HomeMy WebLinkAbout 16-12 Approving a Contract Agreement between TOF and Roth SheppardA RESOLUTION APPROVING AN INDEPENDENT CONTRACTOR AGREEMENT WITH
BOTH SHEPPARD ARCHITECTS, LLP FOR PROFESSIONAL CONSULTING SERVICES
WHEREAS, the Town of Firestone desires to retain professional architecture services
from a qualified consultant for programming, site selection, schematic design and related
services for a proposed new Firestone police station; and
WHEREAS, an independent contractor agreement has been proposed between the Town
and Roth Sheppard Architects, LLP for professional consulting services foa such services for a
proposed new Firestone police station; and
WHEREAS, the Board of Trustees has determined that the proposed independent
contractor agreement is in the best interests of the Town and its citizens and desires to enter into
such agreement;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE
TOWN OF FIRESTONE, COLORADO:
Section 1. The proposed independent contractor agreement ("Agreement") between
the Town of Firestone and Roth Sheppard Architects, LLP for Phase I and Phase II architectural
consulting services for a proposed new Firestone police station, is hereby approved in essentially
the same form as the copy of such agreement accompanying this resolution.
Section 2. The Mayor is hereby authorized to execute the Agreement, except that the
Mayor is hereby further granted the authority to negotiate and approve such revisions to said
agreement as the Mayor or Town staff determines are necessary or desirable for the protection of
the Town, so long as the essential terms and conditions of the Agreement are not altered.
INTRODUCED, READ AND ADOPTED this t,c day of c � , 2016.
Row®N�
i\s
TOWN OF FIRESTONE, COLORADO
Sorensen,
INDEPENDENT CONTRACTOR AGREEMENT
BY AND BETWEEN THE TOWN OF FIRESTONE
& ROTH SHEPPARD ARCHITECTS, LLP
FOR PROFESSIONAL CONSULTING SERVICES
1.0 PARTIES
The parties to this Agreement are the Town of Firestone, a Colorado municipal corporation,
hereinafter referred to as the "Town," and ROTH SHEPPARD ARCHITECTS, LLP, a Colorado
Limited Liability Partnership, hereinafter referred to as the "Contractor."
2.0 RECITALS AND PURPOSE
2.1 The Town desires to engage the Contractor for the purpose of providing professional
consulting services for programming, site selection schematic design and related services,
which are the Phase I and Phase II architectural consulting services for a new Firestone Police
Station, which Phase I and Phase II services are as further set forth in the Contractor's Scope
of Services (which services are hereinafter referred to as the "Services").
2.2 The Contractor represents that it has the special expertise, qualifications and background
necessary to complete the Services.
3.0 SCOPE OF SERVICES
The Contractor agrees to provide the Town with the specific Services and to perform the specific
tasks, duties and responsibilities set forth in Scope of Services attached hereto as Exhibit A and
incorporated herein by reference. The Contractor shall furnish all tools, labor and supplies in such
quantities and of the proper quality as are necessary to professionally and timely perform the Services.
The Contractor acknowledges that this Agreement does not grant any exclusive privilege or right to
supply Services to the Town, or a contract for any services other than the Phase I and Phase II
Services set forth in Exhibit A. In its sole discretion, the Town may contract with other contractors
to provide the same or similar services during the term of this Agreement. The Services under this
Agreement are limited to the Phase I and Phase II services, services for any further work or Phase
shall require a future, separate written agreement.
4.0 COMPENSATION
4.1 The Town shall pay the Contractor for Services requested and rendered under this Agreement
the fees set forth in Exhibit A, which amounts constitute not- to -exceed amounts for each Phase
and tasks within such Phases. If any Additional Services are authorized as provided below, such
services shall be compensated at hourly or per unit rates, or a per -task basis, with such hourly
rates or unit costs not exceed the amounts as set forth in Exhibit A. The Town shall pay
mileage and other reimbursable expenses (such as meals, parking, travel expenses, printing,
reproductions, delivery services, etc.) which are deemed necessary for performance of the
Services and which are pre -approved by the Town Manager. Reimbursable expenses shall be
1
charged at the rates set forth in Exhibit A. The foregoing amounts of compensation shall be
inclusive of all costs of whatsoever nature associated with the Contractor's efforts, including
but not limited to salaries, benefits, overhead, administration, profits, expenses, and outside
consultant fees. The Scope of Services and payment therefor shall only be changed by a
properly authorized amendment to this Agreement, and no Additional Services shall be
charged to the Town unless such Services are approved by a properly authorized amendment
to this Agreement. No Town employee has the authority to bind the Town with regard to any
payment for any services which exceeds the amount payable under the terms of this
Agreement.
