Loading...
HomeMy WebLinkAbout20241288.tiffCon-\vtC,- IQ# N51 - PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND GSG ARCHITECTURE - WELD COUNTY ADA BUILDING AUDIT THIS AGREEMENT is made and entered into this I5ttaay of , 2024, by and between the Board of Weld County Commissioners, on behalf of the Facili ' s Department, hereinafter referred to as "County," and GSG Architecture, 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 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 based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2400090. 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. c&01.6.6e6) conTrethHop1 cam. 7//6/0.2 Z02,44- I236' "745/z4 SGoOz(o 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. 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 $69,984.00 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 2 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 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. 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. 3 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. 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. 4 a. Types of Insurance. Workers' Compensation / 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. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability). The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. 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: $1,000,000 Per Loss; $2,000,000 Aggregate. b. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. 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. d. 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. e. 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. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. 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. 16. 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. 17. 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 6 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. 18. 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: James G Holloway Position: Owner Address: 3535 West 12th Street Address: Greeley, Colorado 80634 E-mail: jolloway@gsgarchitecture.com Phone: 970-888-3273 TO COUNTY: Name: Curtis Naibauer Position: Interim Director of Facilities Address: 1105 H Street Address: Greeley, CO 80634 E-mail: cnaibauer(6weldgov.com Phone: 970-400-2027 19. 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. 20. 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. 21. 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, 7 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. 22. 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. 23. 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. 24. 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. 25. 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. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. 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. 28. 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. 29. 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. 8 30. Public Contracts for Services Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law. 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. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract. 31. 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. 32. 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. 9 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: GSG Architecture By: lam" -- Name: James G. Holloway Title: Principal / C.E.O. 07/02/2024 Date of Signature WELD COUN Y: ATTEST: sQrA fs'. •aC,LLO�� WeldC• n Clerk tothe B and BY: Deputy Clerk to �►I%i.�rc L"' n Pe B•.rd * .i t to BOARD OF COUNTY COMMISSIONERS WELD C O 2 C- O. Kevin D. Ross, Chair JUL 1 5 2024 aoazW - 8'8' EXHIBIT A ,.,*� ,.,.A.. • t:.... REQUEST FOR PROPOSALS WELD COUNTY, COLORADO 1301 N. 17T" AVENUE GREELEY, CO 80631 DATE: APRIL 22, 2024 PROPOSAL NUMBER: B2400090 DESCRIPTION: WELD COUNTY ADA BUILDING AUDIT DEPARTMENT: FACILITIES MANDATORY PRE -PROPOSAL CONFERENCE DATE: MAY 3, 2024 BID OPENING DATE: MAY 17, 2024 1. NOTICE TO VENDORS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: WELD COUNTY ADA BUILDING AUDIT A mandatory pre -proposal conference will be held on May 3, 2024 at 10:00 AM at the Weld Facilities Building located at 1105 H Street, Greeley, CO 80631. Vendors must participate and record their presence at the pre -proposal conference to be eligible to submit proposals. Proposals will be received until: May 17, 2024 at 10:00 AM (Weld County Purchasing Time Clock). The submitted proposals will be read over a Microsoft Teams Conference Call on May 17, 2024 at 10:30 AM. 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. Phone number: 720-439-5261 Phone Conference ID: 233 460 068# PAGES 1 - 8 OF THIS REQUEST FOR PROPOSALS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. PROPOSAL SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO PROPOSE: Weld County requests proposals for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Proposals shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the Vendor will expect Weld County to pay if awarded the proposal. 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 which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Proposal Delivery to Weld County: A. PREFERRED: email bids to bids(weld.gov If your bid exceeds 25MB please upload your bid 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 bids 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 bid due date and time. B. 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 is received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO VENDORS: INTRODUCTORY INFORMATION: Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each proposal must give the full business address of vendor and be signed by him with his usual signature. Proposals by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A proposal by a person who affixes to his signature the word 'president," "secretary," "agent," or other title without disclosing his principal, may be held to be the proposal of the individual signing. When requested by the Weld County Controller, 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 Vendor. All corrections or erasures shall be initialed by the person signing the proposal. All vendors 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. Vendors 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 Vendor. Late or unsigned proposals shall not be accepted or considered. It is the responsibility of the Vendor to ensure that the proposal arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Vendors." Proposals received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller 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 Controller; said request being received from the withdrawing Vendor prior to the time fixed for award. Negligence on the part of a Vendor in preparing the proposal confers no right for the withdrawal of the proposal after it has been awarded. Vendors are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Vendors' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County Vendors 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. In submitting the proposal, the Vendor agrees that the signed proposal submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), the successful Vendor's response, and the formal acceptance of the proposal by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the proposal by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP. PROPOSAL REQUEST # B2400090 Page 2 4. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the proposal, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages Vendors from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the Vendor shall be transmitted separately from the main proposal submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful Vendor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The Vendor is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72- 204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for proposal information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the proposal and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful Vendor shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful Vendor nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful Vendor and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful Vendor or any of its agents or employees. Unemployment insurance benefits will be available to the successful Vendor and its employees and agents only if such coverage is made available by the successful Vendor or a third party. The successful Vendor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful Vendor shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful Vendor shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful Vendor shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. PROPOSAL REQUEST #B2400090 Page 3 G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful Vendor, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful Vendor. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit proposals in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful Vendor agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful Vendor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Proposal within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful Vendor's completion of the responsibilities described in the Proposal. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful Vendor shall be the basis for additional compensation unless and until the successful Vendor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful Vendor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful Vendor. The successful Vendor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful Vendor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful Vendor by the terms of this Agreement, and to assume toward the successful Vendor all the obligations and responsibilities which the successful Vendor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful Vendor and the successful Vendor shall cooperate in such process. The successful Vendor shall be responsible for the acts and omissions of its agents, employees and subcontractors. PROPOSAL REQUEST #B2400090 Page 4 O. Warranty: The successful Vendor warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful Vendor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The Vendor warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful Vendor shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful Vendor shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this proposal for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Vendor shall submit with their proposals the following information pertaining to the equipment upon which the proposals are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful Vendor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful Vendor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful Vendor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful Vendor's services and the successful Vendor shall not employ any person having such known interests. During the term of this Agreement, the successful Vendor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful Vendor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful Vendor nor any member of the successful Vendor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful Vendor's operations, or authorizes funding to the successful Vendor. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra - PROPOSAL REQUEST #B2400090 Page 5 judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful Vendor's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted proposal. The successful Vendor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful Vendor hereunder and the successful Vendor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in PROPOSAL REQUEST #B2400090 Page 6 fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their e mployment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed u nder the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles o perating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. P rofessional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract P rofessional 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 Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Proposal. PROPOSAL REQUEST #B2400090 Page 7 Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Proposal and in the Response to the Proposal each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. PROPOSAL REQUEST #B2400090 Page 8 PROPOSAL SPECIFICATIONS Weld County ADA Compliant Building Audit PROJECT OVERVIEW: Weld County is seeking proposals for professional design services to perform an ADA Compliant Audit on all applicable Weld County Buildings per the 2010 ADA Standards for existing facilities. METHOD OF PROCUREMENT: Request for Proposal (RFP): A Request for Proposal (RFP) is a purchasing process where an advertisement requesting proposals for work in accordance with the requirements as outlined for a project. RFP uses a selection team that is based on a scope of work. During the selection process, the department uses interviews and a scoring form to rank suppliers or consultants. The highest ranked firm is selected and enters into contract. If an agreement to contract cannot be reached, an agency can negotiate a contract with the second ranked consultant and so on until an agreement is reached. PROJECT SCOPE: Weld County is seeking professional services to perform an American Disability Act (ADA) audit on all existing Weld County facilities. This audit shall outline any deficiencies as well as recommendations for repair or modification to ensure that Weld County is or has made its best effort to meet all ADA requirements. 1. Consultant will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents that have been provided during this proposal request per the attachments outlined above and this scope of work. This will include but not be limited to all labor, materials, and equipment to complete the total scope of work. It is the contractor's responsibility at the time of proposal submission to ensure that all project specifications and requirements have been included per the project documents provided. ATTACHMENTS: ➢ Attachment A: Weld County Building List ➢ Attachment B: Weld County Grading Matrix PROJECT SPECIFIC TERMS AND CONDITIONS: 1. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Consultant will perform an ADA audit and inspection on the following minimum requirements per the 2010 ADA Standard. PROPOSAL REQUEST #B2400090 Page 9 a. Accessible Routes b. Egress Requirements c. Wayfinding Signage d. Exterior Pathways e. Parking Lots, Signage, ADA accessibility and parking f. General Site and Building Elements g. Plumbing Elements and Facilities h. Communication Elements and Features i. Special Rooms, Spaces, and Elements j. Built in Elements k. Lighting 4. Consultant shall evaluate and rank each ADA concern per the following scale. a. High: At immediate risk to employee or public. Needs corrected immediately. b. Medium: Possible risk to employee or public: best efforts need to be made for reasonable accommodations c. Low: Meets ADA standards, but reasonable accommodations could be made to improve upon existing conditions. 5. Consultant shall make a detailed recommendation for each ADA concern. Consultant shall include the feasibility of each related recommendation based on the existing building conditions and use. 6. Consultant shall reference the 2010 ADA Standards as well as local building code if applicable for all recommendations/ 7. Consultant shall include a picture(s) in their report for each recommendation. 8. Consultant shall work with the Weld County project manager for access into each facility. 9. Consultant shall include five in person progress meetings in addition to the closeout and present meetings at the time of completion. PROJECT CLOSE OUT: 1. Contractor will provide all manufacturer's warranty documentation for all equipment. 2. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All submittals will be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 5. Work will comply with all applicable Federal, State, and local laws, ordinances, and regulatory requirements. 6. Weld County is a tax-exempt entity. PROPOSAL REQUEST #B2400090 Page 10 7. Davis -Bacon and Buy American requirements are NOT required. 8. Contractor will be required to enter a contract with Weld County for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. CONSULTANT GRADING MATRIX: As per Weld County purchasing code for any RFP each consultant may be contacted for a project and proposal interview by Weld County Facilities project management team. After all consultants who submitted proposals have been interviewed the project management team will use the attached Weld County Grading Matrix to rank each consultant. The highest-ranking consultant will be selected and entered into contract unless contract terms cannot be met. If contract terms cannot be met, then Weld County code will be followed to award to the second highest ranked consultant and so on. Please see attachment B for a sample of the Consultant Grading matrix. SCHEDULE: 1. Consultant is responsible for providing and maintaining a full project schedule as well as a look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. Below is the anticipated schedule for this project: Date Of This Proposal April 22, 2024 Advertisement Date April 22, 2024 Pre -Proposal Conference May 3, 2024 Proposal Questions are Due May 10, 2024 Proposal Are Due May 17, 2024 Proposal Award Notice June 5, 2024 Contract Execution June 19, 2024 Construction Start Immediately upon receipt of signed contract Project Finish October 25, 2024 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being June 