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
20253313
C bnh/c C - I DS k 0475- PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND LEVEL5 COLLABORATIVE THIS AGREEMENT is made and entered into this 27th day of February 2026, by and between the Board of Weld County Commissioners, on behalf of Facilities Department, hereinafter referred to as "County," and Level5 Collaborative, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractors willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2500123. Exhibit B consists of the scope of the Work. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Form Revision 5-2025 62578121 L3nWn1- C 0►n VAS M gc��, 2 02,5 -3313 3/9/7 (c vot/Z Q 00Zr1 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. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach (the "Cure Period"). 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 that is incomplete at the time of termination shall be marked "DRAFT-INCOMPLETE." 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 County; (2) the reasonable value to County of the services 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 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 of this Agreement by County, Contractor shall have no claim of any kind whatsoever against 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 Amendment. 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 County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties, and this Agreement shall be modified accordingly Page 2 of 14 Pages 6257812 I by Change Order. Any claims by Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor the amounts set forth in the "Monthly GMP and Billing Schedule" noted in Exhibit B, not to exceed $ 9,325,000.00 in total. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County and unearned by Contractor, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to 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. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). 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 for amounts in excess of those set forth in the "Monthly GMP and Billing Schedule" noted in Exhibit B, 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 or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give County 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 County as to end results of the work only. Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. Page 3 of 14 Pages I 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 the Work without County's prior written consent, which shall not be unreasonably withheld, conditioned or delayed. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work 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. Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Specialized Consultants and Subconsultants. During the term of this Agreement, County may request, or Contractor may recommend, the engagement of specialized subcontractors or subconsultants to provide discrete technical or project-specific services in support of the Work, including but not limited to utility coordination, surveying, entitlement support, stakeholder engagement and similar specialty services. Such subcontractors or subconsultants may be contracted through Contractor, subject to County's written review and approval, and Contractor shall remain fully responsible for the coordination, integration, quality, and performance of all such services. Costs associated with specialized subcontractors or subconsultants shall not be included within the not to exceed compensation amount set forth in this Agreement and shall be authorized by County in writing as part of the Project. When contracted through Contractor, a management, coordination, and integration fee of twenty percent (20%) shall be applied to the approved subcontractor or subconsultant fees. Contractor shall coordinate such approvals in good faith and in a manner that supports Project continuity and schedule. 10. 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, documents, 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 County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. Page 4 of 14 Pages 6257812 1 11. Confidentiality. Confidential information of Contractor should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), 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 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. 12. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 13. 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 and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists 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 County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. Contractor will request a waiver of subrogation endorsement to its commercial general liability insurance policy from its insurer. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Page 5 of 14 Pages 6257812 1 Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. County in no way warrants that the above-required minimum insurer rating is sufficient to protect Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance-Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of Contractor." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Page 6 of 14 Pages h2,7N 12 I 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. Contractor 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, Contractor 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 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. Contractor shall provide County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering County premises. Contractor shall furnish County with certificates of insurance (ACCORD) form or equivalent approved by County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. Contractor shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" with respect to liability arising out of the activities performed by or on behalf of Contractor". On insurance policies where Weld County is named as an additional insured, County shall be an additional insured to the full limits of liability purchased by Contractor even if those limits of liability are in excess of those required by this Contract. Page 7 of 14 Pages „ i7Vl Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by County. Contractor shall advise County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractor's Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is Contractor's responsibility to give County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Page 8 of 14 Pages 62578121 Failure of Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of County. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. County in no way warrants that the minimum limits contained herein are sufficient to protect Contractor from liabilities that might arise out of the performance of the Work under by Contractor, its agents, representatives, employees, or subcontractors. Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. 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. Contractor 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. 18. Certification of Compliance with Insurance Requirements. Contractor stipulates that it has met the insurance requirements identified herein. Contractor 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 Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. Contractor shall indemnify, hold harmless and, not excluding County's right to participate, defend County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors in the performance of the Work. This indemnity includes any claim Page 9 of 14 Pages 62578121 or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, Contractor agrees to waive all rights of subrogation against County, its officers, officials, agents, and employees to the extent of insurance proceeds received for losses arising from the work performed by Contractor for County. 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, except to the extent caused by the negligent or willful acts or omissions of County. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy after notice and a right to cure within the Cure Period pursuant to Section 4. 21. 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. 22. Examination of Records. To the extent required by law, Contractor agrees that a duly authorized representative of County, including County Auditor, shall have the right, upon prior written request, to examine and audit any books, documents, papers and records of Contractor, solely to the extent involving all matters and/or transactions related to this Agreement and at County's sole cost and expense. Such examination shall take place, if in person, at Contractor's ordinary place of business during regular business hours. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. 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. 24. Notices. County will designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All Page 10 of 14 Pages 6257812 1 requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications 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 providing delivery tracking; 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 and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Jeff Darnell Position: President & CEO Address: 1613 Pelican Lakes Pt, Ste 200 Address: Windsor, Colorado 80550 E-mail: jdarnell@thelevel5.com Phone: (303) 908-6072 TO COUNTY: Name: Patrick O'Neill Position: Facilities Director Address: 1105 H Street Address: Greeley, Colorado 80632 E-mail: poneill@weld.gov Phone: (970) 400-2023 25. 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. 26. 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. 27. 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 Page 11 of 14 Pages 6257812.1 Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of 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. 29. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. 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. 32. Non-Waiver. The parties hereto understand and agree that County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. 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. 34. 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. Page 12 of 14 Pages 6257812.I 35. 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. 36. No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's 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. 38. 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 by its terms. Both parties further agree that this Agreement, with the attached Exhibits, 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. [Signatures on following page] Page 13 of 14 Pages 6257812 I CONTRACTOR: Level5 Collaborative By: 4/ 3/1/0 Name: ff nell Date of Signature Title: President and CEO COUNTY: ATTEST:Cl�;,�1 feC ; L BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board NG WELD COUNTY, COLORADO BY: +flektalk ►`� Deputy Clerk to the Boa Scott K. James, Chair os+r.oir \° EL```� MAR 0 9 2026 tfirs:r Y ', 111�� ` ,›Phi \ • Page 14 of 14 Pages Z 075—3 313 Weld County Finance Department Purchasing Division VIC.\ !� = � 1301 North 17th Avenue EL P Greeley, Colorado 80631 0OJN 'Y Exhibit "A" Professional Services — Request for Proposal (RFP) Cover Sheet Bid Number: B2500123 Title: Weld County Judicial Center Development— Owners Representative Advertisement Date: September 26, 2025 Pre- Bid Meeting: October 10, 2025, at 10:00 am Pre- Bid Location: 1104 H Street, Greeley Colorado Questions Due: October 17, 2025, by 10:00 am Questions Posted: October 21, 2025, by 10:00 am Questions email: bids(c�weld.gov Bid Due Date: October 31, 2025, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bids(c�weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids(c�weld.gov Documents Included in this Solicitation Package RFP Schedules RFP Attachments Attachment 1 — Proposed site and Schedule A: Proposal Instructions development documents Schedule B: Scope of Work Attachment 2 — Fee Schedule Schedule C: Project Schedule Schedule D: RFP Response - Criteria Schedule E: Proposal Form Schedule F: Insurance Schedule G: Weld County Contract Form Revision 6-2025 Table of Contents Professional Services — Request for Proposal (RFP) Cover Sheet 1 Documents Included in this Solicitation Package 1 RFP Schedules 1 RFP Attachments 1 Table of Contents 2 Schedule A- Proposal Instructions 3 Purpose/Background 3 Proposal Advertisement 3 Proposal Submission 3 Introductory Information 4 Cooperative Purchasing 4 Schedule B - Scope of Work 6 Project Overview 6 Method of Procurement 6 Pricing Method 6 Specific Requirements and Responsibilities 6 Schedule C - Procurement Schedule 9 Schedule D — RFP Response Criteria 10 RFP Response Submittal 10 Response Format 10 Grading Criteria 11 Schedule E - Proposal Response Form 14 Proposal Submittal Instructions 14 Fees 14 Attestation 15 Schedule F — Insurance 16 Insurance 16 Insurance Mailing Information 19 Schedule G - Weld County Contract 20 Contractual Obligations 20 Weld County Standard Contract 20 Solicitation# B2500123 Page 2 Schedule A - Proposal Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Weld County Judicial Center Development— Owners Representative A Mandatory pre-bid conference will be held on October 10, 2025 , at 10:00 am at the Weld County Training Center located at 1104 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre-bid conference to be eligible to submit bids. Bids will be received until: October 31, 2025 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on October 31, 2025 at 1:00 pm. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„666881649# Meeting ID: 280 261 502 098 8 United States, Denver Passcode: rN6qX2pa Phone conference ID: 666 881 649# Proposal Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. Bid Net Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their Proposals, quotes, proposals, addendums, and awards on this one centralized system. Proposal Submission 1. PREFERRED: email Proposals to bids(a�weld.gov If your Proposal exceeds 25MB please upload your Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. 2. PDF format is required. 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 your Proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Solicitation# B2500123 Page 3 Introductory Information 1. Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each Proposal must give the full business address of Proposer and be signed by authorized person. Proposals by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A Proposal by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the Proposal of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer. All corrections or erasures shall be initialed by the person signing the Proposal. All Proposers shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this Proposal as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the Proposal forms shall be suitably filled in. Proposers are required to use the Proposal Forms which are included in this package and on the basis indicated in the Proposal Forms. The Proposal must be filled out completely, in detail, and signed by the Proposer. 2. Late or unsigned Proposals shall not be accepted or considered. It is the responsibility of the Proposer to ensure that the Proposal arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Proposers." Hard copy Proposals received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a Proposal not properly addressed and identified. Proposals may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing Proposer prior to the time fixed for award. Negligence on the part of a Proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded. Proposers are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Proposers' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County Proposers in all cases where said Proposals are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting Proposals for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, to award the Proposal to multiple vendors, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of solicitations and to make better use of taxpayer dollars through volume purchasing. Solicitation # B2500123 Page 4 Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation #B2500123 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking Proposals for a vendor to provide Owners Representative Services for the Weld County Judicial Center design and construction development. Method of Procurement Best Value: Best Value refers to a project procurement method where price and other key factors, such as quality and expertise, are considered in the evaluation and selection process. Best Value is typically achieved through a two-step process using a Request for Qualifications (RFQ) and Request for Proposal (RFP) to evaluate proposers. Pricing Method Guaranteed Maximum Price (GMP): Guaranteed Maximum Price (GMP) (also known as not-to- exceed price) is a variance of the Cost-Plus pricing method where the contractor guarantees the county will pay no more than the maximum price established for the completion of the work. GMP fees may include but are not limited to the costs of work, management fees, and a contingency fee to cover risk. Specific Requirements and Responsibilities Weld County Board of County Commissioners (BoCC) approved a multi-year development for the Weld County Facilities construction management team to design and build a new Judicial Center in downtown Greeley, Colorado. This development will consist of a series of multiple projects over an approximate five (5) year period. This development impacts multiple local governments and private entities and will require coordination to design and build an approximate three hundred thousand (300,000) square foot Judicial Center. Total estimated cost for development is four hundred million dollars ($400,000,000.00). Weld County is seeking a firm to provide design and construction oversight as an owner's representative, to assist the Weld County construction management team with preconstruction, design development, project management, and construction administration services for each of the multiple projects required for this downtown development. These services shall include but not limited to the following. 1) Design and Construction services Request for Proposal (RFP) development. a. Owners' representative shall provide a detailed RFP for each of the following. i. Downtown development design and engineering RFP ii. Judicial Center site and core and shell construction RFP. iii. Judicial Center tenant finish and completion RFP. 2) Pre-Design and Construction services. Solicitation #B2500123 Page 6 a. Assist and make recommendations for negotiations with all local and private entities regarding but not limited to, property owners, utility relocation and design, and local governmental agencies. b. Utility vacations c. City and County planning and zoning coordination. d. Assist Weld County Public Information Office (PIO), local agencies, and Weld County construction team, with any public outreach and communications. 3) Design and engineering development management. a. Assist the design team to develop, create, and value-engineer the design and construction documents that reflect Weld County's and its stakeholders needs, and requirements. b. Monitor the overall design process for the project. c. Advise Weld County on design, construction, and occupancy sequencing, phasing these activities to ensure maximum efficiency. d. Monitor and coordinate the design of the development with Weld County for constructability. e. Provide Weld County with budget projections throughout the design process to ensure development objectives. f. Evaluate and recommend value engineering opportunities in conjunction with the design team for overall cost reduction. g. Assist in coordination between Weld County and Design services team to ensure appropriate design is achieved and meets of exceeds Weld County needs and requirements. 