5.0 PROJECT REPRESENTATION
5.1 The Town designates ChiefDavid Montgomery, Police Chief, as the responsible Town staff
to provide direction to the Contractor during the conduct of the Services. The Contractor
shall comply with the directions given by Chief Montgomery and such person's designees.
5.2 The Contractor designates Jeff Sheppard, founding partner &principal, as its project manager
and as the principal in charge who shall be providing the Services under this Agreement. The
Services shall not be provided by persons other than Jeff Sheppard and Contractor's
personnel under such person's direct supervision.
The Contractor's services under this Agreement shall commence upon execution of this Agreement
by the Town and shall progress so that the Services are completed in a timely fashion consistent with
the Town's requirements and the timing of its needs specifically related to architectural services and
facility planning as set forth in Exhibit A, unless the Agreement is sooner terminated pursuant to
Section 13, below. Unless sooner terminated pursuant to Section 13, below, all Services under this
Agreement shall be completed by August 31, 2016.
7.0 INSURANCE
7.1 The Contractor agrees to procure and maintain, at its own cost, the policies of insurance set
forth in Subsections 7.1.1 through 7.1.4. The Contractor shall not be relieved of any liability,
claims, demands, or other obligations assumed pursuant to this Agreement by reason of its
failure to procure or maintain insurance, or by reason of its failure to procure or maintain
insurance in sufficient amounts, durations, or types. The coverages required below shall be
procured and maintained with forms and insurers acceptable to the Town. All coverages shall
be continuously maintained from the date of commencement of Services hereunder. The
required coverages are:
7.1.1 Workers' Compensation insurance as required by the Labor Code ofthe State ofColorado
and Employers Liability Insurance. Evidence of qualified self -insured status may be
substituted.
2
7.1.2 General Liability insurance with minimum limits of ONE MILLION DOLLARS
($1,000,000) each occurrence and TWO MILLION DOLLARS ($2,000,000) aggregate.
The policy shall include the Town of Firestone, its officers and its employees, as additional
insureds, with primary coverage as respects the Town of Firestone, its officers and its
employees, and shall contain a severability of interests provision.
7.1.3 Comprehensive Automobile Liability insurance with minimum combined single limits for
bodily injury and property damage of not less than THREE HUNDRED AND FIFTY
THOUSAND DOLLARS ($350,000) per person in any one occurrence and ONE
MILLION DOLLARS ($1,000,000) for two or more persons 'many one occurrence, and
auto property damage insurance of at least FIFTY THOUSAND DOLLARS ($50,000)
per occurrence, with respect to each of Contractor's owned, hired or non -owned vehicles
assigned to or used in performance of the services. The policy shall contain a severability
of interests provision. If the Contractor has no owned automobiles, the requirements of
this paragraph shall be met by each employee of the Contractor providing services to the
Town of Firestone under this contract.
7.1.4 Professional Liability coverage with minimum combined single limits of ONE MILLION
DOLLARS ($1,000,000) each occurrence and TWO MILLION DOLLARS ($2,000,000)
aggregate.
7.2 The Contractor's general liability insurance, automobile liability and physical damage
insurance shall be endorsed to include the Town, and its elected and appointed officers and
employees, as additional insureds, unless the Town in its sole discretion waives such
requirement. Every policy required above shall be primary insurance, and any insurance
carried by the Town, its officers, or its employees, shall be excess and not contributory
insurance to that provided by the Contractor. Such policies shall contain a severability of
interests provision. The Contractor shall be solely responsible for any deductible losses under
each of the policies required above.
7.3 Certificates of insurance shall be provided by the Contractor as evidence that policies
providing the required coverages, conditions, and minimum limits are in full force and effect,
and shall be subject to review and approval by the Town. No required coverage shall be
cancelled, terminated or materially changed until at least 30 days prior written notice has been
given to the Town. The Town reserves the right to request and receive a certified copy of
any policy and any endorsement thereto.
