: Exterior utilities shall be documented to where they enter the facility to 5' out from metering devices or building edge whichever is further. In addition, any utility crossing the plaza area between the main building and the Annex will be required to be documented in this scope of work. 25. Will the location and condition of the sanitary and storm sewers require a camera "scope" and or "snake" verification and if so, please define the extent for pricing. Answer: This will only be required if crosses the plaza area between the main building and the Annex. 26. Please confirm the extent of the electrical as-builts required. It is understood that the location of the lights, light switches (and which lights are controlled by which switch), receptacles, primary electrical panels and disconnect switch size and locations will be defined, but that confirmation conduit and conductor sizes or which circuits feed specific items will not be traced. Answer: It was determined the full scope of what some were asking about during the walk-through is not required. See addendum for narrowing/clarifying scope. 27. Same as above with the fire alarm system (i.e. device location, but not conduit and conductor routing). Answer: Electrical circuit tracing for fire alarm system is not required. See addendum for narrowing/clarifying scope 28. Please confirm what version of ACAD is required for the final submittal. Answer: AutoCAD 2007 or newer so a DWG file can be created. 29. Reference was made to "deficient HVAC area/equipment". Please define any specific areas of concern to aid in providing an "apple to apple" quantifiable price for any anticipated design during the as-built process. Answer: The County is looking for drawings that detail the current layout of the HVAC systems. A narrative of the deficiencies discovered and solutions can be in a narrative format that adequately explains both. A design for correcting any deficiencies will be pursued separate from this bid and after all options are understood fully. 30. As part of the as-built process, will any observed current code deficiencies such as ADA access and clearances to rest rooms, outside air ventilation per occupant, less than currently required energy efficient motors and lights, etc., be documented? Answer: This is not required, looking for current layout only. 31. Will the City of Greeley be responsible for removing some of the "fancy" ceiling tile structures on the first and second floors (or anywhere else for that matter), to aid in the above ceiling confirmation process? If not, will there be a "waiver" regarding broken or damaged ceiling tiles included in the contract? Answer: The County will have an escort on site that will be able to aid in those functions. Below are the answers to questions that occurred up to March 13, 2015 for the 822 7th Street As- Built Design Services bid (B1500071). This is the last round of questions due to cutoff date. 32. Per our instructions from the pre-bid meeting, we are submitting the following questions for clarification: Page 11, Evaluation Criteria, Item D: notes "meet bonding requirements". architect and Engineers do not typically have bonding like contractors. Being this is not a construction project, is this evaluation requirement applicable? Answer: Not applicable. 33. Will the Rough Order of Magnitude costing for recommended fixes be required? Answer: Not applicable. 34. Please define scope of deliverables for"Substantial Completion". This typically refers to occupancy. Answer: Not applicable. 35. What level of detail on equipment does the County want? Make/model/capacities/etc or just that there is a piece of equipment present? Answer: Make & Model. 36. Do you want wall outlets located on the as-builts? Answer: Not applicable. 37. The Addendum notes that "detailed exploration to determine all HVAC control tubing, wiring, plumbing drains/vents..." are not part of the project. However, #3 on the addendum states they want the locations of the sewer lines. Do you want the waste and vent piping noted for the building? Answer: Waste vent locations are not required. Looking for sewer line location in specific areas (first floor and plaza area). 38. During the walk through it was stated that there would be no night or weekend work. The Addendum states occupied areas shall be accessed at night after working hours. Would weekends be available to access the occupied areas also? Answer: After the walk-through, the tenants changed their outlook and preferred to not be disturbed during their business hours. This change will now require after-hours work which can include weekends. Details on access times/days will be worked out with winning bidder. 