Loading...
HomeMy WebLinkAbout20250677.tiffResolution Approve Professional Service Agreement for Owner's Representative Services for Capital Improvement Plan (CIP) Corridor Projects (Bid #B2500023) and Authorize Chair to Sign — Alfred Benesch and Company Whereas, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and Whereas, on October 1, 2025, the Board of Weld County Commissioners approved Bid #B2500023, awarding $22,500,000.00, to Alfred Benesch and Company, for Owner's Representative Services for Capital Improvement Plan (CIP) Corridor Projects, and Whereas, pursuant to the provisions of Section 16-6 of the Weld County Home Rule Charter, public notice was given for an expenditure over $2.5 million, and Whereas, said notice dated October 2, 2025, and duly published October 4, and 15, 2025, the Board of Weld County Commissioners invited the public to comment upon said Agreement, and Whereas, the Board has been presented with a Professional Service Agreement for Owner's Representative Services for the Capital Improvement Plan (CIP) Corridor Projects, resulting from approved Bid #B2500023, between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Alfred Benesch and Company, commencing upon full execution of signatures, with further terms and conditions being as stated in said agreement, and Whereas, after consideration of the recommendations of staff, and input from the public and stakeholders, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. Now, therefore, be it resolved by the Board of County Commissioners of Weld County, Colorado, that the Professional Service Agreement for Owner's Representative Services for the Capital Improvement Plan (CIP) Corridor Projects, resulting from approved Bid #B2500023, for the amount of $22,500,000.00, between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Alfred Benesch and Company, be, and hereby is, approved. Be it further resolved by the Board that the Chair be, and hereby is, authorized to sign said agreement. Cc : Pw Co -1 / Or) / K H 1 OO / gg), CAc.ea/Km3, r-=cJoJ, PVR, ACT CCO I RwJ \u ac,,`as 2025-0677 EG0083 Professional Service Agreement for Owner's Representative Services for Capital Improvement Plan (CIP) Corridor Projects (Bid #B2500023) — Alfred Benesch and Company Page 2 The Board of County Commissioners of Weld County, Colorado, approved the above and foregoing Resolution, on motion duly made and seconded, by the following vote on the 20th day of October, A.D., 2025: Perry L. Buck, Chair: Aye Scott K. James, Pro-Tem: Aye Jason S. Maxey: Aye Lynette Peppier: Aye Kevin D. Ross: Aye Approved as to Form: Bruce Barker, County Attorney Attest: Esther E. Gesick, Clerk to the Board 2025-0677 EO0083 COUNTY, CO October 16, 2025 To: Board County Commissioners Re: Bid B2500023 Department of Public Works .970-400-3750 1 1 1 1 H St., P.O. Box 758 Greeley, CO 80632 On October 1, 2025, the Board of County Commissioners Awarded Bid B2500023, for Owner's Representative Services for Capital Improvement Corridor Projects to Alfred Benesh & Company for a total amount of $22,500,000.00. In accordance with Weld County Charter, Section 16-6. Public Notice: any expenditure in the amount of $2,500,000.00, or greater, that is not identified in the county budget shall have performed a public notice in two publications ten days apart prior to the contract approval. The first notice was posted on October 4, 2025, and the second notice was posted on October 15, 2025. Before you today is consideration for approval of the contract for this bid. The Public Works Department is recommending approval. However, prior to considering this approval, this item should be opened for public comment. Sincerely, , w l Curtis Hall, Director • LOLZ 0 zuz5s-wil EC-,OuS3 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND Alfred Benesch & Company THIS AGREEMENT is made and entered into this ieday ofG(Atb-67and , 20 �, b Y between the Board of Weld County Commissioners, on behalf of Public Works, hereinafter referred to as "County," and Alfred Benesch & Company, 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 be 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. B2500023 Exhibit B consists of Contractor's Response to County's Request. 2 Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 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 $22,500,000 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be B2500023 2 returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7 Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8 Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9 Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document B2500023 3 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 n ature of this confidential information and of the restrictions imposed by this Agreement. 11. Standard of Care. Contractor represents that the Work performed under this Agreement will be performed in a manner consistent with the professional skill and care ordinarily provided by firms practicing in the same or similar locality under the same of similar circumstances (hereinafter the "Standard of Care) 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. Notwithstanding the foregoing, Contract Professional has no control over the cost of labor, materials, equipment, or services furnished by others or over a contractor's methods of determining prices, or over competitive bidding or market conditions. Contract Professional makes no warranty that the County's actual total project or construction costs will not vary from the Contract Professional's opinions. 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 n ot in any way relieve Contractor of responsibility for the quality and accuracy of the project. In n o 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 n ot be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a `following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to B2500023 4 do business in the state of Colorado and with an "A. M. Best" rating of not less than A -VII . The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) S S Statutory 500,000 500,000 500,000 Commercial General Liability Insurance - Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, trustees, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate Products/Completed Operations Aggregate Each Occurrence Limit Personal/Advertising Injury Automobile Liability Insurance 2,000,000 2,000,000 1,000,000 1,000,000 Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limas for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for B2500023 5 damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 4,000,000 4,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" for work that is being performed by the Contractor. On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages B2500023 6 and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for B2500023 7 the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. To the extent allowed under applicable law, the Contractor shall indemnify, hold harmless its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property to the extent caused by the negligent acts or omissions, or willful misconduct of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. To the extent allowed under applicable law, it is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. B2500023 8 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: Address: E-mail: Phone: TO COUNTY: Name: Position: Address: Address: E-mail Phone: Johnny Olson, P.E. and Mr. Jess Hastings, P.E. Project Mangers 7979 E. Tufts Avenue, Suite 800 Denver, CO. 80237 jwolson@benesch.com, jhastings@benesch.com 970-381-2206 Don Dunker, P.E. Weld County, County Engineer Public Works Department 1111 H St. Greeley, CO 80632 ddunker@weld.gov 970-400-3749 25. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 26. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 62500023 9 29. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their n ature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and e nforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 32. Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such e nforcement, 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 e ntity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 34. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 35. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. B2500023 10 Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: Alfred Benesch & Company By: Name: Jess Hastings Title: Sr. Vice President 9/18/25 Date of Signature WELD COLiNTY: ATTEST: ' 1 v BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Boar Th) .Perry L. duck, Chair OCT 2 0 2025 B2500023 11 1015— 0(call Weld County Finance Department Purchasing Division 1301 North 17'h Avenue Greeley, Colorado 80631 EXHIBIT A Professional Services Solicitation Number: Title: Issue Date: Pre -Proposal Meeting: Pre -Proposal Location: Questions Due: Questions Posted: Questions email: Proposal Due Date: Proposal Delivery: For additional information: RFP Schedules Request for Proposal (RFP) Cover Sheet B2500023 Owner's Representative Services for CIP Corridor Projects January 31, 2025 February 21, 2025, at 10:00 AM 1111 H St., Greeley, CO. 80632 February 28, 2025, by 1:00 PM March 4, 2025, by 5:00 PM bids@weld.gov March 7, 2025, by 10:00 AM, Purchasing's Clock Preferred email to bids@weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 bids@weld.gov Documents Included in this Solicitation Package Schedule A: Proposal Instructions S chedule B: Scope of Work Schedule C: Project Schedule S chedule D: RFP Response Criteria Schedule E: Proposal Form S chedule F: Insurance S chedule G: Weld County Contract Form Revision 12-2024 RFP Attachments Attachment 1: WCR 66 CIP 2024 Conceptual Drawings Attachment 2: WCR 54 CIP 2024 Conceptual Drawings Attachment 3: WCR 66 SUE and Concepts Drawings Attachment 4: Freedom Parkway Access Control Plan Attachment 5: WCR 66 Access Control Plan Maps Table of Contents Professional Services — Request for Proposal (RFP) Cover Sheet 1 Documents Included in this Solicitation Package 1 RFP Schedules 1 RFP Attachments 1 Table of Contents 2 Schedule A - Proposal Instructions 3 P urpose/Background 3 P roposal Advertisement 3 P roposal Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 6 P roject Overview 6 Method of Procurement 6 P ricing Method 6 P pecific Requirements and Responsibilities 6 Schedule C - Procurement Schedule 17 Schedule D — RFP Response Criteria 18 RFP Response Submittal 18 Response Format 19 Evaluation Criteria 19 Schedule E - Proposal Response Form 22 P roposal Submittal Instructions 22 Fees 22 Attestation 22 Schedule F — Insurance 24 Insurance 24 Insurance Mailing Information 27 Schedule G - Weld County Contract 28 Contractual Obligations 28 Weld County Standard Contract 28 Schedule A - Proposal Instructions P urpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Owner's Representative Services for CIP Corridor Projects A Mandatory Pre -Proposal conference will be held on February 21, 2025, at 10:00 AM located at 1111 H St., Greeley, CO 80632. Proposers must participate and record their presence at the pre -Proposal conference to be eligible to submit Proposals. P roposals will be received until: March 7, 2025, at 10:00 AM (Weld County Purchasing Time Clock). The submitted Proposals will be read over a Microsoft Teams Conference Call on March 7, 2025, at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the Proposal opening in person at the Weld County Purchasing Conference Room, 1301 N. 1791 Avenue, Greeley, CO 80631. Microsoft Teams By Phone Meeting Join the meeting now Phone +1 720-439-5261„19773239# Passcode: ID: 284 Q2nh34Nw 084 846 67 United conference States, ID: Denver 197 732 39# P roposal Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their Proposals, quotes, proposals, addendums, and awards on this one centralized system. Proposal Submission 1 PREFERRED: email Proposals to bidsCc�weld.gov If your Proposal exceeds 25MB please upload your Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. 2. PDF format is required. Emailed Proposals must include the following statement on the email: "I hereby waive my right to a sealed Proposal". An email confirmation will be sent when your Proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each Proposal must give the full business address of Proposer and be signed by authorized person. Proposals by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A Proposal by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the Proposal of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer. All corrections or erasures shall be initialed by the person signing the Proposal. All Proposers shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this Proposal as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the Proposal forms shall be suitably filled in. Proposers are required to use the Proposal Forms which are included in this package and on the basis indicated in the Proposal Forms. The Proposal must be filled out completely, in detail, and signed by the Proposer. 2. Late or unsigned Proposals shall not be accepted or considered. It is the responsibility of the Proposer to ensure that the Proposal arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Proposers." Hard copy Proposals received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a Proposal not properly addressed and identified. Proposals may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing Proposer prior to the time fixed for award. Negligence on the part of a Proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded. Proposers are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Proposers' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County Proposers in all cases where said Proposals are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting Proposals for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, to award the Proposal to multiple vendors, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of solicitations and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award B2500023 4 to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. B2500023 5 Schedule B - Scope of Work P roject Overview Weld County is seeking Proposals for a vendor to provide Owner's Representative Services for CI P Corridor Projects. Method of Procurement Qualifications -Based Selection (QBS): A Qualifications -Based Selection (QBS) is a procurement method used for the competitive selection of architectural, engineering, or similar professional services under which the most appropriate professional or firm is selected based on qualifications such as knowledge, skill, experience, and other project -specific factors. QBS is typically achieved through atwo-step process using a Request for Qualifications (RFQ) and Request for Proposal (RFP) to evaluate proposers. The goal with QBS is to find the most qualified firm for a project and then negotiate a contract that is fair and reasonable for both parties. P ricing Method Negotiated Price: Negotiated contract prices are fees provided and agreed upon between the County and the Proposer. S pecific Requirements and Responsibilities Anticipated owner's representative services include: • Project oversight • Project design services • Right -of -Way (ROW) acquisition services • Procurement services • Project management and administration • Public communication services • Management of third -party issues • Inspection services General Project Description: The roadway corridor projects that have been identified as part of this project include: • WCR 66 Corridor from US 85 to WCR 47 • WCR 54 Corridor from WCR 13 to Highway 257 The Owner's Representative shall be experienced with the preparation of project delivery contracts including Construction Manager/General Contractor (CM/GC), Progressive Design - Build, Traditional Design -Build, and Design -Bid -Build. The Owner's Representative will be expected to help determine the best method for contracting each of these projects once they are selected. B2500023 The County anticipates starting with the WCR 66 corridor first followed by the WCR 54 corridor. To give prospective Owner's Representatives an idea of the scope of work for these projects, the County has provided the following synopsis for each potential project. Timeframes for the design and construction have been provided for reference purposes only and are subject to change. 1. WCR 66 Corridor: The WCR 66 Corridor extends 4 miles from US 85 to WCR 47. The roadway is currently a two-lane paved section with minimal shoulders. This project will expand this corridor to become a four -lane concrete roadway. The anticipated typical roadway section will include two 12 -foot travel lanes in each direction, a 16 -foot continuous center left turn lane, and 10 - foot shoulders (8 -ft paved and 2 -ft gravel). This typical cross section will mirror what was previously constructed along the Weld County Highway between 1-76 and Hwy 392. a. The construction of this project must be complete by December 31, 2028. The corridor design is expected to start in 2025. ROW acquisitions and utility relocations are anticipated to take place in 2026/2027 followed by construction in 2027/2028. b. The intersection of WCR 66 with Highway 85 will include a nearby Union Pacific Railroad (UPRR) crossing and analysis for a potential traffic signal. Coordination with CDOT and the UPRR will be required. c. The WCR 66/39 intersection will be moved to the east approximately 1 mile and realigned to meet adequate spacing from Hwy 85. d. The intersection of WCR 66/41 was recently expanded and reconstructed. Some widening and minor improvements may be necessary as part of this corridor project. e. It is anticipated the WCR 66/43 intersection will be reconstructed to include auxiliary turn lanes on all four legs of the intersection and analysis for a potential traffic signal. f. Bridge WEL066.0/043.0A over Sand Creek will need to be replaced with a wider structure to accommodate the new expanded roadway section. Floodplain modeling (1D and 2D) will be required to achieve a no -rise certificate. A County Floodplain Development Permit will be required. g� It is anticipated the WCR 66/45 intersection will be reconstructed to include auxiliary turn lanes on WCR 66 and potentially on the south paved leg of WCR 45. h. The project will end at the WCR 66/47 intersection and may include minor upgrades to the intersection. i. Coordination with various utilities, irrigation companies, and landowners will be required. Utility relocations will be a challenge for this project. j• Stormwater drainage conveyance from the roadway will be required. k. Irrigation facility relocations will be required. B2500023 7 I. Flexibility in the location of the roadway will be critical to the success of the project due to historical structures, presence of an oil and gas transload facility, and the presence of an electrical substation. m. ROW will likely have to be acquired from 40 to 50 parcels. A few parcels from two landowners are currently in the process of being acquired. n. Known utilities in the area include electric, water, communications, oil/gas pipelines, and natural gas pipelines. There are likely to be other utilities that will be discovered. o. Public Works is in the process of implementing an Access Control Plan for the corridor. p. The County may try to obtain a Department of Local Affairs (DOLA) grant to help offset construction costs only. 2. WCR 54 Corridor: The WCR 54 corridor extends 4 miles from WCR 13 to State Highway 257. The roadway is currently a two-lane paved section with minimal shoulders. This project will expand this corridor to become an interim two-lane concrete road. The anticipated typical roadway section will include one 12 -foot travel lane in each direction, an asphalt 18 -foot center continuous turn lane, and 8 -foot shoulders (6 -foot paved and 2 -foot gravel). The ultimate cross section for this corridor will include two 12 -foot travel lanes in each direction, an 18 - foot raised center median for access control with concrete curb and gutter and detached sidewalks. a. Design on the WCR 54 corridor is anticipated to start in late summer/fall of 2025. ROW acquisition and utility relocations are anticipated to take place in 2026/2027 followed by construction in 2028/2029. b. The intersection of WCR 54/13 will be under construction starting in early 2026 to replace the existing intersection with a roundabout. Construction of this roundabout is anticipated to be complete by the end of 2026. c. WCR 54 between WCR 13 and WCR 15 will involve connecting the new roadway section from the new roundabout at the intersection of WCR 54/13 to the newly constructed widened bridge crossing the Big Thompson River (WEL054.0/013.0A). This section of roadway will involve floodplain modeling (1d & 2d) and floodplain permitting. The section between the new roundabout and the bridge will also have to contend with existing gravel mining operations on either side of the roadway. d. The intersection of WCR 54/15 will need to be analyzed for auxiliary turn lanes, intersection control, and improved geometry. e. WCR 54 between WCR 15 and WCR 15.5 has two existing railroad crossings (UPRR and Great Western), multiple drainage crossings, and a crossing of the Hill and Brush Ditch that will need to be analyzed during the design with respect to the interim and ultimate roadway cross sections. B2500023 8 f. The intersection of WCR 54 and Lakota Lakes Road (existing subdivision entrance) will need to be analyzed for a possible turn lane. g. The intersection of WCR 54 and WCR 15.5 will need to be analyzed for possible auxiliary turn lanes and improved geometry. h. WCR 54 between the WCR 15.5 and WCR 17 has at least one large drainage to cross and will likely include the design of a concrete box culvert or bridge. The new roadway will need to connect into the existing roundabout at WCR 54/17. i. The intersection of WCR 54/17 is currently a single lane roundabout with free right turn movements. This roundabout was designed to be expanded to a double circulating lane roundabout in the future to accommodate the ultimate WCR 54 typical section. The interim design will need to make sure the interim roadway section will have the ability to expand with minimal waste or throw -away construction when connecting into this roundabout. j� WCR 54 between the WCR 17 roundabout and WCR 17.5 will likely need minor improvements to tie into the existing Roundabout. k. WCR 54 between WCR 17 and State Highway 257 has multiple large drainages to cross and will likely include the design of concrete box culverts or bridges. There is also an irrigation crossing of the Loveland and Greeley Canal as well as other irrigation infrastructure that will have to be addressed during the design. I. The intersection of WCR 54 and State Highway 257 will involve cocrdination with CDOT, Greeley and the potential for improved geometry. m. Coordination with CDOT, Union Pacific Railroad (UPRR), Great Western Railroad, various utilities, irrigation companies, and landowners will be required. n. Stormwater drainage from the roadway will be required. o. Irrigation facility relocations will be required. P. Flexibility in the location of the roadway will be critical to the success of the project due to historical structures, presence of railroads, multiple drainage basins, accesses, and intersections. q. ROW will likely have to be acquired from 40 to 50 parcels. r. Known utilities in the area include electric, water, communications, ail/gas pipelines, and natural gas pipelines. There are likely to be other utilities that will be discovered. s. This corridor (A.K.A.