DHS Drainage Correction Project

expired opportunity(Expired)
From: Morgan(County)
RFP 2023-0622-002

Basic Details

started - 06 Jun, 2023 (11 months ago)

Start Date

06 Jun, 2023 (11 months ago)
due - 21 Jun, 2023 (10 months ago)

Due Date

21 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
RFP 2023-0622-002

Identifier

RFP 2023-0622-002
Morgan County

Customer / Agency

Morgan County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUESTS FOR PROPOSALS RFP 2023-0622-00 DHS Drainage Correction Project The Board of County Commissioners will receive sealed proposals for the DHS Drainage Correction Project, until 12:00 p.m. MST, Wednesday, June 21, 2023 at the office of the County Commissioners, 218 West Kiowa Ave, Fort Morgan, Colorado. All responses will be publicly opened and read aloud 9:00 a.m. MST, Thursday, June 22, 2023 at 218 W. Kiowa Ave., Fort Morgan, Colorado, the Morgan County Commissioners Office. Vendors and/or public will be able to view RFP opening via a Zoom meeting. Details will be posted on the county website at: https://morgancounty.colorado.gov/bids-and-proposals. Morgan County is inviting you to a scheduled Zoom meeting. Topic: RFP 2023-0622-002 DHS Drainage Project Time: Jun 22, 2023 9:00 AM Mountain Standard Time (US and Canada) Join Zoom Meeting
href="https://us02web.zoom.us/j/84707806002?pwd=WmxWL3pHeFF5UGNwTlVpTWU4NHMwUT09" target="_blank">https://us02web.zoom.us/j/84707806002?pwd=WmxWL3pHeFF5UGNwTlVpTWU4NHMwUT09 Meeting ID: 847 0780 6002 Passcode: 072620 One tap mobile +17193594580,,84707806002#,,,,*072620# US Dial by your location +1 719 359 4580 US Meeting ID: 847 0780 6002 Passcode: 072620 Find your local number: https://us02web.zoom.us/u/kea8gTCcCs A mandatory pre-bid meeting will be held at the Morgan County Department of Human Services on June 8, 2023 at 10:00 a.m. Please be prepared to sign in or leave a business card at the meeting. https://morgancounty.colorado.gov/bids-and-proposals https://us02web.zoom.us/j/84707806002?pwd=WmxWL3pHeFF5UGNwTlVpTWU4NHMwUT09 https://us02web.zoom.us/u/kea8gTCcCs 2 The RFP is on file in the office of Administrative Services Department at 218 West Kiowa Avenue, Fort Morgan, CO and also on the Morgan County Website at www.co.morgan.co.us. All Proposals can be submitted as follows:  Email – Proposals (10 pages or less) may be emailed to: bccadmin@co.morgan.co.us. Emailed proposals must include the following statement on the email: “I hereby waive my right to a sealed proposal”. An email confirmation will be sent when the County receives the proposal within 24 hours of normal business hours.  Hand delivery - Two (2) copies of the proposal may be hand delivered to the Office of the Board of County Commissioners, 218 W. Kiowa Ave. Fort Morgan, CO 80701.  Mail - All proposals must be clearly marked on the envelope RFP 2023-0622-002. Please address as follows: Morgan County Attn: Karla Powell, Administrative Services Manager 218 W Kiowa Ave Fort Morgan, CO 80701 Karla Powell Karla Powell Administrative Services Manager Morgan County, Colorado http://www.co.morgan.co.us/ mailto:bccadmin@co.morgan.co.us 3 TABLE OF CONTENTS PROPOSAL INFORMATION DOCUMENTS Requests for Proposal Page 1 Table of Contents Page 3 General Instructions to Responders Page 4 WORK DOCUMENTS Proposal Requirements Page 6 Project Summary / Scope of Work Page 7 Reply Form Page 8 GENERAL INSTRUCTIONS TO RESPONDERS 1. A “proposal” is a responsive, conforming, unconditional, complete, legible, and properly executed offer by a responder to provide the product/service specified in the Request for Proposal (RFP) for the compensation specified. 2. Responses shall be clearly marked with the RFP 2023- 0622-002, Company Name, contact person, mailing address, telephone number of the responder, and contact email address. 3. It shall be the responsibility of the responder to ensure that the response is in proper form and in the County’s possession by or before the time and date designated in the RFP. Responses will not be accepted after the designated time and date. Any response received late will be returned to the responder unopened, if possible. 4. If a mistake is made or discovered during or after the County’s review of responses, the County reserves the right to determine which party made the mistake and whether the mistake is material and, after these determinations, the County, in its sole reasonable discretion, shall decide whether to accept or reject the proposal. No advantage shall be taken by any party of manifest clerical errors or omissions in any proposal. Responders shall notify the County immediately of any errors or omissions that are encountered. 5. Any item which does not meet all of the terms, conditions, or specifications of this package must be clearly indicated on the exceptions section of the Proposal Reply Form or on a separate sheet of paper and returned with the proposal. 6. The County shall not reimburse any responder for any cost incurred in preparing a proposal or attending equipment demonstrations, inspections, pre-proposal conferences, or interviews. 7. Any amplification, clarification, explanation, interpretation, or correction of a response shall be made only by written addendum, and a copy of the addendum shall be mailed or delivered to each person receiving a RFP. The County is not responsible for any amplification, clarification, explanation, or interpretation or correction of a proposal not contained in written addenda. 8. The County reserves the right to determine, in its sole reasonable discretion, whether any proposal meets the needs or purposes intended and is within the approved budget. The County does not base its award on prices alone. Also to be considered are: quality of product; past experience with the responder or any subcontractors, consultants, products or suppliers; qualifications of the responder and/or subcontractors or suppliers; services offered; warranties; maintenance considerations; long-range costs; delivery; and similar conditions. 9. The final award shall be made by the Board of County Commissioners in the best interests of Morgan County. Morgan County may grant a 5% preference to local businesses. A local business shall be a business which maintains a physical place of business in Morgan County. 