39. The drawings note an average floor to floor of 12.5 with the second floor being 16' with the highest ceiling being 12'. During the site walk it appeared that some ceilings were higher. Can you provide the highest floor to floor dimension to help determine the size of ladder and/or lift required to complete the work? Answer: Height varies as noted in your plans and as observed during walk-through. Answer: Height varies as noted in your plans and as observed during walk-through. The first floor is approximately 13' and the second floor is approximately 16 feet. As was also viewed during the walk through the banks main area on 1st floor is open to the ceiling of the 2nd floor which would make that height approximately 29 feet. Crumpton and Associates Architects EXHIBIT D Transmittal RFB B1500071 Weld County Colorado Building and Grounds Department 0 Street Greeley , Colorado 81631 I hereby waive my right to a sealed bid . bids@weldgov . com Attention : Purchasing Date : 03/ 17/ 2015 RFB Documents Crumpton and Associates Architects Gerald Crumpton , AIA 12891 Jackson Circle Thornton, Colorado 80241 720 427 5421 Email crumpton gerald(c�vahoo.com Page 1 a` '$, March 17 AS-BUILT DESIGN SERVI r 2015 • . Bid Number B1500071 822 7th Ave Building -As built Design Services Greeley, CO 80631 Tj r Ar ADDENDUM #1 BID REQUEST NO #B1500071 822 W 7TH ST BLDG AS BUILT - DESIGN BUILD Buildings & Grounds Department _Please note a full and all encompassing as-built of every component in the building is NOT expected . The goal of documenting the as-built condition of the facility involves determining the current office space configuration and overlaying the HVAC components and locations onto those. In addition this will require a reflected ceiling plan identifying the fixture locations and switches along with sub panel locations. The following shall be the minimum drawings: 1 . Architectural: Provide as-built design of current floor plan layout and reflected ceiling plan for all floors including the Annex Building . Provide site plan to identify utilities running across plaza area between main building and the Annex. 2 . Mechanical : Provide as-built design locations of all duct trunks with room drops/diffusers, returns. VAVs, hot water piping , pumps. motors using architectural layouts. 3. Plumbing : Provide as-built locations of all restroom , break rooms, and wet bars (can be part of architectural drawing) . In addition , provide locations of sewer lines (to maximum extent possible) on first floors and across plaza between main building and Annex. 4 . Electrical : Provide location of lighting in reflected ceiling plan and along with location of switches. Also provide location of electrical panels, sub-panels. meters and size of services. Please Note: detailed exploration to determine all HVAC control tubing , wiring , plumbing drains/vents, electrical wire routing/receptacles, J-boxes, fire systems etc is not part of this project. The goal is to determine how and where the HVAC system is configured so improvements can be made to those system components. These improvements will also be dependent on knowing locations of power sources. ***Please sign and fax back to Weld County Purchasing (a? 970-336-7226. Thank You !*** Addendum received by : FIRM Crumpton & Associates Architects ADDRESS 12891 Jackson Circle CITY AND STATE Thornton, CO 80241 BY Gerald Crumoton� AIA APPROVED By Gerald Crumpton at 6:13 pm, Mar 17, 2015 J TITLE Principal Architect March 11th, 2015 The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. WELD COUNTY 822 7th AVE - AS-BUILT DESIGN SERVICES Request for Proposal DESIGN BUILD SERVICES BACKGROUND Weld County Government (County) is soliciting a Request for Proposal (RFP) to document As-Built condition of a newly acquired building located at 822 7th Street, Greeley. CO. The current design will be the foundation for determining future mechanical and architectural changes to the facility. PROJECT SCOPE The building consists of a 120,000 square foot, 7-story facility. It was built in 1974 . From that point, it has received numerous modifications. The scope of this project is for the winning bidder to provide as-built drawings of the facility. These shall include architectural , mechanical , electrical and plumbing . The as-built drawings will be provided to the owner in five hard copy (bound) prints. CAD. and PDF versions. The ultimate goal of this project is to have the as-built conditions documented and understood , so any future modifications to mechanical , electrical and plumbing systems can be made using these developed documents. An original set of construction plans will be made available to the winning bidder. This set is in paper format only and can be viewed at the pre-bid meeting . The purpose of this RFP is to obtain statements of qualification and to solicit fee proposals from firms who wish to provide the services requested in this RFP. The County desires to retain a Design Team to perform documentation of current