19, 2024. Project Start: Project Finish: PROPOSAL REQUEST #B2400090 Page 11 Fee: Please provide the following cost breakout as well as the total project Lump Sum Cost. Building Name / Departments Address COST TOTAL 8th Avenue Storage 300 8th Avenue Human Services - Building A 315 N. 11th Avenue Human Services - Building B 315 N. 11th Avenue Human Services - Building C 315 N. 11th Avenue Office 525 N 15th Avenue Extension Chase - Main & Annex 822 7th Street Justice Services - West Annex 901 10th Avenue Courthouse 901 9th Avenue Centennial South Center - Plaza West, 915 10th Street East, and 918 Probation 918 10th Street CHAN/Marlborough - Probation 934 9th Avenue Veteran Services 1008 9th Street Community Corrections 1101 H Street Training Center 1104 H Street Buildings & Grounds 1105 H Street Public Works 1111 H Street Coroner 1121 M Street Administration 1150 O Street Clerk & Recorder 1250 H Street Oil & Gas / PW Sign Shop 1301 N. 17th Avenue Hazardous Waste - North 1311 N. 17th Avenue Alternative Programs 1390 N. 17th Avenue Motor Pool 1399 N. 17th Avenue Wash / Welding Bay 1399 N. 17th Avenue B Assessor / Treasurer 1400 N. 17th Avenue PROPOSAL REQUEST #B2400090 Page 12 IT - Information 1401 N. 17th Avenue Technology Planning and Oil & Gas 1402 N. 17th Avenue Print Shop / Storage 1500 2nd Street Dispatch / Records / Medical Clinic 1551 N. 17th Avenue Public Health / Planning 1555 N. 17th Avenue Law Admin 1950 O Street Jail - North 2110 O Street Storage 2329 115th Avenue Evidence Crime Lab 2329 115th Avenue Southeast Service Center 2950 9th Street, Ft. Lupton 35th Center - Alternative Communications 3115 35th Avenue Tower Southwest Service Center 4209 WCR Longmont 24 1/2, Hazardous Waste - South 5500 State Hwy 52, Erie Shooting Range 58336 CR 23, Carr TOTAL PROJECT LUMP SUM COST $ PROPOSAL REQUEST #B2400090 Page 13 PROPOSAL SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your proposal on or before the proposal opening deadline of 10:00 AM on May 17, 2024: 1) Pages 9 thru 15 of the Proposal Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. 4) All other items as requested in the Proposal Specifications. *A current W9 is required for new vendors. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your proposal may result in your proposal being incomplete and your proposal being rejected. If there are any exclusions or contingencies submitted with your proposal it may be disqualified. PROPOSAL REQUEST #B2400090 Page 14 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The proposal proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Proposal for Request No. #B2400090. 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 Vendor for the amount shown on the accompanying proposal sheets. 4. The signed proposal submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the proposal by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the proposal by Weld County. 5. Weld County reserves the right to reject any and all proposals, to waive any informality in the proposals, and to accept the proposal that, in the opinion of the Board of County Commissioners, is in the best interest of Weld County. The proposal(s) may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board BY: YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFP0124 PROPOSAL REQUEST #B2400090 Page 15 EXHIBIT B Carolyn Geisert From: Sent: To: Cc: Subject: Attachments: Nigro, Baileigh <bnigro@gsgarchitecture.com> Friday, May 17, 2024 8:42 AM bids Brown, Makiah Bid #B2400090 BID B2400090 GSG Response.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good morning, Attached is GSG Architecture's response to Proposal #B2400090 - WELD COUNTY ADA BUILDING AUDIT. I hereby waive my right to a sealed proposal. Respectfully submitted. Baileigh Nigro GSG rch itectu re Adrnin & Marketing Assistant 3535 W 12 Street Suite C Greeley CO 80634 wvvw gsgarchitecture.com c y J -388- I GS G WELD COUNTY architecture ADA BUILDING AUDIT DESIGN ARCHI'Fr't1REPI_ ANN? VG BID #B2400090 I MAY 17, 2024 FIRM CAPABILITIES: GSG ARCHITECTURE, INC 3535 W 12th St., Suite C, Greeley, CO 80634 970.888.3273 GSG architecture DESIGN ACCESSIBILITY FOR ALL At GSG Architecture, we prioritize accessibility in our design solutions and strictly adhere to the standards set forth by the Americans with Disabilities Act (ADA). Our commitment to achieving complete ADA compliance is paramount in all our projects. In every project that we design either for renovation or new construction, we view ADA compliance as an enhancement to the process, not an impediment to it. Over the years GSG architecture has completed many existing facilities surveys and evaluations, and ADA compliance has always been a top consideration. As architects working primarily in the public realm, compliance with all codes is of utmost concern. This experience enables us to quickly assess existing conditions and identify conflicts, proposing opportunities for corrective actions. Since our inception in 1970, GSG Architecture has been heavily involved in work in the public sector, with over 90% of our contracts involving state, county, and municipal governments and agencies. We have also been fortunate to work directly with Weld County on a number of facilities, designs, and feasibility studies over the past several years. We are well versed in the County's protocols and familiar with the County's commitment to good stewardship of public funds. Our team also features Whiteley Consulting, LLC, a specialist in ADA compliance surveys. Their additional specialization and expertise in this field will help us to make rapid and accurate review of the County's 39 facilities covering1.5 million -square -feet. Services: • High Performance and LEED Architectural Design • Master Planning I Programming and Feasibility Studies • Site Analysis and Selection • Space Planning and Interior Design • Owners Representative Services • ADA Compliance Surveys • Cost Estimation 01 FIRM CAPABILITIES: ADA COMPLIANCE BY WHITELEY CONSULTING, LLC 7242 S. Allison Way, Littleton, CO 80128 303.549.5010 ADA COMPLIANCE imyv by `...0•0 Whiteley Consulting, LLC ADA Compliance by Whiteley Consulting is a Structural Engineering firm dedicated to the identification and removal of architectural barriers in the design of new facilities and in the renovation of existing and historic buildings and facilities. As an ADA compliance professional, Mr. Whiteley has the expertise required to conduct ADA audits of existing structures. surface parking lots, and the review new building plans. ADA Compliance by Whiteley Consulting personnel anticipates contributing at feast 50% of their time to the project during the contractual period. SERVICES INCLUDE: ADA Compliance: • Accessibility compliance under federal disability rights laws • Parking Stall Layout and Restriping Plans • ADA Audits that identify accessibility barriers • Assist in development of Self Evaluations and Transition Plans for Public Agencies. • New Design Accessibility Reviews • Existing and Historic Buildings Transition and Implementation Plans and Strategies • Assist in the development of written ADA policies • Due Diligence Reports • Expert Witness Reports • Code Review: 0 2010 ADA Standards for Accessible Design 0 ANSI -2017 ICC A117.1 Accessible and Usable Buildings and Facilities 0 ABAAS — Architectural Barriers Act Accessibility Standards (2015) 0 UFAS — Uniform Federal Accessibility Standards 0 Fair Housing Act 0 PROWAG — Public Right of Way Accessibility Guidelines Engineering: • Develop Construction Documents incorporating the barrier removal options • Structural remodeling to be in ADA compliance • Upgrading and Modernization of existing facilities to be in ADA compliance • Upgrade historic buildings for "Readily Achievable" ADA compliance Construction: • Recommendation of qualified Contractors I Bidding Services • Assist in the development of Agreement Forms between Owner and Contractor • Accessibility Construction Site Observations I Quality Assurance & Quality Control • Plan Review and Cost Control I Representation of Owner's interests 02 KEY STAFF EXPERIENCE & QUALIFICATIONS: JAMES HOLLOWAY, AIA, LEED AP Principal -in -Charge James Holloway is a licensed architect and will oversee all production and coordination. He will work continuously with the entire team to ensure that your expectations are met, and the project is tracking on schedule and according to budget. QUALIFICATIONS: Master of Architecture, University of Colorado Denver MFA, Rutgers University BFA, Virginia Commonwealth University Licensed Architect: CO License #00402121 25 years in the industry 120 years with GSG SELECT PROJECT EXPERIENCE: APS Rangeview High School Locker Room ADA Remodel Aurora Municipal Center ADA Renovations Cheyenne Municipal Building Needs Assessment Union Colony Civic Center Master Plan Weld County Coroner Addition Weld County Island Grove Concept Designs Weld County Nunn Grader Shed Weld County Public Health Lab