5 10. The County reserves the right to conduct such investigations as it deems necessary to assist in the evaluation of any proposal to establish the experience, responsibility, reliability, references, reputation, qualifications, or financial ability of any responder, manufacturer or supplier. The purpose of such investigation is to satisfy the County that the responder has the ability to supply the specified product/service and to perform the necessary warranty and product support in accordance with the RFP in the prescribed manner and time. 11. The County reserves the right, if it deems such action to be in its best interests, to reject any and all responses or to waive any irregularities or informalities therein. Any incomplete, false, or misleading information provided by any responder shall be grounds for rejection of the proposal. If proposals are rejected, the County further reserves the right to investigate and accept the next best proposal in order of ranking, or to reject all proposals and re-solicit for additional proposals. 12. No proposal shall include federal excise taxes or state or local sales or use taxes. 13. Each proposal shall include a statement of standard warranty of the manufacturer if applicable. 14. Any response received as a result of this request is prepared at the responder’s expense and becomes County property and is therefore a public record upon opening by the County. 15. If responder considers any of the information being submitted to be trade secrets, privileged information, or confidential commercial, financial, geological, or geophysical data, it is responder’s responsibility to label the information as such. Otherwise, all information submitted shall be available as a public record for public inspection. 16. By submitting a proposal, the responder acknowledges that (a) the preparation of the proposal, and other quotations herein contained, does not obligate the County in any way; (b) the County assumes no obligation to enter into an agreement for the product; (c) all responsive documents are understood; and (d) the responder has the ability to deliver the product/equipment/service as specified herein in accordance with the RFP. 17. No proposal may be withdrawn for a period of sixty (60) days after the deadline for proposals. 6 Proposal Requirements 1. This RFP must be accompanied by a Bid Security made payable to the owner in an amount of five percent (5%) of the responders total proposed price, and in the form of a certified check, bank check, or a bid bond issued by a surety contingent upon award before the County can accept and consider any proposal. Upon award, such bid bonds shall be returned to the unsuccessful Responder(s). For the successful Responder, the bid bond will be returned upon receipt of the required payment and performance bond, as required by the contract with the County 2. It is the responsibility of the successful responder to obtain all the necessary permits, accesses and permissions required to complete all projects outlined in this RFP packet. (Examples: access/permits required for railroad right of ways, access/permits and traffic control requirements for state highway right of ways, permissions of landowners for access/staging/storing equipment, materials and supplies, etc. 3. All contract work must be completed on or before October 31, 2023. 4. All proposals submitted must include Two (2) copies of the following documents: “Completed Reply Form, All Completed Project Schedule documents, References Forms”, and be Accompanied by a Bid Security made payable to owner in an amount of five percent (5%) of the responders total proposed price, and in the form of a certified check, bank check, or a bid bond issued by a surety contingent upon award. 5. Any “Warranty” of work performed for the finished product must be outlined in the reply form. 6. Potential responders may submit questions to bccadmin@co.morgan.co.us. Questions and responses will be posted to https://morgancounty.colorado.gov/bids-and-proposals. mailto:bccadmin@co.morgan.co.us https://morgancounty.colorado.gov/bids-and-proposals 7 DHS DRAINAGE PROJECT SUMMARY Scope of Work The project involves modifications to the Departments of Human Services Parking lot and sidewalks. Purpose of the project is to reduce damage and/or pooling of water in specific areas. This project will need to be done in sections/areas/phases with areas of the highest order to be completed first. All work must comply with the drainage study in Exhibit A. Area 1 Main Entryway: The main entryway Is located on the northwest side and is highest area of concern. The walkway may be narrowed and regraded. This walkway is connected to the parking lot and a fall in grade may be necessary. Areas on either side of the walkway should be regraded to control runoff and keep water off the walkway. New gutters for the entire building are necessary to route water away from the building. Current soil located at the front entrance of DHS, shall be replaced with non-expansive soil. The proposal shall address the phases of this portion of the project to ensure client accessibility to the building. No curbs will be added to the front parking lot due to ADA Regulations. Area 2, 3 & 4 Northeast & Northwest Parking Lot: The northwest parking lot will be entirely repaved with concrete to ensure better grading of the flat work and reduce water collection areas. Remove asphalt in the parking lot and replace with concrete. A new sidewalk will be installed and constructed additionally. Area 5 East Parking Lot: The building slab on the eastside of the building should be replaced to drain away from the building. Existing concrete under transformer will not be disturbed. The new slab should be constructed with a grade adjustment to ensure water drains away from the building. Modifications to the curb/sidewalk to create ADA compliant entrance, including transition from the parking lot. Adjacent parking lot asphalt will be removed and replaced with concrete. Note: • All concrete to be driven on must have mesh and be a minimum of 6 inches. • Sidewalk must be a minimum of 4 inches with mesh. • All contractors must comply with all City ordinances and regulations and must obtain all City permits prior to commencement of work. • Compliance with all applicable ADA Regulations is required. • All work must be complete by October 31, 2023. Drainage Study included - see exhibit A Example Contract – see exhibit B 8 REQUEST FOR PROPOSAL “2023-0622-002 DHS Drainage Project” Reply Form Name and Address of Responder: Name of Company________________________________________________________ Address of Company______________________________________________________ Phone Number_________________________ Fax Number________________________ Representative_____________________________ Title__________________________ Signature________________________________________________________________ Phone Number_________________________ Fax Number________________________ Email___________________________________________________________________ Summary of Project Schedules: Area Area Total Area 1 $______________ Area 2 $______________ Area 3 $______________ Area 4 $______________ Area 5 $______________ Total All Areas $_____________________ *Attach a separate sheet outlining any exceptions to this bid. If Any **Attach a separate sheet outlining any “Warranty” for the work completed. If Any 9 References Please provide a list of at least three references for work completed by your company over the last three years. 