design . layout and configuration of office layouts, plumbing . electrical , HVAC component locations, sizing . In addition , there are some areas where HVAC services are known to be problematic. The design team shall identify the areas where current configurations do not meet standards and provide recommendations for correction . Those actual corrections shall be part of a separate bid which will be developed based on this input. Attend progress meeting every two weeks with owner. Services for all phases of the work consisting of improvements including , without limitation the following work: Design Services On-Site Time to Explore and Locate current configurations Development of As-Built drawings Identification of deficient HVAC areas/equipment configurations Identification of solutions for deficient HVAC areas/equipment BID REQUEST #B1400071 Page 9 PRELIMINARY SCHEDULE Date of this RFP February 20, 2015 Pre Bid Meeting March 5, 2015 @ 11 : 00 AM Proposals due March 18, 2015 @ 10: 00 am Contract Award Notice April 6, 2015 Begin On-Site Exploration April 7, 2015 Substantial Completion July 23, 2015 Final Completion August 23, 2015 SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. Provide As-Built drawings of the building (architectural , mechanical, plumbing , and electrical) Complete drawings shall be provided to owner in hardcopy (5 each) and electronic version (CAD and PDF) Provide an estimate of "reimbursables" that would be required for this project Provide hourly rates for "additional services. " Provide a design schedule. Include all costs for architectural design services. mechanical engineering , electrical engineering . and all other "consultant" fees in this proposal The Design Team must have demonstrated the ability to perform a project of this scope. Winning bidder is expected to provide and enter into a standard AIA Design contract PROPOSAL DOCUMENTS Submit an original one ( 1 ) copy of your proposal signed by aperson authorized to bind the party. Or plus p p 9 emailed copies may be sent to Purchasing for their records. The proposals shall be organized as outlined below: A. Firm (s) Information: a. Identify which office (Contract Office) will be responsible for the project BID REQUEST #B1400071 Page 10 b. Provide a staffing chart showing proposed organization for this project. Include past experience of key staff including project manager. superintendent. architect. consultants. c. Provide a copy of certificate of insurance and limits of public liability under insurance. d . Provide a brief summary of like work your firm has undertaken as a Design Contractor. e. Provide a list of owners, types of projects, address and contact name and telephone/email/fax for people provided as references for previous and recent Design Contracts. B. Fee Proposal : Design Team fees shall be provided . In addition a total Not To Exceed Price must be identified . These prices shall be annotated on the bid sheet that will be submitted below. EVALUATION CRITERIA The following criteria may be used to evaluate the proposal submitted in response to this RFP: A. Prior experience of firm and key staff on a similar project. B. Quality and experience of people assigned to the project — project manager, superintendent, etc. C. Demonstrated ability to work with a design team . D. Ability to provide the County a Not-to-Exceed price for the entire project and the ability of the firm to meet bonding requirements . E. Demonstrated ability to complete a project such as this to meet cost. schedule and quality goals. Information will be gathered from references and previous experience of the County with contractor, if applicable. F. Completeness of the response to this RFP. G . Following the instructions in the first few pages of the "boiler plate" to this RFP. H. Any other criteria used to evaluate ALL proposals. SCHEDULE FOR SUBMISSION Sealed responses are due no later than 10:00 am, March 18, 2015 to the Weld County Purchasing Dept, 1150 O Street, Room #107, Greeley, CO. 80631 . PRICING : ARCHITECTRUAL DESIGN $ _24,000.00 ELECTRICAL DESIGN $ 5,000.00 MECHANICAL DESIGN $ 9,000.00 OTHER FEES $ 3,000.00 TOTAL NOT-TO-EXCEED PRICE $ _41 ,000.00 COMPLETION DATE 08/14/2015 LATE SUBMISSIONS WILL NOT BE ACCEPTED. BID REQUEST #B1400071 Page 11 The undersigned, by his or her signature, hereby acknowledges and represents that: 1 . The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #61500071 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM _Crumpton& Associates Architects_ BY _ Gerald Crumpton (Please print) BUSINESS ADDRESS _12891 Jackson Circle DATE 03/17/2015 CITY, STATE, ZIP CODE TELEPHONE NO 720.427.5421 FAX NA TAX ID # _EIN 45-4641832 SIGNATURE l Jr,-/? (41a -� E-MAIL crumpton_gerald@yahoo.