- Freedom Parkway) has an adopted access control plan that will need to be incorporated, where possible, into the design work. Basic Project Requirements: 3. Project Oversight B2500023 9 a. Initial Design Development Review — The Owner's Representative will review the existing design concept for each corridor project and assess the viability for procurement. If further design development is determined necessary, the Owner's Representative shall provide those services as part of this contract. b. Project Work Plan— The Owner's Representative will develop and maintain a project schedule to include all applicable tasks that include Project Management, Procurement of Services, Project Design Phase, ROW Acquisitions, Utility Relocations, and Project Construction Phases. The Owner's Representative will also develop staffing plans and budgets for all scope of work items. The Owner's Representative will update and maintain scope, schedule, and budgets while tracking the overall progress of the corridor projects. c. Cost Estimates — The Owner's Representative will participate in project cost estimates for the development of an opinion of probable cost for each corridor's construction. These costs will be used in conjunction with the construction schedule to assist Weld County in developing a draw down schedule for fund budgeting. d. Quality Assurance/Quality Control (QC/QA) Management — The Owner's Representative will prepare a quality assurance (QA) plan for the project requirements. The Owner's Representative will also review the contractor's quality control (QC) plan and monitor the contractor's QC methods and procedures in accordance with the plan. 4. Design Services a. The Owner's Representative shall be responsible for getting the initial design of each project to a 30% level and ensure that they meet Weld County standards and achieve each project's goals. b. The Owner's Representative may also fill the role of Designer of Record if a project is selected to proceed as a CM/GC contract or as a Design -Bid -Build process. i. Due to schedule constraints, it is anticipated that the WCR 66 Corridor project will proceed as a CM/GC contract with the Owner's Representative filling the role of Designer of Record. ii. The WCR 54 Corridor project currently does not have a delivery preference. c. The Owner's Representative shall procure the services of a Design -Build team if the project is selected to proceed as a Design -Build contract. 5. ROW Acquisition Services a. The Owner's Representative will manage the acquisition of all necessary ROW and easements for the ultimate buildout for each of the corridor projects. i. WCR 66 Corridor Ultimate ROW is 140' ii. WCR 54 Corridor Ultimate ROW is 120' on straightaways and 140' at intersections. B2500023 10 b. ROW acquisition processes shall follow all Federal and Weld County requirements, including relocations if needed. c. Weld County will approve all ROW acquisitions and assist in completing the acceptance processes with the Weld County Board of County Commissioners (BOCC). 6. Procurement Services a. If the project is determined to be delivered as a CM/GC Contract: i. Weld County is not opposed to having the Owner's Representative also provide the services of the Designer of Record. 1) If the Owner's Representative wishes to provide these services as part of their contract, they must prove to Weld County that they have the qualified personnel available to dedicate to the project in both the role of Owner's Representative and Designer of Record. 2) If the Owner's Representative wishes to provide these services, they must also clearly explain how they will keep separate the roles of Owner's Representative and Designer of Record to ensure that one does not influence the other to deliver a project that is not in the best interests of Weld County. ii. Prepare RFQ — The Owner's Representative will prepare two formal RFQ solicitations for the project. The Owner's Representative will advertise the RFQ for Design Firms interested in designing the project, if the Owner's Representative selects not to be the Designer of Record, and another for CM/GC Contractors interested in building the project. The Owner's Representative will provide the RFQ documents to the County for publication. The Owner's Representative will also prepare any Addenda for the RFQ as needed during the response period for the County to post. iii. Evaluate Statements of Qualifications (SOQs) — The Owner's Representative will participate as part of the selection committee to evaluate the SOQs submitted by Design Firms and CM/GC Contractors and assist in developing ashort-list of firms based on the qualification criteria to move into the RFP phase. iv. Prepare RFP — The Owner's Representative will prepare two RFP solicitations utilizing existing Weld County procurement templates. Legal review of the draft RFP will be by Weld County legal counsel, and therefore is not included in the Owner's Representative's scope of services. The Owner's Representative will provide the RFP documents to the County for publication and distribute them to the short-listed firms for design services and for CM/GC services. The Owner's Representative will also prepare any Addenda for the RFPs as needed during the response period for the County to post. B2500023 v. Select Designer of Record and CM/GC Contractor— The Owner's Representative will manage the selection committee to evaluate the proposals as submitted by Design Firms and CM/GC Contractors and help in final determination of the 11 successful proposers for both design and CM/GC services. Weld County shall have majority representation on this committee. The Owner's Representative will issue a Notice of Award to the Designer of Record and the CM/GC Contractor once approved by the BOCC at a regular scheduled public hearing. vi. Negotiate Designer of Record and CM/GC Contracts — The Owner's Representative will prepare the final agreements with the Designer of Record and the CM/GC Contractor, including obtaining and reviewing submissions of the contractual requirements, bonding and insurance and submit to the County for review and approval by the BOCC. b. If a corridor project is determined to be delivered as a Design -Build Contract: i. Prepare RFQ — The Owner's Representative will prepare a formal RFQ solicitation. The Owner's Representative will provide the RFQ documents to the County for publication. The Owner's Representative will also prepare any Addenda for the RFQ as needed during the response period for the County to post ii. Evaluate SOQs — The Owner's Representative will participate as part of the selection committee to evaluate the SOQs submitted by teams and assist in developing a short-list of teams based on the qualification criteria to move into the RFP phase. iii. Prepare RFP — The Owner's Representative will prepare a formal RFP solicitation utilizing existing Weld County procurement templates. Legal review of the draft RFP will be by Weld County legal counsel, and therefore is not included in the Owner's Representative's scope of services. The Owner's Representative will provide the RFP documents to the County for publication and distribute them to the short-listed qualified teams. The Owner's Representative will also prepare any Addenda for the RFP as needed during the response period for the County to post. iv. Select Design -Build Team — The Owner's Representative will manage the selection committee to evaluate the proposals as submitted by Design -Build teams and help in final determination of the successful team. Weld County shall have majority representation on this committee. The Owner's Representative will issue a Notice of Award once approved by the BOCC at a regular scheduled public hearing. v. Negotiate Design -Build Contract — The Owner's Representative will prepare the final agreement with the Design -Build team, including obtaining and reviewing submissions of the contractual requirements, bonding and insurance and submit to the County for review and approval by the BOCC. c. If the project is determined to be delivered as Design -Bid -Build: i. Weld County is not opposed to having the Owner's Representative also provide the design services for the project. B2500023 12 1) If the Owner's Representative wishes to provide these services as part of their contract, they must prove to Weld County that they have the qualified personnel available to dedicate to the project in both the role of Owner's Representative and project Designer. 2) If the Owner's Representative wishes to provide these services, they must also clearly explain how they will keep separate the roles of Owner's Representative and project Designer to ensure that one does not influence the other to deliver a project that is not in the best interests of Weld County. ii. Prepare RFQ — The Owner's Representative will prepare a formal RFQ solicitation for the project. The Owner's Representative will advertise the RFQ for design firms interested in designing the project. The Owner's Representative will provide the RFQ documents to the County for publication. The Owner's Representative will also prepare any Addenda for the RFQ as needed during the response period for the County to post. iii. Evaluate SOQ's — The Owner's Representative will participate as part of the selection committee to evaluate the SOQs submitted by Design Firms and assist in developing a short-list of firms based on the qualification criteria to move into the RFP phase. iv. Prepare RFP — The Owner's Representative will prepare a formal RFP solicitation based upon the latest Weld County procurement templates. Legal review of the draft RFP will be by Weld County legal counsel, and therefore is not included in the Owner's Representative's scope of services. The Owner's Representative will provide the RFP documents to the County for publication and distribute them to the short-listed qualified teams for design services. The Owner's Representative will also prepare any Addenda for the RFP as needed during the response period for the County to post. v. Select project Designer — The Owner's Representative will manage the selection committee to evaluate the proposals as submitted by Design Firms and help in final determination of the successful proposers for design services. Weld County shall have majority representation on this committee. The Owner's Representative will issue a Notice of Award to the project Designer once approved by the BOCC at a regular scheduled public hearing. vi. Negotiate Design Contract — The Owner's Representative will prepare the final agreements with the project Designer, including obtaining and reviewing submissions of the contractual requirements, bonding and insurance and submit to the County for review and approval by the BOCC. vii. Once the design has reached 100% complete and is released by Weld County for construction, the Owner's Representative will prepare documents for the bidding of the construction phase of the project using existing Weld County procurement templates. The selection process shall be a best value selection process. B2500023 viii. Prepare RFQ — The Owner's Representative will prepare a formal RFQ solicitation for the project. The Owner's Representative will advertise the RFQ for Contractors interested in constructing the project. The Owner's Representative 13 will provide the RFQ documents to the County for publication. The Owner's Representative will also prepare any Addenda for the RFQ as needed during the response period for the County to post. ix. Evaluate SOQ's — The Owner's Representative will participate as part of the selection committee to evaluate the SOQs submitted by Contractors and assist in developing a short-list of firms based on the qualification criteria to move into the RFP phase. x. Prepare RFP — The Owner's Representative will prepare a formal RFP solicitation based upon the latest Weld County procurement templates. Legal review of the draft RFP will be by Weld County legal counsel, and therefore is not included in the Owner's Representative's scope of services. The Owner's Representative will provide the RFP documents to the County for publication and distribute them to the short-listed qualified teams for construction services. The Owner's Representative will also prepare any Addenda for the RFP as needed during the response period for the County to post. xi. Select Contractor — The Owner's Representative will manage the selection committee to evaluate the proposals as submitted by Contractors and help in final determination of the successful proposers for construction services. Weld County shall have majority representation on this committee. The Owner's Representative will issue a Notice of Award to the Contractor once approved by the BOCC at a regular scheduled public hearing. xii. Negotiate Construction Contract — The Owner's Representative will prepare the final agreements with the Contractor, including obtaining and reviewing submissions of the contractual requirements, bonding and insurance and submit to the County for review and approval by the BOCC. 7. Project Management and Administration a. The Owner's Representative will be an extension of county staff. Therefore, Weld County will provide office space for the Owner's Representative, as needed. b. Meetings, Record Keeping & Administration — The Owner's Representative will meet to review project and contract status and provide weekly updates to the County. The Owner's Representative will keep the appropriate files and prepare the necessary documentation during the projects as required by any affected agencies and retain record keeping copies for the County. c. Design Review — The Owner's Representative will review design documents, to include but not be limited to plans, details, shop drawings, specifications, submittals, construction phasing plans, drainage reports, floodplain analyses and permits, bid tab quantities, maintenance of traffic plans, detours, closures, and traffic control plans for adherence to the contract documents and agency requirements. d. Review Submittals — The Owner's Representative will review, and process submittals received, which may include but are not limited to the following: Request for Information (RFI's) B2500023 14 ii. Schedule Updates iii. Material Submittals iv. Method Statements v. Notices e. Review/Process Pay Applications and Contract Documents - The Owner's Representative will review pay applications including verification of measured quantities and will assist in processing pay applications in accordance with Weld County procedures. The Owner's Representative will also review each project's progress to ensure schedule and budget adherence. f. The Owner's Representative will monitor any potential contract revisions, review any claims, and recommend approval or denial of any change orders to Weld County. 9� Final Completion and Clean -Up — The Owner's Representative will facilitate the construction completion process which will include final inspection and punch list development. h. Post -Construction Closeout — The Owner's Representative will facilitate the final completion of punch list items and closeout of project documentation for each corridor project, and release of final payment and acceptance of the project by Weld County and the affected agencies. If the corridor has an associated DOLA grant, they will prepare of any required audits or coordination required. 8. Public Communication Services a. Public Communication Plan — The Owner's Representative will work with the County's Public Information Office to assist with providing project information to the public through multiple venues, including but not limited to open house meetings, press releases, county website, and social media (Facebook/Twitter), etc. In addition, the Owner's Representative shall create design graphic corridor displays of each entire corridor project to help communicate each project's goals, schedule, and general information and any other fact sheets or other handouts, which will help communicate the projects to the public. b. The Owner's Representative will be responsible for keeping Weld County informed of each project's progress and any issues encountered. This will include periodic presentations and updates to elected officials and other departments within Weld County 9. Management of Third -Party Issues a. Agency and Utility Coordination — The Owner's Representative will coordinate with other affected entities, including but not limited to: i. City of Greeley B2500023 15 ii. Town of Milliken iii. Town of Johnstown iv. Utility Companies (water, gas, electric, fiber, cable, etc.) v. Oil and Gas Operators vi. Irrigation Companies vii. Private Irrigators viii. Colorado Department of Transportation ix. Railroads (Union Pacific and Great Western) x. FEMA b. The Owner's Representative will be responsible for creating and administering all the necessary agreements with impacted third parties. c. All permit fees or other miscellaneous charges associated with third party agreements will be paid by Weld County separate of this contract. d. Initial contact and coordination with all affected agencies and utility companies will be made after the project initiation and then regular coordination meetings will be held to keep all parties informed of the project progress. 10. Inspection Services a. The Owner's Representative shall provide services or subcontract with a materials engineering firm to perform owner verification testing for the projects. b. The firm must be on CDOT's pre -qualified list and approved by Weld County. 11.Other Direct Costs a. Miscellaneous Expenses — The Owner's Representative will bill for other miscellaneous expenses related to the project with no markup, to include but not limited to reproduction and deliveries. b. Field Vehicle Expenses — The cost for field vehicle use during the construction phase of each corridor project will be included in the hourly cost of field personnel. c. Field Office — The Owner's Representative's field staff will work from temporary field office space to be provided by the Contractor or Weld County. Note: No budget for this item will be included in this work plan. B2500023 16 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date Pre -Proposal Meeting (Mandatory) Technical Questions Due Technical Questions email Questions Answered via Addendum Proposals Are Due Interviews (Optional) Solicitation Notice of Award (Anticipated) Contract Execution (Anticipated) Completion (Anticipated) January 31, 2025 February 21, 2025, at 10:00 AM 1111 H St., Greeley, CO. 80632 February 28, 2025, by 1:00 PM bidsgweld.gov March 4, 2025, by 5:00 PM March 7, 2025, by 10:00 AM Purchasing's Clock To Be Determined To Be Determined To Be Determined December 31, 2029 B2500023 17 Schedule D — RFP Response Criteria RFP Response Submittal Weld County s seeking the proposer who will provide the best value for the County. To aid in the determination, proposers shall address the following items in the response submittal, The response shoJld be arranged in order of the evaluation criteria shown in the Review Scoring Table below. The response items include: 1. The Response shall include information related to the capabilities and qualifications of the proposer's team to successfully perform the work described as part of this project. 2. The Response shall include information relating to the availability of key members of the proposer's team, and the proposer's anticipated amount of time to be dedicated toward this project. 3. The Response shall include statements showing the proposer clearly understands the scope of the project and its objectives. 4. Describe how the proposed methodology will meet the desired goals of the project. 5. The Response shall include a description of critical issues that the proposer considers to be of importance for the project and how those issues will be solved. 6. The Response shall include a description of how the project costs will be controlled for both the proposer and any of their sub -consultants. 7. Describe how the proposer will ensure that all Federal, State, and Local procedures will be followed. 8. Describe how the proposer will handle the quality control for the entire project. 9. The Response shall include a preliminary schedule showing major milestones associated with these roadway corridor projects, and how the proposer would complete them within the contract time. 10. The Response shall include information regarding the willingness of the proposer to enter into the Weld County Standard Contract Agreement included in Section G of this request. 11. The Response shall include a description of the proposer's location and explain how it will not affect the project coordination with the County. 12. Explain how the proposer is familiar with Weld County's project specifications and policies. 13. Explain the proposer's knowledge about Weld County in general. B2500023 18 14. Include a list of the number of employees and the annual operating budget. 15. Describe any judgements, claims, or suits pending or outstanding against proposer's company. 16. Describe any changes in company ownership in the last 5 years. 