1. Contact Information Company or Entity_______________________________________ Contact Person___________________________________________ Contact Address__________________________________________ Contact City/State/Zip_____________________________________ Contact Phone Number____________________________________ Contact E-Mail Address___________________________________ Year Work was performed__________ Type of Work Completed________________________________________________________ ______________________________________________________________________________ Location of Completed Work_____________________________________________________ ______________________________________________________________________________ Size & Scope of Work: Up to $100,000 _____ $100,000-$250,000 _____ $250,000-$500,000 _____ $500,000-$1,000,000 _____ Over $1,000,000 _____ 2. Contact Information Company or Entity________________________________________ Contact Person___________________________________________ Contact Address__________________________________________ Contact City/State/Zip_____________________________________ Contact Phone Number____________________________________ Contact E-Mail Address___________________________________ Year Work was performed__________ Type of Work Completed________________________________________________________ Location of Completed Work_____________________________________________________ ______________________________________________________________________________ Size & Scope of Work: Up to $100,000 _____ $100,000-$250,000 _____ $250,000-$500,000 _____ $500,000-$1,000,000 _____ Over $1,000,000 _____ 10 References II 3. Contact Information Company or Entity_______________________________________ Contact Person___________________________________________ Contact Address__________________________________________ Contact City/State/Zip_____________________________________ Contact Phone Number____________________________________ Contact E-Mail Address___________________________________ Year Work was performed__________ Type of Work Completed________________________________________________________ ______________________________________________________________________________ Location of Completed Work_____________________________________________________ ______________________________________________________________________________ Size & Scope of Work: Up to $100,000 _____ $100,000-$250,000 _____ $250,000-$500,000 _____ $500,000-$1,000,000 _____ Over $1,000,000 _____ 4. Contact Information Company or Entity________________________________________ Contact Person___________________________________________ Contact Address__________________________________________ Contact City/State/Zip_____________________________________ Contact Phone Number____________________________________ Contact E-Mail Address___________________________________ Year Work was performed__________ Type of Work Completed________________________________________________________ Location of Completed Work_____________________________________________________ ______________________________________________________________________________ Size & Scope of Work: Up to $100,000 _____ $100,000-$250,000 _____ $250,000-$500,000 _____ $500,000-$1,000,000 _____ Over $1,000,000 _____ Site Drainage Review FOR THE Morgan County Department of Human Services Fort Morgan, Colorado B & A Project Number: 255-004-22 Prepared by: 120 E. 16th Street Scottsbluff, NE 69361 March 2023 Exhibit A Contents 1. INTRODUCTION 2. SITE OVERVIEW 3 SUMMARY OF PROBLEMS 4. PRELIMINARY SITE IMPROVEMENT OPTIONS 5. SUMMARY RECOMMENDATIONS ___________________________________________________________________________ Baker & Associates, Inc. Morgan County – Human Services Site Drainage Date of Print: 3/20/2023 APPENDIX A – SITE DRAWINGS Existing Site Plan Record Drawing – 1999 Exhibit for Proposed Improvements – Areas 1-5 APPENDIX B – PRELMINARY COST ESTIMATES - AREAS 1-5 ___________________________________________________________________________ Baker & Associates, Inc. Morgan County – Human Services Site Drainage Date of Print: 3/20/2023 SECTION 1 – INTRODUCTION 1.1 Purpose of Plan The purpose of this plan is to provide a planning document and guide for concept level planning options for drainage improvements to the site of the Morgan County Human Services Building located at 800 East Beaver Avenue in Fort Morgan, Colorado. For some time, the site has had problems with drainage in various areas on the exterior of the building. For this study we have reviewed the site, provided a topographical survey of the lot, and reviewed the historical problems with the owner. This is a preliminary concept plan intended to provide some guidance for the planning of the improvements to the site. This report does not include construction detail drawings. We have included a summary narrative of options for improvements, recommendations, and concept level cost estimates for each option. ___________________________________________________________________________ Baker & Associates, Inc. Morgan County – Human Services Site Drainage Date of Print: 3/20/2023 SECTION 2 – SITE OVERVIEW 2.1 Existing Site Description The Morgan County building site includes approximately 8 acres total around the property with the main building centered and facing to the northwest. The building was constructed in 1999. The site consists of the main access from the north off Beaver Avenue and the surrounding parking lots, walkways, and access to the building. The building is approximately 26,000 SF and has a main entry facing northwest. There are other access doors on each side of the building (NE, SW, SE) and parking and drive access around the building as well. An existing aerial view is shown below. ___________________________________________________________________________ Baker & Associates, Inc. Morgan County – Human Services Site Drainage Date of Print: 3/20/2023 The existing roofs are metal panel systems with a 3’ overhand around the building. There are no gutter systems on the building currently and runoff from the roof sheds directly off the building in all directions. There are short sections of gutter over the entry doors. The surrounding