Renovation Weld County Public Works Office Addition JACK BREWER Project Manager During his time with GSG. Jack as proven to be a detail -oriented, thorough, and efficient draftsman. He recognizes potential design conflicts early and mitigates problems to ensure accurate drawings are sent out to bid. His promotion to project manager reflections his leadership and dedication to his projects. QUALIFICATIONS: AAS, Computer Aided Drafting, Aims Community College 5 years in the industry 15 years with GSG SELECT PROJECT EXPERIENCE: Aurora Municipal Center ADA Renovations Greeley Transit Generator Design Weld County Coroner Addition Weld County Island Grove Concept Designs Weld County Public Health Lab Renovation Weld County Public Works Office Addition 03 KEY STAFF EXPERIENCE & QUALIFICATIONS: DONALD E. (LEO) WHITELEY, PE, ASSOC. AIA, LEED AP ADA Compliance Expert Leo is the president of ADA Compliance by Whiteley Consulting. Leo has a range of experience, from facility evaluations, ADA audits, design specifications and drawings for municipalities, universities, civic and public buildings, recreational facilities, justice centers, office parks, and conference centers. QUALIFICATIONS: Bachelor of Architecture, University of Colorado Boulder BS, Civil Engineering, University of Colorado Denver Professional Engineer: CO License #24406 Accessibility Professionals Association International Association of Accessibility Professionals American Institute of Architects Associate Member SELECT PROJECT EXPERIENCE: Brighton Housing Authority, ADA Plan Review of Housing Aims Community College 2022 & 2023 ADA Audits Adams County. Misc. Concrete & ADA Curb Ramps Program DPS, Sewall Child Development Center ADA Route Report Historic Ute Theatre, Ada Audit for Compliance REFERENCES: UNION COLONY CIVIC CENTER MASTER PLAN The City of Greeley owns and maintains the Union Colony Civic Center, which is the community's major public event venue and performing arts center. The city has been interested in modernizing the facility for some time and identified several items that needed attention. GSG Architecture was retained by the city to review these conditions and investigate additional concerns. We then grouped these items together to establish a master plan and schedule for the improvements. We worked with the city to set the stage for current and future work that can be economically addressed and achieved in abbreviated construction windows that would not take the entire facility offline for extended periods of time. The first of the improvements on the schedule is an acoustical panels renovation. GSG was awarded the contract for this project, and we are actively working with the client on this issue. $ 4.74 Million (total est. cost of repairs) 145,000 SF 12022 I Greeley, CO REFERENCE: City of Greeley - Facilities Services Jaime Gonzalez -Diaz, Project Manager Facilities Services 1970.539.6230 I jaime.gonzalez-diaz@greeleygov.com Note: This reference is for the Acoustical Panels portion of this project. 05 REFERENCES: It f •a- : P a •r*•:•ta ro t tam: cw MOM TORT TNOWN° Mg tacos WORE CORacc tiameattO On* soTOCarls03[w I t! r I I T ACA CILAAANCt YT•1 IC4 fl? I I F • i Yt1Y D[A'17t! 1 1 aO%' IYSl1 -�P • I _ MEI L I i i 11 t • 4 RR Nt I -1 i1 a 4 C • ., a a A I I _ =LS of 10c KA1 Moos t I CS LUAR.KCt V••: het fro 1 i 1 .17 W.' C7 GSG architecture DESIGN en RANGEVIEW HIGH SCHOOL LOCKER ROOM ADA REMODEL GSG Architecture was hired by Aurora Public Schools to provide a design solution that would upgrade the varsity boys and girls' locker rooms at Rangeview High School. GSG was also hired to address Title IX and ADA issues which have arisen since the initial design and construction of -he facility. The project was designed b address the issues in a minimally invasive manner at a reasonable cost. The major components in the 4,070 -SF renovation involved new flooring, new lockers, nevi bench seating, and a realignment and reapportionment of toilet facilities to satisfy Title IX and ADA requirements. $ 505,956 14, 070 SF 12023 I Aurora, CO REFERENCE: Frederick Boening, Manager, Design & Construction I fjboening@aurorak12.org 1720.584.8057 06 REFERENCES: GSG architecture DESIGN AURORA MUNICIPAL CENTER ADA RENOVATIONS GSG developed three options to make the Aurora Municipal Center more accessible to staff and the general public. These options include a ramp system that traverses from the upper level to the council chamber floor, a ramp system from the upper level to the council dais level, and an area designated for wheelchairs and companion seating. The final designed option consisted of a ramp on the south side of the council chambers, replacing the existing motorized platform. This ramp traversed from the upper level to the dais level, just above the main floor. We designed a storage area beside the ramp for equipment and supplies. The intent of this new storage area is to replace the existing storage area at the east ramp. The second ramp on the east side of the council chambers included a design where the ramp started along the upper level in the council chamber, then went through an existing wall into the storage room and turned to follow the storage room to get to the council chamber main level. This ramp incorporated both the design elements of the high -end cherry wood finishes used in the chamber area, and the more conventional elements of drywall and paint used in the areas of the existing storage room and hallway, presenting a clean transition between the two. The last element of the wheelchair seating area was incorporated into the existing center in the assembly seating area. This area was large enough to accommodate two wheelchairs and a companion seat by each. It also mirrors the high -end cherry wood finishes throughout the council chambers. Aurora, CO I $ 850,000 13,000 SF 12O24 REFERENCE: Sly Watson, Manager 1303.739.7109 I eiwatson@auroragov.org 07 REFERENCES: yv ADA COMPLIANCE by `.m.l., Whiteley Consulting, LLC LONGMONT HOUSING AUTHORITY TRANSITION PLAN Whiteley performed a UFAS/ADA audit of nine residential dwellings and two commercial properties. A seven-year transition plan was developed. REFERENCE: Longmont Housing Authority I Molly O'Donnell, Director 1303.651.8530 I molly.o'donnel@longmontcolorado.gov AIMS COMMUNITY COLLEGE 2022 & 2023 ADA COMPLIANCE AUDITS Whiteley worked with DLR Group to perform ADA audits for the compliance of twenty buildings on five different campuses, including classrooms, administration, student center, and maintenance shops. REFERENCE: DLR Group I Bob Binder, Principal 1720.904.0440 I bbinder@dlrgroup.com CHERRY CREEK SCHOOL DISTRICT 2024 ADA COMPLIANCE AUDITS Whiteley performed ADA audits for compliance of eighty-eight buildings including pre-schools, elementary schools, middle schools, high schools, administration, and maintenance shops. REFERENCE: Cheery Creek School District I David Henderson, Deputy Chief - Operations 1720.554.4455 I dhenderson@cherrycreekschools.org 08 METHOD OF APPROACH: We will work with the County to schedule specific inspections on the required facilities, combining visits as possible to maximize efficiency and cost effectiveness. We will perform an ADA audit and inspection of each facility to address the following requirements from the 2010 ADA Standards. The work and documentation will include: • Accessible Routes: 0 Verify clear widths and sound walking surfaces. 0 Verify accessible doors and thresholds. • Egress Requirements: 0 Verify that the federal, state, and local building codes and ordinance are satisfied. 0 Create a PDF copy of the facility's floor plan, indicating where the interior accessible routes and egress requirements are, noting temporary furniture and fixtures obstructing accessible routes. • Wayfinding Signage: 0 Verify means of egress directional, informational, and designation signage is provided. 0 Verify signage contains compliant raised characters and tactile elements such as braille. 0 Verify location and height of wayfinding signage. • Exterior Pathways: 0 Verify exterior accessible routes to accessible entrances are provided. 0 Verify exterior ramps and curb ramps are compliant in both running and cross slopes. • Parking Lots, Signage, ADA Accessibility, and Parking: 0 Verify the adequate number of accessible parking spaces and access aisles are provided based on the total number of parking spaces in the parking lot. 0 Verify slopes of the accessible parking spaces and access aisle are compliant in slopes. 0 Verify the access aisles lead to an accessible route to the accessible route. • General Site and Building Elements: 0 Verify that the exterior ramps and stairs have compliant handrails. • Plumbing Elements and Facilities: 0 Verify public toilet rooms are compliant in clear floor spaces, fixture locations, grab bars, and reach ranges. 