7.4 Failure on the part of the Contractor to procure or maintain policies providing the required
coverages, conditions, and minimum limits shall constitute a material breach of contract upon
which the Town may immediately terminate the contract, or at its discretion may procure or
renew any such policy or any extended reporting period thereto and may pay any and all
premiums in connection therewith, and all monies so paid by the Town shall be repaid by
Contractor to the Town upon demand, or the Town may offset the cost of the premiums
against any monies due to Contractor from the Town.
3
7.5 The parties understand and agree that the Town is relying on, and does not waive or intend to
waive by any provision of this contract, the monetary limitations (presently $350,000 per
person and $990,000 per occurrence) or any other rights, immunities, and protections
provided by the Colorado Governmental Immunity Act, § 2440401 et seq., 10 C.R.S., as
from time to time amended, or otherwise available to the Town, its officers, or its employees.
8.0 INDEMNIFICATION
To the fullest extent permitted by law, the Contractor agrees to indemnify and hold harmless the
Town, and its elected and appointed officers and its employees, from and against all liability, claims,
and demands, on account of any injury, loss, or damage, which arise out of or are connected with the
services hereunder, if such injury, loss, or damage is caused by the negligent act, omission, or other
fault of the Contractor or any subcontractor of the Contractor, or any officer, employee, or agent of
the Contractor or any subcontractor, or any other person for whom Contractor is responsible. The
Contractor shall investigate, handle, respond to, and provide defense for and defend against any such
liability, claims, and demands. The Contractor shall further bear all other costs and expenses incurred
by the Town or Contractor and related to any such liability, claims and demands, including but not
limited to court costs, expert witness fees and attorneys' fees if the court determines that these
incurred costs and expenses are related to such negligent acts, errors, and omissions or other fault of
the Contractor. The Town shall be entitled to its costs and attorneys' fees incurred in any action to
enforce the provisions of this Section 8.0. The Contractor's indemnification obligation shall not be
construed to extend to any injury, loss, or damage which is caused by the act, omission, or other fault
of the Town.
The Contractor further agrees it shall hold and save harmless the Town from any and all claims for
infringement, by reason of the use of any patented design, device, material, process, any trademark, or
copyright and shall indemnify the Town for any costs, attorney's fees, expenses and damages which it
might be obligated to pay by reason of infringement, at any time during the prosecution or after
completion of the project, arising in any manner in relation to Contractor's Services.
9.0 QUALITY OF WORK
Contractor's professional services shall be in accordance with the prevailing standard of practice
normally exercised in the performance of services of a similar nature in the Denver metropolitan area.
10.0 INDEPENDENT CONTRACTOR
The parties agree that the Contractor is an independent contractor and not an employee ofthe Town
and any persons employed by Contractor for the performance of work hereunder shall be independent
contractors and not agents of the Town. Contractor shall have the right to contract and represents
that it does contract for similar services with others. Any provisions in this Agreement that may
appear to give the Town the right to direct Contractor as to details of doing work or to exercise a
measure of control over the work mean that Contractor shall follow the direction of the Town as to
end results of the work only. This Contract shall not, in any way, be construed to create a partnership
0
or any other kind of joint undertaking or venture between the parties hereto. The Town will not pay
a salary or hourly rate, instead of a fixed or contract rate. The Town will not withhold Social
Security, Medicare, State or Federal taxes. Earnings in excess of $600.00 per year will be recorded
on IRS Form 1099-MISC and reported to the IRS.
AS AN INDEPENDENT CONTRACTOR, CONTRACTOR IS NOT ENTITLED TO
WORKERS' COMPENSATION BENEFITS EXCEPT AS MAY BE PROVIDED BY THE
INDEPENDENT CONTRACTOR NOR TO UNEMPLOYMENT INSURANCE BENEFITS
UNLESS UNEMPLOYMENT COMPENSATION COVERAGE IS PROVIDED BY THE
INDEPENDENT CONTRACTOR OR SOME OTHER ENTITY. THE CONTRACTOR IS
OBLIGATED TO PAY ALL FEDERAL AND STATE INCOME TAX ON ANY MONEYS
EARNED OR PAID PURSUANT TO THIS CONTRACT.
11.0 ASSIGNMENT
Contractor shall not assign or delegate this Agreement or any portion thereof, or any monies due to
or become due hereunder without the Town's prior written consent.
12.0 DEFAULT
Each and every term and condition hereof shall be deemed to be a material element ofthis Agreement.
In the event either party should fail or refuse to perform according to the terms of this Agreement,
such party may be declared in default.