parking lot is primarily asphalt paving that is original to the construction of the site. The site generally slopes from south to north at slope of 0.5% to 1%. The paving areas also include concrete curb and gutter and sidewalk around the building and edges of the parking areas. The site drainage is overall very flat in most areas. The original grading plan shows typical 1% to 0.5% grades across the paved areas and 2% away from the building in the lawn areas. Normally asphalt pavement should be at least 1.5-2% grade because it is harder to place at an exact grade. There are many areas on this site where the grades are 0.5% or less. The site has had a number of problems over the years with drainage. These are primarily related to flat areas of paving and or areas where roof drainage collects around walkways and creates issues. Based on the original grading plan, the design grades shown are very flat for asphalt paving and do not allow for much fall over the site. The record drawing for the site grading is shown in Appendix A. The following section is a summary of the main areas where problems occur. ___________________________________________________________________________ Baker & Associates, Inc. Morgan County – Human Services Site Drainage Date of Print: 3/20/2023 SECTION 3 – SUMMARY OF PROBLEMS 3.1 Main Entry The most notable problem area is in the walkway main entry. It is typical for runoff to gather from the roofs on both sides and pond on the walkway. There is a rocked landscape area on both sides of the entry walkway. These areas slope down to the walkway and the walkway collects the runoff. The walkway does drain to the northwest, but with the north side being shaded, it creates problems of ice buildup in the winter. At the edge of the main entry where the parking lot asphalt meets the concrete, there is evidence of ponding water and cracked pavement. The grade is very flat and has several areas where water collects and does not drain. This likely was paved as a sidewalk section, but with no curb or barrier to the parking lot, it likely receives vehicular traffic which as caused damage to the pavement. Main Entry – NW Side ___________________________________________________________________________ Baker & Associates, Inc. Morgan County – Human Services Site Drainage Date of Print: 3/20/2023 3.2 Parking Lot – Northwest & West The parking lot in the northwest portion of the site near the entry drive has a number of problems where water collects in the concrete gutter pans and curb and gutter sections. It appears that this was installed flat in several areas and likely has always been a problem holding water. During the site visit standing water was present in these areas. Main Entry – Damaged Concrete Northwest Parking Lot ___________________________________________________________________________ Baker & Associates, Inc. Morgan County – Human Services Site Drainage Date of Print: 3/20/2023 The parking lot on the west of the building has several areas where the pavement is breaking apart and areas of standing water. There are several valley pans that have a minimal grade or low areas in the middle of the pan. It appears to have been installed this way and only worsened over time. 3.3 Parking Lot - South The area along the south side of the building has some flat curb sections that hold water. However, the pavement seems to be in better condition and drains better than other areas of the site. West Parking Lot Valley Pan ___________________________________________________________________________ Baker & Associates, Inc. Morgan County – Human Services Site Drainage Date of Print: 3/20/2023 3.3 Parking Lot – East & Northeast Parking Lot The north east area of the parking lot from the entry drive to the east drive has damaged asphalt through most of these sections. There is standing water visible in several spots. The east parking lot has several areas of broken asphalt where water has collected. The pavement has very little slope and standing water in several areas. The curb and gutter along the east side to the east entry does not drain well. There is a pavement area on the east side of the building that drains towards the building and creates problems with water in an exterior stairwell. Northeast Parking Lot ___________________________________________________________________________ Baker & Associates, Inc. Morgan County – Human Services Site Drainage Date of Print: 3/20/2023 East Parking Lot Low Area ___________________________________________________________________________ Baker & Associates, Inc. Morgan County – Human Services Site Drainage Date of Print: 3/20/2023 SECTION 4 – PRELIMINARY IMPROVEMENT OPTIONS 4.1 General Overview of Improvements The challenge of the site is that the parking lot was built with minimal grades around the parking lot. The grades are flat or very small in many areas and without replacement of the entire parking area, there is no way to make grade corrections when the starting and end points are close in elevation. That being said, we have made some recommendations based on input from the owner, and based on overall value. 4.2 Main Entry Modifications - Area 1 The main entry walkway on the northwest side is the main area of concern. The walkway can be narrowed and re-graded to reduce the slope but then provide more fall in grade as the walkway connects to the parking lot. By reducing the width of the walkway, the areas on either side can be re-graded to collect and control runoff and keep it away from walk path. In addition, gutters could be added to the roofs along either side of the entry to route water to the northwest edge of the building. These measures would reduce much of the runoff in the entryway corridor. We would also propose to add a 4” curb where the entry walkway and parking lot meet to provide a better transition and barrier to traffic. ___________________________________________________________________________ Baker & Associates, Inc. Morgan County – Human Services Site Drainage Date of Print: 3/20/2023 4.3 Northwest Parking Lot - Area 2 The area of the northwest parking lot that seems to have the most problems is the curb and gutter along the west side of the entry drive, and the parking area in the northwest corner of the lot. These areas have several spots that collect water and where the pavement is damaged and brocken up. This area could be entirely repaved in concrete which would allow for better grading of the flat work and reduce the areas of collection. We would also recommend removing the parking row facing NW and directing ruonff off the pavement in that direction. We would also suggest to replace the sidewalk and