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. e Firm Qualifications Crumpton and Associates Architects, LLC Gerald Crumpton , AIA, I am the single Principal of Crumpton and Associates Architects ( CAA ) . I have been involved in over five hundred million dollars of Capital and Bond Improvement projects for Yale Public Schools, Yale MI 48097 , Adams Twelve Five Star Schools, Thornton, CO 80241 and Saint Vrain Valley Schools, Longmont, CO 80501 over the last twenty four years . Fulcrum deploys a systematic approach that is both efficient and highly accurate . We use the most current laser technology and mobile CAD stations to measure and draft in the field, which allows us to resolve building anomalies in real-time . This approach yields true and representative ' as- built' drawings in a fraction of the time traditionally spent. As District Architect at Adams 12 Five Star Schools and St. Vrain Valley Schools I was in charge of the Facility Audits for all A/E disciplines . My knowledge and understanding of HVAC Systems, Electrical/Lighting Distribution , and Plumbing are extensive . I held the Facility Directors title for ten years prior to becoming a Registered Architect. These annual audits provide the needed cost data , remaining useful equipment life, and a replacement prioritization scale . The highest priority is life safety . CAA is a small firm dedicated to filling as- needed architectural services for the Public Sector. CAA is a good candidate for Weld County . I have twenty four years experience teaching and using Auto Desk software (CAD) . Fulcrum Building Measurement, LLC has seventeen years specifically measuring as- built facilities. All of the lines for this project will be field verified to '/4 " in accuracy . Nothing will be TRACED . Fulcrum Building Measurement, LLC will be the Principal in Charge of the as- built verifications in the field . CAA will provide the requested A/E design requirements specified by the county and MEP audit and recommendations to the owner. Together this team has over forty years of experience . 12891 Jackson Circle Thornton, Colorado 80241 720.427.5421 Emaii crumpton geraldcyahoo.com Page 2 I Crumpton and Associates Architects Staff Resume Gerald Crumpton, AIA, M . Ed I am the single Principal of Crumpton and Associates, Architects. The firm is dedicated to filling small as need services for the public sector. Examples are preparing As- Built Documents, Architectural Design , Writing and Revising Design Guidelines, Facility Audits, ADA Compliance Studies . I am Coordinating Architect for Saint Vrain Valley School District. I am the owners' representative for a one hundred and eighty six million dollar bond . I ensure that the design and construction meets the district Technical Specifications and Educational Program Guidelines . I am the architect of record for small projects ranging in cost from a few thousand dollars to approximately one million dollars. Other duties include project management of bond projects . A few examples are Mead MS/ES paving and site improvements at a cost of four hundred thousand dollars and the design and installation of seven modular classrooms at a cost of five hundred thousand dollars . I am the Building Excellent Schools Today ( BEST) grant writer. To date I have been awarded one million seven hundred thousand dollars . Company Name : Adams 12 Five Star Schools Job Title : Facility Planner/Coordinating Architect Responsibilities ■ Facility Audit Project Manager all A/E disciplines. ■ Design , Specify, and Draft all small construction projects ■ Space Planner ■ Code compliance ■ Capital Planning Manager ■ Develop and Manage Design Guidelines and Technical Specifications . Company Name : Westwood College Adjunct Instructor 09-2006- 12-2012 Crumpton and Associates Architects 08-2007 to Present Lawrence Technological University BS in Architecture Capella University MS in Education Registered Architect Colorado and Wisconsin 12891 Jackson Circle Thornton, Colorado 80241 720.427.5421 Email: crumpton gerald(a�yahoo.com Page 3 gbin Fulcrum Building Measurement 1844 Powell St. Erie. CO 80516 (t) 720.722.0434 (f) 720.891 .4002 www.measurebuilding.com Francis C . Mougne SUMMARY Over seventeen years experience in business ownership, executive leadership and operations of architectural service firms that provided the measurement of existing buildings. Known for delivering high-quality products that range in scale, budget, scope, and complexity; and , for handling every project and client with remarkable acumen, poise and integrity. EXPERIENCE Fulcrum Building Measurement, LLC, Denver, CO Owner/Operator June 2012 to Present Founded the company to provide architectural services - specifically, the measurement of existing structures - to Denver's building and design community. Accomplishments : • Launched company while simultaneously operating TexDraft, LLC in Austin , TX • Grew number of projects in 2014 by 