13.0 TERMINATION AND SUSPENSION OF WORK
13.1 This Agreement may be terminated by either party for material breach or default of this
Agreement by the other party not caused by any action or omission of the other party by
giving the other party written notice at least thirty (30) days in advance of the termination
date. Termination pursuant to this subsection shall not prevent either party from exercising
any other legal remedies which may be available to it.
13.2 In addition to the foregoing, this Agreement may be terminated by the Town for its
convenience and without cause of any nature by giving written notice at least fifteen (15) days
in advance of the termination date. In the event of such termination, the Contractor will be
paid for the reasonable value ofthe services rendered to the date of termination, not to exceed
a pro -rated daily rate, for the services rendered to the date of termination, and upon such
payment, all obligations of the Town to the Contractor under this Agreement will cease.
Termination pursuant to this Subsection shall not prevent either party from exercising any
other legal remedies which may be available to it.
5
13.3 Without terminating this Agreement or breaching its obligations hereunder, the Town may, at
its pleasure, suspend the Services of the Contractor hereunder. Such suspension may be
accomplished by giving the Contractor written notice one day in advance of the suspension
date. Upon receipt of such notice, the Contractor shall cease its work in as efficient a manner
as possible so as to keep his total charges to the Town for services under the Agreement to
the minimum.
14.0 INSPECTION AND AUDIT
The Town and its duly authorized representatives shall have access to any books, documents, papers,
and records of the Contractor that are related to this Agreement for the purpose of malting audits,
examinations, excerpts, and transcriptions.
15.0 DOCUMENTS
All drawing, computer input and output, analyses, plans, documents, photographic images, tests,
maps, surveys, electronic files and written material of any hind generated in the performance of this
Agreement or developed for the Town in performance of the Services are and shall remain the sole
and exclusive property of the Town. All such materials shall be promptly provided to the Town upon
request therefor and at the time of termination of this Agreement, without further charge or expense
to the Town. Contractor shall not provide copies of any such material to any other party without the
prior written consent of the Town.
16.0 ENFORCEMENT
Colorado law shall apply to the construction and enforcement of this Agreement. The parties agree
to the jurisdiction and venue of the courts of Weld County in connection with any dispute arising out
of or in any matter connected with this Agreement.
17.0 COMPLIANCE WITH LAWS; WORK BY ILLEGAL ALIENS PROHIBITED
17.1. Contractor shall be solely responsible for compliance with all applicable federal, state, and
local laws, including the ordinances, resolutions, rules, and regulations of the Town; for
payment of all applicable taxes; and obtaining and keeping in force all applicable permits and
approvals.
17.2 Exhibit B, the "Town of Firestone Public Services Contract Addendum -Prohibition Against
Employing Illegal Aliens", is attached hereto and incorporated herein by reference. There is
also attached hereto a copy of Contractor's Pre -Contract Certification which Contractor has
executed and delivered to the Town prior to Contractor's execution of this Agreement.
18.0 INTEGRATION AND AMENDMENT
This Agreement represents the entire Agreement between the parties and there are no oral or
collateral agreements or understandings. This Agreement maybe amended only by an instrument in
writing signed by the parties.
C�
19.0 NOTICES
All notices required or permitted under this Agreement shall be in writing and shall be given by an
delivery, by United States first class mail, postage prepaid, registered or certified, return receipt
requested, by national overnight carrier, or by facsimile transmission, addressed to the partyfor whom
it is intended at the following address:
If to the Town:
Town of Firestone
Writ Chief Montgomery
151 Grant Ave.
Firestone, Colorado 80520
Telephone: (303) 833-0811
E-mail: dmontgomery@firestoneco.gov
If to the Contractor:
ROTH SHEPPARD ARCHITECTS, LLP
Attn: Jeff Sheppard, AIA
1900 Wazee Street, Suite 100
Denver, CO 80202
Telephone: 303-534-7007
E-Mail: jhheppard@rothsheppard.com
Any such notice or other communication shall be effective when received as indicated on the delivery
receipt, if by hand delivery or overnight carrier; on the United States mail return receipt, if by United
States mail; or on facsimile transmission receipt. Either party may by similar notice given, change the
address to which future notices or other communications shall be sent.
In witness whereof, the parties have executed this Agreement to be effective as of the day and year of
signed by the Town.