17. Include a brief description of similar or related projects completed within the last 10 years with emphasis on projects that have included aspects related to this request. 18. References from at least three other projects with similar requirements that have involved the staff proposed to work on this project. The County may choose to contact one or more of the listed references. Response Format The following defines the response format: 1. Limit the total length of RFP Response to a maximum of 25 pages. a. The front and back cover will not count as pages. b. Section dividers also do not count as pages unless they have text on the body of the page, then they will be included in the pages count. c. The Proposal document forms included in this request which are mandatory to submit with your Proposal will not be included in the page count for your proposal. 2. RFP Responses shall be mainly made up of 8 1" x 11" paper. a. 11" x 17" paper can only be used for presenting large, detailed schedules, or example plan sheets. b. Text sizes shall be 10 point or larger. 3. Proposer shall submit 5 hard copies of their proposal to ensure that the team of reviewers receives the proposals exactly how the proposers want them to be presented. 4. Failure to follow these instructions may result in the RFP Response being rejected or unscored. Evaluation Criteria The RFP Responses will be evaluated using the following criteria. NOTE: Each RFP Response will be individually evaluated by a team of reviewers. Each reviewer will score each of the RFP Responses following the criteria outlined in Table 1. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. After the individual reviewers have scored each RFP Response, the individual reviewer rankings B2500023 19 will be totaled. Each reviewer's scores will be ranked by score from highest to lowest. The RFP response with the lowest combined ranking score will be ranked first place, second lowest combined ranking score will be ranked second place, and so on until all proposals have been ranked. The 2 to 3 best ranked RFP Responses may be invited to participate in interviews (if required) to help the reviewers determine which proposer represents the best value to the County. If interviews are determined to be necessary for the selection process, Proposers will be evaluated on the criteria shown below in Table 2. After all scorer rankings have been determined from the RFP Response and the interview (if required), each ranking will be totaled for each RFP Response based on their respective rankings (1st, 2nd, 3rd, etc.) from the scorers. The lowest combined ranking score will be considered the best proposer for the County. B2500023 20 Table 1 - Response Scoring Criteria Evaluation Criteria Standard Scoring Weight Scoring Range Evaluation Factors Sco Proposal p e of The the project proposal the > desired objectives. > clearly goals shows of proposed the an understanding County. methodology of 1 to 5 5.0 5 - 25 meets The Critical Issues The understands project. critical proposal issues. the proposal demonstrates major offers issues that realistic associated the team solutions clearly with the to the 1 to 5 3,0 3 - 15 The Project Control its team sub the has -consultants' quality q schedules described a QA/QC y of the are costs. how process product. p presented. it will in control team place has to its costs for o 1 to 5 4.0 4 - 20 The and demonstrated manage maintaining The Pro Processes Location Familiarity Work and team's is County familiar The team location of in the with general. project demonstrated Weld does County with not the affect policies knowledge County. the and of 1 to 5 3.0 3 - 15 The coordination team criteria. Weld The proposal experience shows that to ensure the team the has project enough goals are 1 to 5 5.0 5 - 25 The previous met. Experience Total Range: 20 - 100 Table 2 - Interview Scoring Criteria Criteria Evaluation Standards Scoring Weight Factors Scoring R Range Evaluation A pp Work roach proposed innovative for completing and ideas clearly the for the described project. project. roect. j their team 1 to 5 2.0 2 - 10 Team approach offered The Qualifications Manager Project The qualifications complete The communication team's team's projects project project and skills. of a manager manager this proven scope demonstrates track has and record adequate complexity. to effective 1 to 5 2.0 2 - 10 Presentation Quality of team's communication presentation The people was effective. was being skills. clear interviewed and team's easy displayed use to of 1 to 5 2.0 2 - 10 The understand. effective audio-visual aids The Question Answer An Session s e and team provided p as asked provided k of by the b good the y the project answers select team and i demonstrated on the committee. to project the a goals. ea 1 to 5 4.0 4- 20 The questions answers understanding The clear c Total 10 - 50 Range: B2500023 21 Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline of 10:00 AM on March 7, 2025: 1) Vendor's Proposal - Outlined in Schedule D 2) Schedule E - Proposal Response Form 3) Any potential or future Addenda must be completed/acknowledged. 4) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to inclxde any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non -responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal it may be disqualified. Fees Provide fees for this project below: This is a qualification -based selection process, so no fees will be submitted until after a selection has been made and contract negotiations are started. Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Proposal for Request B2500023. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance 6. Acknowledgment of Schedule G — Weld County Contract 7. By submitting a responsive Proposal or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all Proposals, to waive any informality in tie Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Item Entry Company Name: Address: Phone B2500023 22 Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Name: Title: Date of Signature B2500023 23 Schedule F — Insurance Insurance Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance - Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy sha I be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, trustees, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate Products/Completed Operations Aggregate Each Occurrence Limit Personal/Advertising Injury 1,000,000 1,000,000 1,000,000 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions B2500023 24 defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate Proof of Insurance $ 1,000,000 $ 2,000,000 Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" for work that is being performed by the Contractor. On insurance policies where Weld County is named as an additional insured, :he County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a B2500023 25 formal contract amendment but may be made by administrative action. Additional Insurance Related Requirements The County requires that all policies of insurance be written on a primary basis, non- contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreemert. Failure of the Contractor to fully comply with these requirements during the term of this Agreemert may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Subcontractor Insurance Contracto P. hereby warrants that all subcontractors providing services under this Agreement have or w II 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. Ccntractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities tnat 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 82500023 26 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. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Don Dunker, P.E., PW Senior County Engineer Email: ddunker@weld.gov Telephone: (970) 400-3749 Mail: Weld County Public Works Dept. ATTN: Don Dunker, P.E., PW Senior County Engineer PO Box 758 Greeley, CO 80632 B2500023 27 Schedule G - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule G of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinc ing said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is the standard Weld County Contract for Professional Services. PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [DEPARTMENT], hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. B2500023 28 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2 Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4 Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor -shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such B2500023 29 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 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to ae solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq. ) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor B2500023 30 shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8 Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work durNng the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9 Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C. R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences B2500023 31 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 n ot in any way relieve Contractor of responsibility for the quality and accuracy of the project. In n o 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 n ot be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their e mployment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum _emits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) S S S Statutory 100,000 100,000 500,000 Commercial General Liability Insurance - Occurrence Form B2500023 32 Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, trustees, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate Products/Completed Operations Aggregate Each Occurrence Limit Personal/Advertising Injury 1,000,000 1,000,000 1,000,000 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate s s 1,000,000 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evideicing all required coverages, before commencing work or entering the County premises. B2500023 33 The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" for work that is being performed by the Contractor. On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. B2500023 34 The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prude it, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in ail instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will B2500023 35 be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain hese documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: Address: B2500023 36 E-mail: P hone: TO COUNTY: N ame: Position: Address: Address: E-mail: P hone: 25. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 26. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 29. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 32. Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. B2500023 37 33. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 34. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 35. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands t 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: B2500023 38 By: Name: Date of Signature Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board [Insert Name], Chair B2500023 39 Addendum # 1 Bid Request Number B2500023 Owner's Representative Services for CIP Corridor Projects Item #1 - Delivery Methods: Page 1 of the request for proposals states: Proposal Delivery: Preferred email to bids@weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO. 80631. Page 2 of the request for proposals states: Proposal Submission 1. PREFERRED: email Proposals to bids c�i.weld.gov If your Proposal exceeds 25MB please upload your Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. PDF format is required. Emailed Proposals must include the following statement on the email: "I hereby waive my right to a sealed Proposal". An email confirmation will be sent when your Proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Page 19 of the request for proposals states: Proposers shall submit 5 hard copies of their proposal to ensure that the team of reviewers receives the proposals exactly how the proposers want them to be presented. Item #1 Clarification: Weld County is requesting that proposers submit 5 hard copies and 1 electronic pdf format copy of their proposal. Item #2 - Use of 11" x 17" Sheets: Page 19 of the request for proposals states: 11" x 17" paper can only be used for presenting large, detailed schedules, or example plan sheets. Item #2 Clarification: Weld County has decided to allow the use of 11" x 17" paper for items other that those listed in the original request for proposals. The use of any 11" x 17" sheets shall be counted as 2 pages toward the overall proposal page limit. Any 11" x 17" sheets used in the proposal shall be numbered accordingly as being 2 pages (i.e. — if a proposer decides to use a 11"x 17" sheet as page 11 of their proposal, then that sheet shall be numbered as page 11 & 12). Item #3 - Font Size: Page 19 of the request for proposals states: Text sizes shall be 10 point or larger. Item #3 Clarification: Weld County has no preference for specific fonts as long as they are easily legible and are 10 point or larger Item #4 - Requesting Clarification on Response Format: Weld County received the following question: "Would the County prefer the proposal be organized/itemized into the 18 response items listed on pages 18 & 19 of the request for proposals, or be organized by Table 1 — Response Scoring Criteria on page 21?" Item #4 Clarification: Weld County is asking proposers to organize their proposal per Table 1 — Response Scoring Criteria on page 21 of the request for proposals, while addressing the 18 response items listed on pages 18 & 19 within those criteria listed in Table 1. Item #5 - Requesting Items be Excluded from Page Count: Weld County received the following questions: Can items 15 and 16 of the 18 response items listed on pages 18 & 19 be excluded from the page count? Can the proposal include a table of contents, and can that table not count toward the page limit? 15. Describe any judgements, claims, or suites pending or outstanding against proposer's company. 16. Describe any changes in company ownership in the last 5 years. Item #5 Clarification: Weld County has decided that information related to items 15 and 16 of the 18 response items listed on pages 18 & 19 of the request for proposals can be excluded from the overall proposal page limit. Please include any information related to these items at the end of your proposal as an appendix on unnumbered pages. A table of contents can be included as part of the proposal and will not be counted toward the overall proposal page limit. If a table of contents page is included in your proposal, please leave it as an unnumbered page. 2 Item #6 - Schedule F - Insurance: Weld County received the following question: Can the County clarify how bidders should acknowledge Schedule F - Insurance? Would you require a copy of insurance certificates or is it acknowledged by completing Schedule E? Item #6 Clarification: Weld County will require copies of insurance certificates. Item #7 — Schedule G - Weld County Contract: Weld County received the following question: Can the County clarify how bidders should acknowledge Schedule G — Weld County Contract? Is it acknowledged by completing Schedule E? Item #7 Clarification: Proposers will need to sign and date Schedule E and must make a statement regarding if you will be willing to sign a contract like the example Weld County contract included. If the proposer has concerns and want changes to be made to the example contract, then please include these requested changes in your proposal. Please be aware that if Weld County does not agree with the requested changes, it may impact your proposal scores. Item #8 - Appendix: Weld County received the following question: Can required forms be placed into an appendix at the end of our proposal? Item #8 Clarification: Weld County would prefer that all required forms and any other requested information that is not included in the overall proposal page limit be included in an appendix at the end of your proposal. General Project Questions Received with Answers: 1. Will the County require overhead power to be rerouted underground at intersections? Answer — Yes, this is Weld County's preference 2. The RFP does not mention environmental clearances as part of the scope. Have both the WCR 66 and WCR 54 corridors been environmentally cleared, including categorical exclusions for porticns of the projects with CDOT involvement? Answer — These corridors have no CDOT involvement other than coordination at tie in locations with CDOT facilities. Weld County will only require a Phase 1 Environmental Report. The WCR 66 corridor already has this report completed. There may be some updating needed, but that is all that is expected at this time. 3 3. Will boundary/topographic survey services be required? Answer — Yes, especially if the Owner's Representative elects to perform the duties of Designer of Record for either corridor project. 4. Have ROW plans be developed for each corridor or will that be the responsibility of the consultant Owner's Representative team? Answer - ROW plans have been created for the WCR 66 corridor and parts of the WCR 54 corridor. The Owner's Representative will be expected to participate in creating/amending these plans as needed for the project. 5. The WCR 66 Corridor — 2024 CIP reference file show this project as a proposed 2 lane roadway; however, the RFP calls for a 4 -lane section, with continuous center turn lane. Can the County confirm which is correct? Answer — WCR 66 will be built to the same cross section as what was built on the Weld County Highway. A 4 -lane concrete roadway with a 16' wide continuous center turn lane and 8' paved/2' gravel shoulders. 6. Is the County open to utilizing either Bentley or Autodesk CAD platforms for project design delivery? Answer — Weld County prefers Autodesk CAD — Civil 3D 7. Can the County provide proposed configuration CAD/alignment information for both corridors? Answer — Weld County has supplied the WCR 66 Corridor plans that we currently have available. The WCR 54 Corridor does not have plans, only the conceptual layout drawing that has already been provided. 8. Does the Board of County Commissioners have to sign off on all ROW purchases? If so, how does that affect the schedule? Answer — Yes, typically it takes 2 weeks from the time the owner signs the agreement to get it in front of the BOCC for a signed Memo of Agreement. Then it typically takes a month for the internal process to be completed to cut a check for the closing. 9. Have property owners been informed of this happening? Answer — The property owners on the WCR 66 corridor are aware of the project and many have been contacted regarding ROW acquisitions. The property owners on the WCR 54 corridor are aware of a future project due to the adopted access control plan. Property owners along both corridors are probably not aware of the accelerated status of the projects starting now. 10. Will the Owner's Representative be responsible for determining historic status, or will the Owner's Representative be responsible for helping Weld County procure and oversee a separate contractor? 4 Answer — Some historic clearances have been completed for the WCR 66 corridor. The WCR 54 corridor would have to be cleared. The Owner's Representative may have to hire another consultant for historical clearance if floodplain permits are elevated to FEMA. 11. Who are the Weld County players that will be involved in both projects? Answer — The main contacts for the Owner's Representative for both projects will be County Engineer, Don Dunker and Sr. Engineer, Cameron Parrott 12. Have the affected communities been informed? Answer — The City of Greeley is aware of the WCR 66 & WCR 54 projects moving forward. The Town of Milliken and the Town of Johnstown are aware of the WCR 54 project but may not be aware of the accelerated status. 13. Have impacted utilities been informed? Answer — No, we don't know what the impacts are at this point. 14. Why the deadline for the WCR 66 construction completion? Answer — This deadline is what Weld County expects. 15. What sources of funding do you have in place? Answer — All funding for these projects at this point is Weld County funds, no grants have been applied for. The only anticipated grants would be through DOLA. 16. How often would the Owner's Representative be expected to present to the BOCC? Answer — The Owner's Representative will be considered an extension of the Weld County staff. Any items that would regularly be reported to the BOCC by staff members would now be covered by the Owner's Representative. Typically, this would be every two weeks or as needed for important items. 17. Will the floodplain modeling need to go through FEMA or just the Weld County Floodplain Development permit? Answer — We anticipate only needing to go through the Weld County Floodplain Development permit process. 18. Is a CLOMR/LOMR expected to be required for these projects? Answer — Weld County expects to receive a No Rise Certificate with the possibility of a post construction LOMR. 19. Does Weld County have an idea of how much oil and gas pipelines might be in the two corridors? Answer — No 5 Pre -Proposal Meeting Minutes, Questions & Answers, and Attendance Sheet: Information from the pre -proposal meeting has been added to this addendum on the following pages. 6 Bid Request Number B2500023 Owner's Representative Services for CIP Corridor Projects Mandatory Pre -Proposal Meeting Minutes February 21, 2025 10:00 AM - 10:35 AM 1. Sign -in Sheet: must be filled out by any company which intends to submit a proposal. A copy of the sign -in sheet is included at the end of these minutes. 