170% • Measured over 388,000 sq ft in 2014 for 11 clients in 2014 • Serviced the residential , commercial , governmental , medical and educational sectors • Handled large-scale, out-of-state projects • Secured multiple projects with the St. Vrain Valley School District in Longmont, CO • Sample of distinguished projects include : • Longmont, CO : 72,256 sq ft, 3-level historic educational facility. Service provided : Floor plan . • Denver, CO : 4,839 sq ft, 3-level historic residential building . Services provided : Floor plan, roof plan , exterior elevations. • New Braunfels, TX : 64,982 sq ft, 2-level commercial building . Services provided : Floor plan, roof plan , exterior elevations, building sections. TexDraft, LLC, Austin, TX Owner/Operator February 2006 to February 2014 Founded the company to service the Texas building and design community with the measurement of existing structures. Accomplishments : • Over eight years grew client base by 258% (average annual growth rate of 37%) • Obtained measurable increases in revenues and profits • Established long-standing relationships with several high-profile architectural firms and developers • Earned reputation for delivering accurate, on-time, high-quality as-built drawings • Negotiated and managed contracts Clain Fulcrum Building Measurement 1844 Powell St. Erie. CO 80516 (t) 720.722.0434 (f) 720.891 .4002 www.measurebuilding.com • Trained and managed a team of independent contractors • Serviced the residential, commercial, governmental , medical, educational , and hospitality sectors • Sample of distinguished projects include : Austin, TX : 39, 117 sq ft, 2-level university library. Services provided : Floor plan, roof plan , reflected ceiling plan , exterior elevations. Austin , TX : 5 ,647 sq ft, 7-level historic residential castle. Services provided : Floor plan, roof plan, exterior elevations. ID Austin , TX : 43,553 sq ft, 9-level commercial/residential low-rise building . Services provided : Floor plan, exterior elevations. Asbuilt Services, LLC, Sausalito, CA Owner/Manager December 2001 to December 2005 Independent Contractor January 1997 to December 2001 Hired to provide clients with clear and accurate records of existing conditions. Accomplishments : • Provided strategic and visionary leadership that paved the way for the company's continued success • Grew revenue and profits year-over-year • Helped the company earn a reputation for delivering an excellent product • Cultivated new and managed existing business relationships and clientele • Provided leadership to teams of Independent Contractors • Co-developed proprietary measurement software • Developed industry standards and quality controls pertinent to as-built drawings • Trained 20 + independent contractors in the use of proprietary measurement software, applications for field measurement of existing structures and general CAD training • Developed expertise and proficiencies in the production and delivery of clear and accurate records of existing building conditions • Managed northern and southern California offices AFFILIATIONS • AIA Colorado - Affiliate Member • Institute of Classical Architecture and Art • French American Chamber of Commerce • The Denver Architectural Foundation EDUCATION • Graduate Level Coursework, Master of Architecture Program, University of Colorado Denver August, 2014 - present • B.S . , Major in Biology, Minor in Chemistry, Spring Hill College, Mobile, AL May 1993 Crumpton and Associates Architects Scope Responses Provide As- Built drawings of the building ( architectural , mechanical , plumbing , and electrical ) Complete drawings shall be provided to owner in hardcopy ( 5 each ) and electronic version ( CAD and PDF) Provide an estimate of " reimbursable" that would be required for this project. Provide hourly rates for "additional services . " Provide a design schedule . Include all costs for architectural design services, mechanical engineering , electrical engineering , and all other "consultant" fees in this proposal . Reimbursable Cost Estimates are for nine meetings, printing and mileage . These costs will not exceed $ 3 , 000 . 00 and are included in the Base Bid . Hourly Drafting Rates $ 55 . 00 Principal Architect Rates $ 105 . 00 Design Schedule Contract Award Notice April 6, 2015 Begin On-Site Exploration April 7 - May 20 , 2015 Facility Audit, MEP May 7 — June 18, 2015 Ninety Percent Review June 23 — 2015 Substantial Completion July 23 , 2015 Final Completion August 14, 2015 12891 Jackson Circle Thornton. Colorado 80241 720.427.5421 Email: crumpton geralci yahoo.com Page 4 Crumpton and Associates Architects References Crumpton and Associates Architects Coordinated Facility Audits for 3 . 8 million Sq . Ft. Manage and review As- Built Record drawings for a 220 million bond project . Adams 12 Five Star Schools 1500 E 128th Ave . Thornton , CO 80241 720 . 