4) Construction administrative services a. Review construction RFP's and make recommendations to Weld County project management team. b. Attend and participate in construction RFP interviews and selection process. c. Represent the overall best interest of Weld County and its stakeholders with the successful construction team. d. Develop and maintain a development milestone schedule, including but not limited to the planning phase, design phase, permitting, core and shell, tenant finish, and all critical tasks. e. Provide recommendations on current and upcoming development concerns and or issues to include but not limited to construction feasibility, local and site conditions, value engineering, long lead items, building industry standards. coordination concerns with local governments and private entities. f. Coordinate with Weld County to establish, maintain, and monitor overall development budget. g. Report and coordinate monthly to Weld County on current budget status and any upcoming concerns and or possible issues. h. In conjunction with Weld County project management team monitor the general contractor and its subcontractors to ensure compliance with contractual obligations and terms. i. Provide the Weld County project management team detailed monthly status reports for construction. j. Monitor and advise contractors monthly payment applications and make recommendations regarding its consistency with the work in place and project schedule. Solicitation # B2500123 Page 7 k. Assist Weld County construction team with change management coordination and validity to include but not limited to design, construction feasibility, value engineering, and cost control. I. Consultants will be responsible for attending and representing Weld County at all coordination meetings in person. m. Consultants will be required to provide weekly updates to the Facilities Project Management Team for updates to the Weld County Board of County Commissioners. Updates may require in-person or virtual meetings with Board of County Commissioners. 5) Project Close Out a. Assist contractor and design team with hosting project closeout meetings for each project and or phase of development. b. Review all closeout documents for completeness and compliance with all project documents, warranties, guarantees, and maintenance documentation. c. Make any recommendations and or concerns to the Weld County project management team. d. Assist Weld County with oversight of commissioning program design and verification. Solicitation# B2500123 Page 8 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date September 26, 2025 Pre-Proposal Meeting Mandatory October 10, 2025, at 10:00 am 1104 H Street, Greeley Colorado Technical Questions Due October 17, 2025, by 10:00 am Technical Questions email bids@weld.gov Questions Answered via Addendum October 21, 2025 Proposals Are Due October 31, 2025, by 10:00 am Purchasing's Clock Technical Interviews (Anticipated) November 7, 2025 Solicitation Notice of Award (Anticipated) November 14, 2025 Contract Execution (Anticipated) December 3, 2025 Solicitation # B2500123 Page 9 Schedule D — RFP Response Criteria RFP Response Submittal Weld County is seeking the proposer with the best value for the County. To aid in the determination, consultant shall address the following items in the RFP response submittal, The RFP Response should be arranged in order of the evaluation criteria shown in the RFP Review Scoring Table below. The response items include: 1. The RFP Response shall include statements showing the proposer clearly understands the scope of the project and its objectives. 2. Describe how the proposed methodology will meet the desired goals of the project. 3. Include a brief description of similar or related projects completed within the last 5 years. 4. Emphasize projects that have included aspects related to this RFP. 5. The RFP Response shall include a description of critical issues that the proposer considers to be of importance for the project and how those issues will be solved. 6. The RFP Response shall include a description of how the project costs will be controlled for the design and engineering consultant, prime contractor and their sub-contractors. 7. Describe how the proposer will ensure that all Federal, State, and Local procedures will be followed. 8. Describe how the proposer will handle the quality control for the entire project. 9. Describe any judgements, claims, or suits pending or outstanding against proposer's company. 10.Describe any citations by OSHA for violations within the last 5 years. 11.Describe any changes in company ownership in the last 5 years. 12.The RFP Response shall include a description of the proposer's location and explain how it will not affect the project coordination with the County. 13. Explain how the proposer is familiar with Weld County's project specifications and policies. 14. Include a list of the number of employees and the annual operating budget. 15.Explain the proposer's knowledge about Weld County in general. 16.The RFP Response shall include a preliminary schedule showing major milestones associated with this project, and how the proposer would complete the project within the desirable time. 17. References from at least three other projects with similar requirements that have involved the staff proposed to work on this project. The County may choose to contact one or more of the listed references. Response Format The following defines the response format: 1. Limit the total length of RFP Response to a maximum of 60 pages. a. The County will reject RFP responses received that are longer than 60 pages in length. b. The front and back cover will not count as pages. c. Section dividers also do not count as pages unless they have photos or text on them, then they will be included in the pages count. Solicitation # B2500123 Page 10 d. The Proposal document forms included in this request which are mandatory to submit with your Proposal will not be included in the page count for your proposal. 2. RFP Responses shall be mainly made up of 8 1/2 x 11" paper. a. 11" x 17" paper can only be used for presenting large schedules, or example planning sheets. b. Text sizes shall be 10 point or larger. 3. Failure to follow these instructions may result in the RFP Response being rejected. Grading Criteria The RFP Responses will be evaluated using the following criteria. NOTE: Each RFP Response will be individually evaluated by a team of reviewers. Each reviewer will score each of the RFP Responses following the criteria outlined in Table 1. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. After the individual reviewers have scored each RFP Response, the individual reviewer scores will be totaled. Each reviewer's scores will be ranked by score from highest to lowest. The RFP response with the highest score will be ranked first place, second highest score will be ranked second place, and so on until all proposals have been proposals have been ranked. The highest ranked RFP Responses may be invited to participate in interviews (if required) to help the reviewers determine which proposer represents the best value to the County. If interviews are determined to be necessary for the selection process, Proposers will be evaluated on the criteria shown below in Table 2. After all scorer rankings have been determined from the RFP Response and the interview (if required), each ranking will be totaled for each RFP Response based on their respective rankings (1st, 2nd, 3rd, etc.) from the scorers. The highest point score will be considered the best value for the County. NOTE: The first ranked proposal may not be the lowest overall cost. Table 1 - RFP Response Scoring Criteria Evaluation Evaluation Standard Scoring Weighting Scoring % Criteria Factors Range The proposal clearly shows an Scope of understanding of the project objectives. 1 to 5 4.0 4% - 20% Proposal The proposed methodology meets the desired goals of the County. The proposal demonstrates that the team Critical Issues clearly understands the major issues associated with the project. 1 to 5 4.0 4% - 20 % The proposal offers realistic solutions to the critical issues. Solicitation # B2500123 Page 11 The team has described how it will control costs. The proposal describes how project team costs will be controlled. Project The team has demonstrated its ability to 1 to 5 3.0 3% - 15% Control ensure that State and Federal procedures are used where appropriate. The team has demonstrated its ability to effectively communicate and coordinate with the Weld County project team. The team's location does not affect Work the coordination of the project with the Location/ County. 1 to 5 1.0 1% - 5% Familiarity The team demonstrated knowledge of Weld County in general for this development. The costs were presented in a way that is Cost and reasonable and consistent with the project Schedule goals. 1 to 5 8.0 8% - 40% The schedule contains sufficient detail to ensure the project goals are met. Table 2 Interview Scoring Criteria Work Team proposed and clearly described Approach their approach for completing the project. The team offered innovative ideas for the 1 to 5 2 2 to 10 project. Owners The team has adequate qualifications representativ and a proven track record to complete e projects of this scope and complexity. 1 to 5 2 2 to 10 Qualifications The team demonstrates effective communication skills. The team's presentation was clear and Quality of easy to understand. Presentation The people being interviewed displayed 1 to 5 2 2 to 10 effective communication skills. The team's use of audio-visual aids was effective. The team provided good answers to the Question/Ans questions asked by the selection wer Session committee. 