2. Project Descriptions/Locations: a. The WCR 66 Corridor extends 4 miles from US 85 to WCR 47. The roadway is currently a two- lane paved section with minimal shoulders. This project will expand this corridor to become a four -lane concrete roadway. The anticipated typical roadway section will include two 12 -foot travel lanes in each direction, a 16 -foot continuous center left turn lane, and 10 -foot shoulders (8 -ft paved and 2 -ft gravel). This typical cross section will mirror what was previously ccnstructed along the Weld County Highway between I-76 and Hwy 392. The WCR 54 corridor extends 4 miles from WCR 13 to State Highway 257. The roadway is c� rrently a two-lane paved section with minimal shoulders. This project will expand this corridor to become an interim two-lane concrete road. The anticipated typical roadway section will include one 12 -foot travel lane in each direction, an asphalt 18 -foot center continuous turn lane, and 8 -foot shoulders (6 -foot paved and 2 -foot gravel). The ultimate cross section for this corridor will include two 12 -foot travel lanes in each direction, an 18 -foot raised center median for access control with concrete curb and gutter and detached sidewalks. Weld County has already completed the large bridge replacement crossing over the Big Thompson River and the installation of a roundabout at the intersection of WCR 54 and WCR 17 on this corridor. Another roundabout at the intersection of WCR 54 and WCR 13 will be completed in 2026 while this corridor project is in the design and right-of-way acquisition phase. Construction can not start before the WCR 54/13 Roundabout is completed. Weld County will share preliminary plans for the Great Western RR Crossing improvements between WCR 15 and WCR 17 with the selected proposer. 3. Owner's Representative Responsibilities/Expectations: a. Must be a self-starter with the ability to manage these large corridor projects with minimal oversight. b. The Owner's Representative will be considered an extension of the Weld County staff and will be required to make project related decisions and report project progress to management. c. The Owner's Rep will manage design, right-of-way acquisitions, utility relocations, and construction of these projects. This may include managing several contracts at once. d. The Owner's Rep will be responsible for project administration including processing pay applications and contract documents. e. The Owner's Rep will be required to provide public communication services in coordination with the Weld County Public Information Office. f. The Owner's Rep will be responsible for administering third party contracts such as utility relocation agreements or railroad crossing agreements. g. The Owner's Rep may also be considered the Engineer of Record for the design should they prove to Weld County they have the capacity and knowledge to do so. Red text = information added at the meeting 7 h. The Owner's Representative must be able to work with elected officials. You should expect to have regular meetings with the Weld County Board of County Commissioners (BOCC). These meeting are anticipated to be either bi-monthly or more often depending upon requests from the BOCC. These meetings may be in person or virtual. 4. Proposal Requirements: a. Five hard copies and one electronic (pdf) copy of proposals shall be delivered to the Purchasing Department at 1301 North 17th Avenue, Greeley, CO 80631. b. See the RFP — Schedule E for a list of specific forms to be included with the proposal. c. Proposals are limited to a total of 25 pages, as specifically described in the RFP — Schedule D. Including all 11"x17" counted as two pages each. d. Consultant insurance requirements are specifically described in the RFP — Schedule F. e. Please make sure your proposals are setup in a way that is easy for us to determine if all the required documents are included 5. Selection and Contract Award Process: a. Method of procurement utilizes the Qualifications Based Selection (QBS) process. b. The firm with the highest ranked proposal will be engaged to prepare a detailed cost proposal intended to arrive at a negotiated contract amount. Should such negotiations prove to be unsuccessful, the County will then attempt contract negotiations with the next highest ranked firm. c. The proposal scoring criteria are described specifically in the RFP — Schedule D (Table 1). In some situations, the County may choose to invite certain consultants to participate in interviews. If interviews are conducted, the interview scoring criteria are described specifically in the RFP — Schedule D (Table 2). 6. Project Milestones (Anticipated): a. February 28, 2025 — Final Questions Due b. March 4, 2025 — Final Addendum Released c. March 7, 2025 — Proposals are Due d. Week of March 17th — Interviews (If Needed) Staff is anticipating that interviews will be needed for the selection process e. March 26, 2025 —Award of Project f. April 4, 2025 — Notice to Proceed g. It is anticipated that the Owner's Representative will hold a neighborhood meeting shortly after notice to proceed to introduce themselves to the landowners and residents along the corridors and discuss the projects. h. December 2028 — Anticipated WCR 66 Construction Complete Red text = information added at the meeting 8 i. December 2029 — Anticipated WCR 54 Construction Complete 7. Addendum Number 1 a. Review items related to proposals b. Review general project questions c. The Consultant will be expected to keep Don Dunker, County Engineer or Cameron Parrott, Sr. Engineer regularly informed of the progress on each project through email, phone conversations, or meetings (virtual or in person). 8. Questions from the Meeting with Answers a. Do items 15 and 16 of the 18 items listed on pages 18 & 19 of the requestion for proposals pertain only to disciplinary actions in Colorado? i. Yes b. WDuld a cover letter be included in the proposal page limit count? i. No, we will exclude cover letters from the proposal page limit. c. On the WCR 66 corridor, will improvements to Hwy 85 be included in the project? i. Yes, it is anticipated that a traffic signal will be warranted at this intersection. d. Does the new floodplain crossing structure near the intersection of WCR 66 & WCR 41 accommodate the WCR 66 cross section for this project? i. Yes e. Regarding right-of-way plans, is there already title work available? i. Yes, but they are outdated at this point and additional work will be needed. f. Will the intersection of WCR 66 and WCR 47 need to be upgraded to a traffic signal or anything like that? i. It has not been shown that way but will require a warrant analysis. g. Is the floodplain permitting completed for the WCR 54 & WCR 13 roundabout project? i. Yes Red text = information added at the meeting 9 B2500023 - Owner's Representative Services for CIP Corridor Projects Mandatory Pre -Bid Meeting Attendance Sheet Date: 2/28/25 Time: 10:00 AM Name Company i - Phone Number - E-mail Don Dunker Weld County Public Works (970) 400-3749 ddunker@weld.gov Cameron Parrott Weld County Public Works (970) 400-3745 cparrott@weld.gov JaneIle Jahnke HDR (720) 244-0315 lanelle.jahnke@hdrinc.com Joe Zufall Atkins Realis (720) 323-1251 joseph.zufall@atkinsrealis.com James Newberry Benesch (303) 720-8723 jnewberry'_benesch.com Dan Liddle Atkins Realis (303) 903-2474 daniel.liddle@atkinsrealis.com Greg Frazee Axios Civil Solutions (970) 381-1743 gfrazee@axioscivil.com Matt Salek Benesch (720) 473-7564 msalek@benesch.com Johney Olson Benesch (970) 381-2206 jwolson@benesch.com Ryan Sisson RMS, Inc. (303) 547-4835 rsisson@rnsmobility.com Muller (303) 519-6178 shumphrey@mullereng.com Steven Humphrey Carlos Sala Muller (970) 691-3918 csala@mullereng.com Mike Cates AECOM (720) 422-3746 mike.cates@aecom.com Ryan Axtman Weld County (970) 381-3302 raxtman@weld.gov Toby Taylor Weld County (970) 400-4954 ttaylor.Sweld.gov Tom Lagos LSV Inc. (303) 450-5000 tom@lagospm.com 10 Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Signature: Name: Title: February 21, 2025 [Click to Update] Date of Signature Addendum # 2 Bid Request Number B2500023 Owner's Representative Services for CIP Corridor Projects Addendum 1 Item #1 Clarification Currently Reads: Weld County is requesting that proposers submit 5 hard copies and 1 electronic pdf format copy of their proposal. Change: A. On page 19 in the bid specifications and under title Response Format amend step 3 to read as follows: 3. In additior to the Proposal submission instructions and deadline identified, Proposer shall submit 5 lard copies to the Purchasing Division located at 1301 North 17th Avenue on March 7, 2025, by 4:00 PM. These hard copies will be used by the selection committee. Proposers shall ensure the hardcopies proposals are exactly how he proposers want them to be presented. Additional Questions Received with Answers: 1. Other than the overall minimum 10 pt font size requirement, may we use a smaller font for/within graphics Answer — No, all text shall be 10 pt or larger. 2. May we include a one -page cover letter, and may it be not counted against the page? Answer - Yes, a cover letter may be included, and it shall not count against the total page count of 25 pages. If you include a cover letter, please make sure it is on an unnumbered page. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank your" Company Name: Signature: Name: Title: March 3, 2025 Date of Signature �, benesch March 7, 2025 Weld County Finance Department, Purchasing Division 1301 North 17th Avenue, Greeley, CO 80631 RE: Request for Proposal - Owner's Representative Services for CIP Corridor Projects (B2500023) Dear Members of the Selection Committee: 7979 E. Tufts Avenue, Suite 800 Denver, CO 80237 www.benesch.com P 303-771-6868 F: 866-410-8678 Weld County's CIP Corridor Projects represent a significant investment in the region's infrastructure, requiring an Owner's Representative who not only understands project delivery but also Weld County's unique priorities, processes and expectations. These projects will demand proactive management, seamless coordination, and the ability to navigate complex procurement, right-of-way acquisition and stakeholder communication. To successfully guide these efforts, Weld County needs a team that is experienced, adaptable and deeply familiar with the challenges and opportunities of delivering major corridor projects. Our team stands apart in four key ways: Proven Weld County Expertise, Knowledge & Trusted Relationships: As our Owners Rep PM, Johnny Olson, PE brings decades of experience working with the County, its leadership and key stakeholders —giving our team an unmatched ability to navigate processes, anticipate challenges and drive these projects forward efficiently. Johnny led the conceptual design for WCR 66, with Courtney Wallace, SR/WA (Horrocks) providing utilities and ROW coordination and Corey Guerrero, PLS (Wilson) handling ROW layout —giving our team direct experience with key project components. Building on this expertise, our entire team has extensive experience delivering major projects in the County. We know the people, the priorities and the expectations --allowing us to seamlessly integrate with Weld County staff and serve as a true partner. Our understanding of the "Weld Way" and political landscape ensures that we provide strategic guidance that aligns with the County's vision. Additionally, our PM is local and readily available to report to the County office, offering the day-to-day presence necessary for effective coordination and decision -making. ✓ Deep, Adaptable Team That Scales to Weld County's Needs: Weld County is undertaking a significant, multi -corridor infrastructure program that demands a team with the capacity, expertise and flexibility to adjust as project needs evolve. The Benesch Team is structured to provide seamless continuity —whether scaling up to meet accelerated schedules, handling overlapping project phases, or providing redundancy to mitigate risk. Beyond capacity, we bring a proven track record of working together on similar large-scale programs. Our team has already gone through the forming, norming, storming and performing process, allowing us to move forward on day one without the ramp -up challenges of newly assembled teams. With experienced leadership and additional resources available when needed, we ensure that Weld County will always have the right people in place, minimizing disruptions and keeping projects on track. I Comprehensive Expertise - From Initial Planning to Final Closeout: Our team offers an unparalleled combination of program management, owner rep oversight and administration; and technical expertise, ensuring Weld County's CIP corridor projects are executed efficiently and effectively. We have deep experience in all delivery methods—CM/GC, Progressive Design - Build, Traditional Design -Build and Design -Bid -Build —and will guide the County in selecting and delivering the best approach. Additionally, our team brings third -party expertise in right-of-way acquisition, utility coordination, railroad approvals and irrigation challenges, ensuring seamless coordination with external stakeholders and mitigating risks that could impact project schedules and budgets. Management Mindset That Keeps Things Simple: Successful program delivery requires more than technical expertise —it demands a structured yet adaptable approach to project management. Our team prioritizes clear roles and responsibilities, streamlined decision making and tailored tools that integrate seamlessly with Weld County's processes. This mindset ensures efficiency, reduces administrative burden and allows us to focus on what matters most —delivering high -quality projects on time and within budget. ONE TEAM, ONE GOAL Weld County's success is our success. With deep local knowledge, strong relationships, and a proven track record, our team is ready to serve as a seamless extension of County staff —working side by side to deliver corridor projects efficiently and effectively. We bring: ✓ Decades of experience delivering successful transportation projects in Weld County. ✓ A deep understanding of County priorities, processes and key stakeholders. ✓ Expertise to guide the County in selecting the best approach. ✓ A collaborative, solutions - driven approach to overcoming challenges and streamlining delivery. With full alignment in purpose and commitment, we embrace a unified "One Team, One Goal" mindset — ensuring every project moves forward with efficiency, innovation, and shared success. We appreciate the opportunity to submit our proposal and look forward to the possibility of supporting Weld County in delivering these critical infrastructure improvements. Sincerely, Alfred Benesch & Company (State of Incorporation: Illinois) 1 Jfiny Olson, PE I Owners Representative Project Manager P: 970-381-2206 I E: iwolsoniabenesch.com L' Jess Hastings, PE I SVP / Principal In Charge P: 303-345-7929 I E: jhastings dbenesch.com Table of Contents To provide clarity and alignment with the RFP requirements, we have structured our proposal around the specified evaluation criteria. Each section includes key response items, which are noted in the Table of Contents below for easy reference. While some response items are addressed in multiple sections, this structure is designed to help the selection committee efficiently locate key scoring information. Cover Letter Section 1 Scope of Proposal 1-7 Response Items: 1, 3, 4, 12,13 Section 2 // Critical Issues 8-12 Response Item: 5 Section 3 /l Project Control 13-17 Resoonse Items: 6, 7, 8 ,9 Section 4 // Work Location & Familiarity 18-19 Response Items: 11, 12,13 Section 5 // Experience 20-25 Response Items: 1, 2, 1a,1718 Section 6 // Appendix Response Items: 10, 15, 16 Addenda Acknowledgment Schedule E - Proposal Response Form Schedule F - Proof of Insurance Schedule G - Weld County Contract Acknowledgment Form W9 ONE TEAM, ONE GOAL ► UNDERSTANDING OF PROJECT GOALS, OBJECTIVES & METHODOLOGY Weld County is investing in key transportation corridors to enhance connectivity, support economic growth and prepare for future infrastructure needs. WCR 66 and WCR 54 are vital links that strengthen Weld County's role as a regional hub for agriculture, industry and commerce. As the Owner's Representative, we will seamlessly integrate with Weld County's team, foste-ing a "One Team, One Goal" approach. Through collaboration and strategic planning, these corridors will be developed to meet both current and future demands. Our process -driven strategy combines technical expertise, innovative design, strategic communication and proactive project management to align with Weld County's priorities. Success extends beyond technical proficiency —it requires collaboration, transparency and adaptability to evolving needs. With deep knowledge. of Weld County's processes and expectations, our team excels in program management, project oversight, contract development, design and construction. We take a proactive, communication - driven approach, ensuring stakeholders remain informed and decisions support both short- and long-term objectives. By leveraging local knowledge, proven processes and strong relationships, we build trust and efficiency —exceeding expectations with well -executed projects that align with Weld County's goals and fiscal responsibility. ► DRIVING FACTORS BEHIND EACH CORRIDOR WCR 66 • Airport Strategic Plan: A key part of the Weld County —City of Greeley Airport Strategic Plan, WCR 66 supports the airport's growth into a regional hub for ccmmercial and private air travel. Strengthening this corridor will improve airport access, drive economic development and support long-term aviation expansion. • Connections to WCR 47 and US 85: WCR 66 provides essential links to WCR47 and US 85, facilitating seamless integration with major transportation routes for industrial, agricultural, and commercial traffic. • Key Community & Industry Connector: Beyond aviation. WCR 66 is a vital corridor for regional mobility, linking communities and supporting economic growth. WCR 54 • Regional Connectivity: WCR 54 is a critical east -west corridor connecting I-25 to eastern communities. Strongly supported by Johnstown, Milliken, Greeley and Evans, it enhances regional mobility and economic development. • US 34 Alternative: As a major arterial. WCR 54 reduces congestion on US 34 and improves transportation efficiency for agricultural, industrial and commuter traffic. • Economic & Transportation Impact: The WCR 54 corridor fosters economic growth by linking urban centers, rural communities and key industries. • Long -Term Growth Commitment: Weld County prioritizes WCR 54's expansion to align with regional transportation goals, enhance mobility and support economic resilience. benesch ONE TEAM, ONE GOAL OVERALL PROJECT GOALS • Serve as the Owner's Rep, responsible for: • Over project management • Procurement and contract management • Project administration • Manage CM/GC, Design -Build (Standard or Progressive) and Design -Bid -Build delivery methods • Oversight of design and construction teams • Manage third -party coordination, including: • Third -party agreements and negotiations • Utility and irrigation coordination • ROW coordination and acquisition WCR 66 KEY PROJECT ELEMENTS • Develop a four -lane section meeting Weld County standards • CM/GC contracting and contract documentation • Coordinate with Union Pacific Railroad (UPRR) • Conduct traffic assessment at US 85 and all intersecting roadways for potential signalization • ROW acquisition and utility coordination/relocation • Irrigation coordination and design WCR 54 KEY PROJECT ELEMENTS • Determine appropriate construction contract method • Develop a two-lane section with a 16 -foot median meeting Weld County standards • Coordinate with Union Pacific (UPRR) and Great Western (GWR) Railroads • Evaluate SH 257 signal with improvements made to WCR 54 • ROW acquisition and utility coordination/relocation • Irrigation coordination and design KEY OBJECTIVES FOR SUCCESS • Serve as an extension of Weld County staff • Operate independently with a proactive, self- starting approach • Navigate CDOT and federal regulations • Effectively coordinate and communicate with all stakeholders • Present and support staff with the Weld County Board of County Commissioners (BOCC) engagement and decision making • Develop and issue RFOs and RFPs • Review and select contractors • Negotiate contracts • Maintain effective communication with all parties • Ensure fiscal responsibility throughout project Page 1 ► PROJECT TEAM & ORGANIZATION Benesch's team is structured to provide searnless support Mroughout the entire project lifecycle—from initial planning to final closeout. Through clear communication, proactive management and effective decision -making, we will keep projects on track while aligning with Weld County's goals and stakeholder expectations Our team's expertise and collaborative approach ensure that each phase is executed with precision, delivering projects that meet immediate needs while supporting Veld County's long -tern infrastructure vision. Johnny has been an active member and leader in the engineering community itll' Northern Colorado for decades. He is uniquely qualified to serve as the Owner's Representative Project Manager acting as an extension of Weld County's staff to help deliver these critical infrastructure investments for the region. WELD COUNTY, CO Don Dunker MANAGEMENT TEAM OWNERS REP PROJECT MANAGER [BEN] Johnny Olson, PE OWNERS REPRESENTATIVE TEAM 3RD PARTY MGMT. TEAM OWNERS REP MANAGER [MULJ Steven Humphrey, P The Owner's Representative Team will serve as an extension of the County overseeing and managing the two project corridors. This team will actively monitor the schedule and budget with routine report outs by the independent design teams and eventually construction, keeping the County informed throughout. OWNERS REPRESENTATIVE TEAM PROJECT DELIVERY MANAGER [MULJ Melissa Cook, PE PROCUREMENT/ CONTRACT MANAGER (MULJ Randy Jensen [BEN] Traws Gretman, PE PUBLIC COMMUNICATIONS SPECIALIST [CIG] Lindsey Daniels GRAPHICS SPECIALIST [CIG] Oquer Pienaclo DOCUMENT CONTROLS [MLA] Rachel Gunderson MASTER SCHEDULER [BENI Elaine Carroll, PE QA/OC MANAGER [BEN] Matt Salt*. PE GIS SPECIALIST [MULJ Jason Campbell INDEPENDENT COST ESTIMATOR (TO BE PROCURED) With WCR 66 most likely delivered viii CM/GC we will enlist the services of an Independent Cost Estimator (ICE) to represent the owner during the Opinion of Probable Construction Cost (OPCC) and Construction Agreed Price (CAP) negotiation process, ensuring that fair prices ore being accepted through a transparent process. benesch ONE TEAM, ONE GOAL 3RD PARTY MANAGER [HOR] Courtney Wallace, SR/WA RAILROAD COORDINATOR [BEN] Jess Hastings, PE UTILITY COORDINATOR [HOR] Courtney Wallace. SRIWA IRRIGATION COORDINATOR [BEN] Joinir:y Olson, PE ROW ACQUISITION [HOR] LaChelle Coffey, Lachelir Coffey, SRAVA, R/W-RAC TEAM LEGEND; I BENJ [MULJ IHORJ MUMS] [Will ]CIGJ [ROC] [TIC] Benesch Muller Horrocks UMS