972 . 4000 Sonya Rath Manage and review As- Built Record Drawings for a 186 million bond project . Project Architect for 3 . 4 Million Facility Audit St Vrain Valley Schools 395 S Pratt Parkway Longmont, CO 303 . 682 . 2000 Judith Race 12891 Jackson Circle Thornton, Colorado 80241 720.427. 5421 Email crumpton qeraldyahoo.com Page 6 Crumpton and Associates Architects References Steinbomer, Bramwell & Vrazel Architects 1400 S . Congress Ave . Suite B202 Austin , TX 78704 512 . 479 . 0022 Amy Bramwell Joseph M . Bennett Architects 2720 Bee Caves Rd . Austin , TX 78746 Joe Bennett, AIA 512 . 478 . 0057 12891 Jackson Circle Thornton, Colorado 80241 720.427 5421 Email crumpton gerald(a�yahoo.com Page 6 PROJECT SAMPLE # 1 Building : Historic Elementary School Client : School District / Educational Sector Location : Longmont, CO Description : 5 Level Elementary School - circa 1878 Deliverable : • Floor Plan - 58 , 772 sq ft measured ne F� , _L-_ --4sr rzry t -nw'...Yelrs----crr,•irio rMllIOlIii--- ......,,R�,u..........,�y.<.. _ - - . ytt I ._ , 7 7 7 7 a rt. ,,,,,,,- ____ . .. .. , a1a J IIIII!I1+llIHIll 11111 f r- IrtZte ne c 1 ----1 7 ,, rij ----I -.-,- s 1 . .. , .7. if, ... r : �. _alb -...---:.~-- """ - _- • 1 . - . ' _ : • `'� �_ r 'Cr- i - a� ` �_ _t•-• _ I wnw ww.w £ Oor. Q�U Z V wpPI ,aI(ad owl Mali - Ew- Z +� — v '� .. . .�(oua6 o awn 1 % O 1C9o8 oo •Ra!aa wsuooslM �C;uno0 �o (}l3 S O L'..UZ U N an uMuana5 ZZ9 i ' y N gi g i 2QU s,ouoiss!wwoD Awunoo Jo p.loog uop ninstil ;o awoN — Q �¢Q N opo,oloo Jo alo}s I�liir� }oa(oid ;o awoN i __- : , iill !!ll : 5; j lb:- 1 ! '.kilL1 1tJ� L I !L. ll k._.)--- • li • ill ' srI_ 41T1Tth . i p 111 _. 1,, j Mop . I I I �a3 V ' - " l I 1 • �. 3-- 1 -- Lirin. II-I Y IC 1 •1 _ g or ir— \I 1 E1 / III ..41:14 I. > ' ;.1" it 1 ., --,-d -; 1 ;� rn Z H M mi• I F. I kit: : C.) i 6 1 u :I ' M 1 Il."` �'I r wo 14 x8 l rs 0 i 0 ! :_ _:; I _ =J e 1141 I Itill MIMI I .. F t � 1 • 1 t Jr .r, ! L4,1 { LT _. : 2t � TH § di i ` 't I I C r: c i } l x I I Y� -"' '9 1 PROJECT SAMPLF # 2 Building : Office Client : Architectural Firm / Governmental Sector Location : Aurora / CO Description : 3 Level Office Structure Deliverable : • Floor Plan - 33 , 486 sq ft measured 1 _ _ _/ j /' t l }_ 1kit 1 '. ISM ' R1 • Ji , . •i Isis 4itLiitilk • , :bijri7.. • 4 gil. .1 i rt itry �I� v. I ,yry`� , se . ...........;,., a .— w `r :�f — — _ - — ... —-. ... .. ._ . . ,. . ___ __ • _ ... v 1 a WI2 la . r . y r-_4 ` j* r. �'yY .v )•r a w+ Y Zw v sae, 'S QQFUw- p r, H O u!suoosi i( uno .io /CUD E _ F L£9os op 'AaiaaJo sm. M } J }.J t C7 a.Ux u z �, E any yluanas zze Xoua6y ;o awoN II R _ �Q(, art s,ouoissiwwop XIunop 10 POOR UOI}n}I}SUS 4o awoN Q _�¢ z o opoJoio0 w aiois f'�w� }�afoid lo awoN p 1 �¢ co I it t U N F is d 2 1 8 1) ` e { p ' -- Cl I I ia gifi M. ', i+.. • fi - Pl J/.11.. _ ' ot . _ � l • ll .I PY •``> \ . ,. ;•i ... .„. . - i k „ , .. ..„. ,. • .. i_ • ‘, ....,„ .... . g _ . ... .. Mme :; �� C rt 0 Er y a. *II 8 ir ` t I ' �' ICI =Jb % r L1k t IliFilii l 1.7/� ' a �� ‘.1. . T J,, v ®; �___,± rot, 2 ,) .. • ... a. 0 0 1 pG o . . •A / — o 4. 1 it ID Iii S > ,n.t, Jn. , „ , 4 / I t 11- II ?PRAY it ri _t _ I ii 4 n 1' I -) 1 AGI 1'� 4 1 I C a a \ .0, r �' 4 �1 V) W ill ti k CDI. i r � 1z, ! : _pi:. c ., ' . Ii 1 F I I . 7 - .r-.0 - _• .d-I� 1-� -L.rill ` 1 r Et 4 4 ! t ° a Li\.----g- 1 �r--'� I -' ` E } \N... { r 1 +I 6i ¢ g \ / ;_l\:i:tJ_ �9y -..li s Y ! ° ti ik0 A lik 1 111-1—3:31a t . .1% 41, ---jTh-J- - tia7 JJ i i 11 III w o?CA[�-• U o au , puo�as • WO z U _ SAPPY PNae $ lawn palo/y au,t is..4 ow. lates CD<,,,E . I v' R Raaal uisuoosiM '(luno� �o ;i� $r 4' tt908 00 ' i 0 '�'* I I = 0 o..UZZ U N any uluanas zza + Aouabv 4o awDN g 1 m C)U � ce `1: li s.ouoiss_wwo3 gtunoa j0 pioog uO1}n}1}Sui {o awDN i$6 Q �(0)::eCO p o I ovoroioJ to ato15 L�►i rill ; o+ x }oafoJd ;o awDN Cr) �" s — fi;, d g i 1 &I i —371— tilik 1 N T ;It i ,,- , 1 I k t \ . i / r `gyp L1 ,. 11,it h. � • r ��`.,b ,v , , 1 t—ilr— • .I t . .. - J•' r;• 11 i_ .f I ..\\, I.\\ \.. k 1 oa.au \,., _,., \ , .....- ---- ..,.. 1.- ik 4ii i yC G .•: ' , `mil A ti 11�I 1\1E2' - i = to ,Q I \\�\\\ a v \ O I \ An Ooh Ail Y-I ` -r u.Pl l ...� Lit I.' 1 �� - _ 1 1 t --4. � - F a v lip r. x t }� `,.., J. it s1 ri T i Ill 4 7 r7 s ' fie... 1.....1s't.. i.1- I I ir I` r h d . I 0 li \ L../ g apt a - -9- ---- - - -Ar ,r— s- r ; Y t 1—F In —I-I 3 1 I I °�„)^ U O g au 1 ouoJa5 d ♦./cal O V sc. W(o/d wU MWS �! I raspy ;NOM O<E-- v) Z a �jj — a Chi H---�.e. O v'' r )csos oo '4a;0049 ■� U!SUOOSIM 1;uno3 Jo 41O &E = O CLUZ U Z N I any owenas zz8 i • �(ouaby ;o awDN 1 E _ 2pU 5, a4 q II sJouo!ssiwwop R)unoo Jo p.00e UOI;n;I;SUI 40 awDN -r-- Q °;ice ° z N °poloiop 10 alols L ;oafoJd ;o awDN is i A 1 Q ₹ U ^' Zt� Jt • ik • r U • rN. lic----- ri r FI 15 bj / r L3 �d Li) )ffilk 1 ;, ins 1 Q 7-1 --- I/ : v In rn JAW u # '/ fir g It 6 c :LI ..._ . . . . ,ii , e r1 t liE r j 4 �® rJ--1 ---:" -- r V u : ) rx o o illith‘-3i J S �. Y a -. / �9 - f �:. eco 41 Fe 4 e I i. 1 � I` r 61 .l c -�� �� a p r V] W fit ITI CQ g r* I t xJ „ is 1 n tli— 7—jj rt s' S �....._h..lo h n S '. 