1 to 5 4 2 to 20 The answers provided by the team demonstrated a clear understanding of the project and the project goals. Total 8 to 50 Solicitation# B2500123 Page 12 Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Vendor's Proposal —Outlined in Schedule D 2) Schedule E — Proposal Response Form 3) Any potential or future Addenda must be completed/acknowledged. 4) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non-responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal it may be disqualified. Fees Please provide all associated fees. Fees shall be based on a recurring monthly guaranteed maximum price. Monthly GMP shall be guaranteed for one (1) year from the date of executed contract. Please provide an annual escalation rate for each subsequent year. Monthly billings shall be itemized per the consultants originally provided fee schedule, attachment 2. If additional professional services are required that are not listed on attachment 2 fee schedule, the consultant must have prior written approval from Weld County prior to any services being provided. Provide all fees for professional services, that will be billed as part of this project on Attachment 2, if additional line items are required use additional sheets. Consultant shall provide a monthly GMP and billing schedule as well as an overall GMP for the total duration of the project including annual escalation. Total fee shall be based off an sixty (60) month duration. Consultant shall provide Weld County project management team a detailed monthly scheduled showing what resources are being used and how they will be billed each month. Weld County reserves the right to terminate the need for the consultant at any time per Weld County professional services standard contract. Total Fee Description Annual GMP Cost Total GMP Monthly Fee (First Contracted $ Year) Total GMP Monthly Fee (Second Contracted $ Year) Including Escalation. Total GMP Monthly Fee (Third Contracted $ Year) Including Escalation. Total GMP Monthly Fee (Fourth Contracted $ Year) Including Escalation. Total GMP Monthly Fee (Fifth Contracted $ Year) Including Escalation. Solicitation#B2500123 Page 14 Total five-year (60 months) GMP . $ Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Proposal for Request B2500123 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 Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance 6. Acknowledgment of Schedule G —Weld County Contract 7. By submitting a responsive Proposal or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID#: CONTRACTOR: By: Date of Signature Name: Title: Solicitation# B2500123 Page 15 Schedule F — Insurance Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance-Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Solicitation# B2500123 Page 16 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. Contractor 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, Contractor 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 Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" with respect to liability arising out of the activities performed by or on behalf of the Contractor". On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to Solicitation # B2500123 Page 17 require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. 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 by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain Solicitation#B2500123 Page 18 higher limits and/or broader coverages. 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. The Contractor 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. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Will Hopkins Email: whopkins@weld.gov Telephone: (970) 400-2044 Mail: Weld County Facilities Department ATTN: Will Hopkins PO Box 758 Greeley, CO 80632 Solicitation # B2500123 Page 19 Schedule G - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule G of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non- appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project-by-project basis that provide further clarification. Weld County Standard Contract Below is the standard Weld County Contract for Professional Services. Professional Service Agreement Between Weld County and [Contractor] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of[Department], hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. Solicitation# B2500123 Page 20 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 the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) or Request for Proposal (RFP) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. 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. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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 that is incomplete at the time of termination shall be marked "DRAFT- INCOMPLETE." 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 services 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 of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. Solicitation # B2500123 Page 21 5. Extension or Amendment. 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. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties, and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the 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. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). 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 or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County 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 County as to end Solicitation# . Page 22 results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 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 the Work 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 Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work 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, documents, 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 information of the Contractor should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), 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 the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. Solicitation # B2500123 Page 23 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 and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists 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 Work 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. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance -Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Solicitation # B2500123 Page 24 Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1 ,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 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. Contractor 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, Contractor 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 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or Solicitation # B2500123 Page 25 assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" with respect to liability arising out of the activities performed by or on behalf of the Contractor". On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Solicitation # Page 26 Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. 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 by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. 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. The Contractor 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. 18. Certification of Compliance with Insurance Requirements. 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 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. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor shall be fully responsible and liable for any and all injuries or damage received or Solicitation# .S:25; 0'2; Page 27 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. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. 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. 22. Examination of Records. To the extent required by law, the Contractor agrees that an 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. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. 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. 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications 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 and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: Address: E-mail: Phone: TO COUNTY: Name: Position: Solicitation# Page 28 Address: Address: E-mail: Phone: 25. 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. 26. 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. 27. 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. 28. 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. 29. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. 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. 32. Non-Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. 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 Solicitation # B2500123 Page 29 entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 34. 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. 35. 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. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's 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. 38. 