TOWN OF FIRESTONE
A Colorado Municipal Corporation
By:
Paul Sorensen, Mayor
Attest:
Larissa Medina, Town Clerk
Date:
CONTRACTOR:
BOTH SHEPPARD ARCHITECTS, LLP
a Limited Liability Partnership
By:
Title:
Date:
Exhibit A
SCOPE OF SERVICES AND FEES FOR PROGRAMMING, SITE SELECTION, SCHEMATIC DESIGN
FIRESTONE POLICE STATION - PHASE I AND II ARCHITECTURAL CONSULTING SERVICES
PHASE I
Programming - $11,500
Prior to initiating the design we will work with you and your department representatives to confirm the space
needs, operational needs, growth projections and adjacencies.
Products include:
Written progt•am document with individual space needs and growth projections
In person meetings to gather information and review space needs
Adjacency diagram and hierarchal matrix
Operational description
Schedule
We estimate 2 weeks to complete the Programming services noted above. Programming and site selection can
overlap with site selection/ evaluation services commencing 1 week after program start up.
Site Selection/ Evaluation - $16,000
Architectural - $12,500
Civil =$ 3,500
Based on prior discussions it is our understanding that you have 2 potential sites.
Each site will be evaluated based on critet•ia specific to a Police department's needs. We have a check list matt•ix and
methodology that we utilize to insure you of an objective versus subjective analysis of each site. This combined with
a series of 'test fits' will give you the information you need to select the appropriate site for build out. Civil to
include written description of general grading and drainage issues that may adversely impact cost.
Products include:
Site visit to tour and document existing conditions
One meeting to gather site documentation
Site analysis diagrams and drawings
Site comparison Matrix
Objective recommendations and challenges for each site
Civil narrative relative to off site utilities, grading, drainage, and retention/detention needs
Written document compiling information and findings
Schedule
We estimate 2 - 3 weeks to complete the Site Selection services noted above.
Programming and site selection can overlap with site selection services commencing 1 week after program start up.
PHASE II
Schematic Design - $56,500
Architectural - $ 33,750
Consultants - $ 22,750
Includes structural, mechanical, electrical and civil narratives to describe systems appropriate to the level necessary
for a schematic level cost estimate. (assumes an interior layout similar to Windsor). Includes preliminary landscape
pIan based on town standards.
0
General police design standards incorporated into the design include criteria established by the IACP, (International
Association of the Chiefs of Police) and the IBC (International Building
Code).
Products and deliverables include:
Site plan/ landscape plan
Floor plan(s)
Elevations
Exterior renderings
Preliminary Building Code Review
Description of general sustainable and LEED strategies
Building systems identification, narratives provided by consultants
Cost mark up plans
Preliminary grading and utility plan
Cost estimate - $4,000.00
Completed by an independent cost estimator, the schematic level cost estimate typically includes a contingency of
20% of the construction cost to insure you that the final cost will be within the parameters of the schematic design
estimate. Take offs are generally done on an overall cost/ sf basis versus individual component basis due to the
limited amount of detail shown on schematic level documents.
Schedule
We estimate 4 - 6 weeks to complete the Phase II Schematic Design Services noted above. We will commence with
schematic design services after programming and site selection services have been completed and approved.
TOTAL FEES AND SCHEDULE FOR PHASE I and PHASE II SERVICES
PHASE I - $27,500 (3 - 4 weeks)
PHASE II - $56,500 (4 - 6 weeks)
TOTAL $84,000 (7 - 10 weeks)
Reimbursable expenses $1500 (estimated)
Additional Services
The below services are excluded from the Scope of Work. Should you request inclusion of any of the below
services, they will be billed hourly on an as -needed basis, and only with your prior written approval of an
amendment to the Agreement.
A. Master planning services beyond the scope of the Police Station site analysis services listed above.
B. Neighborhood group, special interest group, or other design review submittals and/or
presentations.
C. Value Engineering revisions, modifications or communications beyond those noted above.
D. Presentation quality models or renderings. Renderings with color are included.
E. Revision to the scope or design after receiving prior approvals
F. Irrigation design
G. Detailed Furniture, Fixtures & Equipment design
H. LEED or other sustainable design metric certifications. LEED matrix will be used to determine
general sustainability goals throughout the design process with an initial understanding that
LEED certification point total is the goal. Should the town want to pursue official LEED
Certification fees associated with LEED certification will be determined at that time. Typically,
LEED certification fees total $40,000 - $60,000 depending on the level of LEED certification
desired.