Wilson CIG RockSol Tiglas 3RD PARTY MGMT. TEAM CONSTRUCTION TEAM PRINCIPAL IN CHARGE [BEN] Jess Hastings, PE DESIGN TEAM DESIGN MANAGER [BEN] Matt Salek, PE APPROACH TO OWNERS REP & DESIGNER OF RECORD Our team is fully equipped to 1 e+ve as the Owner's Rep and the Designer of Record for both projects. As shown below, clearly defined roles ensure delivery in Weld County's best interest. This separate yet integrated structure enables accelerated schedules, streamlined coordination, and transparency —guiding the project from vision to completion with efficiency and accountability. Design Leads will oversee their respective corridor and independent dedicated design teams. Each design team is accountable to the Owner's Rep and ultimately the County for .successfully delivering their projects. WCR 66 DESIGN LEAD [BENJ JJ Wierema, PE WCR 54 DESIGN LEAD [MULJ Carlos Sala. PE 1 SHARED RESOURCES ENVIRONMENTAL LEAD i-T1G] Darcy Tiglas SURVEY LEAD [WIL] Corey Guerrero, PLS UTILITY RELOCATION LEAD [MULJ Jett Wuli+mati, PE SUBSURFACE UTILITY ENGINEERING LEAD UMSI Cameron Greer, PE MATERIALS/GEOTECHNICAL LEAD ;ROC] Don Hunt. PE IRRIGATION DESIGN LEAD !MULJ Emily Tyler, PE WCR 66 DESIGN TEAM ROADWAY LEAD [BEN] James Stahr, PE TRAFFIC LEAD [RFN] low moscnovich, PE, PTOI STRUCTURES LEAD [BEN] Dan Bechtold. PE, SE H&H/DRAINAGE LEAD [BEN] Tom Fuentes. PE WCR 54 DESIGN TEAM ROADWAY LEAD .,MUL] Chris Sheehan. PE TRAFFIC LEAD /MULJ Aley Liston, PE STRUCTURES LEAD [MUL.] Andy Pultorak. PE H&H/DRAINAGE LEAD /AWL/ Michelle Morgan, PE CONSTRUCTION MGMT. TEAM CONSTRUCTION MANAGER [BEN] James Newberry, PE, CCM PROJECT ENGINEERS [BEN] Ally Laskero. PE [BEN] Andrew Pohzzr, PE [BEN] Larry Isom, PE [ROC] Nick+ Upright INSPECTORS [BEN] Dyran Revely [BEN] Dan Aragon [BEN] Mark Fletcher, El [BEN] Isaac Tadla, El [BEN] Brice Korte [ROC] Jack Hinchsliff, PE [ROC] Jeff Odell [ROC] Gloria Hice [ROC] Shawn Raffelson TESTERS /ROC] Andy Heiner [ROC] Andy Lueker [ROC] Blake Carlson [ROC] Andrew Koehler DOCUMENT CONTROL /BEN] Ally Laskero, PE [ROC] Ross Butchart PE, PSP CONTRACTOR (TO BE PROCURED) MANAGEMENT TEAM ROLES & RESPONSIBILITIES The following individuals comprise the core Owner's Rep Management Team. These individuals were specifically chosen for their respective roles based on individual expertise, experience and commitment to the success of these projects. They will be engaged from the onset of the project through the completion of construction. Johnny Olson, PE will provide overall leadership and strategic direction, ensuring the project aligns with the Weld County's goals, budget and schedule. Steven Humphrey, PE will lead the program, managing all requirements —from contracts to overall program execution and coordination among stakeholders. Courtney Wallace, SR/ WA will manage third -party relationships, oversee coordination, and handle all necessary agreements to ensure project success. Matt Salek, PE will oversee the design process, ensuring that plans meet project requirements, budget constraints and quality standards. James Newberry, PE, CCM will supervise construction activities, monitoring progress, quality and contractor performance to keep the project on schedule and within budget. Pages 2 & 3 ► PROJECT OVERSIGHT Our Owner's Rep Management Team understands the importance of project oversight. This is different than project management as it is focused on gu ding and supervising the overall project at a higher level to ensure individual elements are aligning with County goals and remaining within budget while project management focuses on day to day execution. Led by Johnny Olson, we believe our team is uniquely experienced and qualified to provide the County with an Owner's Rep who has both served in this exact same capacity and is personally connected and committed to the local community. ► PROJECT MANAGEMENT & ADMINISTRATION CRITICAL PROJECT OVERSIGHT COMPONENTS & DELIVERABLES INCLUDE (BUT ARE NOT LIMITED TO): Initial Design Reviews: We will assess plans for procurement feasibility, design standards, and project goals. Project Work Plan: We will develop and manage a schedule, staffing plans, budgets, and progress tracking across all phases. Cost Estimates: We will support Weld County's funding allocation/drawdown schedule by contributing to cost estimates. Quality Management: We will develop a QA plan, review the design team contractor's QC plans, and monitor QC procedures for compliance. Our team will be fully embedded within Weld County staff, providing project management and administration for the WCR 66 and WCR 54 projects. We will apply a comprehensive project management approach, ensuring stakeholder coordination, risk management, schedule oversight, and budget control. By proactively addressing risks, maintaining open communication with regulatory agencies and funding entities, and optimizing resources, we will streamline execution and minimize delays. Standardized reporting tools will enable real-time tracking and adaptability. For each project, we will develop a tailored management plan to ensure compliance with milestones, budgets, and regulations. Our team will oversee permitting, documentation, and contract administration to maintain transparency and effic=iency. Through structured oversight and focused execution, we will deliver all projects efficiently, on budget, and in full compliance with requirements. See the Project Control section on Page 13 for details on our approach. ► PROJECT DESIGN SERVICES PROJECT ADMINISTRATION DELIVERABLES Record Keeping: Maintain project documentation in the County System or OneDrive. Meeting Minutes: Document and distribute key discussions and action items. Project Updates: Provide weekly and monthly progress reports. Design and Construction Reviews: Ensure quality and compliance in all phases. Multi -Discipline Reports: Compile reports across all project areas. Contract Documents and Controls: Manage contracts and ensure regulatory compliance. PROJECT DELIVERY METHOD SELECTION Our approach to selecting the right delivery method encompasses all aspects of project delivery, including scope definition, coordination of designers and constructors, and risk management. We will analyze multiple alternative deliveries such as Design -Bid -Build, Design -Build (Progressive and Standard) and CM/GC to meet each project's specific needs. We will facilitate a wcrkshop using project background, delivery goals, constraints and risks. We will use CDOT's Project Delivery Selection Matrix process as a starting point and tailor it to meet the County's needs as we have successfully done with other clients. This allows for an objective assessment of primary factors such as project complexity and innovation, delivery schedule, cost considerations and level of design. Secondary factors can also be used to round out the analysis, such as staff experience, level of oversight and control and contractor experience. After the delivery method is selected, our team will prepare documentation for Weld County approval. TAILORED DESIGN SOLUTIONS FOR ANY DELIVERY METHOD Our team delivers comprehensive design services across CM:'GC, Design -Build and Design -Bid -Build. By understanding the nuances of each method, we leverage team expertise —including contractor input —to optimize outcomes. CM/GC • Early collaboration enhances constructability and cost certainty. • Value engineering maximizes efficiency and innovation. • Transparent risk management ensures proactive mitigation. • Phased design enables early construction starts Design -Build (Standard or Progressive) • Integrated design accelerates schedules and reduces delays. • Tailored solutions align with contractor methodologies. • Single -point accountability sti eamlines execution. benesch ONE TEAM, ONE GOAL Design -Bid -Build • Detailed plans ensure bid accuracy and minimize change orders. • Bid support and contractor coordination enable smooth transitions. • Regulatory and budget compliance ensures project success. Page 4 PRELIMINARY DESIGN Regardless of the delivery method, a well -planned preliminary design for both corridors will provide a strong foundation for the projects to progress quickly while mitigating the risks of rework or significant changes. Following the initial design review by our Design Manager to evaluate the existing designs, the project Design Leads will begin to advance the designs to 30%. This will enable the procurement process to proceed and refine the opinion of probable construction cost with more certainty. Key elements of this process include: Design Criteria: The team will develop a design criteria table Alignments: Proposed centerlines will be based on previous based on the Weld County manual. This will be reviewed with the designs, property constraints and environmental considerations, County for accuracy. with adjustments made to minimize impacts. Stakeholder and Data Review: The 30% design will begin upon receiving landowner input will inform alignment decisions. topographic surveys, terrain surfaces, right-of-way and utility data, Plans and Estimate: A preliminary plan set will be developed, ensuring a comprehensive corridor assessment. including key roadway and drainage layouts, structural details Toe of Slope: Civi13D corridor modeling will define construction and phasing plans. These will inform a construction cost estimate, limits and right-of-wayleasement needs, factoring in alignments, guiding the Owner's Representative on delivery methods. lane configurations, side slopes and drainage. IRRIGATION COORDINATION & DESIGN STRATEGY Our team recognizes the importance of working closely with farmers and ditch companies to ensure a thorough understanding of the irrigation systems along WCR 66 and WCR 54. Our objective is to collaborate effectively with stakeholders to locate and analyze these systems, ensuring that any proposed solutions align with their operational needs before advancing to the design phase. Additionally, there are more than six different pump stations along WCR 66 and WCR 54 that will need to be relocated as part of this process. r 7 "Working with Johnny and Courtney on our irrigation was a pleasure and refreshing. They understood my needs and solved the problem efficiently —the system turned out awesome!" - Paul Hungenberg, WCR 66 Farmer PROCESS FOR IRRIGATION COORDINATION & ANALYSIS: O Initial Contact & Data Collection • Identify stakeholders (farmers and ditch companies) • Conduct outreach (meetings, site visits) • Collect system maps and historical data D Field Investigation & System Assessment • Locate and document irrigation infrastructure • Assess system operations and seasonal variations • Identify constraints/conflicts Collaborative Analysis of Solutions • Evaluate irrigation and roadway interactions • Develop and refine solutions • Review with stakeholders for input Stakeholder Buy -In Before Design • Present refined solutions for agreement • Secure approvals before design phase • Establish ongoing communication framework By following this structured approach, our team will ensure that the irrigation needs of local farmers and ditch companies are fully considered, leading to well -integrated, mutually beneficial project outcomes. FINAL DESIGN A smooth transition from preliminary to final design requires a strategic approach tailored to the project delivery method. Our team ensures efficiency, reduced risk, and seamless execution through four key focus areas: Refinement & Integration: For CM/GC, incorporating early contractor input and packaging will be crucial for refining the design. Once on board, we have a proven track record of integrating the contractor into the larger team. Design - Build will require our team to thoroughly vet constructability and preliminary design to prepare contract books and procure a Design -Build team. Interdisciplinary Coordination: Specialty teams collaborate throughout the process to align grading, utilities, structures and e nvironmental requirements, e nsuring efficiency across all construction approaches. Our team is structured to either take the lead on these initiatives for CM/GC or Design -Bid -Build or supplement the Design -Build team. benesch ONE TEAM, ONE GOAL Constructability Reviews: For CM/GC, this is an ongoing, real-time effort with the contractor. For Design -Build and Design -Bid -Build, our team will leverage our construction management expertise and industry relationships to thoroughly evaluate plans for constructability prior to bidding Final Documentation: Plans aid specifications are developed to align with the procurement method. Whether final stamped plans and specs are provided by our team or from a contractor, ensuring quality and standards are being met wil remain a top priority. We also understand the nuances and different contract structures required for all the delivery methods being discussed. Page 5 ► RIGHT-OF-WAY & ACQUISITION SERVICES Meetings & Coordination Our Right -of -Way Manager from Horrocks, Courtney Wallace, will lead coordination to refine the acquisition timeline. She will participate in meetings, contribute to agendas, and provide regular updates on progress to the Owner's Rep team while supporting the design teams on delivery. GIS Dashboard for Coordination Our team will create a GIS-based dashboard to consolidate parcel data into an interactive platform, integrating property details, status updates, and SUE OL-D to QL-B data. The GIS dashboard features real-time tracking of Permission to Enter, appraisals and waiver valuations and acquisition status. Right -of -Way Team Structure & Coordination Courtney will divide her agents into two teams, one for WCR 66 and one for WCR 54. Each team will consist of two additional agents, one relocation specialist, one GIS specialist and one QA/QC specialist. Each team has a designated lead reporting to Courtney. Horrocks' strong partnership with the County's On -Call ROW staff supports completion of ROW by 2027. Courtney's experience in Weld County, particularly with utilities and oil/gas stakeholders. enables proactive ROW resolutions and project success. TIMESAVING STRATEGIES Utilize Multiple Title Companies: Accelerates title work through parallel processing. Engage Multiple Appraisers: Commissioning Basic Data Reports (BDRs) for each corridor enables waiver valuations for parcels under $10K, reserving full appraisals for higher -value properties. This early assessment helps the County prioritize appraisals, allowing design and survey teams to efficiently generate legal descriptions. ► PROCUREMENT SERVICES Once project delivery methods are confirmed for each corridor, a critical item will be starting the procurement process. Our team is very familiar and comfortable with preparing RFQ and RFP documents and working with the County's procurement team to advertise and select the best teams for these projects. The scope of work did an excellent job outlining the various procurement steps based on the delivery method scenario and we are ready to lead those efforts as the Owner's Rep. The Benesch team provides the County with several team members who have led and been a part of selection panels as owners building RFP's, reviewing, scoring and negotiating these types of contracts. This unique experience, all within the State of Colorado, will be a direct benefit to Weld County. This includes Professional Services and Contracting Services across all the various types of delivery methods, As you are keenly aware, this is a delicate and important process that must be transparent and in the best interest of the projects and taxpayers. Attention to detail and adherence to County procurement policies will be the focus to avoid any delays. PROCUREMENT & CONTRACT DOCUMENTS Once a delivery method is selected, our team will be ready to support any delivery method with the procurement and contracting process. Since the County has already indicated CM/GC is the most likely approach for WCR 66, below is an outline of the process. i PROCUREMENT LEADERSHIP & EXPERTISE • Johnny Olson (Owners Rep PM) has 34 years of experience in program management, design, construction, and contract negotiations with CDOT, including revamping its procurement process. • Steven Humphrey (Owner's Rep Manager) has managed major CM/GC projects for CDOT, including flood recovery, with expertise in procurement and contract management. • James Newberry (Construction Manager) has led and contributed to dozens of procurements while at Maricopa County and Commerce City. • Randy Jensen (Procurement/Contract Manager) brings 40+ years with CDOT and FHWA, leading FHWA's Alternative Contracting Methods program and co-authoring CDOT's PDSM & CM/GC manual. • Travis Greiman (Procurement/Contract Manager) managed all procurements as Public Works Director for the City of Centennial. CM/GC Contractor Procurement Process Note: The County could solicit LOIs and hold one-on-one meetings with 1 RFQ Preparation 4 2. RFO Published 3. Review SOQ's and Conduct Interviews (if needed) 4 Short -List Contractors 4 Note: Before the RFP, we will collaborate with the County to strategize the CM/GC fee 5. Prepare RFP for Legal Review approach, tailored to the project and owner based on Colorado's evolving practices. 6 Distribute RFP to Short -Listed Contractors contractors before the RFQ to increase interest and incorporate industry feedback. 7. Review Proposals and Conduct Interviews (if needed) 8. Issue Notice of Award to CM/GC 4 9. Negotiate CM/GC Contact 10. Issue Notice to Proceed Note: Our team will lead the selection committee process, working alongside the County to streamline participation and ease the workload. Our team has worked closely with other municipalities to navigate this process. We will be able to bring example templates from other Colorado municipalities and modify them to meet Weld County's goals and processes. We'll provide guidance throughout the procurement process understanding our role as supporting the County and being a trusted advisor in ensuring a smooth and transparent selection process. Our team can lead the pre -proposal meeting and handle addenda. We would plan to utilize the County's existing agreements and recommend modifications to cover any CM/GC specific provisions. bsch ene ONE TEAM, ONE GOAL Page 6 ► PUBLIC COMMUNICATION SERVICES Our team will take a collaborative and strategic approach to public communication, working closely with Weld County's Public Information Officer, Jennifer Finch, to ensure clear, timely and transparent outreach throughout. For Weld County, we will develop a Public Information Plan that identifies target audiences, defines key messages, and outlines the most effective outreach strategies. Recognizing the unique nature of each project, they will tailor their approach and leverage Weld County's relationships with local organizations and media outlets to maximize public awareness and participation. In addition to external communications and outreach, our team will periodically meeting with and present to elected officials on the progress of the projects and any outstanding issues. Similarly, we will be available to meet with other County Departments as necessary to keep them informed or gather input along the way. ► MANAGEMENT OF THIRD -PARTY ISSUES & AGREEMENTS Effective third -party coordination is essential for project success. We have established working relationships with all utility providers in the area, including public and private irrigation entities, railroads, and all surrounding local agencies, to expedite agreements and streamline the process. We will build on Horrocks' historic utility data for WCR 66. incorporating updates to assess potential conflicts fully. EARLY ACTION FOR UTILITIES & IRRIGATION To minimize delays, we propose an early -out package leveraging 811 -gathered data. A large group meeting with utility providers will proactively address: • Relocation Agreement Templates: Standardized for faster approvals. • Depth/Clearance Requirements: Ensuring design/construction compliance. • Crossing/Encroachment Requirements: Guidelines for necessary approvals. • Relocation Lead Times: Integrating provider schedules into project timeline. Survey and ROW teams will collaborate on title reviews to identify existing and replacement easements, ensuring a clear path for utilities. POTENTIAL OUTREACH STRATEGIES • Educational Materials (flyers, fact sheets etc.) • Public Inquiry Support • Consistent Key Messaging • E -Newsletters & Website Updates • Social Media Coordination • Dedicated Project Website/Webpage • Media Relations & Press Releases • Project Graphics & Infographics • Public Meetings i RAILROAD COORDINATION & AGREEMENTS Benesch is a leader in railroad coordination, with deep expertise and relationships with UPRR (Richard Koerner), GWR (Dallas Ramos, Cassie Hill) and PUC regulations. Our strong relationships with key contacts streamline processes, control costs and secure early concurrence to prevent delays and reduce risks - critical for fast paced alternative delivery projects. Our team has extensive experience working with the following communities and companies, enhancing communication and coordination: Johnstown, Milliken, Greeley, CDOT, FEMA, PDC (Chevron), Noble and all utility companies. ► CONSTRUCTION ADMINISTRATION, INSPECTION & MATERIALS TESTING Benesch is one of the preeminent construction management firms in Colorado. Our full-time construction staff of over 45 in Colorado comprised of professional engineers, inspectors and technicians, specialize in overseeing and working with contractors. We have worked on traditional design -bid -build projects as well as CM/GC and Design -Build delivery methods and understand the nuances each presents and craft our approach accordingly. Our team is prepared to provide all construction services required for the protect including but not limited to the following: Project Management & Coordination • Submittal reviews • Prepare or review pay applications • Review and negotiate change orders & claims Construction Inspection • Maintain all project documentation • Monitor construction activities and materials requirements. • Identify any non -conforming work and track until correction • Track equipment usage and document extra work. • Serve as liaison with stakeholders and County • Verify installation or completion of work items • Review quantities with contractor for accuracy • Prepare or review pay applications • Monitor variances between actual and estimated budget/costs • Monitor