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 by its terms. Both parties further agree that this Agreement, with the attached Exhibits, 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. CONTRACTOR: By: Name: Date of Signature Title: Solicitation# B2500123 Page 30 WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Scott K. James, Chair Solicitation #B2500123 Page 31 EXHIBIT B — SCOPE OF WORK Project Overview The Weld County Board of County Commissioners (BoCC) has approved a multi-year program to plan, design, and construct a new Judicial Center and associated civic facilities in downtown Greeley, Colorado. The overall program is anticipated to extend over approximately five (5) years and includes multiple interrelated projects, delivery packages, and phases. The program will require extensive coordination with County departments, local and regional agencies, utility providers, adjacent property owners, and private stakeholders, and is expected to result in the delivery of an approximately 300,000 square foot Judicial Center campus. General Scope of Services Level5 Collaborative ("Contractor") shall provide Owner's Representative and program management support services to Weld County ("County") throughout planning, pre- design, design, procurement, construction, and closeout of the Project. Contractor's services are intended to supplement and support the County Facilities team and are focused on schedule certainty, cost control, risk management, coordination, and informed decision-making. Contractor's services are advisory and support-oriented in nature and do not include authority to bind County contractually or financially, unless expressly authorized by County in writing. Services described herein shall be performed within the compensation framework established in the Agreement and as specified below, unless otherwise authorized by County in writing. This Scope of Work describes the general nature of services to be provided. Specific tasks, priorities, and sequencing may evolve over time based on Project needs and County direction. Schedule and Performance Standard Contractor shall perform its services in a timely and professional manner consistent with industry standards for owner's representative services. Contractor's role is advisory in nature and does not include control over overall Project schedule, construction means and methods, third-party performance, regulatory approvals, or County decision timelines. Contractor's performance shall be measured by its diligent provision of advisory and coordination services, not by achievement of Project milestones outside of Contractor's direct control. Any specific task deadlines applicable to Contractor shall be mutually agreed upon in writing. Contractor's services are limited to professional advisory and program management support. Contractor shall not be responsible for construction costs, contractor performance, schedule delays, lost revenues, financing impacts, or other Project outcomes except to the extent directly caused by Contractor's negligent performance of its services. Program Planning and Pre-Design Services Contractor shall support early planning and pre-design activities, including but not EXHIBIT B — SCOPE OF WORK limited to: a. Advising County on overall program delivery strategy, phasing, and sequencing b. Supporting coordination with City, County, and other governmental agencies c. Assisting with entitlement and permitting strategy and inter-agency approvals d. Coordinating utility planning, relocations, vacations, and right-of-way considerations e. Supporting negotiations and coordination with adjacent property owners and third parties f. Assisting with development of preliminary budgets, schedules, and program-level risk considerations g. Supporting public-facing coordination efforts in collaboration with the County Public Information Office (PIO) h. Supporting coordination related to project funding strategy, cash flow planning, and financial modeling efforts in collaboration with County staff and financial advisors. Procurement and RFP Support Contractor shall assist County with procurement planning and execution, including: a. Development and refinement of Requests for Proposals (RFPs) and procurement documents for design, engineering, construction, and related services b. Advising on procurement and packaging strategies for site work, core and shell, tenant improvements, and enabling projects c. Assisting with procurement schedules and milestone planning d. Supporting proposal evaluations, interviews, and selection processes e. Providing comparative analysis and recommendations to support County decision-making f. Supporting development, review, and negotiation of professional service agreements, CM/GC agreements, and other construction-related contracts, as requested by County, including assistance with front-end contract documents and alignment with County procurement requirements. Design Phase Management During design and engineering phases, Contractor shall provide oversight and coordination services, including: a. Monitoring the overall design process for alignment with County objectives b. Supporting coordination among design disciplines and stakeholders c. Advising on constructability, phasing, and sequencing considerations d. Monitoring design progress relative to approved schedules and budgets e. Assisting with cost modeling, budget updates, and reconciliation at key design milestones f. Reviewing and reconciling design team and contractor cost estimates, including evaluation of contingencies, allowances, escalation assumptions, and proposed Guaranteed Maximum Price (GMP) structures, and advising County regarding cost validation and alignment with approved program budgets. g. Advising County during contractor buyout processes, including review of subcontractor competition, scope leveling, and pricing alignment with approved EXHIBIT B — SCOPE OF WORK estimates and procurement strategy. h. Supporting value engineering efforts in coordination with the design team and County i. Advising County on design decisions impacting cost, schedule, and operational outcomes Construction Phase Administration During construction, Contractor shall provide program-level construction administration and oversight services, including: a. Supporting County during construction procurement and contract administration b. Supporting County in review and evaluation of contractor claims, schedule impact analyses, time extension requests, and other cost or time-related assertions affecting the Project. c. Monitoring construction progress for alignment with approved schedules and milestones d. Reviewing and advising on contractor payment applications e. Supporting change management, including evaluation of scope, cost, and schedule impacts f. Coordinating with County and contractors regarding long-lead items and procurement risks g. Monitoring compliance with contractual requirements and approved project controls h. Maintaining and updating program-level schedules and budgets i. Preparing and presenting regular status reports to County Facilities staff, as requested by County Contractor shall not direct or control construction means, methods, techniques, sequences, or safety, which shall remain the responsibility of the construction contractor. Budget, Schedule, and Risk Management Contractor shall assist County in establishing and maintaining program controls, including: a. Development and maintenance of program-level and project-level schedules b. Reviewing contractor schedules, including critical path activities, phasing logic, milestone compliance, and recovery plans, and advising County regarding schedule risks and mitigation strategies. c. Development and monitoring of budgets and cash flow projections d. Identification and tracking of key risks and mitigation strategies e. Providing early warning of potential cost or schedule impacts f. Supporting County leadership with data-driven analysis to inform decisions Coordination and Communications Contractor shall participate in and support coordination and communication efforts, including: a. Attendance at recurring coordination meetings with County, consultants, and EXHIBIT B — SCOPE OF WORK contractors, as requested by County b. Supporting inter-agency and stakeholder coordination c. Providing regular written and verbal updates to the County Facilities Project Management Team d. Supporting preparation of materials and updates for the Board of County Commissioners, as requested by County e. Preparing or assisting in preparation of executive-level reporting materials, presentations, and decision memoranda for County leadership and the Board of County Commissioners. Project Closeout and Transition Contractor shall support project and phase closeout activities, including: a. Assisting with coordination of closeout meetings and milestones b. Reviewing closeout documentation for completeness and compliance with project requirements c. Supporting commissioning coordination and verification activities d. Assisting County with transition to operations and occupancy, as applicable Fees Monthly GMP and Billing Schedule (Schedule E to B2500123 RFP Response) Total Fee Description Annual GMP Cost Total GMP Monthly Fee (First Contracted $ 1,875,000 (Avg. $156,250/mo) Year) Total GMP Monthly Fee (Second Contracted $ 1,825,000 (Avg. $152,083/mo) Year) Including Escalation. Total GMP Monthly Fee (Third Contracted $ 1,850,000 (Avg. $154,867/mo) Year) Including Escalation. Total GMP Monthly Fee (Fourth Contracted $ 1,875,000 (Avg. $156,250/mo) Year) Including Escalation. Total GMP Monthly Fee (Fifth Contracted $ 1,900,000 (Avg. $158,333/mo) Year) Including Escalation. Total five-year (60 months) GMP $ 9,325,000 EXHIBIT B— SCOPE OF WORK Hourly Fee Schedule (Attachment#002 to B2500123 RFP Response) + „a WELD COUNTY JUDICIAL CENTER DEVELOPMENT OWNERS REPRESENTATIVE REQUEST FOR PROPOSAL FEE SCHEDULE C c mormariE"- x 82500123-Attachment*002 ANNUAL ESCALATION TITLE/POSITION DESCRIPTION HOURLY RATE MONTHLY RATE RATE , President/CEO Executive Oversight $ 435 $ 75,399 4% Project Executive Executive Oversight $ 375 $ 64,999 4% Project Director Project Oversight $ 310 $ 53,732 4% Senior Project Manager Project Management $ 250 $ 43.333 4% Project Manager Project Management $ 195 $ 33.799 4% Assistant Project Manager Project Management $ 160 $ 27,733 4% Project Coordinator Project Management $ 140 $ 24,266 4% Scheduling Director Development Master Schedule $ 250 $ 6,000 4% Scheduler Development Master Schedule $ 190 $ 7,325 4% Subject Matter Expert,Municipal Finance Funding Advisory $ 300 $ 2,650 4% Subject Matter Expert,Cost Consultant Cost Validation $ 300 $ 5,300 4% Subject Matter Expert,Design Management Design Mangement $ 300 $ 5,300 4% Subject Matter Expert,MEPF Systems MEPF Advisory $ 300 $ 2.650 4% Vice President,Communications Communications and Public Outreach $ 375 $ 64,999 4% Communications Manager Communications and Public Outreach $ 190 $ 32.933 4% ACORO) CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) �-- 12/08/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Lindsay Nelson NAME: Flood and Peterson PHONE ): (970)356-0123 ac,No): (970)330-1867 PO Box 578 E-MAIL Inelson@floodpeterson.