provide a 4” curb between the sidewalk and parking lot in this area. A summary of these proposed improvements are shown in Appendix A. 4.4 Northeast Parking Lot – Areas 3 and 4 The northeast parking lot is broken up in several areas and the curb sections are damaged or settled in several areas as well. Similar to previous areas, this portion of the parking lot could be re-paved with concrete to better accommodate drainage and provide a longer lasting surface. The extent of areas that could be replaced are shown here as areas 3 and 4 with 3 being the higher priority and more damaged area. We would also suggest to replace the sidewalk and provide a 4” curb between the sidewalk and parking lot in this area 4.6 East Parking Lot – Area 5 There is a section on the east side of the parking lot that is badly broken up and appears to be very flat as well. This area could be removed and replaced with some improvement in the grade to drain away from the parking lot to the east. Most or all of the curb and gutter in this area could remain. The building slab along the side of the building should be replaced to drain the opposite direction away from the building. ___________________________________________________________________________ Baker & Associates, Inc. Morgan County – Human Services Site Drainage Date of Print: 3/20/2023 SECTION 5 – SUMMARY RECOMMENDATIONS The site has its challenges with the flat grades around the entire parking lot and limited areas for the water to drain away. Apart from a complete replacement of the parking lot and grading of the site, which would be cost prohibitive, replacement of sections with new concrete and some improved grading appears to be the most practical solution. The first priority should be to replace the entryway paving and provide some modifications to the grading in this entryway. The walk can be flattened out to provide more grade drop at the parking lot connection. The areas on either side of walkway can be re-graded to better handle runoff. Also gutters along the entryway roof lines would help direct water away from the entryway. Each of these improvements can be completed in phases and are not dependent on each other. We would recommend concrete paving at all locations where paving is replaced. It will allow for better drainage, can be installed at a more exact grade and elevation, and will provide much longer useful life. APPENDIX A – SITE DRAWINGS Existing Site Plan Record Drawing – 1999 Exhibit for Proposed Improvements – Areas 1-5 UG/TV UG/P UG/P UG/P Gas Gas Ga s Gas Gas Gas Gas Gas UG/TV UG/TV UG/TV UG /TV UG/TV UG/P UG /P Ga s Ga s Gas Gas UG/TV UG/TV SAN SAN TEL TTT GAS E SAN WV GAS WV WV WV 4313 4314 4315 4316 4316 4316 431 5 431 4 431 3 431 2 43 12 43 13 43124313 4314 4315 4316 4314 431 3 4315 43 16 43 17 43 15 4313 Sheet No. Design S h e e t T itl e : Project: CAD File: D a te Is su e d : CheckDrawing P ro je c t T itl e : E n g in e e rs * A rc h it e c ts * S u rv e y o rs C O PY R IG H T In c . s s o c ia te s a k e r w w w .b ak er -e ng .c om PR EL IMI NA RY PL AN NO T T O B E U SE D F OR CO NS TR UC TIO N 20 22 Sc ot ts bl uf f, N E 69 36 1 12 0 Ea st 1 6t h St . 30 8 63 2 31 23 KLJKLJ "D AT E" EX IS TI N G S IT E PL AN 255-004 Site Plan 255-004-22 C-1.00 C he ye nn e, W yo m in g Jo se ph R . H ew gl ey & A ss oc . I nc . D EP AR TM EN T O F H U M AN R ES O U R C ES FO R T M O R G AN 0' SCALE: 1" = 40' 80'20' 40' PROPERTY CORNER (TYP.) PROPERTY CORNER (TYP.) PROPERTY CORNER (TYP.) PROPERTY CORNER (TYP.) PROPERTY LINE (TYP.) PROPERTY LINE (TYP.) CHAIN LINK FENCE (TYP.) LIGHT POLE (TYP.) LIGHT POLE (TYP.) EXISTING ELECTRICAL SERVICE GAS SERVICE GAS LINEUNDERGROUND POWER (TYP.) SANITARY SEWER LINE UTILITY SERVICES ASPHALT ASPHALT ASPHALT ASPHALT EXISTING AC UNIT ±6.00 SIDEWALK EXISTING CONTOUR (TYP.) EXISTING BUILDING FFE: ±4317.32 GRASS GRASS GRASS ±26.00' ±49.00' ±69.00' ±69.00' ±26.00' ±25.00' E BEAVER AVE. AutoCAD SHX Text N UG/TV UG/TV UG/TV UG/TV UG/TV WV W W W W W W W W W Sheet No. Design S h e e t T itl e : Project: CAD File: D a te Is su e d : CheckDrawing P ro je c t T itl e : E n g in e e rs * A rc h it e c ts * S u rv e y o rs C O PY R IG H T In c . s s o c ia te s a k e r w w w .b ak er -e ng .c om PR EL IMI NA RY PL AN NO T T O B E U SE D F OR CO NS TR UC TIO N 20 22 Sc ot ts bl uf f, N E 69 36 1 12 0 Ea st 1 6t h St . 30 8 63 2 31 23 KLJKLJ "D AT E" AR EA 1 EX H IB IT 255-004 Site Plan 255-004-22 C-2.00 C he ye nn e, W yo m in g Jo se ph R . H ew gl ey & A ss oc . I nc . D EP AR TM EN T O F H U M AN R ES O U R C ES FO R T M O R G AN 0' SCALE: 1" = 10' 20'5' 10' REMOVE EXISTING PAVEMENT AND SIDEWALK PROPOSED 4" CURB & GUTTER PROPOSED 8.00' CONCRETE ENTRY REPLACE PAVEMENT AS SHOWN W/ 5" PCC PROPOSED 6" ROOF GUTTERS PROPOSED 6" ROOF GUTTERS REPLACE PAVEMENT AS SHOWN W/ 5" PCC PROPOSED 4" CURB & GUTTER REMOVE & REPLACE HANDRAILS REMOVE & REPLACE HANDRAILS AutoCAD SHX Text N UG/TV UG/TV UG/TV WV W W W W W W W W W Sheet No. Design S h e e t T itl e : Project: CAD File: D a te Is su e d : CheckDrawing P ro je c t T itl e : E n g in e e rs * A rc h it e c ts * S u rv e y o rs C O PY R IG H T In c . s s o c ia te s a k e r w w w .b ak er -e ng .c om PR EL IMI NA RY PL AN NO T T O B E U SE D F OR CO NS TR UC TIO N 20 22 Sc ot ts bl uf f, N E 69 36 1 12 0 Ea st 1 6t h St . 30 8 63 2 31 23 KLJKLJ "D AT E" AR EA 2 EX H IB IT 255-004 Site Plan 255-004-22 C-2.01 C he ye nn e, W yo m in g Jo se ph R . H ew gl ey & A ss oc . I nc . D EP AR TM EN T O F H U M AN R ES O U R C ES FO R T M O R G AN 0' SCALE: 1" = 10' 20'5' 10' REMOVE EXISTING PAVEMENT REMOVE EXISTING PAVEMENT & REPLACE W/ 6" PCC PROPOSED 4" CURB & GUTTER PROPOSED 4" CURB & GUTTER PROPOSED 4" CURB & GUTTER REMOVE EXISTING PAVEMENT & REPLACE W/ 6" PCC REMOVE/REPLACE CURB & GUTTER REMOVE & REPLACE 7.00' SIDEWALK (ADA COMPLIANT) AutoCAD SHX Text N UG/P UG/P UG/P UG/P UG/P UG/P UG/P UG/P UG/P Gas Gas Gas Gas Gas Gas Gas Gas Gas Gas Gas Gas G as Gas Gas UG/TV UG/TV UG /TV UG/TV UG/TV UG /TV UG/TV UG/TV UG /TV UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV TTT GAS Sheet No. Design S h e e t T itl e : Project: CAD File: D a te Is su e d : CheckDrawing P ro je c t T itl e : E n g in e e rs * A rc h it e c ts * S u rv e y o rs C O PY R IG H T In c . s s o c ia te s a k e r w w w .b ak er -e ng .c om PR EL IMI NA RY PL AN NO T T O B E U SE D F OR CO NS TR UC TIO N 20 22 Sc ot ts bl uf f, N E 69 36 1 12 0 Ea st 1 6t h St . 