contractor's compliance with SWMP • Monitor contractor's documentation benesch ONE TEAM, ONE GOAL Pre -Construction Activities • Conduct pre -construction conference • Document existing conditions via videotaping and photographing • Identify necessary permits and track status • Conduct pre -activity meetings Materials Testing • Perform material sampling and owner verification testing • Collect material certifications and shippi--g documents • Review project quantities to verify sufficient tests are being performed Project Closeout • Perform substantial and final completion walkthrough • Prepare punch list • Prepare final documents for project closeout • Issue Final Acceptance and release final payment Page 7 ► CRITICAL ISSUES IN PROCUREMENT & DELIVERY METHODS Critical issues extend beyond individual projects each construction delivery method presents inherent procurement and delivery challenges. Below, we highlight various impacts, risks and our solutions. RISK Procurement 4-0 CO 0 V CM/GC Scope gaps, regulatory noncompliance, bid protests, underqu alified contractors. Solution: Clear RFPs, regulatory compliance, transparent selection, due diligence and contractor vetting. Cost & Budget Early estimate inaccuracies, CAP uncertainties, high contingencies. Solution: Independent estimators, progressive CAP, cost controls and thorough Risk Register. Scope creep, cost -driven contractor decisions and late contractor input leads to redesigns and delays. Solution: Change control, third -party review, action/decision logs, engaged task forces. Performance Legal & Dispute Stakeholder & Communication DESIGN -BUILD Same as CM/GC + risk of selecting a contractor who lacks design expertise. Solution: Same as CM/GC. Additional effort in advancing design ahead of RFQ/RFP. DESIGN -BID -BUILD Less risk in scope definition but susceptible to bid protests and underqualifieu contractors. Solution: PregJalification, transparent bidding, strict evaluation. Price set early, potential for excessive risk pricing. Solution: Cost validation, milestone - based payments. Typically lower initial costs, but risk of change orders increasing budget. Solution: Deta led estimates, strict change order policies. Contractors may prioritize cost savings over design quality. Solution: Design oversight, independent validation and thorough ATC evaluation. Fast -tracked schedules impact quality. Design nuances can be lost during construction. Solution: CM engaged during design through construction, QA/QC plans. Unclear contract terms, liability conflicts, risk concerns. Solution: Clear contracts, dispute resolution, proactive risk management. Permitting bottlenecks, integration challenges, material/labor shortages. Solution: Expedited permitting, phased work, risk -based scheduling, pre- purchase critical materials. Pricing transparency issues, misaligned expectations. Solution: Stakeholder engagement plan, open -book pricing, regular updates and report outs. Excessive RFIs, increased change orders, varying means and methods not compatible. Solution: Rigorous design review, early construe ability assessments. Aggressive timelines can reduce quality control. Solution: Thorough QMP, incentives and vetting of Design -Build team. Disputes over scope, pricing and schedule., IP ownership issues. Solution: Complete contracts, expert schedulers, defined IP ownership. Accelerated schedules strain supply chains and coordination. Solution: Realistic schedules, leverage Owner's Rep team to clear hurdles, emphasis on design review and approvals. Public opposition. design -construction misalignment. Solution: Eai ly public involvement, clear expectations, regular updates and report outs. Low -bid contra:tors may cut corners. Solution: Strict QA/QC, third -party oversight, experienced CM team. Change orders, delay claims and disputes. Solution: Well-defined dispute resolution, leg l review. Longer timelines due to sequential delivery. Solution: Conservative scheduling, built-in contingencies. Owner control but lacks early contractor input, low bid contractor buy -in to customer service. Solution: Set expectations at onset, owners rep PI remains engaged, regular updates and report outs. Successful risk management in alternative delivery requires proactive strategies to mitigate procurement, cost, design, performance, legal, schedule, and stakeholder risks. Strong contracts, independent oversight, clear scope definition, and rigorous cost controls foster collaboration, transparency, and project success. benesch ONE TEAM, ONE GOAL Page 8 WCR 54 - CRITICAL ISSUES & SOLUTIONS ► CORRIDOR -WIDE - ISSUES & SOLUTIONS WCR 15 WCR 13 WCR 17 WCR 54 OVERVIEW WCR 54, also known as Freedom Parkway, has seen a substantial increase in traffic as Weld County continues to grow rapidly. This surge has led to heightened safety concerns, increased congestion, and a greater need for infrastructure improvements to support the evolving demands of the corridor. OVERHEAD ELECTRIC POWER LINES: Overhead electric power lines run along the north side of the entire corridor. Relocating all poles or undergrounding the power lines would be costly. Solution: To minimize utility impacts, most widening will be limited to the south. Where this is not feasible, our team will coordinate with utility owners and property owners to secure easements anti shift the utilities north. ROADWAY VERTICAL ALIGNMENT: WCR 54 traverses rolling hills, and Sortie areas may not provide adequate stopping sight distance for the posted speed Solution: After obtaining survey data, our team will analyze the vertical alignment to identify locations where stopping sight distance is insufficient. We will explore options to lower crest curves or raise sag curves, adjusting profiles where necessary to improve safety. ▪ IRRIGATION DITCH CROSSINGS & LATERALS: Irrigation delivery must he maintained. The project impacts two major ditch crossings --Hill and Brush Bitch and the Loveland and Greeley Canal —as well as several end -user ditches and pipelines. Solution: We will collaborate closely with ditch companies and end use: s, including local farmers, to understand then needs and relocate parallel irrigation facilities outside the right-of-way where possible. "Johnny and Courtney are fantastic to work with on irrigation. They understand the challenges of public and private ditches and always find effective solutions." - Matt LeCerf, Johnstown City Manager benesch ONF TEAM, ONE GOAL ACCESS CONTROL: Drtfinrlty in limiting driveways and consolidating access points due to property needs and community resistance. Solution: We will use data -driven approaches and collaborate with property owners to find mutually beneficial solutions that meet the Access Control Plan, HISTORIC STRUCTURE: Historic structures along the corndor require preservation considerations and may impact design and construction. Solution: When historic properties are identified. the solution involves preserving them through design adjustments. mitigation, or relocation, while enswing compliance with preservation regulations. DETERMINING DELIVERY METHOD: One of the early action items which will significantly impact how the design will progress is determining the delivery method for this corridor. While WCR 66 has been identified to be delivered via CM/GC. \VCR 54 will need to be evaluated Solution: Our team will evaluate the corridor and facilitate a Project Delivery Selection workshop with the County Our deep understanding of the, pros and cons of all the delivery methods will ensure we drive value for the project and meet County goals. ENVIRONMENTAL CLEARANCES: While the corridor has had preliminary work completed, due to the size and presence of wetlands. SHPO and Waters of the US, an environmental clearance will be required. Solution: With the work already completed, Tiglas can identify the remaining gaps and incorporate findings, into a comprehensive corridor report for both corridors. Leveraging these resources will streamline the environmental process and help address critical issues identified in each corridor. We will comply with House Bill 24-1379, which takes effect on December 1, 2025, to ensure alignment with Waters of the US criteria. LEGEND: ■ Floodplain ■ Floodway WCR 54 ► SITE SPECIFIC - ISSUES & SOLUTIONS Shown on Map "Benesch has unparalleled knowledge of the administrative and construction requirements associated with working in and around the Class 1 Railroads, including UPRR, BNSF, and others. Led by Jess Hastings, PE, the team has been instrumental in managing all aspects of railroad coordination, including but not limited to timing associated with Right -of -Entry and C&M Agreements, building and maintaining the project risk profile, and delivering contractor input with respect to constructability and innovation directly to the railroad." - Jeff Markle, SEMA Construction (I-25 Segments 5&6 CM/GC Preconstruction Lead) O WCR 54 & WCR 13 INTERSECTION: A project is currently reconfiguring this intersection into a roundabout. Solution: Our project will ensure a seamless tie-in to the new roundabout, minimizing ,any impacts to the newly constructed facility © FLOODPLAIN: The Big Thompson River (Flood Zone AE) overtops WCR 54 between WCR 13 and WCR 15. The County aims to avoid a Conditional Letter of Map Revision (CLOMP) by achieving a No -Rise Certification. Solution: Using 1D and 2D modeling, we will evaluate the ftoodplarn to determine feasible roadway adjustments that do not negatively impact fioodplain elevations. We will also account for the ultimate roadway configuration. including raised medians, which could influence the floodplain in the future. © BIG THOMPSON RIVER BRIDGE: A new bridge over the Big Thompson River was recently constructed to accommodate the 100 -year flood event. Any modifications to WCR 54's horizontal or vertical alignment will be constrained by this bridge. Solution: Our team will limit any realignment or shifting of WCR 54 to maintain a proper tie-in with the new bridge while ensuring project compatibility. Lo RAILROAD CROSSINGS: The corridor includes two at -grade railroad crossings —Union Pacific and Great Western Railroads -- located approximately 900 feet apart. Solution: Our team will engage the railroads and the Public Utilities Commission (PUC) early and frequently to ensure coordination throughout the design process. The crossings will be widened to match the new roadway template. Changes to the road's profile will be avoided, as they would necessitate costly railroad track modifications and potential shoofly detours. 0 FARM BETWEEN WCR 15 & WCR 17: A farm located between WCR 15 and WCR 17 has multiple access points along WCR 54. The farm includes an inigation ditch running parallel to the roadway on the north side and an irrigation pivot. Large trucks frequently move between access points, particularly during certain times of the year. Solution: To minimize impacts to both the farm and existing overhead utilities, we propose widening WCR 54 to the south. During construction, the contractor will coordinate with the farm owners to avoid disruptions to their operations. O WCR 17 ROUNDABOUT: A recently constructed roundabout at WCR 54/17 was designed to accommodate future roadway expansion with minimal reconstruction. Solution: Our team will utilize the roundabout's design plans to establish tie-in points that facilitate future widening while maintaining operational efficiency. Pages 9 & 10 WCR 66 - CRITICAL ISSUES & SOLUTIONS WCR 41 WCR 43 WCR 66 OVERVIEW WCR 66 has emerged as one of Weld County and Greeley's key corridors, connecting US85 and WCR47 while serving as the future primary access to the airport. With its strategic importance and high farm -to -market activity, the corridor is expected to experience increased traffic and growing safety concerns. ► CORRIDOR -WIDE - ISSUES & SOLUTIONS IRRIGATION DITCHES: Irrigation ditches runalong both sines of the corridor and will require relocation Many are concrete -lined, with drop structures and diversion boxes of varying sizes. Solution: We will schedule ditch relocation during the winter when water is off. Early coordination with landowners will ensure flow rates are maintained. Structural engineers will design new diversion sn uctures as needed RETURN DITCHES & ROADSIDE DRAINAGE: Return ditches must remain separate from roadside drainage Solution: We will work with landowners to determine required retum ditch capacities and design roadside ditches to handle runoff- while maintaining separation. UNDERGROUND IRRIGATION LINES & PUMP STATIONS: Several pump stations require relocation, and the locations of underground irrigation lines are unknown. Solution: As part of the SUE investigation, we will identify underground irrigation lines acid confirm locations with landowners. Pumps will be relocated where possible, or flew ones will be designed and installed if necessary. OVERHEAD ELECTRIC LINES: Numerous overhead electric and transmission lines will be :affected by the proposed roadway alignment_ Solution: We will coordinate with the utility company to relocate electric lures away from the roadway. OIL & GAS FACILITIES: Several oil and gas facilities along the corridor will iipai ni mill within ifie'imposed right-of-way. Solution: We will coordinate early with .affected landowners to determine whether facilities need to be relocated or removed. benesch ONE TEAM, ONE GOAL HISTORIC STRUCTURE: Historic structures along the corridor require preservation considerations and may impact design and construction. Solution: When historic properties are identified. the solution involves preserving them through design ,adjustments, mitigation, or relocation, while ensuring compliance with preservation regulations. RESIDENTIAL PROPERTIES: Some residences are in conflict with the proposed WCR 66 alignment and right-of-way Solution: We will coordinate with residents to relocate structures as needed to secure required right-of-way INTERSECTIONS: Several intersections are protected to operate below acceptable levels of service for future traffic demands. Solution: We will evaluate traffic and safety conditions at these intersections and design improvements consistent with WCR 66's rule as a primary corridor. ACCESS CONTROL: There are numerous access points along WCR 66 that are too trequent for anticipated traffic. volumes and safety needs. Solution: We will analyze access points and recommend closures or modifications in line with the corridor's proposed layout. DRAINAGE: Drainage flows directly toward the roadway from both the north and south sides of WCR 66 Solution: We will assess drainage impacts from adjacent properties, mitigate any runoff -related concerns, and implement improvements as needed. ri "Our Muller and Benesch partners separately brought great people to the proverbial CM/GC table. Their synergy, collaboration, and complementary skills led to a swift, unified, and high performing team. Side by side, we were able to approach complex problems with efficiency and solve them in a systematic way." - Abra Geissler, PE, COOT Program Manager WCR 45 WCR 66 WCR 47 ► SITE SPECIFIC - ISSUES & SOLUTIONS Shown on Mari O US 85 INTERSECTION: The intersection of US 85 and WCR 66 may require a Power -Operated Switch Signal (PUSS) and coordination with CDOT for proper connection. Solution: We will conduct a traffic analysis to determine if a POSS is needed and assess the necessity of a railroad preemption device. Early coordination with CDOT will ensure the proposed WCR 66 connection aligns with state requirements. © UNION PACIFIC RAILROAD: UPRR is in close proximity to the US 85 and WCR 66 intersection, potentially impacting traffic flow and safety. Solution: We will coordinate with UPRR and conduct a comprehensive analysis to determine if a railroad preemption device is necessary Q WCR 39 (US 85 FRONTAGE ROAD): WCR 39 runs adjacent to UPRR and lies near the US 85 intersection, requiring relocation for improved access. Solution: We propose relocating WCR 39 around the existing property on the north side of WCR 66. A new access point will be created on the south side of WCR 66, connecting west to the Contech property. O VERTICAL CURVE SIGHT DISTANCE: A vertical curve on the east side of the full at the identified location may create sight distance issues. Solution: We Will analyze sight distanrP rerliiirPmnnts and recommend appropriate solutions, which may include vertical realignment or additional signage. O SAND CREEK BRIDGE REPLACEMENT: The existing bridge is failing due to damage sustained in a previous flood event and requires replacement. Solution: We will perform 1-D and 2-D floodplain analyses to design a suitable replacement structure, anticipated to be a concrete box culvert. O GRAND MESA GAS & ELECTRICAL SUBSTATION: Existing gas and electrical utility properties west of the WCR 45 and WCR 66 intersection pose significant constraints. Solution: We will avoid impacting these properties by shifting the horizontal alignment of WCR 66 north. Coordination with landowners on the northern side of WCR 66 will be a priority to minimize conflicts. a DARLING RESERVOIR ENVIRONMENTAL & OPERATIONAL CONSTRAINTS: The Darling Reservoir property includes potential Bald Eagle habitat, migratory bird nesting areas, prairie dog colonies, wetlands and Waters of the US Additionally, silos at Croissant Firms impact WCR 66 during silage loading and removal Solution: We will evaluate environmental concerns and implement appropriate measures: • If Bald Eagles are present, we will incorporate monitoring. • Migratory bird nesting areas will be monitored, netted, or protected against nesting. • Prairie dog colonies will be removed in coordination with the e,uuisty, and bur ruws will be covered. • Wetlands and Waters of the U.S. will be addressed in coordination with CDPHE and USACE. • To mitigate silage loading impacts, we will explore design adjustments, including shifting WCR 66 south if necessary. Pages ll&12 SECTION 3 PROJECT CONTROL 10ei1N0') 1D3rOdd benesch ONE TEAM, ONE GOAL ► PROVEN PROJECT CONTROLS FOR SEAMLESS DELIVERY Effective project controls are the foundation for successful project delivery, ensuring alignment, accountability, and efficiency. Without a structured system, teams can move in different directions, decisions may go undocumented, and critical details risk being overlooked —leading to schedule delays, budget overruns, and costly rework. These challenges are particularly critical for Weld County as it manages two independent corridor projects under a unified structure. Our team has the expertise and proven strategies to navigate complex projects successfully. We provide an integrated system that ensures clear visibility, optimizes resource allocation, and mitigates risks before they become issues. The following pages outline our strategic approach demonstrating why we are the right team to deliver these projects efficiently and effectively. ► CONTROLS FOR OWNER'S REP To sustain project momentum, we will use a cohesive tracking system that ensures seamless coordination across all phases of both corridor projects. Weld County will benefit from expert project oversight, emphasizing strong project management, thorough design validation, and proactive risk management to drive efficient and effective results while staying aligned with the County's goals. To effectively manage these simultaneous projects, our team will utilize comprehensive tracking tools, including risk registers, utility and irrigation trackers, agreement trackers, and revision logs. Combined with regular progress meetings and schedule reviews, these tools will maintain alignment with the master schedule, programmatic budget and key project milestones Our project controls approach includes: • Program and Project Schedules: Microsoft Project or Primavera will be used to ensure project timelines are met by managing schedules, resources and progress. • Budget and Cost Controls Logs: We will use a tracking system to monitor expenses, forecast costs, and enforce approval processes to identify and address potential overruns early. • Scope Change Log: Track proposed scope changes, their impact, approval status, and actions taken to ensure proper management and communication of changes. • Action Item and Decision Logs: Tracking key tasks, responsible parties, and project milestones to ensure accountability and task completion. • Decision Matrices: Documenting critical decisions to maintain clarity and prevent confusion as projects progress. • Risk Management Tools: Using risk registers and mitigation strategies to proactively identify and address potential challenges. • Responsible, Accountable, Consulted & Informed (RACI) Matrices: A RACI matrix is a helpful tool to clearly define roles and responsibilities across all stakeholders to streamline collaboration and avoid overlap. • Meeting Minutes: Accurate and timely meeting minutes will be maintained and distributed documenting key discussions and action items along with responsible parties. • Record Keeping: Project documentation will be maintained on a cloud -based storage, such as OneDrive, which allows for easy organization, real-time collaboration, and access from anywhere, ensuring that our documents are safely stored and synchronized across devices. With decades of experience, Benesch and Muller ensure seamless compliance with Weld County, CDOT, and federal requirements —minimizing risks and streamlining approvals. Our project controls provide clear visibility into regulatory processes, enabling proactive risk management, efficient permit tracking, and funding compliance. By anticipating challenges and maintaining meticulous documentation, we keep projects on schedule and approvals on track —ensuring smooth project delivery without delays or rework. dbenesch ONE TEAM, ONE GOAL i HYBRID APPROACH TO CO -LOCATING Our team's experience on I-25 North Segments 5 & 6 projects included two extreme co -location scenarios: 100% co -located with CDOT and the Contractor in Firestone (pre -pandemic) and 100% virtual (during the pandemic). Through these experiences, we learned neither approach is perfect. For this project, our plan promotes both collaboration and efficiency by incorporating both approaches where they make the most sense. Benesch will establish a schedule of planned co -location days. During these days, we will schedule times for collaboration, workshops, or meetings zin topics that would benefit from all parties being in the same