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC N Greeley CO 80632 INSURER A: Berkley Assurance Company 39462 INSURED INSURER B: Pinnacol Assurance 41190 Level 5 Collaborative LLC INSURER C: Underwriters at Lloyd's London 32727 1613 Pelican Lakes Pt INSURER D: Suite 200 INSURER E: Windsor CO 80550 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2591862642 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 ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD wVD POLICY NUMBER (MM/DDIYYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1'000'000 DAMAGE TO REED CLAIMS-MADE X OCCUR PREMISES Ea occurrence) $ 100,000 BI/PD Deductible$5,000 MED EXP(Any one person) $ 5,000 A Y Y VUMA0401900 09/03/2025 09/03/2026 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2'000'000 X POLICY JECT PRO LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: Hired and Non-owned $ 1,000,000 AUTOMOBILE LIABILITY COMBlNEOSIbIGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ - OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY _ AUTOS ONLY (Per accident) UMBRELLAUAB _ OCCUR EACH OCCURRENCE $ - EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X STATUTE OTH- ANDEMPLOYERS'LIABILITY Y/N 1000,000 B ANY PROPRIETOR/PARTNER/EXECUTIVE Y NIA 4260537 09/03/2025 09/01/2026 E.L.EACH ACCIDENT $ , OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 It yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ General Aggregate $2,000,000 Professional Liability C PS00040488958 09/03/2025 09/03/2026 Deductible $10,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Weld County,its elected officials and its employees are included as Additional Insured as required by written contract for liability caused by the named insured,subject to policy terms,exclusions,and conditions in regards to General Liability.Waiver of subrogation applies where required by written contract and legally permissible in regards to General Liability.This Certificate is issued as a matter of information only,confers no rights upon the certificate holder, and does not alter the insurance coverage afforded by the policies described herein. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS. 1150 0 Street AUTHORIZED REPRESENTATIVE Greeley CO 80631 /Y)r���a � Y[� ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD ADDITIONAL COVERAGES Ref# Description Coverage Code Form No. Edition Date Additional Prem to Equal Inc Limits AILMP Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium $114.00 Ref# Description Coverage Code Form No. Edition Date PED2 PED2 Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium -$85.00 Ref# Description Coverage Code Form No. Edition Date Insurer Adjustment INADJ Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Medical Provider Credit MEDPR Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium -$15.00 Ref# Description Coverage Code Form No. Edition Date Expense constant EXCNT Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium $160.00 Ref# Description Coverage Code Form No. Edition Date Increased employer's liability INEL Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium 1,000,000 1,000,000 1,000,000 $5.00 Ref# Description Coverage Code Form No. Edition Date Terrorism TERR Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium $17.00 Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium OFADTLCV Copyright 2001,AMS Services,Inc. Entity Information Entity Name* Entity ID* New Entity? Please use the job LEVEL 5 COLLABORATIVE LLC SUP-50107 aid linked here to add a Q supplier in Workday. Contract Name* Contract ID Parent Contract ID WELD COUNTY JUDICIAL CENTER OWNERS 10425 REPRESENTATIVE Requires Board Approval Contract Lead* YES Contract Status MBARANOVIC CTB REVIEW Department Project# Contract Lead Email mbaranovic@weld.gov Contract Description* THIS IS THE CONTRACT FOR THE JUDICIAL CENTER OWNERS REPRESENTATIVE. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 03/05/2026 GROUNDS 03/09/2026 Amount* $9,325,000.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go YES Does Contract require Purchasing Dept. to be included?* Automatic Renewal Department Head Email YES Grant CM-BuildingGrounds- DeptHead@weld.gov Bid/RFP#* IGA B2500123 County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 01 /01 /2026 02/26/2027 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 03/05/2026 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/04/2026 03/05/2026 03/05/2026 Final Approval BOCC Approved Doc ID# AG 030926 BOCC Signed Date Originator BOCC Agenda Date MBARANOVIC 03/09/2026 Facilities Department (970) 400-2023 1 105 H St., P.O. Box 758 COUNTY, CO Greeley, CO 80632 November 21, 2025 To: Board of County Commissioners From: Patrick O'Neill Subject: Weld County Judicial Center Representative - RFP (B2500123) This solicitation is for the Weld County Judicial Center Owners Representative Request for Proposal (RFP). The RFP consisted of two rounds of grading criteria the first round was based off all proposals submitted and were graded by an evaluation committee which included: Scope of Proposal, Critical Issues, Project Control, Work Location / Familiarity, & Cost and Schedule. The evaluation committee received ten (10) proposals for the Weld County Judicial Center Owners Representative. The committee evaluated the proposals based on Best Value for the County and shortlisted three consultants to move to the second round of grading criteria for interviews conducted by the Board of County Commissioners. The Board of County Commissioners evaluated each consultant interviewed based on the published RFP grading criteria which included: Work Approach, Owners Representative / Project Manager Qualifications, Quality of Presentation, and Questions and Answers Session. The score results (shown in Attachment A) show Levels Collaborative as the overall best value for this solicitation. Therefore, the Facilities Department is recommending the award to Level5 Collaborative in the amount of $9,325,000.00. If you have any questions, please contact me on extension 2023. Sincerely, Patrick O'Neill Facilities Director 2025-3313 IZ/ BC6OZ1 Weld County Facilities Department PROJECT: - _\_1861, (RFP#B2500123 -Judicial Center Development - Owners Rep] El RFP Due Date: U C C J N T Y Summary of Committee Member Scoring Consultant Name Total Adjusted Score Total Adjusted Score Total Score Ranking (RFQ-RFP) (Interview) Vanir 336 182.00 518.00 2 Connect Advisors 307 133.00 440.00 3 Level 5 311 241.00 552.00 1 Infrastructure Strategies 272 4 Shrews berry 241 7 Accenture 270 5 Capital 238.5 8 Wember 233.5 9 Artaic 248 6 Servant 186.5 10 Shortlisted Consultants for Interview Final Best Value Determination (PROJECT NAME: Judicial Center Development-Owners Representative Vanir RIP Score Consultant Name: Vanir The rating scale shall be from 1 to 5,with 1 being a poor rating,3 being an average rating,and 5 being an outstanding rating. Evaluation Criteria Standard Evaluator#1 Evaluator#2 Evaluator#3 Evaluator Weight Adjusted Factors Score -The proposal clearly shows and understanding of Scope of Proposal the project objectives. 5.00 3.00 5.00 4.00 4.0 68.00 -The proposed methodology meets the desired goals of the County. -The proposal demonstrates that the learn clearly understands the major issues associated with the Critical Issues project. 4.00 4.00 4.00 4.00 4.0 64.00 -The proposal offers realistic solutions to the critical issues. - I he team has descnbed how it will control its construction costs. -The proposal describes how project team costs will be controlled. -The team has demonstrated its ability to ensure Project Control that State and Federal procedures are used where 5.00 5.00 5.00 5.00 3.0 60.00 appropriate. -The team has demonstrated its ability to effectively communicate and coordinate with the Weld County project team. -The team's location does not affect the Work Location/Familiarity coordination of the project with the County. 4.00 4.00 3.00 5.00 1.0 16.00 -The team demonstrated knowledge of Weld County in general for this development. -The costs were presented in a way that is Cost and Schedule reasonable and consistent with the project goals. 5.00 3.00 5.00 3.00 8.0 128.00 -The schedule contains sufficient detail to ensure the project goals are met. Total Adjusted Score: 336 The lowest possible score is 80,the best score possible is 400. ( Accumulated Average Score: 84 'PROJECT NAME: Judicial Center Development-Owners Representative Connect Advisors RkP Score Consultant Name: Connect Advisors The rating scale shall be from 1 to 5,with 1 being a poor rating,3 being an average rating,and 5 being an outstanding rating. Evaluation Criteria Standard Evaluator#1 Evaluator#2 Evaluator#3 Evaluator#4 Weight Adjusted Factors Score -The proposal clearly shows and understanding of Scope of Proposal the project objectives. 5.00 5.00 5.00 3.00 4.0 72.00 -The proposed methodology meets the desired goals of the County. -The proposal demonstrates that the team clearly understands the major issues associated with the Critical Issues project. 