30 8 63 2 31 23 KLJKLJ "D AT E" AR EA 3 EX H IB IT 255-004 Site Plan 255-004-22 C-2.02 C he ye nn e, W yo m in g Jo se ph R . H ew gl ey & A ss oc . I nc . D EP AR TM EN T O F H U M AN R ES O U R C ES FO R T M O R G AN 0' SCALE: 1" = 10' 20'5' 10' REMOVE EXISTING PAVEMENT & REPLACE W/ 6" PCC REMOVE EXISTING PAVEMENT & REPLACE W/ 6" PCC REMOVE/REPLACE CURB & GUTTER REMOVE/REPLACE CURB & GUTTER AutoCAD SHX Text N UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV UG /TV UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV UG/TV TTT WV W W W W W Sheet No. Design S h e e t T itl e : Project: CAD File: D a te Is su e d : CheckDrawing P ro je c t T itl e : E n g in e e rs * A rc h it e c ts * S u rv e y o rs C O PY R IG H T In c . s s o c ia te s a k e r w w w .b ak er -e ng .c om PR EL IMI NA RY PL AN NO T T O B E U SE D F OR CO NS TR UC TIO N 20 22 Sc ot ts bl uf f, N E 69 36 1 12 0 Ea st 1 6t h St . 30 8 63 2 31 23 KLJKLJ "D AT E" AR EA 4 EX H IB IT 255-004 Site Plan 255-004-22 C-2.03 C he ye nn e, W yo m in g Jo se ph R . H ew gl ey & A ss oc . I nc . D EP AR TM EN T O F H U M AN R ES O U R C ES FO R T M O R G AN 0' SCALE: 1" = 10' 20'5' 10' REMOVE EXISTING PAVEMENT & REPLACE W/ 6" PCC REMOVE EXISTING PAVEMENT & REPLACE W/ 6" PCC PROPOSED 4" CURB & GUTTER REMOVE/REPLACE VALLEY PAN REMOVE/REPLACE VALLEY PAN REMOVE/REPLACE CURB & GUTTER REMOVE & REPLACE 7.00' SIDEWALK (ADA COMPLIANT) AutoCAD SHX Text N UG /P UG /P UG /P UG /P UG /P Ga s Ga s Ga s Ga s Ga s Ga s Ga s Ga s E SAN WV San Sa n Sa n Sa n Sa n W W W W W W W Sheet No. Design S h e e t T itl e : Project: CAD File: D a te Is su e d : CheckDrawing P ro je c t T itl e : E n g in e e rs * A rc h it e c ts * S u rv e y o rs C O PY R IG H T In c . s s o c ia te s a k e r w w w .b ak er -e ng .c om PR EL IMI NA RY PL AN NO T T O B E U SE D F OR CO NS TR UC TIO N 20 22 Sc ot ts bl uf f, N E 69 36 1 12 0 Ea st 1 6t h St . 30 8 63 2 31 23 KLJKLJ "D AT E" AR EA 5 EX H IB IT 255-004 Site Plan 255-004-22 C-2.04 C he ye nn e, W yo m in g Jo se ph R . H ew gl ey & A ss oc . I nc . D EP AR TM EN T O F H U M AN R ES O U R C ES FO R T M O R G AN 0' SCALE: 1" = 10' 20'5' 10' REMOVE EXISTING PAVEMENT & REPLACE W/ 6" PCC REMOVE EXISTING PAVEMENT & REPLACE W/ 6" PCC EXISTING CURB & GUTTER TO REMAIN EXISTING CURB & GUTTER TO REMAIN REMOVE EXISTING PAVEMENT & REPLACE W/ 6" PCC PROVIDE POSITIVE SLOPE AWAY FROM BUILDING AutoCAD SHX Text N D-1 CONSTRUCTION CONTRACT THIS CONSTRUCTION CONTRACT (the "Contract") is made and entered into this Choose an item. day of Choose an item., 20Choose an item., by and between Morgan County, Colorado, a Colorado county acting by and through its Board of County Commissioners with a principal place of business at 218 West Kiowa Avenue, Fort Morgan 80701 (the "County"), and Click here to enter text., an independent contractor with a principal place of business at Click here to enter text., Colorado Click here to enter text. ("Contractor") (each individually a “Party” and collectively the "Parties"). For the consideration hereinafter set forth, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1. Scope of Work. Contractor shall perform the following described work (the "Work"), in accordance with this Contract and the Contract Documents, attached hereto and incorporated herein by this reference: Click here to enter text. If there is any conflict between the Invitation to Bid and the Bid, the language of the Invitation to Bid shall control, unless expressly agreed to by the County in this Contract. 2. Bonds. Within ten days of the date of this Contract, Contractor shall provide the payment and performance bond and certificate of insurance required by the Contract Documents. 3. Commencement and Completion of Work. Contractor shall commence the Work within Click here to enter text. days of date of the Notice to Proceed. Substantial Completion of the Work shall be accomplished by the Choose an item. day of Choose an item., 20Choose an item., unless the period for completion is extended otherwise in accordance with the Contract Documents. Final Completion of the Work shall be accomplished within Click here to enter text. days of the date of Substantial Completion. 4. Compensation/Contract Price. The County agrees to pay Contractor, subject to all of the terms and conditions of the Contract Documents, for the Work, an amount not to exceed $Click here to enter text.. The County shall pay Contractor in the manner and at such times as set forth in the General Provisions such amounts as required by the Contract Documents. 5. Keep Jobs In Colorado Act. Pursuant to the Keep Jobs in Colorado Act, C.R.S. 8- 17-101 et seq. (the “Act”) and the rules adopted by the Division of Labor of the Colorado Department of Labor and Employment implementing the Act (the “Rules”), the Contractor shall employ Colorado labor to perform at least eighty percent (80%) of the work and shall obtain and maintain the records required by the Act and the Rules. For purposes of this Section “Colorado labor” means any person who is a resident of the state of Colorado at the time of this Project, without discrimination as to race, color, creed, sex, sexual orientation, marital status, national origin, ancestry, age, or religion except when sex or age is a bona fide qualification. A resident of the state is a person who can provide a valid Colorado driver’s license, a valid Colorado state-issued photo Exhibit A D-2 identification, or documentation that he or she has resided in Colorado for the last thirty (30) days. Contractor represents that it is familiar with the requirements of the Act and the Rules and will fully comply with same. This Section shall not apply to any project for which appropriation or expenditure of moneys may be reasonably expected not to exceed five hundred thousand dollars ($500,000) in the aggregate for any fiscal year. 6. Governing Law and Venue. This Contract shall be governed by the laws of the State of Colorado, and any legal action concerning the provisions hereof shall be brought in Morgan County, Colorado. 7. No Waiver. Delays in enforcement or the waiver of any one or more defaults or breaches of this Contract by the County shall not constitute a waiver of any of the other terms or obligation of this Contract. 8. Integration. This Contract and any attached exhibits constitute the entire Contract between Contractor and the County, superseding all prior oral or written communications. 9. Third Parties. There are no intended third-party beneficiaries to this Contract. 10. Notice. Any notice under this Contract shall be in writing, and shall be deemed sufficient when directly presented or sent pre-paid, first class United States Mail, addressed to: The County: Project Manager Morgan County 218 West Kiowa Avenue, P.O. Box 596 Fort Morgan, Colorado 80701 Contractor: Click here to enter text. Click here to enter text. Click here to enter text. Click here to enter text. 11. Severability. If any provision of this Contract is found by a court of competent jurisdiction to be unlawful or unenforceable for any reason, the remaining provisions hereof shall remain in full force and effect. 