0 Verify break rooms and lounges have compliant clear floor spaces and sinks. • Communication Elements and Features: 0 Verify fire alarm systems have permanently installed audible and visual alarms. • Special Rooms, Spaces, and Elements: 0 If dressing rooms or locker rooms are provided. verify compliance with turning spaces and benches. 0 If kitchenettes are provided, verify compliance with clearances, reach ranges, and sinks. • Built-in Elements: 0 If patio or dining areas are provided, verify compliance with clear floor spaces and heights. • Lighting: 0 Verify light fixtures are not projecting objects in height and projection form the wall. 09 METHOD OF APPROACH: (Continued) An ADA audit for compliance will be submitted for each facility based on the 2010 ADA Standards for Accessible Design and federal, state. and local laws, ordinances, and regulatory requirements. The ADA audit for compliance for each facility will be ranked from high, medium, or low as for the priority of the ADA items in non-compliance. Recommendations including photographs will be provided for each ADA item of non-compliance and the feasibility to correct such items of non-compliance will be given. WORKLOAD & MEETING THE SCHEDULE: As a rule, we only pursue projects that we can properly support and see come to fruition. Currently, GSG is operating at about 58% capacity. This means that 42% of our overall time and resources can be devoted to this project. With Whiteley's assistance we have the combined resources to perform reviews on every facility mentioned. Our office location in Greeley gives us the advantage of convenient proximity to the facilities. We believe that the timeline proposed in the RFP document, which indicates completion of the project by October 25, 2024, is completely achievable. Our team is prepared to commit the resources necessary to achieve this goal. We will work with the County to schedule site visits by location in an economic fashion that will allow us to move through the process swiftly and accurately. We will also plan for County reviews of the progress of the work, as well as draft and final report reviews. GSG ARCHITECTURE WORKLOAD Bid 4% CD 9% DD 5% Warranty 4% CA 16% Needs Assmnt. 2% SD 7% Programming 2% Contract Negotiations 9% 1 Availability 42% 0 ACCDR0e GSGARCH-02 ARATCLIFF CERTIFICATE OF LIABILITY INSURANCE DATE (MwIIDOJYYYY) 3/11/2024 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 ADOITIONAL INSURED provisions or be endorsed, If SUBROGATION I9 WAIVED, subject to tin 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 endorsernent(s), PRODUCER License # 6024 HUB International Mountain States Limited 400 E 1st St, Suite 105 Casper, WY 82601 INSURED GSG Architecture, Inc, 1042 South David Street Casper, WY 82601 CO4JTACT Amy Ratcliff !AMF• ?'HONE (Alt, No. Ex* (307) 233-8317 Mass, atry.ratcliff@hubinternationacom rAx (,. No). (307) 265-3092 INSURER(S) AFFORDING COVERAGE INSURER A Nationwide Mutual Insurance Company INBLIRER B 'Nationwide Assurance Company NSURER C AMCO Insuranca Company Init)RFR D NAIC 23787 10723 19100 Endurance American Specialty Insurance Company 41718 COVERAGES CERTIFICATE NUMBER: INSURER E i issur tf F • THIS IS TO CERTIFY TI-fAT 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, LIM TS SHOWN MAY HAVE BEEN R_ EDUCED BY PAID CLAMS. �N8R LTR TYPE OP INSURANCE ,AGM! INSO, 3USR WYQ POLICY NUM POLICY EFF IvwuoIYYYYL POLICY IVwoDtYY7Yl LIMITS ACPCP01312032B4&9 3111/2024 3/11/2025 EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLA4MShtkoe I X OCCLR RO RaENTE*piterft) S 100,000 pq EX MED P IArrr cafe personl • $ 5,000 , p E R3QNtLi. 6 ALA IN J lot`► S 1,000,000 G€P AGGREGATE 1Nil T APPLIES PER: GENERAL AGGREGATE 5 2,000,000 ac:t.ICY it. LOC PRODUCTS-CO►.skCsa ItGG S 2,000,000! CTh?=a: STOP GAP -WY $ 1,000,000 B AUTOMOBILE LIABILITY AC PCP013120328469 • 3111/2024 - 3/11/2025 D sI4CLF Nett 1,000,000 !LaX 1�N ANY AUTO gosh Y IHJt.Wt" jPa- Paytcr,i S OWNED AUTOS ONLY SCHEEoUIED AUTOS BODILY INJURY 'Per err ctantl S PAINS ONLY , NOTOS AU EL'? LY PTtCf RiY 1.�MAQE ( • xrrriart� S $ C X UMBRELLA has X OCCUR ACPCP013120328469 311112,024 3/11/2025 EACH OCCURRENCE 4,000,000 $ at ?SS LIAS CU; 1M SAM DE 4,000,000 AGGREGATE s OED RETENTIONS S N I A PER I i 01 is WORKERS COMPENSAT1ON AND EMPLOYERS' LIABILITY YIN STATIlTP ! RP I f . EACH ACCIDENT S .uY OFFICERN (blandalOfy PROPRIF TC:R.FARINFR,EXFCIJ'rat MBER EXCUSED? Iti NHI If Ica, Or= r)FSCRIPTIC-N b» urea• n:OPErnA1ONS t air:w E,L, DIREARF. EA EMPLOYE S E,L, DISEASE- POLICY .4FAIT $ I) Professional Lfab 0PL30051425100 1/1/2024 1/1/2025 Occ/Agg 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS t VEHICLES (ACORD 101, Aatdttforrel Remarks Schedule. may ba ocnnched it re -are space Ea required) CERTIFICATE HOLDER GSG Architecture, Inc. 1042 South David Street Casper, WY 82601 I ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORI28} REPRESENTATIVE eet'v.p'' Calet _•__•_ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 11 PROPOSAL SPECIFICATIONS Weld County ADA Compliant Building Audit PROJECT OVERVIEW: Weld County is seeking proposals for professional design services to perform an ADA Compliant Audit on all applicable Weld County Buildings per the 2010 ADA Standards for existing facilities. METHOD OF PROCUREMENT: Request for Proposal (RFP): A Request for Proposal (RFP) is a purchasing process where an advertisement requesting proposals for work in accordance with the requirements as outlined for a project. RFP uses a selection team that is based on a scope of work. During the selection process, the department uses interviews and a scoring form to rank suppliers or consultants. The highest ranked firm is selected and enters into contract. If an agreement to contract cannot be reached, an agency can negotiate a contract with the second ranked consultant and so on until an agreement is reached. PROJECT SCOPE: Weld County is seeking professional services to perform an American Disability Act (ADA) audit on all existing Weld County facilities. This audit shall outline any deficiencies as well as recommendations for repair or modification to ensure that Weld County is or has made its best effort to meet all ADA requirements. 1. Consultant will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents that have been provided during this proposal request per the attachments outlined above and this scope of work. This will include but not be limited to all labor, materials, and equipment to complete the total scope of work. It is the contractor's responsibility at the time of proposal submission to ensure that all project specifications and requirements have been included per the project documents provided. ATTACHMENTS: Attachment A: Weld County Building List Attachment B: Weld County Grading Matrix PROJECT SPECIFIC TERMS AND CONDITIONS: 1. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Consultant will perform an ADA audit and inspection on the following minimum requirements per the 2010 ADA Standard. PROPOSAL REQUEST #82400090 Page 9 a. Accessible Routes b. Egress Requirements c. Wayfinding Signage d. Exterior Pathways e. Parking Lots, Signage, ADA accessibility and parking f. General Site and Building Elements g. Plumbing Elements and Facilities h. Communication Elements and Features i. Special Rooms, Spaces, and Elements j. Built in Elements k. Lighting 4. Consultant shall evaluate and rank each ADA concern per the following scale. a. High: At immediate risk to employee or public. Needs corrected immediately. b. Medium: Possible risk to employee or public: best efforts need to be made for reasonable accommodations c. Low: Meets ADA standards, but reasonable accommodations could be made to improve upon existing conditions. 5. Consultant shall make a detailed recommendation for each ADA concern. Consultant shall include the feasibility of each related recommendation based on the existing building conditions and use. 6. Consultant shall reference the 2010 ADA Standards as well as local building code if applicable for all recommendations/ 7. Consultant shall include a picture(s) in their report for each recommendation. 8. Consultant shalt work with the Weld County project manager for access into each facility. 9. Consultant shall include five in person progress meetings in addition to the closeout and present meetings at the time of completion. PROJECT CLOSE OUT: I . Contractor will provide all manufacturer's warranty documentation for all equipment. 2. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All submittals will be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 5. Work will comply with all applicable Federal, State, and local laws, ordinances, and regulatory requirements. 6. Weld County is a tax-exempt entity. PROPOSAL REQUEST #B2400090 Page 10 7. Davis -Bacon and Buy American requirements are NOT required. 