4.50 3.00 4.00 2.00 4.0 54.00 -The proposal offers realistic solutions to the critical issues. -I he team has descnbed how it will control its construction costs. -The proposal describes how project team costs will be controlled. -The team has demonstrated its ability to ensure Project Control that State and Federal procedures are used where 5.00 3.00 4.00 2.00 3.0 42.00 appropriate. -The team has demonstrated its ability to effectively communicate and coordinate with the Weld County project team. -The team's location does not affect the Work Location/Familiarity coordination of the project with the County. 3.00 4.00 3.00 5.00 1.0 15.00 -The team demonstrated knowledge of Weld County in general for this development. -The costs were presented in a way that is Cost and Schedule reasonable and consistent with the project goals. 4.50 4.00 5.00 2.00 8 0 124.00 -The schedule contains sufficient detail to ensure the project goals are met. Total Adjusted Score: 307 The lowest possible score is 80,the best score possible is 400. Accumulated Average Scorer 76.75 'PROJECT NAME: Judicial Center Development-Owners Representative Level 5 Rfr Score Consultant Name: Level 5 The rating scale shall be from 1 to 5,with 1 being a poor rating,3 being an average rating,and 5 being an outstanding rating. Evaluation Criteria Standard Evaluator#1 Evaluator#2 Evaluator#3 Evaluator#4 Weight Adjusted Factors Score -The proposal clearly shows and understanding of Scope of Proposal the project objectives. 4.00 2.00 5.00 5.00 4.0 64.00 -The proposed methodology meets the desired goals of the County. -The proposal demonstrates that the team clearly understands the major issues associated with the Critical Issues project. 5.00 3.00 5.00 5.00 4.0 72.00 -The proposal offers realistic solutions to the critical issues. - I he team has descnbea how it will control Its - construction costs. -The proposal describes how project team costs will be controlled. -The team has demonstrated its ability to ensure Project Control that State and Federal procedures are used where 5.00 4.00 4.00 4.00 3.0 51.00 appropriate. -The team has demonstrated its ability to effectively communicate and coordinate with the Weld County project team. -The team's location does not affect the Work Location/Familiarity coordination of the project with the County. 5.00 5.00 5.00 5.00 1.0 20.00 -The team demonstrated knowledge of Weld County in general for this development. -The costs were presented in a way that is Cost and Schedule reasonable and consistent with the project goals. 4.00 2.00 4.00 3.00 8.0 104.00 -The schedule contains sufficient detail to ensure the project goals are met. Total Adjusted Score: 311 The lowest possible score is 80,the best score possible is 400. ' Accumulated Average Score:1 77.75 PROJECT NAME: Judicial Center Development-Owners Representative Infrastructure RtP Score Consultant Name: Infrastructure Strategies The rating scale shall be from 1 to 5,with 1 being a poor rating,3 being an average rating,and 5 being an outstanding rating. Evaluation Criteria Standard Evaluator#1 Evaluator#2 Evaluator#3 Evaluator#4 Weight Adjusted Factors Score -The proposal clearly shows and understanding of Scope of Proposal the project objectives. 5.00 4.00 5.00 2.00 4.0 64.00 -The proposed methodology meets the desired goals of the County. -The proposal demonstrates that the team clearly understands the major issues associated with the Critical Issues project. 5.00 3.00 4.00 5.00 4.0 68.00 -The proposal offers realistic solutions to the critical issues. -I he team has described how it will control its construction costs. -The proposal describes how project team costs will be controlled. -The team has demonstrated its ability to ensure Project Control that State and Federal procedures are used where 5.00 3.00 4.00 2.00 3.0 42.00 appropriate. -The team has demonstrated its ability to effectively communicate and coordinate with the Weld County project team. -The team's location does not affect the Work Location/Familiarity coordination of the project with the County. 5.00 4.00 4.00 5.00 1.0 18.00 -The team demonstrated knowledge of Weld County in general for this development. -The costs were presented in a way that is Cost and Schedule reasonable and consistent with the project goals. 4.00 2.00 3.00 1.00 8.0 80.00 -The schedule contains sufficient detail to ensure the project goals are met. Total Adjusted Score: 272 The lowest possible score is 80,the best score possible is 400. I Accumulated Average Scorer 68 'PROJECT NAME: Judicial Center Development-Owners Representative Shrewsberry RtP Score Consultant Name: Shrewsberry The rating scale shall be from 1 to 5,with 1 being a poor rating,3 being an average rating,and 5 being an outstanding rating. Evaluation Criteria Standard Evaluator#1 Evaluator#2 Evaluator#3 Evaluator#4 Weight Adjusted Factors Score -The proposal clearly shows and understanding of Scope of Proposal the project objectives. 5.00 3.00 5.00 1.00 4.0 56.00 -The proposed methodology meets the desired goals of the County. -The proposal demonstrates that the team clearly understands the major issues associated with the Critical Issues project. 4.00 4.00 3.00 2.00 4.0 52.00 -The proposal offers realistic solutions to the critical issues. -I he team has descnbed how it will control its construction costs. -The proposal describes how project team costs will be controlled. -The team has demonstrated its ability to ensure Project Control that State and Federal procedures are used where 4.00 3.00 4.00 3.00 3.0 42.00 appropriate. -The team has demonstrated its ability to effectively communicate and coordinate with the Weld County project team. -The team's location does not affect the Work Location/Familiarity coordination of the project with the County. 4.00 4.00 2.00 1.00 1.0 11.00 -The team demonstrated knowledge of Weld County in general for this development. -The costs were presented in a way that is Cost and Schedule reasonable and consistent with the project goals. 4.00 2.00 3.00 1.00 8.0 80.00 -The schedule contains sufficient detail to ensure the project goals are met. Total Adjusted Score: 241 The lowest possible score is 80,the best score possible is 400. I Accumulated Average Score:I 60.25 1 'PROJECT NAME: Judicial Center Development-Owners Representative Accenture 413 Score Consultant Name: Accenture The rating scale shall be from 1 to 5,with 1 being a poor rating,3 being an average rating,and 5 being an outstanding rating. Evaluation Criteria Standard Evaluator#1 Evaluator#2 Evaluator#3 Evaluator#4 Weight Adjusted Factors Score -The proposal clearly shows and understanding of Scope of Proposal the project objectives. 4.00 3.00 3.00 3.00 4.0 52.00 -The proposed methodology meets the desired goals of the County. -The proposal demonstrates that the team clearly understands the major issues associated with the Critical Issues project. 3.00 4.00 3.00 3.00 4.0 52.00 -The proposal offers realistic solutions to the critical issues. -I ne team has descnbed how it will control its construction costs. -The proposal describes how project team costs will be controlled. -The team has demonstrated its ability to ensure Project Control that State and Federal procedures are used where 3.00 3.00 4.00 2.00 3.0 36.00 appropriate. -The team has demonstrated its ability to effectively communicate and coordinate with the Weld County project team. -The team's location does not affect the Work Location/Familiarity coordination of the project with the County. 5.00 4.00 4.00 5.00 1.0 18.00 -The team demonstrated knowledge of Weld County in general for this development. -The costs were presented in a way that is Cost and Schedule reasonable and consistent with the project goals. 4.00 5.00 3.00 2.00 8.0 112.00 -The schedule contains sufficient detail to ensure the project goals are met. Total Adjusted Score: 270 The lowest possible score is 80,the best score possible is 400. Accumulated Average Score:1 67.5 (PROJECT NAME: Judicial Center Development-Owners Representative Capital RtP Score Consultant Name: Capital Projects The rating scale shall be from 1 to 5,with 1 being a poor rating,3 being an average rating,and 5 being an outstanding rating. Evaluation Criteria Standard Evaluator#1 Evaluator#2 Evaluator#3 Evaluator#4 Weight Adjusted Factors Score -The proposal clearly shows and understanding of Scope of Proposal the project objectives. 4.00 2.00 3.00 1.00 4.0 40.00 -The proposed methodology meets the desired goals of the County. -The proposal demonstrates that the team clearly understands the major issues associated with the Critical Issues project. 3.50 3.00 3.00 3.00 4.0 50.00 -The proposal offers realistic solutions to the critical issues. -I he team has descnbed how it will control its --- construction costs. -The proposal describes how project team costs will be controlled. -The team has demonstrated its ability to ensure Project Control that State and Federal procedures are used where 3.50 2.00 4.00 3.00 3.0 37 50 appropriate. -The team has demonstrated its ability to effectively communicate and coordinate with the Weld County project team. -The team's location does not affect the Work Location/Familiarity coordination of the project with the County. 5.00 4.00 3.00 3.00 1.0 15.00 -The team demonstrated knowledge of Weld County in general for this development. -The costs were presented in a way that is Cost and Schedule reasonable and consistent with the project goals. 4.00 3.00 3.00 2.00 8.0 96.00 -The schedule contains sufficient detail to ensure the project goals are met. Total Adjusted Score: 238.5 The lowest possible score is 80,the best score possible is 400. I Accumulated Average Score:I 59.625 (PROJECT NAME: Judicial Center Development-Owners Representative Wember I*Score Consultant Name: Wember The rating scale shall be from 1 to 5,with 1 being a poor rating,3 being an average rating,and 5 being an outstanding rating. Evaluation Criteria Standard Evaluator#1 Evaluator#2 Evaluator#3 Evaluator#4 Weight Adjusted Factors Score -The proposal clearly shows and understanding of Scope of Proposal the project objectives. 