1 r1 I .i Est , t lir —74, t 1r--- ee MIetail rih 4 I� DEPARTMENT OF THE TREASURY �"� RS INTERNAL REVENUE SERVICE CINCINNATI OH 45999 - 0023 Date of this notice : 02 -24 -2012 Employer Identification Number : 45 -4614832 Form : SS -4 Number of this notice : CP 575 G CRUMPTON AND ASSOCIATES ARCHITECTS GERALD CRUMPTON SOLE MBR 12891 JACKSON CIR For assistance you may call us at : THORNTON , CO 80241 1 - 800 - 829 -4933 IF YOU WRITE , ATTACH THE STUB AT THE END OF THIS NOTICE . WE ASSIGNED YOU AN EMPLOYER IDENTIFICATION NUMBER Thank you for applying for an Employer Identification Number (EIN) . We assigned you EIN 45 -4614832 . This EIN will identify you , your business accounts , tax returns , and documents , even if you have no employees . Please keep this notice in your permanent records . When filing tax documents , payments , and related correspondence , it is very important that you use your EIN and complete name and address exactly as shown above . Any variation may cause a delay in processing , result in incorrect information in your account , or even cause you to be assigned more than one EIN . If the information is not correct as shown above , please make the correction using the attached tear off stub and return it to us . A limited liability company (LLC) may file Form 8832 , Entity Classification Election, and elect to be classified as an association taxable as a corporation . If the LLC is eligible to be treated as a corporation that meets certain tests and it will be electing S corporation status , it must timely file Form 2553 , Election by a Small Business Corporation . The LLC will be treated as a corporation as of the effective date of the S corporation election and does not need to file Form 8832 . To obtain tax forms and publications , including those referenced in this notice , visit our Web site at www . irs . gov . If you do not have access to the Internet , call 1 - 800 - 829 - 3676 (TTY/TDD 1 - 800- 829 -4059) or visit your local IRS office . IMPORTANT REMINDERS : * Keep a copy of this notice in your permanent records . This notice is issued only one time and the IRS will not be able to generate a duplicate copy for you . * Use this EIN and your name exactly as they appear at the top of this notice on all your federal tax forms . • Refer to this EIN on your tax-related correspondence and documents . If you have questions about your EIN, you can call us at the phone number or write to us at the address shown at the top of this notice . If you write , please tear off the stub at the bottom of this notice and send it along with your letter . If you do not need to write us , do not complete and return the stub . Thank you for your cooperation . a ( IRS USE ONLY) 575G 02 -24 -2012 CRUM O 9999999999 SS -4 Keep this part for your records . CP 575 G (Rev . 7 - 2007 ) Return this part with any correspondence so we may identify your account . Please CP 575 G correct any errors in your name or address . 9999999999 Your Telephone Number Best Time to Call DATE OF THIS NOTICE : 02 - 24 -2012 ( ) - EMPLOYER IDENTIFICATION NUMBER : 45 -4614832 FORM : SS-4 NOBOD INTERNAL REVENUE SERVICE CRUMPTON AND ASSOCIATES ARCHITECTS CINCINNATI OH 45999 - 0023 GERALD CRUMPTON SOLE MBR IIIIIIIIIIIIIIIIIIIIIIIIIIII m it i m ili hills iiiiil 12891 JACKSON CIR R THORNTON , CO 80241 ACORO CERTIFICATE OF LIABILITY INSURANCE DATE (SUMO IN'fl/'''r' 03/13/2015 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 POUCIES 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 art ADDITIONAL INSURED, the pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CANT CT Amanda Surbey Helen L Wagner Ins Agcy Inc PHONE FA Helen Wagner, Agent c x.303-442-7844 JAJXCS): 3-442-2991 SfateFann 5360 Arapaho Ave Suite A-1 ADDRESS: p p, Boulder, CO.80303 INSURERI� AFFORDING COVERAGE NAIC a INSURER A :State Farm Fire and Casualty Company 25143 INSURED Fulcrum Building Measurement LLC INSURER B : 1844 Powell St INSURER C : • Erie, CO. 80516-7569 INSURER O : INSURER E : _ INSURERF : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDI SUBR' POLICY EFF POLICY EXP LTR TYPE OF INSURANCE SWUM POLICY NUMBER JMIWDD/YYYTI (MIWDO&YYYY), LIMITS A X COMMERCIAL GENERAL LIABILITY 96-82-E093-6 12118/2014 12118/2015 EACH OCCURRENCE S 1,000,000 DAMAGE TO 1 CLAIMS-MADE X OCCUR PREM SEJEe oca rDenee)_ $ 300,000 MEU EXP (Airy ale person) 5 5.000 PERSONAL& ADV INJURY S 1,000,000 GENII AGGREGATE LIMIT APPUES PER: GENERAL AGGREGATE S 2,000,000 POLICY X PROT- 1 LOC PRODUCTS - COMP/OP AGG ( S 2,000,000 X JEC OTHER: S AUTOMOBILE LABIL/TY ( aCOMB ident)NED SINGLE LIMIT