room. During design pushes, our design partners will co -locate at the Benesch o r Muller offices to allow collaboration and real-time input o n design deliverables. In addition to these co -location opportunities, strategically scheduled virtual meetings and check -ins will allow for continued conversation with Weld County and it's chosen Contractor(s). In both the co -location and virtual meetings, we will strongly o ncourage 100% in -person o r 100% virtual attendance whenever possible to effectively use both resources and time. Page 13 ENSURING THAT ALL FEDERAL, STATE & LOCAL PROCEDURES WILL BE FOLLOWED Benesch and Miller have a proven track record of successfully navigating Weld County. CDOT, and federal requirements. ensuring efficient approvals, permitting, and funding compliance. Weld County Compliance: • Identify regulations, permitting, and approval processes early. • Engage county officials to establish expectations and timelines. • Conduct regular check -ins to address issues proactively. • Proven success navigating Weld County's review process. CDOT Approvals: • Align CDOT regulations with county requirements. • Secure permits and track funding/reporting compliance. • Coordinate on right-of-way, traffic impacts, and design approvals. • Extensive experience streamlining CDOT approvals. Federal Compliance (if federal funding is utilized): • Ensure compliance with NEPA, Davis -Bacon and procurement. • Submit required reports and audits for funding approvals. • Deep expertise in federal project coordination. Documentation & Permitting: • Centralized tracking of permits, approvals and compliance. • Structured workflow for timely permits and submissions. Risk Management: • Identify risks early and develop mitigation strategies. • Adapt to evolving county. CDOT, and federal requirements. DELIVERY METHODS COST CONTROLS Effective cost control in program management is tailored to the project delivery method, ensuring budget adherence throughout both the design and construction phases. CM/GC, Design -Build, and Design -Bid -Build each require distinct cost management strategies to optimize efficiency and mitigate financial risks. Construction Manager/General Contractor: • Design: Early contractor involvement allows for real-time cost estimating, constructability reviews, and value engineering, reducing costly design modifications later_ Budget risks are identified and addressed collaboratively before finalizing the Construction Agreed Price (CAP). • Construction: With a set CAP, cost control is ensured through continuous monitoring. open -book contracting, and risk -sharing. Early design collaboration reduces surprises, while proactive issue resolution keeps the project on budget. The flexibility to issue multiple construction packages can also help control costs. • Scope Change: The collaborative engagement inherent to CM/GC greatly reduces scope changes, while contingency funds and proactive risk management maintain flexibility within budget. Design -Build (Standard or Progressive): • Design: Cost control is iterative before finalizing the Guaranteed Maximum Price (GMP), with continuous collaboration between the owner, designer and builder. The phased approach refines the budget and scope over time, ensuring informed decision -making and minimizing the risk of overdesign. • Construction: Since design and construction can overlap, cost control is dynamic, with real-time adjustments to scope and materials to stay within budget. Integrated cost tracking and performance incentives help maintain financial discipline. • Scope Change: Phased budget alignment, real-time cost adjustments, and a structured approval process control scope while maintaining project flexibility. Design -Bid -Build: • Design: Cost control relies on precise initial design development acid accurate cost estimation. Since the contractor is not involved in design, careful scope definition and thorough risk assessment are critical to prevent cost overruns due to unforeseen changes post -bid. • Construction: With a fixed bid price, cost control is enforced through strict contract management and change order negotiation. Since design changes during construction can be costly, thorough pre -bid planning and risk allocation are key to preventing budget overruns. • Scope change: Clear scope definition, strict change order protocols, and thorough risk analysis prevent costly modifications post -bid. By aligning cost control measures with the project's delivery method, leveraging early collaboration in CM/GC and Progressive Design - Build, and ensuring robust upfront planning in Design -Bid -Build, we enhance financial predictability, minimize risks, and ensure successful project delivery within budget and schedule. i MANAGING COST CONTROL FOR CONSULTANTS, SUBCONSULTANTS & CONSTRUCTION STAFF To ensure cost efficiency and project success, we will implement a structured approach focused o n proactive tracking, coordination and resource o ptimization. This includes the following key strategies: BUDGET & RESOURCE MANAGEMENT • Establish Cost Baseline: Define budgets, hours, and deliverables upfront. • Live Tracking & Reviews: Monitor spending through a centralized system with weekly and monthly check -ins. CONSULTANT & SUBCONSULTANT COST CONTROL • Scope & Contract Compliance: Enforce scope limits and prevent unauthorized work. • Performance Monitoring: Track progress to ensure efficiency within budgeted hours. CONSTRUCTION STAFF OVERSIGHT • Early Coordination: Align design with construction needs to prevent costly changes. • Change Order Control: Require clear cost justifications before approvals. EFFICIENT COORDINATION & COMMUNICATION • Regular Status Meetings: Align stakeholders on budget, risks, and adjustments. • Integrated Cost Reporting: Provide leadership with a clear financial outlook. • Risk & Contingency Planning: Address unforeseen costs proactively. benesch ONE TEAM, ONE GOAL Page 14 ► CONTROLS FOR CONSTRUCTION As the projects move from design into construction, our team will implement controls to monitor cost, risk and schedule. COST CONTROL We will continuously monitor project spending to proactively identify potential overruns and work closely with the County, designer, and contractor to address issues before options become limited. Daily quantity reviews ensure accuracy, supporting pay applications with verified work. Our Construction Manager tracks costs, forecasts expenditures, and documents plan or field changes with clear justification. To optimize efficiency and control construction inspection costs, we align site coverage with the constructor's CPM schedule, updating it monthly to compare projected versus actual effort and adjusting staffing as needed. RISK CONTROL For CM/GC projects, a Risk Register and Risk Pool help manage allocation costs related to unforeseen conditions. This tool effectively assigns risks to the appropriate party, preventing them from being artificially included in the base contract and inflating the project cost. It also ensures that the project has an adequate budget to cover potential risks. • Preconstruction: We will help Weld County assess, assign, or share risks transparently. While contractors typically manage the Risk Register, we are active participants during the process and oversee the task force meetings or dedicated risk teams. Our CM/GC experience ensures cost-effective risk management and optimized project scope. • Construction: Risk management continues post-NTP, with ongoing collaboration to retire risks and track drawdowns. Our preconstruction efforts define County -owned risks, providing clear Risk Narratives that streamline issue resolution and change order processing. SCHEDULE CONTROL We will support the County with expert schedule reviews, reviewing contractor weekly lookahead schedules and conducting in-depth monthly evaluations to ensure critical items are properly represented and potential delays are mitigated. Using Microsoft Project or Primavera, we validate baseline schedules and updates, ensuring realistic timelines that prevent unwarranted claims and proactively manage schedule risks. ► QUALITY CONTROL FOR THE ENTIRE PROJECT Owner's Rep: As the Owner's Rep, one of our top priorities will be ensuring quality across all parties involved in the projects. This includes the design teams as well as the contractors. Each member will be required to prepare and submit a Quality Control Plan specific to the project and project delivery method for review and approval. Additionally, the Owner's Rep team will then implement a Quality Assurance plan to check deliverables for adherence to the contract documents and County requirements. Design: Our team is committed to delivering high -quality results through a structured Project Quality Management Plan (POMP) tailored to each project's complexity. This ensures the right level of review at the right time, meeting the County's expectations and project needs. Using a standardized system, we define deliverables, verification methods, and milestone checks, incorporating tools like electronic reviews, red/yellow highlights, and calculation verification. To further reinforce this teamwide commitment, Benesch and Muller will conduct independent reviews —Muller for WCR 66 and Benesch for WCR 54 —providing an added layer of quality assurance. Additionally, our construction staff will integrate constructability reviews into all plan sets, ensuring designs are practical, buildable, and optimized for project execution. These reviews will be embedded within our Project Controls QC process. reinforcing accountability and reducing costly revisions. Construction: Quality control plans will be required to be submitted for review and approval by the contractor. For CM/GC and Design -Bid -Build, these QC plans and programs are more traditional in nature to ensure compliance with contract requirements. On Design -Build projects, these are slightly more robust and extend into design services through construction closeout. Regardless of the delivery method, Benesch has extensive knowledge of working collaboratively with the contractor to develop and implement QC measures to achieve the best outcome for the project. ver4 benesch ONE TEAM, ONE GOAL 1 w�. Appia J J Risk Register TEAM -DRIVEN QUALITY CONTROL & ASSURANCE A key component of our approach is the 3WH Tracker (Who -What -When -How), which tracks QC tasks. QC checkers e -sign completed tasks, and QA reviewers validate compliance before submission. Our Corporate Director of Quality Management ensures consistency and accountability across projects. Quality control is a shared responsibility across our team. We verify early data inputs, conduct order -of - magnitude checks, and perform peer reviews to eliminate errors, inconsistencies, and unnecessary costs. As design automation advances, we remain adaptable to ensure quality checks are applied where they matter most. Page 15 ► PRELIMINARY SCHEDULE & MAJOR MILESTONES LEGEND: ■ WCR 66 ■ WCR 54 ■ Program * Milestone MAY JUN JUL Initial Design Review Owners Rep Setup/ Initiation 2025 AUG SEP Preliminary Design OCT NOV DEC 30% CM/GC Procurement 2026 JAN FEB Procurement Delivery Method Selection RFQ RFP NOA NTP MAR APR MAY JUN JUL Data Collection Note: Final details for WCR 54 schedule will be based on delivery method • schedule shown reflects CM/GC Delivery AUG Design 'Anticipate multiple design packages, each with 60%, 95% and 100% milestones _10 65% SEP OCT 95% 100°• Early Out Construction Package - ROW/Utilities/Irrigation OPCC NOV Construction 'Anticipate multiple packages DEC 2027 JAN FEB MAR APR MAY CAP Design 'Anticipate multiple design packages, each with 60%, 95% and 100% milestones 30% Deliverables • Traffic Analysis for Geometric layouts • Preliminary Structure Selection Report • Preliminary Drainage Report • Conceptual Design Layout and Plan Set • Major Quantities for OPCC 65% Deliverables • Irrigation Design • Final Structure Selection Report • Final Geotechnical Report • Final Drainage Report • ROW Acquisition Plans • Final ROW Plans • Submit and Acquire No -Rise Permit • 65990 Plan Set and Intersection Geometric Modeling • Ouantities for OPCC 95% Deliverables • 95% Plan Set • Project Special Provisions • Complete ROW Clearance • Quantities for OPCC 100`1/0 Deliverables • 100% Plan Set • Final Project Special Provisions • Final Quantities for OPCC • Project Special Provisions 'Both projects will have similar deliverables, each will be tailored to individual project scope and delivery method Construction `Anticipate multiple packages, including 1 for early out activities Utility Coordination & Relocation Irrigation Coordination C _ Railroad Clearance C _ Environmental & Historic benesch ONE TEAM, ONE GOAL Environmental Clearance IN THE FIRST 30 DAYS, THE TEAM WILL: Kickoff Meeting: Define project expectations and goals. ROW Strategy: Identity priority parcels, focusing on multi -property landowners. Acquisition Matrix: Develop a strategy for securing up to 100 parcels across both corridors. Timeline Alignment: Finalize acquisition schedules with all stakeholders. GIS & SharePoint Setup: Organize project files for efficient tracking. Permissions to Enter: Issue notices to property owners along both corridors. iy "I would highly recommend Jess Hastings and the Benesch team for any project railroad related support. He has provided railroad coordination and assistance to the I-25/US 508 Interchange project, helping the design and construction team navigate railroad related requirements and processes. This includes design support, a C&M agreement, multiple underground utility crossing agreements, and an at -grade crossing closure. Jess' knowledge and work helped keep the railroad related items progressing as fast as the railroad would let them. I would enthusiastically add Jess to any project team that was going to be working with the railroad." - Scott Dalton, CDOT Project Director Pages 16 & 17 ► PROJECT TEAM'S LOCATION Benesch is actively establishing a new office in Johnstown, Colorado, reinforcing our commitment to Northern Colorado. This location, within 30 minutes of the Weld County offices and project sites, allows us to provide responsive, in -person support for meetings, site visits and project coordination. Our close proximity ensures seamless collaboration with the County, minimizing delays and enhancing efficiency. Additionally, our Owners Rep PM, Johnny Olson, has lived in Weld County for over 32 years and currently esides just 15 minutes from the Weld Public Works ffice and the WCR 66 and WCR 54 project sites. His eep-rooted connection to the community and direct ccessibility enable real-time coordination and quick esponse to project needs. Our team is dedicated to maintaining a strong on -site presence, working from the Weld County office several times a week to foster direct collaboration with County staff, expedite decision - making, and ensure continuous project progress. Weld County Public Works '1", WCR 66 wibi aim Benesch's Johnstown Officiactively Establishin Our team's presence and commitment to the County ensure that location will not be a barrier to effective project execution. Instead, it strengthens our ability to engage with stakeholders, address project challenges promptly, and provide hands-on leadership throughout the project lifecycle. ► FAMILIARITY WITH WELD COUNTY POLICIES & PROJECT SPECIFICATIONS Benesch has a deep understanding of Weld County's policies, standards and transportation criteria, ensuring our projects align seamlessly with the County's vision and regulatory framework. Our familiarity with the County's engineering standards, permitting processes, and development guidelines allow us to efficiently navigate project requirements and deliver solutions that meet regulatory expectations. We recognize that Weld County prioritizes responsible growth, infrastructure resilience, and a transportation network that supports both rural and urban development. Our team is well -versed in the County's i equirements for roadway design, safety improvements and multimodal integration, allowing us to deliver projects that enhance mobility while maintaining compliance with local policies. Additionally, we support the County's Plan for Resilient Infrastructure, Facilities, and Resources by designing, maintaining, and continuously improving roads, bridges, and critical infrastructure to ensure safe, efficient access and long-term sustainability for future generations. Our team offers strong leadership, strategic guidance, and a direct point of contact to ensure seamless project execution while maintaining compliance with Weld County's policies. We understand the County's emphasis on safety. sustainability, and long-term infrastructure resilience, and we integrate these priorities into our approach to transportation planning and design. With this foundation; Benesch is prepared to deliver projects that support Weld County's commitment to responsible growth and infrastructure development. Whether addressing roadway improvements, multimocial needs, or integrating resilience strategies, our team applies best practices and innovative,solutions to ensure every project aligns with the County's policies and long-term vision. benesch ONE TEAM, ONE GOAL PROVEN EXPERIENCE WITH WELD COUNTY Our team's extensive work in Weld County has given us a deep understanding of local challenges. policies, procedures and infrastructure priorities. The following projects highlight our team's experience in the region. TEAM EXPERIENCE WITH WELD COUNTY Design Services (Johnny Olson) • WCR 66 Concept Design • WCR 66 & WCR 41 Intersection Design • WCR 50 & WCR 13 Realignment Third Party & ROW Acquisitions (Courtney Wallace) • WCR 33 & WCR 74 Intersection Design • WCR 37 & WCR 80 Intersection Improvement • WCR 54/13 Initial SUE Landowner Outreach Survey/ROW Services (Corey Guerrero) • WCR 33 & WCR 74 Intersection Design Environmental Services (Darcy Tiglas) • WCR 54 & 13 Roundabout • WCR 54 & 13 Bridge Replacement • WCR 54 & 17 Roundabout • WCR 13 & Hwy 60 Intersection Improvement • WCR 41 and SH 52 Intersection Improvement • WCR 31/74 & WCR 33/74 Roundabout COMMITMENT TO LONG-TERM SUCCESS Benesch remains committed to supporting Weld County's long-term infrastructure needs by delivering high -quality, cost-effective solutions that enhance mobility, safety, and economic development. Our understanding of the County, coupled with our technical expertise and local presence, ensures that we can continue to provide solutions that align with Weld County's evolving needs and priorities. Page 18 ► KNOWLEDGE OF WELD COUNTY Benesch's knowledge of Weld County extends beyond policies and procedures — we understand the region's infrastructure needs, challenges and priorities. Key Insights on Weld County's Transportation Challenges • Safety Concerns from Industrial Growth: The presence of industrial facilities, heavy truck traffic, and rail lines creates unique transportation safety challenges. • At -Grade Railroad Crossings: Some locations have experienced train -related accidents, including fatalities. We recognize the importance of early engagement of the railroads to identify mutual win -win scenarios for much needed safety improvements that fit the context of the new roadway. • Supporting Weld County's Advocacy Efforts: Advancing these projects requires dedication and persistence. Benesch will support the County in advocating for these improvements by effectively communicating project benefits to stakeholders and the public. ► COMMITMENT TO WELD COUNTY'S GOALS Johnny Olson's decades of experience working with the County, including his leadership at CDOT, provide invaluable insight into local transportation concerns. His familiarity with the region and established relationships with all the key stakeholders allows us to anticipate project requirements, navigate regulatory processes efficiently, and collaboratively address potential issues. Benesch recognizes Weld County's focus on safety, efficiency, sustainability, and cost-effective service. We are dedicated to advancing these goals through the following: Proactive Communication & Collaborative Solutions: Effective communication is the foundation of a successful project. Benesch emphasizes a listening - first approach, ensuring that we fully understand the County's goals, concerns, and constraints before developing solutions. • Led by Johnny, we will clearly articulate design options, outlining the benefits and trade-offs of each, so the County can make informed decisions with confidence. • Our team believes in transparent, ongoing communication with Weld County staff to address potential issues early, streamline decision -making, and prevent costly delays. • We will support public engagement efforts for both the WCR 54 and WCR 66 corridors, ensuring that Weld County's residents understand the benefits of planned improvements and feel heard throughout the process. Vested Partnership & Accountability: Benesch views itself as an extension of the Weld County team, not just a consultant. We take ownership of our work and are fully committed to the County's long-term success. • Our rigorous approach to quality management across all levels ensures that every deliverable meets the County's expectations and adheres to best practices. • We fully understand Weld County's commitment and focus on error -free plans and documentation, reducing the likelihood of revisions or construction delays. • If an issue arises, our team will take full responsibility and work diligently to resolve it, reinforcing our commitment to accountability and trust. Local Presence & Responsiveness: With our new 71 office in Johnstown and our Weld County -based leadership, Benesch is positioned to be highly responsive to the County's needs. • Johnny Olson's presence in Greeley, just minutes from the Weld County Public Works Office, ensures that key decision -makers are readily available for on -site meetings and problem -solving. • Our local team's ability to quickly mobilize for site visits, design discussions, and coordination meetings means that County staff can expect rapid responses and hands-on support throughout the project lifecycle. . I , Tr Driving Value & Delivering Cost -Effective Solutions: Benesch is committed to maximizing value on every project —not just delivering what is required, but identifying opportunities to improve efficiency, safety, and cost- effectiveness. • We proactively seek innovative solutions