12. Modification. This Contract may only be modified upon written agreement of the Parties. 13. Assignment. Neither this Contract nor any of the rights or obligations of the Parties hereto, shall be assigned by either party without the written consent of the other. 14. Governmental Immunity. The County and its officers, attorneys and employees are relying on, and do not waive or intend to waive by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, C.R.S. § 24-10-101, et seq., as amended, or otherwise available to the County and its officers or employees. D-3 15. Rights and Remedies. The rights and remedies of the County under this Contract are in addition to any other rights and remedies provided by law. The expiration of this Contract shall in no way limit the County’s legal or equitable remedies, or the period in which such remedies may be asserted, for work negligently or defectively performed. 16. Subject to Annual Appropriation. Consistent with Article X, § 20 of the Colorado Constitution, any financial obligation of the County not performed during the current fiscal year is subject to annual appropriation, shall extend only to monies currently appropriated, and shall not constitute a mandatory charge, requirement or liability beyond the current fiscal year. IN WITNESS WHEREOF, this Construction Contract has been executed by the Parties as of the date first above written. MORGAN COUNTY, COLORADO ____________________________________ Chair Date ____________________________________ Commissioner Date ____________________________________ Commissioner Date ATTEST: __________________________________ Clerk to the Board CONTRACTOR By: ________________________________ Date STATE OF COLORADO ) ) ss. COUNTY OF ) The foregoing instrument was subscribed, sworn to and acknowledged before me this ___ day of __________, 20_____, by _______________________ as _________________ of ________________________. My commission expires: ___________________________________ (S E A L) Notary Public Construction Contract (over 50K) Agreement # ________________________________________ E-1 CERTIFICATE OF INSURANCE STATE OF ) ) ss. COUNTY OF ) I, __________________________, being first duly sworn, state and affirm, under penalty of law, that I am familiar with the insurance coverages maintained by the Insured, ________________________________, and the coverage requirements set forth in the foregoing Certificate of Insurance, that I have completed or caused to be completed and subsequently reviewed the foregoing Certificate of Insurance and that the information contained therein is true and correct to the best of my knowledge. I further understand that Morgan County shall rely on the information provided. This information is provided for Morgan County, Project: _________________. By: ______________________________________ Title: ___________________________________ Agency: ________________________________ STATE OF COLORADO ) ) ss. COUNTY OF ) The foregoing instrument was subscribed, sworn to and acknowledged before me this ___ day of ___________________, 20_____, by __________________________, as _________________ of ____________________________________________. My commission expires: (S E A L) ____________________________________ Notary Public F-1 NOTICE OF AWARD Date: ____________________ _________________________ Contractor Name _________________________ Address _________________________ _________________________ RE: __________________________________ Dear ___________________: Thank you for submitting a Bid for the ______________________________. Your firm submitted the most qualified and responsible Bid and you have been selected as the successful Contractor. Accordingly, this is your Notice of Award for the ________________________. Enclosed please find an original and duplicate original Construction Contract. Please review and sign both, then, within ten days of receipt of this letter, return both to me along with your certification of insurance, payment and performance bond, each in the full amount of the Contract Price, and appropriate powers of attorney. When dating the above documents, please make sure that all dates, on all documents, are the same and that the insurance policy reflects the requirements of the Contract Documents. Please return all of the documents at the same time, in the same envelope. Upon receipt of the signed Contracts, the County will execute both and return one fully executed original to you. Should you have any questions, please call me at __________________________. Sincerely, ___________________________________________________________________________ Project Manager Signature Date G-1 NOTICE TO PROCEED Date: ___________________ ___________________________________________________ Contractor Name ________________________ Address ___________________________________________________ ___________________________________________________ RE: ______________________________ Dear ______________: This letter is your Notice to Proceed, effective as of the date cited below. This notice is in reference to the Construction Contract between you and Morgan County concerning the _________________________. Please note that in accordance with the Construction Contract, Work must commence within ten days of the date of this Notice, and all Work must be substantially completed within __________________ (_______) days of the date of this Notice, which shall be the ___ day of ______ ___, 20___, and finally completed within __________________ days of the date of this Notice, which shall be the ___ day of _________, 20_____. If you have any questions, please call me at __________________. Sincerely, _______________________________________________________________________________ Project Manager-Signature Date H-1 BID BOND KNOW ALL MEN BY THESE PRESENTS THAT ________________________________________, (hereinafter called “Principal”) as PRINCIPAL, and ______________________, (hereinafter called the “Surety”) as SURETY, are held and firmly bound unto Morgan County, Colorado, hereinafter called OWNER, as Obligee, in the penal sum of ________________________ Dollars ($______________), for the payment of which sum in lawful money of the United States, well and truly to be made, said PRINCIPAL and SURETY bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the PRINCIPAL has submitted a Bid to OWNER for certain Work or services generally described as follows: ____________ NOW, THEREFORE, (a) if said Bid shall be