s cc ANY AUTO BODILY INJURY (Per person) S ALL OWNED : SCHEDULED BODILY INJURY (Per accident) S AUTOS AUTOS N0NOWNED PROPERTY DAMAGE S � - HIRED AUTOS AUTOS (Per accident) _ S UMBRELLA UAB OCCUR EACH OCCURRENCE S EXCESS UAB , CLAIMS-MADE AGGREGATE S DED RETENTIONS S WORKERS COMPENSATION PER AND EMPLOYERS UABIUTY Y i N STA UTE F OR ANY PROPRIETOR/PARTN£R/EXECUTIVE l l N I A EL EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L DISEASE - EA EMPLOYEE S If yes. deceit* under DESCRIPTION OF OPERATIONS below _ J E.L. DISEASE - POLICY UMIT S F_ I DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1)0© 1988- 14 ACORD CORPORATION. Ail rights reserved. ACORD 25 2014/01 The ACORD name and logo areregistered marks of ACORD ( ) 09 1001486 132849.9 02-04-2014 477741 Crumpton and Associates Certificate of Insurance (page 1 of 1 ) 03/13/2015 11 :08:48 AM DATE (MMJDDIYYYY) ,acoRo CERTIFICATE OF LIABILITY INSURANCE 3/13/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: BIN Insurance Holdings, LLCPHO IA/C, o, Ext) 800-655-1714 (AIC. No): (877) 826-9067 n BUSINESS 1301 Central Expy. South. Suite 115 E-MAIL ADDRESS: INSURANCE NOW Allen. TX 75013 PRODUCER CUSTOMER ID#: INSURER(S) AFFORDING COVERAGE NAIC# INSURED INSURER A : Travelers 25674 Crumpton and Associates Architects,LLC INSURER B_ 12891 Jackson Or INSURERC : Thornton, CO 80241 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL suaRr POLICY Err-POLICY EXP LIMITS L.TR INSR WVD ; POLICY NUMBER (MMIDD/YYYY) (MMIDD/YYYY)� GENERAL LIABILITY EACH OCCURRENCE $ RGE?6R�NTED COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ _ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY n PE LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE HIRED AUTOS (Per accident) NON-OWNED AUTOS I $ UMBRELLA LIAB I OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DEDUCTIBLE $ RETENTION S $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY Y/ N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE N / A E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ I If yes, describe under • DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Professional Liability (Errors and Omissions) TBA 84 CRL 1793 3/6/2015 3/6/2017 I $1,000,000/$2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Certificate Holder is named as Additional Insured as their interests may appear in regards to their Professional Liability policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1150 0 Street ACCORDANCE WITH THE POLICY PROVISIONS. Greeley. Colorado 80621 AUTHORIZED REPRESENTATIVE © 1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD DEPARTMENT OF BUILDINGS AND GROUNDS I ?T P,; _ ' PHONE: (970) 304-6531 L r FAX: (970) 304-6532 VI G o N T_Y WEBSITE: www.co.weld.co.us z 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 2, 2015 To: Board of County Commissioners From: Toby Taylor Subject: 822 W 7`h Street Building—As Built Design Drawing; Bid #B1500071 As advertised, this bid is to develop As-Built Design drawings of existing building to included floor plans, identifying major heating, ventilation, and air conditioning (HVAC) components/duct, electrical, etc. The results will be used to develop solutions to existing HVAC deficiencies in the building. The low bid submitted was received was from Robert Shreve Architects & Planners. Upon review, it was identified the bid submitted was only for architectural floor plans. This bid did not include electrical or mechanical identification. Therefore, this bid is incomplete. This incomplete bid makes Crumpton & Associates Architects the low bid for the project. Therefore, Buildings and Grounds is recommending the bid be awarded to Crumpton & Associates Architects for$41,000.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director (2015-022g 4 /(4 -860017 WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E-Mail: mwalters@co.weld.co.us E-mail: reverett(a�co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 IJfI 1_ r ouNTY� DATE OF BID: MARCH 18, 2015 REQUEST FOR: 822 W 7th ST BLDG -AS BUILT - DESIGN BUILD DEPARTMENT: BLDGS & GROUNDS DEPT BID NO: #B1500071 PRESENT DATE: MARCH 231H, 2015 APPROVAL DATE: APRIL 6TH, 2015 VENDORS TOTAL PROJECT AMOUNT ROBERT SHREVE ARCHITECTS & PLANNERS $29,800.00 801 8TH ST STE 120 GREELEY CO 80631 CRUMPTON & ASSOCIATES ARCHITECTS $41,000.00 12891 JACKSON CIRCLE THORNTON CO 80241 CASSEDAY CREATIVE DESIGNS LLC $59,100.00 P O BOX 337733 GREELEY CO 80633 PATH21 ARCHITECTURE $64,400.00 2245 CURTIS ST STE 100 DENVER CO 80205 MARKLEY DESIGNS LLC $99,550.00 3620 W 101H ST UNIT B GREELEY CO 80634 KESTREL ARCHITECTURE LLC $119,700.00 910 16TH ST STE 516 DENVER CO 80439 SURVEY SYSTEMS $181,945.00 30496 BRYANT DR STE 200 EVERGREEN CO 80439 FARNSWORTH GROUP SEE SCHEDULE OF CHARGES 2709 NCGRAW DR BLOOMINGTON IL 61704 **TOBY TAYLOR WILL BE REVIEWING THESE BIDS. 2015-0778 ��a3 G 00I�
Hello