I. Design and Documentation services for work outside the project scope, including but not limited to off -
site drainage and hazardous materials testing
J. Hazardous materials surveys and abatement, or other remedial environmental clean-up or testing
K. Life cycle cost analysis
L. Master planning for buildings other than the police station noted herein
M. City or agency review fees
N. Geotechnical investigations / engineering
0. Fire Sprinkler design
Retainer
Not required.
Billing
Invoices are mailed monthly based on a % complete basis through the 27th of the month. Payment is due upon
receipt of invoice. All payments not received within 30 days of invoice date will be assessed a 1.5% per month
late charge, a penalty fee of $250.00/month, and any and all in- house and legal costs associated with
collections. Standard hourly billing rates are as follows:
Partner -In -Charge $200.00
Project Architect $150800
Project Manager $100600
Project Designer $85.00
Draftsperson/Technician $75.00
Clerical/Administration $50.00
ReimbursaUle Expenses
Reimbursable Expenses are estimated in the Architectural Fees category above. They are calculated per the
cost factors indicated below.
In -House Xerox Copies
In -House Color Prints
In -House Color Plots (larger than 11x17)
Outsourced Printing per Square Foot
Outsourced Per Sheet at 30 x 42
Edge Binding
Local Courier Services
Deliveries (FedEx, DHL, UPS)
Local Mileage (Per IRS current guidelines)
Travel (airfare, hotel, car rental or cab)
Exhibit B
$0.15
$1.50
$7.00
$0.06
$0.54
$0.28
At Actual Cost
At Actual Cost
$0.575 per mile
At Actual Cost
Town of Firestone Public Services Contract Addendum
11
Prohibition Against Employing Illegal Aliens
Prohibition Against Employing Illegal Aliens. Contractor shall not knowingly employ or contract
with an illegal alien to perform work under this contract. Contractor shall not enter into a contract
with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly
employ or contract with an illegal alien to perform work under this contract.
Contractor will participate in either the E-verify program or the Department program, as defined in
C.R.S. § § 8-17.5-101(3.3) and 8-17.5-101(3.7), respectively, in order to confirm the employment
eligibility of all employees who are newly hued for employment to perform work under the public
contract for services. Contractor is prohibited from using the E-verify program or the Department
program procedures to undertake pre -employment screening of job applicants while this contract is
being performed.
If Contractor obtains actual knowledge that a subcontractor performing work under this contract for
services knowingly employs or contracts with an illegal alien, Contractor shall:
a. Notify the subcontractor and the Town within three days that the Contractor has
actual knowledge that the subcontractor is employing or contracting with an illegal
alien; and
b. Terminate the subcontract with the subcontractor if within three days of receiving the
notice required pursuant to this paragraph the subcontractor does not stop employing
or contracting with the illegal alien; except that the Contractor shall not terminate the
contract with the subcontractor if during such 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 any reasonable request by the Department of Labor and Employment
made in the course of an investigation that the Department is undertaking pursuant to the authority
established in C.R.S. § 8-17.5402(5).
If Contractor violates a provision of this Contract required pursuant to C.R.S. § 8-17.5-102, Town
may terminate the contract for breach of contract. If the contract is so terminated, the Contractor
shall be liable for actual and consequential damages to the Town.
12
Pre- Contract Certification
in Compliance with C.R.S. Section 8-17.5-102(1)
From: Roth Sheppard Architects LLP
Re: Town of Firestone Police Station Project
To: Town of Firestone
As a prospective independent contractor for the above -identified project, we do hereby certify that, as
of the date of this certification, the undersigned does not knowingly employ or contract with an illegal
alien; and that the undersigned will participate in the ENerify employment verification program
administered jointly by the United States Department of Homeland Security and the Social Security
Administration or the employment verification program of the Colorado Department of Labor and
Employment Program, as defined in C.R.S. § § 8-17.5401(3.3) and 847.5401(3.7), respectively, in
order to confirm the employment eligibility of any employees hired since the date of this contract to
perform work under this contract.
Executed this
ROTH SHEPPARD ARCHITECTS, LLP
a Limited Liability Partnership
By: _
Title:
Date:
STATE OF COLORADO
ss.
COUNTY OF
2016.
ACKNOWLEDGMENT
The foregoing Certification was acknowledged before me this day of ,
2016, by [Name] for [Company Name]
Witness my hand and official seal.
My commission expires:
(SEAL)
13
Notary Public