rejected, or (b) if said Bid shall be accepted and the PRINCIPAL is awarded the Contract and, within the time and manner specified in the Contract Documents, enters into a written Contract in the prescribed form and shall give such bond or bonds as may be specified in the Contract Documents to guarantee faithful performance of such Contract and to guarantee prompt payment of labor and materials furnished in the prosecution thereof, and shall provide to OWNER a Certificate of Insurance as required by the Contract Documents, and shall in all other respects perform the Contract created by the acceptance of said Bid, or (c) in the event of the failure of the PRINCIPAL to enter such Contract and to give such bond or bonds, and Certificate of Insurance, if the PRINCIPAL shall pay to OWNER the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the OWNER may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise it shall be and remain in full force and effect. The SURETY, for value received, hereby stipulates and agrees that the obligations of said SURETY hereunder shall be in no way impaired or affected by any alteration or irregularities in the bid or in the bidding procedure or by any extension of time within which OWNER may accept such Bid, and does hereby waive notice of same. Dated this _________________________ day of ____________________________, 20______. (SURETY) (PRINCIPAL) By: ___________________________ By: _________________________ Title: __________________________ Title: ________________________ (ACKNOWLEDGMENTS AND POWER OF ATTORNEY TO BE ATTACHED) CORPORATE SEAL MUST BE AFFIXED IF PRINCIPAL IS A CORPORATION. I-1 PAYMENT AND PERFORMANCE BOND Bond No._____________ KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as "the Principal", and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto Morgan County, Colorado, a Colorado county, hereinafter referred to as "the Owner", in the penal sum of __________________________ Dollars in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Contract with the Owner, dated the ____ day of ______________________,20_______, a copy of which is hereto attached and made a part hereof for the performance of the Work, ______________________________________. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without Notice to the Surety and during the life of the guaranty or warranty period, and shall satisfy all claims and demands incurred under such Contract, and shall fully indemnify and save harmless the Owner from all cost and damages which it may suffer by the Principal's failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and make payment to all persons, firms, subcontractors and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such Contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor performed in such work, whether by subcontractor or otherwise, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this Bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Principal shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. I-2 IN WITNESS WHEREOF, this instrument is executed in five (5) counterparts, each one of which shall be deemed an original, this ______ day of ____________________________, 20_____. ATTEST: PRINCIPAL By: _______________________________ By:________________________________ Title:______________________________ Title:_______________________________ Address:____________________________ ___________________________ (Corporate Seal) SURETY ATTEST: Surety:_____________________________ By: _________________________________ By: _______________________________ Attorney-in-Fact: ______________________ Title: ______________________________ Address:____________________________ ____________________________ (Surety Seal) NOTE: Date of Bond must not be prior to date of Contract and Surety must be authorized to transact business in the State of Colorado and be acceptable to the County. J-1 CERTIFICATE OF FINAL PAYMENT With reference to Contract Number ____________ dated _____________________, 20_____, between the undersigned Contractor and Morgan County (the “Owner”), for: _______________________ at __________________, Morgan County, Colorado ___________. The undersigned hereby certifies that all costs, charges and expenses incurred by it on its behalf for work, labor, services, materials and equipment supplied to the foregoing premises, and/or used in connection with its Work under the Contract have been duly paid. The undersigned further certifies that to its best knowledge and belief (based upon reasonable investigation) each of its subcontractors and material men have duly paid all costs, charges and expenses incurred by them or on their behalf for work, labor, services, materials and equipment supplied to the foregoing premises and/or used by them in connection with the Undersigned’s Work under the Contract. In consideration of ________________ dollars ($__________) representing final payment under the Contract, the undersigned hereby releases and discharges the Owner and Owner's property from all claims, liens and obligations of every nature arising out of or in connection with the performance of the Work. As additional consideration for the final payment, and to the fullest extent permitted by law, the undersigned agrees to indemnify and hold harmless Owner from and against all costs, losses, damages, claims, causes of action, judgments and expenses arising out of or in connection with claims against Owner which may be asserted by the undersigned or any suppliers, subcontractors of any tier or any of their representatives, officers, agents and employees for the costs, losses, damages, claims, causes of action, judgments and expenses and expenses that are attributable to the act, omission, error, professional error, mistake, negligence or other fault of the undersigned. The foregoing shall not relieve the Undersigned of its obligations under the provisions of the Contract as amended, which by their nature survive completion of the Work including, without limitation, warranties, guarantees and indemnities. Executed this ________ day of _____________________, 20____. ________________________________________ Contractor Signature

Fort Morgan, CO 80701Location

Address: Fort Morgan, CO 80701

Country : United StatesState : Colorado

You may also like

STORM WATER DRAINAGE

Due: 21 Apr, 2026 (in 23 months)Agency: UNITED STATES MINT

Knight Landing Drainage Infrastructure Project

Due: 30 May, 2024 (in 27 days)Agency: Yolo County, CA

Replacement of Wert Municipal Drain Culvert

Due: 16 May, 2024 (in 14 days)Agency: United Counties of Stormont, Dundas and Glengarryg

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.