4.00 2.00 3.00 1.00 4.0 40.00 -The proposed methodology meets the desired goals of the County. -The proposal demonstrates that the team clearly understands the major issues associated with the Critical Issues project. 3.00 3.00 3.00 3.00 4.0 48.00 -The proposal offers realistic solutions to the critical issues. -the team nas described how it will control its construction costs. -The proposal describes how project team costs will be controlled. -The team has demonstrated its ability to ensure Project Control that State and Federal procedures are used where 2.50 3.00 2.00 2.00 3.0 28.50 appropriate. -The team has demonstrated its ability to effectively communicate and coordinate with the Weld County project team. -The team's location does not affect the Work Location/Familiarity coordination of the project with the County. 5.00 4.00 4.00 4.00 1 0 17.00 -The team demonstrated knowledge of Weld County in general for this development. -The costs were presented in a way that is Cost and Schedule reasonable and consistent with the project goals. 3.50 5.00 2.00 2.00 8.0 100.00 -The schedule contains sufficient detail to ensure the project goals are met. Total Adjusted Score: 233.5 the lowest possible score is 80,the best score possible is 400. I Accumulated Average Scorer 58.375 1 (PROJECT NAME: Judicial Center Development-Owners Representative Artaic RtP Score Consultant Name: Artaic The rating scale shall be from 1 to 5,with 1 being a poor rating,3 being an average rating,and 5 being an outstanding rating. Evaluation Criteria Standard Evaluator#1 Evaluator#2 Evaluator#3 Evaluator#4 Weight Adjusted Factors Score -The proposal clearly shows and understanding of Scope of Proposal the project objectives. 4.00 3.00 3.00 1.00 4.0 44.00 -The proposed methodology meets the desired goals of the County. -The proposal demonstrates that the team clearly understands the major issues associated with the Critical Issues project. 3.00 3.00 3.00 2.00 4.0 44.00 -The proposal offers realistic solutions to the critical issues. -I he team has described how it will control its construction costs. -The proposal describes how project team costs will be controlled. -The team has demonstrated its ability to ensure Project Control that State and Federal procedures are used where 4.00 4.00 3.00 2.00 3.0 39.00 appropriate. -The team has demonstrated its ability to effectively communicate and coordinate with the Weld County project team. -The team's location does not affect the Work Location/Familiarity LOordinalion of the project with the County. 4.00 4.00 4.00 5.00 1.0 17.00 -The team demonstrated knowledge of Weld County in general for this development. -The costs were presented in a way that is Cost and Schedule reasonable and consistent with the project goals. 4.00 5.00 2.00 2.00 8 0 104 00 -The schedule contains sufficient detail to ensure the project goals are met. Total Adjusted Score: 248 The lowest possible score is 80,the best score possible is 400. I Accumulated Average Scorer 62 'PROJECT NAME: Judicial Center Development-Owners Representative Servant Rfr Score Consultant Name: The rating scale shall be from 1 to 5,with 1 being a poor rating,3 being an average rating,and 5 being an outstanding rating. Evaluation Criteria Standard Evaluator#1 Evaluator#2 Evaluator#3 Evaluator#4 Weight Adjusted Factors Score -The proposal clearly shows and understanding of Scope of Proposal the project objectives. 3.00 2.00 3 00 1.00 4.0 36 00 -The proposed methodology meets the desired goals of the County. -The proposal demonstrates that the team clearly understands the major issues associated with the Critical Issues project. 2.50 2.00 2.00 1.00 4.0 30.00 -The proposal offers realistic solutions to the critical issues. -I he team has oescnbed how it will control its construction costs. -The proposal describes how project team costs will be controlled. -The team has demonstrated its ability to ensure Project Control that State and Federal procedures are used where 3.00 2.00 3.00 1.00 3.0 27.00 appropriate. -The team has demonstrated its ability to effectively communicate and coordinate with the Weld County project team. -The team's location does not affect the Work Location/Familiarity coordination of the project with the County. 2 50 4.00 2.00 5.00 1 0 13.50 The team demonstrated knowledge of Weld County in general for this development. -The costs were presented in a way that is Cost and Schedule reasonable and consistent with the project goals. 3.00 3.00 2.00 2.00 8.0 80.00 -The schedule contains sufficient detail to ensure the project goals are met. Total Adjusted Score: 186.5 The lowest possible score is 80,the best score possible is 400. I Accumulated Average Score:1 46.625 Weld County Facilities Department 'PROJECT NAME: Judicial Center Development - Owners Rep Consultant Name: Vanir The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 bi Evaluation Criteria Evaluation Standards Evaluator 1 •Team proposed and clearly described its approach for Work Approach completing the project. 3 •The team offered innovative ideas for this project. •The team's Project Manager has adequate qualifications and Project Manager Qualifications a proven track record to complete projects of this scope and 3 complexity. • The team demonstrates effective communication skills. • The team's presentation was clear and easy to understand. Quality of Presentation • The people being interviewed displayed effective 4 communication skills. • The team's use of audio-visual aids were effective • The team provided good answers to the questions asked by the selection committee. Questions/Answers Session •The answers provided by the team demonstrated a clear understanding of the project and goals. The lowest possible score is 50, the best score possible is 250. Scorer Comments: Scored By: I sing an outstanding rating. Evaluator Evaluator Evaluator Evaluator Weighting Adjusted 2 3 4 5 Factors Scoring 3.5 4 5 4 2 39.00 4 4 5 5 2 42.00 4.5 4 5 4 2 43.00 3 4 4.5 2 4 58.00 INTERVIEW SCORE: 182.00 Accumulated Average Score 36.4 Weld County Facilities Department (PROJECT NAME: Judicial Center Development - Owners Rep Consultant Name: Connect Advisors The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 bi Evaluation Criteria Evaluation Standards Evaluator 1 •Team proposed and clearly described its approach for Work Approach completing the project. 2 • The team offered innovative ideas for this project. •The team's Project Manager has adequate qualifications and Project Manager Qualifications a proven track record to complete projects of this scope and 3 complexity. • The team demonstrates effective communication skills. • The team's presentation was clear and easy to understand. • The people being interviewed displayed effective Quality of Presentation 2 communication skills. • The team's use of audio-visual aids were effective • The team provided good answers to the questions asked by the selection committee. Questions/Answers Session • The answers provided by the team demonstrated a clear understanding of the project and goals. The lowest possible score is 50, the best score possible is 250. Scorer Comments: Scored By: I wing an outstanding rating. Evaluator Evaluator Evaluator Evaluator Weighting Adjusted 2 3 4 5 Factors Scoring 2.5 2 4.5 3 2 28.00 3.5 2 4 4 2 33.00 2.5 2 4.5 3 2 28.00 3 2 3 2 4 44.00 INTERVIEW SCORE: 133.00 Accumulated Average Score _ 26.6 J Weld County Facilities Department (PROJECT NAME: Judicial Center Development - Owners Rep Consultant Name: Level 5 The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 bi Evaluation Criteria Evaluation Standards Evaluator 1 • Team proposed and clearly described its approach for Work Approach completing the project. 5 • The team offered innovative ideas for this project. •The team's Project Manager has adequate qualifications and Project Manager Qualifications a proven track record to complete projects of this scope and 5 complexity. • The team demonstrates effective communication skills. • The team's presentation was clear and easy to understand. Quality of Presentation • The people being interviewed displayed effective 5 communication skills. • The team's use of audio-visual aids were effective • The team provided good answers to the questions asked by the selection committee. Questions/Answers Session 5 •The answers provided by the team demonstrated a clear understanding of the project and goals. The lowest possible score is 50, the best score possible is 250. Scorer Comments: Scored By: I sing an outstanding rating. Evaluator Evaluator Evaluator Evaluator Weighting Adjusted 2 3 4 5 Factors Scoring 5 5 5 4 2 48.00 5 5 4 5 2 48.00 4.5 5 5 5 2 49.00 4.5 5 4.5 5 4 96.00 INTERVIEW SCORE: 241.00 Accumulated Average Score 48.2 1861 ' •+ Weld County Finance Department \ !i �1 ( Purchasing Division p. bidsweld.gov MaiV o N Y 1301 North 17th Avenue Greeley, Colorado 80631 Bid Opening Tabulation Title: Weld County Judicial Center Development— Owner Representation Bid Number: B2500123 Department: Facilities Bid Opening Date: October 31, 2025 Approval Date: December 8, 2025 Vendor(s) Name Infrastructure Strategies LLC 10419 County Road 76 1/2 Windsor, CO 80550 Shrewsberry & Associates, LLC 7321 Shadeland Station, Sute 160 Indianapolis, IN 46256 Servant Builders, LLC 3918 Surrey Ridge Loveland, CO 80537 Vanir Construction Management, Inc. 4540 Duckhorn Drive, Suite 300 Sacramento, CA 95834 Connect Advisors 104 S. Missouri Avenue, Suite 204 Claremore, OK The Facilities Department is reviewing the proposals. Accenture Infrastructure and Capital Projects, LLC 601 Gyrfalcon Court, Unit A Windsor, CO 80550 Capital Projects, LLC 2679 W. Main Street, Suite #300-346 Littleton, CO 80120 Wember Inc. 7350 E. Progress Place #100 Greenwood Village, CO 80111 Artaic Group 2650 18th Street, Suite 301 Denver, CO 80211 Levels Collaborative 1613 Pelican Lakes Point, Suite 200 Windsor, CO 80550 The Facilities Department is reviewing the proposals.
Hello