8. Contractor will be required to enter a contract with Weld County for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. • CONSULTANT GRADING MATRIX: As per Weld County purchasing code for any RFP each consultant may be contacted for a project and proposal interview by Weld County Facilities project management team. After all consultants who submitted proposals have been interviewed the project management team will use the attached Weld County Grading Matrix to rank each consultant. The highest-ranking consultant will be selected and entered into contract unless contract terms cannot be met. If contract terms cannot be met, then Weld County code will be followed to award to the second highest ranked consultant and so on. Please see attachment B for a sample of the Consultant Grading matrix. SCHEDULE: 1. Consultant is responsible for providing and maintaining a full project schedule as well as a look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. Below is the anticipated schedule for this project: Date Of This Proposal Advertisement Date Pre -Proposal Conference Proposal Questions are Due Proposal Are Due Proposal Award Notice Contract Execution Construction Start Project Finish April 22, 2024 April 22, 2024 May 3, 2024 May 10, 2024 May 17, 2024 June 5, 2024 June 19, 2024 immediately upon receipt of signed contract October 25, 2024 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being June 19, 2024. Project Start: June 20, 2024 Project Finish: October 25, 2024 PROPOSAL REQUEST #B2400090 Page 11 Fee: Please provide the following cost breakout as well as the total project Lump Sum Cost. Building Name / Departments Address TOTAL COST 8th Avenue Storage 300 8th Avenue $ 577 Human Services - Building A 315 N. 11th Avenue $ 1,269 Human Services - Building B 315 N. 11th Avenue $ 1,338 Human Services - Building C 315 N. 11th Avenue $ 2,005 Extension Office 525 N 15th Avenue $ 491 Chase - Main & Annex 822 7th Street $ 5,094 Justice Services - West Annex 901 10th Avenue $ 531 Courthouse 901 9th Avenue $ 2,965 Centennial South Center - Plaza West, East, and 915 10th Street $ 4,230 918 Probation 918 10th Street $ 659 CHAN/Marlborough - Probation 934 9th Avenue $ 1,038 Veteran Services 1008 9th Street $ 425 Community Corrections 11101 H Street $1, 945 Training Center 1104 H Street $ 443 Buildings & Grounds 1105 H Street $ 942 Public Works 1111 H Street $ 3,943 Coroner 1121 M Street $ 789 Administration 1150 O Street $ 2,037 Clerk & Recorder 1250 H Street $ 1,581 Oil & Gas / PW Sign Shop 1301 N. 17th Avenue $ 1,019 Hazardous Waste - North 1311 N. 17th Avenue $ 431 Alternative Programs 1390 N. 17th Avenue $ 1,657 Motor Pool 1399 N. 17th Avenue $ 958 Wash / Welding Bay 1399 N. 17th Avenue B $ 551 Assessor / Treasurer 1400 N. 17th Avenue $974 PROPOSAL REQUEST #52400090 Page 12 IT - Information 1401 N. 17th Avenue $ 1,015 Technology Planning and Oil & Gas 1402 N. 17th Avenue $ 974 Print Shop / Storage I 1500 2nd Street $ 838 Dispatch / Records / Medical Clinic 1551 N. 17th Avenue $ 910 Public Health / Planning 1555 N. 17th Avenue $ 2,317 Law Admin 1950 O Street $ 1,166 Jail - North 2110 O Street $ 18,624* see note Evidence Storage 2329 115th Avenue $ 1,162 Crime Lab 2329 1 15th Avenue $ , 162 Southeast Service Center 2950 9th Street, Ft. Lupton $ 1 , 288 35th Center - Alternative Communications 3115 35th Avenue $ 437 Tower Sou thwest Service Center 4209 Longmont VW'C R 24 1/2, $ 1,210 Hazardous Waste - South 5500 State Hwy 52, Erie $ 411 Shooting Range 58336 CR 23, Carr 578 TOTAL PROJECT LUMP SUM COST $ $ 69,984.00** see note Reimbursable Expenses (NTE): $ 2,975.00 *The $ 18,624.00 fee we provided for Jail - North is based on the total square footage of the facility. Information provided at the pre -proposal meeting indicated that only administrative areas would be included in the scope of work. If the square footage for the desired areas can be provided, we will adjust our fees accordingly, and anticipate a significant decrease in the fee for this facility. **Significant differences in the square footages provided in the RFP to that of the actual facilities, or the discovery of any undocumented areas, may result in different rates. PROPOSAL REQUEST #62400090 Page 13 PROPOSAL SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your proposal opening deadline of 10:00 AM on May 17, 2024: 1) Pages 9 thru 15 of the Proposal Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. 4) All other items as requested in the Proposal Specifications. on or before the proposal *A current W9 is required for new vendors. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your proposal may result in your proposal being incomplete and your proposal being rejected. If there are any exclusions or contingencies submitted with your proposal itmay be disqualified. PROPOSAL REQUEST #B2400090 Page 14 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The proposal proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Proposal for Request No. #B2400090. 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 Vendor for the amount shown on the accompanying proposal sheets. 4. The signed proposal submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the proposal by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the proposal by Weld County. 5. Weld County reserves the right to reject any and all proposals, to waive any informality in the proposals, and to accept the proposal that, in the opinion of the Board of County Commissioners, is in the best interest of Weld County. The proposal(s) may be awarded to more than one vendor. FIRM GSG Architecture, Inc. BY James G. Holloway (Please print) BUSINESS ADDRESS 3535 West 12th Street, Suite C CITY, Greeley STATE, co DATE 05/17/2024 ZIP 80634 TELEPHONE NO 970.888.3273 SIGNATURE FAX N/A TAX I D # 83-0219725 CODE E-MAIL jholIowaygsgarchitecture.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 — 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFP0124 PROPOSAL REQUEST #B2400090 Page 15 Weld County ADA Building Audit Addendum #1 B2400090 - QUESTION & ANSWERS 1. Question: Does the scope include movable furniture and equipment blocking access? Answer: Yes, furniture and egress are to be included in this audit. 2. Question: Does the scope include office furniture for accessibility? Answer: Yes 3. Question: Does the scope include analyzing the quantity of accessible rooms and/or furniture per occupancy level? Answer: Yes 4. Question: Is there a specific format or order that the County would like responses to follow? The only direction for submittals (beyond the proposal submittal instructions on page 14 of the RFP document) is provided in Attachment B — Weld County Grading Matrix. Please define the information to be included in submittals and the order in which the information should be presented. Answer: No, please refer to question #6. 5. Question: Is there a written proposal element to be included in the RFP response submission? Answer: Yes 6. Question: If there is a written proposal element, what is the required proposal criteria? The RFP notes the Weld County Grading Matrix will be used by the county after submissions and interviews. Answer: All proposals shall include the following, firms capabilities, references, previous experience, schedule, inclusions/exclusions, and method of approach. 7. Question: If there is a written proposal element, can RFP pages 9-15, a W9, etc. be attached as appendixes? Answer: Yes 8. Question: Twice in the RFP it is listed that "All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution." Please confirm what is expected to be submitted. Answer: Successful consultant will need to provide a full project schedule which shall include all task for gathering the necessary field audits as well as a completion date for each building and presentation date for closeout. 9. Question: Please clarify: Project Close Out: 1. "Contractor will provide all manufacturer's warranty documentation for all equipment." As consultants, we will not have any equipment requiring warranty documentation. Answer: Warranty documentation is not required. 10. Question: Project Close Out: 2. "Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project." As consultants, are we expected to schedule and host this Project Closeout meeting? Answer: Yes, this will include the presentation of the Audit results. ***We need signed copy on file. Thank You!*** Addendum received by: GSG Architecture, Inc. FIRM 3535 West 12th Street, Suite C ADDRESS Greeley, CO 80634 CITY AND STATE James G. Holloway, CEO / Principal BY jholloway@gsgarchitecture.com EMAIL May 13, 2024 TJOHNSON1 i ACORO" 4....... ------CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 6/26/2024 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 harm 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 License # 6024 HUB International Mountain States Limited 400E 1st St, Suite 105 Casper, WY 82601 NAMEACT Amy Ratcliff jA"/c°O," o, Ext>: (307) 233-8317 lac, No):(307) 265-3092 Mass, amy.ratcliff@hubinternational-com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A : Nationwide Mutual Insurance Company 23787 INSURED GSG Architecture, Inc. 1042 South David Street Casper, WY 82601 INSURER B : Nationwide Assurance Company 10723 INSURER c:AMCO Insurance Company 19100 INSURER D : Endurance American Specialty Insurance Company 41718 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIO ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TNTYPE OF INSURANCE LTR ADD- SUER INSD TX POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP IMM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X ACP013120328469 3/11/2024 3/11/2025 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEM_ AGGREGATE LIMIT APPLIES PER: POLICY JECT LOC OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 STOP GAP - WY $ 1,000,000 B AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY AUTOS ONLY SCHEDULED AUTOS AlEP0S ONE ACP013120328469 3/11/2024 3/11/2025 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE ACP013120328469 3/11/2024 3/11/2025 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 $ DED I I RETENTIONS ORKERS COMPENSATION real AND EMPLOYERS' LIABILITY Y / N ANY PROPRIRITEARTNER/EXECUTIVE ❑ Mendato/M in NH EXCLUDED? ( ry ) If yes, describe under DESCRIPTION OF OPERATIONS below N / A I STATUTE I I EORH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ D Professional Liab DPL30051425100 1/1/2024 1/1/2025 Occ/Agg 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Blanket Additional Insured when required by written contract provided on the General Liability per form NCG 74 71 12 16 - Contractors Enhancement Endorsement. CANCELLATION Weld County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1150 H Street, PO Box 758 Greeley, CO 80632 AUTHORIZED REPRESENTATIVE i V mr}_ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY NCG74711216 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Lost Key Coverage 1. Under Section I — Coverages, Coverage A Bodily Injury And Property Damage Liability, coverage is extended to include the following: If a customer's master or grand key, excluding electronic key card, is lost, damaged, or stolen while in your care, custody, or control we will pay the cost of replacing the keys, including the master lock and all keys used in the same lock, the cost of adjusting locks to accept the new keys, or the cost to replace the locks, whichever is less. 2. Limit of Insurance — For the purpose of this coverage the most we will pay is $10,000 per occurrence. B. Voluntary Property Damage 1. Under Section I — Coverages, Coverage A Bodily Injury And Property Damage Liability, coverage is extended to include the following: At your request, we will pay for "property damage" to property of others caused by you and while in your possession, arising out of your business operations and occurring during the policy period. 2. Limit of Insurance — For the purpose of this coverage the most we will pay is $1,500. C. Non -Owned Watercraft Under Section I — Coverages, Coverage A Bodily Injury And Property Damage Liability, 2. Exclusions Exclusion g. Aircraft, Auto Or Watercraft Paragraph (2) (a) is replaced with: (a) Less than 51 feet long; and D. Expanded Property Damage Coverage 1. For the purposes of this endorsement only: Section I — Coverages, Coverage A Bodily Injury And Property Damage Liability, 2. Exclusions, Exclusion j. Damage To Property is amended as follows: a. Paragraphs (3), (5), and (6) are deleted in their entirety. b. Paragraph (4) is deleted in its entirety and replaced with: (4) Personal property in the care custody, or control of the insured: (a) For storage or sale at premises you own, rent, or occupy; or (b) While being transported by any aircraft, "auto", or watercraft owned or operated by or rented to or loaned to any insured. c. The coverage provided by this endorsement does not apply to "property damage": (1) Arising out of the disappearance or loss of use of personal property; or (2) Included in the "products -completed operations hazard". 2. Limit of Insurance - The most we will pay for loss arising out of any one "occurrence" is $5,000. 3. Deductible - Our obligation to pay for a covered loss applies only to the amount of loss in excess of $250. We will pay the deductible amount to effect settlement of any claim or "suit" and upon notification having been taken you shall promptly reimburse us for the deductible as has been paid by us. This insurance is primary to any expanded damage coverage provided by a separate endorsement attached to this policy, and it will supplant any deductible in said endorsement. E. Damage To Premises Rented To You 1. Section I — Coverages, Coverage A Bodily Injury And Property Damage Liability, the last paragraph of 2. Exclusions is replaced with: If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke, or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III - Limits Of Insurance. NCG74711216 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 4 NCG 74711216 2. Under Section III — Limits Of Insurance, Paragraph 6. is replaced with: 6. Subject to 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion, smoke or sprinkler leakage, while rented to you or temporarily occupied by you with permission of the owner. The limit is increased to $1,000,000. 3. Under Section IV — Commercial General Liability Conditions, Condition 4. Other Insurance, b. Excess Insurance (1) (a) (ii) is replaced with: (ii) That is Fire, Lightning, Explosion, Smoke, or Sprinkler leakage insurance for premises rented to you or temporarily occupied by you with permission of the owner. F. Supplementary Payments Under Section I — Coverages, Supplementary Payments — Coverages A and B Paragraphs 1.b. and 1.d. are replaced with: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. G. Newly Formed And Acquired Organizations Under SECTION II - WHO IS AN INSURED Paragraph 3.a. is replaced with: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; H. Additional Insured — Automatic Status When Required In An Agreement Or Contract With You Section II — Who Is An Insured is amended to include: 1. Any person(s) or organization(s) described in Paragraphs a. — d. below with whom you have agreed in writing in a contract or written agreement that such person or organization be added as an additional insured on your policy during the policy period shown in the Declarations. The person or organization added as an insured by this endorsement is an insured only for liability due to: a. Lessors of Leased Equipment with respect to their liability for "bodily injury", "property damage", or "personal and advertising injury", caused in whole or in part by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). This insur- ance does not apply to any "occurrence" which takes place after the equipment lease expires. However, their status as additional insured under this policy ends when their lease, contract, or agreement with you for such leased equipment expires. b. Managers or Lessors of Premises with respect to liability arising out of the ownership, maintenance, or use of that part of the premises you own, rent, lease, or occupy. This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new con- struction or demolition operations performed by or on behalf of the person or organization. However, their status as additional insured under this policy ends when you cease to be a tenant of such premises. c. State or Political Subdivision — Permits Relating to Premises — with respect to the following hazards for which the state or political subdivision has issued a permit or authorization in connection with premises you own, rent or control and to which this insurance applies: (1) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or (2) The construction, erection, or removal of elevators; or (3) If coverage provided to the additional insured is required by a contract or agreement the insurance afforded to Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. NCG 74 71 12 16 NCG 74711216 such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. This insurance does not apply to: (1) "Bodily injury" or "property damage" or "personal or advertising injury" arising out of operations performed for the state or municipality; or (2) "Bodily injury" or "property damage" included within the "products - completed operations hazard". However, such state or political subdivision's status as additional insured under this policy ends when the permit ends. d. Owners, Lessees, or Contractors with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed for that additional insured, whether the work is performed by you or on your behalf. The insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of the rendering of or the failure to render any professional architectural, engineering, or survey services, including: (a) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, survey, field orders, change orders, or drawings and specifications: or (b) Supervisory, inspection, archi- tectural or engineering activities. (2) "Bodily injury" or "property damage" occurring after: (a) All work, including materials, parts, or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (b) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. However, a person or organization's status as additional insured under this policy ends when your operations for that additional insured are completed. With respect to the insurance afforded to such additional insureds a. — d. described above the following is added to the Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. However, the insurance afforded to such additional insureds a. —d. described above: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide such additional insured. I. Aggregate Limit Per Project Under Section III — Limits Of Insurance The following paragraph is added to Paragraph 2: The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your construction projects away from premises owned by or rented to you. J. Knowledge Of An Occurrence Under Section IV — Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit: e. Knowledge of an occurrence, offense, claim, or suit by an agent or employee of any insured shall not in itself constitute knowledge of the insured unless you, a partner, if you are NCG 74 71 12 16 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 4 NCG 74 71 12 16 a partnership; or an executive officer or insurance manager, if you are a corporation receives such notice of an occurrence, offense, claim or suit from the agent or employee. f. The requirements in Paragraph b. will not be considered breached unless there is knowledge of occurrence as outlined in Paragraph e. above. K. Unintentional Failure To Disclose Hazard Under Section IV — Commercial General Liability Conditions, Condition 6. Representations the following paragraph is added: d. Your failure to disclose all hazards or prior "occurrences" or offenses existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" or offenses is not intentional. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. L. Waiver Of Subrogation Under Section IV — Commercial General Liability Condition, 8. Transfer Of Rights Of Recovery Against Others To Us, the following paragraph is added: If required by a written contract executed prior to loss, we waive any right of subrogation we may have against the contracting person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". M. Liberalization Under Section IV — Commercial General Liability Conditions, the following condition is added: 10. Liberalization If we revise this coverage form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in your state. N. Broadened Bodily Injury Definition (Mental Anguish) Under Section V — Definitions, Definition 3. "Bodily Injury" is replaced with: 3. "Bodily injury" means physical injury, sickness, or disease to a person and if arising out of the foregoing, mental anguish, mental injury, shock, or humiliation, including death at any time resulting therefrom. All terms and conditions of this policy apply unless modified by this endorsement. Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. NCG 74 71 12 16 t Entity Information Entity Name GSG ARCHITECTURE INC Contract Name * Entity ID* @00041076 Q New Entity? Contract ID Parent Contract ID WELD COUNTY ADA BUILDING AUDIT (B2400090) 8454 Contract Status CTB REVIEW Contract Description * CONDUCT ADA AUDIT OF ALL WELD COUNTY BUILDINGS Contract Description 2 Contract Type* CONTRACT Amount* $69,984.00 Renewable * NO Automatic Renewal Grant IGA Contract Lead CNAIBAUER Contract Lead Email cnaibauer@weld.gov Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 07/13/2024 GROUNDS 07/17/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2400090 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 Termination Notice Period Contact Information Contact Info Review Date * 11/29/2024 Committed Delivery Date Renewal Date Expiration Date* 11/29/2024 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date T0BY TAYLOR 07/09/2024 Approval Process Department Head CURTIS NAIBAUER DH Approved Date 07/08/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07/15/2024 Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 07/08/2024 07/09/2024 Tyler Ref # AG 071524 Originator CNAIBAUER June 3, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Curtis Naibauer Subject: Weld County ADA Building Audit (B2400090) This solicitation is for an ADA (Americans with Disabilities Act) audit to be performed for all Weld County Buildings. It was published as a Request for Proposal (RFP). The RFP identified the following areas that would be evaluated: Firm Capability, Consultant & Key Staff Experiences and Qualifications, Project Approach, Consultant Availability, and Costs. The selection committee independently reviewed and graded each respondent's proposal. Through this grading process it was determined by the committee that GSG Architecture, INC presented the best value and scored the highest ranking. The results of the Committee Evaluation (shown in Attachment A) show GSG Architecture, INC as the overall best value for this solicitation. Therefore, the Facilities Department is recommending the award to GSG Architecture, INC in the amount of $69,984.00 If you have any questions, please contact meat extension 2027. Sincerely, Curtis Naibauer Interim Facilities Director 2024-I ZS c 06210 Attachment A Bureau Veritas Cairn Design Mile High GSG Roth Evaluator #1 80 71 85 90 72 66 67 67 68 64 Evaluator #2 Evaluator #3 76 63 69 83 78 Averaged Total: 74 67 73.66 80.33 71.33 Price $125,258.50 $162,160.00 $48,540.00 $69,984.00 $142,235.00 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Weld County ADA Building audit DEPARTMENT: Faciliies PERSON REQUESTING: Curtis Naibauer DATE: 6/4/2024 Brief description of the problemtissue: We have received proposals for the ADA building audit and the selection committee has reviewed them. This solicitation is for a complete ADA audit of all Weld County buildings to determine where the county is not in compliance with the ADA act. The committee has selected the second low bid based on all of the information presented in the proposals. See attached scoring sheet and recommendation letter from the committee. What options exist for the Board? 1. Approve the recommendation of the selection committee. 2. Reject the recommendation of the selection committee. Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $69,984.00 Recommendation: Approve the selection committee's recommendation and place the recommendation on an upcoming BOCC meeting agenda for the approval of the selected proposal. Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: 4;g) Vt?ri VI ftivtod WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverettAweld.gov cgeisertAweld.gov ttaylorAweld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: MAY 17, 2024 REQUEST FOR: WELD COUNTY ADA BUILDING AUDIT DEPARTMENT: FACILITIES BID NO: B2400090 PRESENT DATE: MAY 22, 2024 APPROVAL DATE: JUNE -6,2024 JUNE 19, 2024 VENDOR BUREAU VERITAS TECHNICAL ASSESSMENTS LLC 6021 UNIVERSITY BLVD, SUITE 200 ELLICOTT, MD 21043 CAIRN DESIGN, LLC 1805 SHEELY DRIVE FORT COLLINS, CO 80526 MILE HIGH ACCESSIBILITY CONSULTANTS, INC. 7971 SMOKEWOOD DRIVE COLORADO SPRINGS, CO 80908 GSG ARCHITECTURE, INC. 3535 WEST 12TH STREET, SUITE C GREELEY, CO 80634 ROTH INTEGRATED ASSET MANAGEMENT STRATEGIES 360 CENTRAL AVENUE, SUITE 800 ST. PETERSBURG, FL 33701 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 202 -12Ks 8c 00 ao June 3, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Curtis Naibauer Subject: Weld County ADA Building Audit — B2400090 As advertised this request for proposal is for an ADA audit for all Weld County Buildings. The Facilities department upon review of the proposal submissions have deemed that the Facilities team will need more time to appropriately decide on which consultants' proposal would best meet the County's needs. Therefore, the Facilities Department is recommending that B2400090 approval date be extended to June 19, 2024. This will allow the additional time needed to complete the selection process. If you have any questions, please contact meat extension 2027. Sincerely, Curtis Naibauer Interim Facilities Director Co/S 2024-I Zn Bc100710 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 revereth6iweld.gov cgeiserta.weld.gov ttavlor@weld.qov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: MAY 17, 2024 REQUEST FOR: WELD COUNTY ADA BUILDING AUDIT DEPARTMENT: FACILITIES BID NO: B2400090 PRESENT DATE: MAY 22, 2024 APPROVAL DATE: JUNE 5, 2024 VENDOR BUREAU VERITAS TECHNICAL ASSESSMENTS LLC 6021 UNIVERSITY BLVD, SUITE 200 ELLICOTT, MD 21043 CAIRN DESIGN, LLC 1805 SHEELY DRIVE FORT COLLINS, CO 80526 MILE HIGH ACCESSIBILITY CONSULTANTS, INC. 7971 SMOKEWOOD DRIVE COLORADO SPRINGS, CO 80908 GSG ARCHITECTURE, INC. 3535 WEST 12TH STREET, SUITE C GREELEY, CO 80634 ROTH INTEGRATED ASSET MANAGEMENT STRATEGIES 360 CENTRAL AVENUE, SUITE 800 ST. PETERSBURG, FL 33701 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2024-1288 5/22 SC-t0()Z(o Hello