that extend infrastructure lifespan, reduce maintenance costs, and improve mobility for Weld County residents. • Our team brings the County real -world experience in alternative delivery methods and will provide value from delivery selection through execution. • By leveraging our deep experience with 'Held County's transportation network and regulatory framework, we eliminate inefficiencies, streamline project delivery, and ensure projects are completed on time and within budget. As a trusted partner, we are committed to delivering high -quality, efficient solutions that meet Weld County's immediate project needs while supporting its long-term vision. With our local presence, technical expertise, and deep understanding of County standards, Benesch is ready to drive these projects forward —on time, within budget and with a focus on lasting impact. � benesch ONE TEAM, ONE GOAL Page 19 ► TEAM OVERVIEW Q Horrocks GUMS vvI%svN &COMPANY ...nat.' Tiglas Ecological Services Benesch offers a team of industry leaders with deep Weld County experience to serve as your Owner's Representative. With expertise in project oversight, design management and program delivery, we act as an extension of your team —protecting your interests, streamlining processes and ensuring success. Partnering with Muller and specialized subconsultants, we bring local knowledge, technical expertise and a collaborative approach to efficiently navigate project complexities from start to finish. COR_ TEAM benesch Benesch has provided engineering services along Colorado's Front Range since 1962. With proven experience and a deep understanding of Weld County, our team understands not just how to deliver infrastructure projects but how to do so within the County's policies, expectations and processes. Benesch has successfully executed numerous alternative delivery projects locally and has contributed to hundreds of alternative delivery projects nationally, ensuring we bring the right expertise to help the County select the best contracting approach for each project. Employees: 87 Local /1,210 Total Annual Operating Budget: $300,000,000 LEGEND: p Experience Working With Benesch FaMULLER Muller specializes in transportation _NVINEERING COMPANY infrastructure, planning, design, and program and construction management. Since 1980. Muller has been a trusted partner to public agencies across Colorado, providing innovative and cost-effective solutions. Muller's firsthand experience with similar projects in Weld County, combined with their expertise across various delivery methods, equips their team to navigate the region's infrastructure challenges, engage key stakeholders, and effectively serve as the Owner's Representative and design lead for the WCR 54 project. Employees: 41 Local / 11/21. Total Annual Operating Budget: $44,000,000 SUBCONSULTANTS In addition to Benesch and Muller, our team includes specialized subconsultants with a strong history of working in Weld County. Each firm brings unique expertise that enhances our ability to provide comprehensive Owner's Representative services. Horrocks Engineers (Horrocks) has enhanced Colorado infrastructure for over 55 years, contributing to key Weld County projects like the WCR 66/WCR 41 and WCR 37/WCR 80 intersection improvements. Their expertise in ROW acquisition, negotiation and coordination streamlines project delivery. Employees: 45 Local / 970 Total Utility Mapping Services (UMS) is a trusted partner with a proven track record of delivering quality utility engineering services. Their expertise has consistently helped prevent utility conflicts and project delays. Employees: 4 Local / 47 Total Wilson & Company, Inc. (Wilson) provides comprehensive surveying services, leveraging deep knowledge of the Front Range's terrain and regulations to deliver precise ROW plans, topographic surveys, and CDOT- compliant documentation. Employees: 163 Local / 760 Total Communication Infrastructure Group (CIG) specializes in public relations and stakeholder engagement. Having worked alongside Weld County on past projects, CIG understands how to collaborate with town committees, commissions, elected officials and local agencies, e nsuring effective communication and outreach aligned with the County's priorities. Employees: 52 Local / 52 Total RockSol Consulting Group (RockSol) specializes in geotechnicai e ngineering, construction management and materials testing, ensuring durable, compliant and safe infrastructure. With a strong presence in Colorado, RockSol has contributed to over 17 alternative delivery projects. Employees: 205 Local / 219 Total Tiglas Ecological Services (Tiglas), Weld County's preferred e nvironmental consultant, specializes in wetland services, biological surveys, and NEPA analysis, ensuring regulatory compliance while minimizing permitting delays. Employees: 3 Local / 3 Total � benesch ONE TEAM, ONE GOAL i ONE TEAM, ONE GOAL Our team operates as a seamless exteinsion of Weld County, combining Benesch's leadership in 0 ner's Representation with Mull is expertise in program management and alternative deli ery. Supporting our core tea , our subconsultants bring spe ialized capabilities to ensure a com rehensve, efficient approach. We ork as one unified team— bre king down silos, streamlining deci ions, and driving projects for ard. As trusted partners, we re committed to delivering hig -quality, cost-effective infr structure solutions that align wit Weld County's vision. PROVEN TRACK RECORD This to p the t deliv Benesch Team was assembled ovide the County with all of echnical resources needed to er these critical infrastructure projects. Equally important, we have collaborated with our teaming partners on dozens of projects and continue to work together. These established working relationships will provide the County with a unified team that is ready to hit the ground running on day one. Page 20 CAPACITY LEGEND: Available % Committed to this Project ► MANAGEMENT TEAM - CAPABILITIES & QUALIFICATIONS Our management team will serve as an extension of Weld County's staff, providing expert guidance with minimal oversight. Each member of our team is a proven self-starter, bringing years of experience managing complex projects independently while ensuring alignment with client goals. They have successfully led similar efforts across Colorado, demonstrating the ability to anticipate challenges, drive solutions, and keep these projects on track without the need for constant direction. Our team is committed to being on -site and engaged —working from the Weld County office multiple times a week to collaborate directly with County staff, streamline decision -making, and maintain real-time project momentum. benesch 70°0 ! • 6o% MIva ULLER 50°0 / • 30% l benesch 50%/•300 benesch DESIGN. • 50% / • 30% CONSTRUCTION: 70% / • 60% 1/4 ( Horrocks. 60°;, • 45% JOHNNY OLSON, PE - OWNERS REP DIRECTOR: Johnny brings extensive experience in project management, transportation planning, highway design, and construction management, with specialized expertise in alternative delivery. A Greeley resident for over 30 years, Johnny has a deep understanding of the WCR 66 and WCR 54 corridors, which he navigates regularly. His leadership at CDOT involved managing complex transportation initiatives and building strong relationships with county commissioners, positioning him to effectively advocate for Weld County's interests and ensure efficient project delivery. STEVEN HUMPHREY, PE - OWNERS REP MANAGER: Steven has extensive experience in program management, agency coordination, and delivering large-scale transportation projects. He has successfully managed alternative delivery projects and multimodal corridor improvements, providing strategic planning and coordination with federal, state, and local agencies. His expertise in stakeholder engagement, funding strategies, and risk management will help Weld County navigate project complexities, streamline decision -making, and maximize project value while keeping projects on schedule and within budget. MATT SALEK, PE - DESIGN MANAGER: Matt brings 24 years of roadway and traffic engineering experience, specializing in geometric design, roadside grading, ADA compliance, traffic control, storm sewer design, and construction phasing for urban and rural corridors. He has led design efforts for expressways, county road improvements, and multi -use corridors, ensuring efficient project delivery across Design -Bid -Build and Design -Build contracts. Proficient in AutoCAD Civi13D, MicroStation, and OpenRoads, Matt provides technical leadership to optimize design solutions and streamline project development for Weld County. JAMES NEWBERRY, PE, CCM, ENV SP - CONSTRUCTION MANAGER: James brings 19 years of transportation construction experience, specializing in Design -Build and CM/GC delivery. He has served as an Owner's Representative, Construction Manager, and Resident Engineer, managing risk, contract negotiations, and project efficiencies to control costs and streamline delivery. As an Agency Project Manager, he has procured, reviewed, scored, negotiated, and approved various consulting and construction contracts, giving him deep insight into agency processes and procedures. He has also led Value Engineering studies, and trained construction professionals through the Construction Management Association of America. COURTNEY WALLACE, SR/WA - 3RD PARTY MANAGER: Courtney has eight years of experience in land acquisition for transportation projects, including sidewalks, trails, roundabouts, roadway expansions and water pipelines. Recognized as Colorado Professional of the Year by IRWA Chapter 6 for her leadership and achievements, she holds a Master's Degree in Public Policy, enabling her to navigate regulatory frameworks and engage stakeholders effectively. With expertise in public engagement and utility relocation coordination, Courtney has a proven track record in successful negotiations and strategic land acquisition, effectively bridging the gap between all stakeholders. �' benesch ONE TEAM, ONE GOAL Er) Johnny's relationships and understanding of Weld County's priorities ensure clear communication, proactive support, and effective problem - solving to keep projects on track. Steven's proven expertise in transportation planning and project management ensures Weld County's projects are efficiently executed with strategic foresight and regulatory compliance. Matt's extensive experience in traffic engineering and roadway design allows him to develop practical, data -driven solutions that enhance safety and mobility for Weld County. 0 James's expertise in alternative delivery and multidisciplinary coordination ensures Weld County's projects are delivered with proactive oversight, risk management, and seamless stakeholder communication. 0 Courtney's prior experience on these corridors allows her to hit the ground running, ensuring a streamlined acquisition process and seamless coordination with property owners and stakeholders. Page 21 libenesch *65% / • 30% Z 1,,,,; benesch 40%/•10`0 C 60% / • 45% WILSON &COVIPANY ft- 90%/•60% CAPACITY LEGEND: .y % Available • "o Committed to this Project ► KEY PERSONNEL - CAPABILITIES & QUALIFICATIONS Our key personnel work closely with our management team to provide specialized expertise and hands-on support, ensuring seamless project execution. With a proven ability to work independently while staying closely aligned with Weld County's goals, they bring the technical knowledge and experience needed to drive these projects forward efficiently. JJ WIEREMA, PE - WCR 66 DESIGN LEAD: JJ brings extensive experience in project management and design -build delivery, with expertise in roadway design, stormwater management, and multimodal improvements. Having served as a design engineer, project manager, and owner's representative, he understands both design and construction intricacies, ensurirg seamless project execution. His experience includes environmental clearances, at -grade intersections, roundabout design, and interstate interchanges. CARLOS SALA, PE - WCR 54 DESIGN LEAD: Carlos has 10 years of experience in transportation engineering, specializing in complex highway and roadway projects. Carlos served as design manager for CDOT's $286M I-25 North Segment 6 project and currently leads design for Segment 5. His experience across roles from staff engineer to project manager has shaped hint into a well-rounded transportation professional in design and project celivery, guiding teams through complex project delivery challenges. RANDY JENSEN - ALTERNATIVE DELIVERY SELECTION/PROCUREMENT: With over 30 years at CDOT, where he retired as Region 6 transportation director, and 10 years with the FHWA as program manager of the Alternative Contracting Methods (ACM) program, Randy brings extensive knowledge to his role. He has supported numerous projects using alternative contracting methods and contributed to the CDOT Project Delivery Selection Matrix (PDSM) and the CM/GC manual. JESS HASTINGS, PE - RAILROAD COORDINATION: Jess brings extensive experience in railroad coordination and project management within the civil engineering sector. His expertise includes engineering design, construction administration, and navigating the complexities of working with Class I and III railroads. Having worked for both agencies and railroads, Jess has a unique perspective that allows him to anticipate challenges and align project objectives with stakeholder needs. LINDSEY DANIELS - PUBLIC INVOLVEMENT LEAD: With six years of professional experience and dual bachelor's degrees in communications, marketing, and lousiness administration, Lindsey has gained expertise in organizational strategy, advertising, copywriting and public relations. Her experience, including an internship with CDOT, has given her valuable insight into agency expectations and best practices for public engagement, ensuring clear and effective communication with stakeholders. COREY GUERRERO, PIS - SURVEY/RIGHT-OF-WAY LEAD: Corey is a right- of-way and land surveying expert with 36 years of experience, including 25 years with CDOT overseeing field surveys and ROW plan preparation for roadway improvement projects. He played a key role in CDOT's transition to Bentley InRoads and MicroStation, standardizing survey and ROW processes. His experience spans both public and private sectors, providing accurate and efficient ROW solutions for transportation infrastructure projects. benesch ONE TEAM, ONE GOAL 65‘ JJ's ability to balance quality, schedule, and budget makes him a key asset in delivering an efficient and well -coordinated WCR 66 corridor project for Weld County. Carlos's expertise in alternative delivery and major transportation projects ensures a streamlined, cost- effective approach that optimizes constructability, and enhances team coordination and quality. Randy's ACM project leadership across Colorado ensures effective funding and construction alignment with state and federal regulations, helping `'field County maximize resources and maintain compliance. qt1 _ Jess's incustry relationships and deep understanding of railroad operations enable him to find solutions to complex coordination issues and keep projects on schedule Lindsey's expertise in government policy and public information enables her to develop effective communication strategies, especially in crises, ensuring projects align with community interests. A Greeley native, Corey's deep roots in Weld County, extensive CDOT experience, and ROW planning expertise ensure precise, efficient land acquisition that keeps these projects moving forward seamlessly. Page 22 CAPACITY LEGEND: Available • % Committed to this Project benesch • 60% / • 35% i - ,• UMULLEP •60%t •35% RockSo min , 4t- • 4UIV1S �HC 4�VEI• •40%/•25% !aMULLER •50%/•35% !aMULLER so% • 40% Tiglas • 50% / • 25% TOM FUENTES, PE - WCR 66 H&H LEAD: Tom brings over 46 years of experience in public capital improvement projects, specializing in floodplain management, hydraulic structure and culvert design. and stream restoration His experience includes CLOMR/LOMR processing, irrigation structure design, stormwater management and utility plans, preparation of drainage memoranda and reports, environmental permitting, and construction -phase support. MICHELE MORGAN, PE - WCR 54 H&H LEAD: Morgan has 30 years of experience in H&H design, floodplain and MS4 permitting, and water quality compliance for transportation projects. She led the stormwater and water quality design for numerous projects in Weld County including 1-25 North Segment 6, US 85 and 0 Street Intersection Relocation, and US 85 Resurfacing. Her expertise in Weld County. MHFD, and CDOT drainage standards ensures compliant designs that effectively address site constraints. DON HUNT, PE - GEOTECHNICAL LEAD: Don has 36 years of experience managing geotechnical investigations and developing recommendations for pavements, foundations and transportation infrastructure. He has been a key contributor to major infrastructure efforts, including the 1-25 Segments 5 & 6 projects, where he led geotechnical investigations from Denver to Fort Collins. As a mentor, he ensures the accuracy and quality of geotechnical reports, maintaining consistency with industry standards. CAMERON GREER, PE - SUE LEAD: Cameron has 19 years of experience in utility surveying, CAD and SUE project management. Since 2008. he has focused on leading SUE projects, overseeing data acquisition, processing, and analysis to support infrastructure design and constriction. He is proficient in OpenRoads Designer and Bentley's SUE software, creating accurate 3D models of existing utility infrastructure to facilitate conflict resolution. Cameron works closely with engineers, utility owners, and contractors to ensure seamless utility coordination, reducing project risks and delays. JEFF WULLIMAN, PE - UTILITY RELOCATION LEAD: Jeff is a utility coordination expert with extensive experience managing complex utility relocations for major transportation projects. He has successfully led utility coordination on four large alternative delivery (CM/GC) CDOT projects, ensuring expedited relocations to meet aggressive construction schedules. Jeff approaches each relocation as a distinct project, carefully managing scope, schedule, budget, right-of-way, permits, and risk to ensure seamless integration within the overall program. EMILY TYLER, PE - IRRIGATION DESIGN LEAD: Emily's expertise spans irrigation systems. embankment dams, levees, and municipal water facilities. She has contributed to major projects in the region, including irrigation work for 1-25 Segments 5 & 6, where she collaborated with Benesch. Emily specializes in designing low -maintenance, high-performance irrigation solutions that enhance both functionality and environmental sustainability in transportation infrastructure. DARCY TIGLAS - ENVIRONMENTAL LEAD: Darcy brings 35 years of experience in environmental consulting for Weld County. Site has completed numerous projects on WCR 54 and 66, including environmental clearances for roundabouts, wetland delineations, and cultural resource assessments. Darcy's expertise encompasses various environmental tasks, including sensitive species evaluations and 404 -wetland permitting, ensuring comprehensive compliance with federal and state regulations. Tom's comprehensive understanding of drainage and hydrology ensures effective, resilient solutions that enhance infrastructure performance and mitigate flood risks. Michele's expertise in transportation drainage and H&H design ensures a balanced approach to water quality and project needs, delivering practical, compliant solutions. Don's extensive geotechnical expertise and deep familiarity with Colorado's transportation corridors ensure Weld County receives reliable, cost-effective solutions tailored to local site conditions. Cameron's expertise in utility data management and conflict resolution ensures Weld County's projects are designed with accurate, real -world utility information —minimizing costly surprises and construction delays. Jeff's expertise in utility coordination and agreements ensures proactive conflict resolution, streamlined approvals, and on -schedule relocations for smooth project delivery in Weld County. Emily's proven success in delivering innovative, sustainable irrigation solutions on major corridor projects ensures that Weld County's infrastructure is designed for long- term efficiency and resilience. Darcy's extensive knowledge of Weld County ecosystems and regulatory frameworks enables her to navigate complex environmental challenges effectively. benesch ONE TEAM, ONE GOAL Page 23 ► REFERENCES & SIMILAR PROJECTS WITHIN THE LAST TEN YEARS CDOT R4 - I-25 NORTH EXPRESS LANES SEGMENTS 5 & 6 Abra Geissler, PE P: 303-995-3008 E: abra.geissler@state.co.us Johnny Olson (CDOT Owner Side), Jess Hastings, James Newberry, Steven Humphrey [MUL], Carlos Sala [MUL], Michele Morgan [Ma], Randy Jensen [MUL], Andy Pultorak [MUL], Kristi Estes [CIG], Don Hunt (RockSol) PROJECT RELEVANCE • Alternative delivery (CM/GC) • ROW acquisition for corridor projects • Complex utility coordination • Stakeholder/agency collaboration • Procurement and contract support • Phased design for construction • Multimodal and drainage integration • Public communication The project team, led by Muller, is delivering a $460 million CM/GC project to widen approximately 6 miles of 1-25 from four to six lanes. Due to funding constraints, the team developed multiple alternatives, including both corridor -wide and site -specific refinements, to ensure the project fits within budget. 1-25 North Segment 6 - Berthoud to Johnstown Reconstruction: Completed in 2024, Segment 6 spans 5.1 miles from south of CO 56 to north of CO 402. The segment includes 14 bridges, a parallel frontage road, three interchanges (one diverging diamond with signalization, one flipped from under to over), five intersections. two roundabouts, and a DTR mobility hub. The team worked closely with CDOT's Utility Ergineers, ITS, Contracts Office, and the Attorney General's office to coordinate over 40 agreements, amendments, and permits with 11 utility providers and 9 irrigation users. This required extensive utility coordination, including over $6M in utility and irrigation relocations, all under tignt timelines. 1-25 North Segment 5 - CO 66 to CO 56 Design Engineering Services: This ongoing segment, located in Weld County, involves widening and reconstructing i-25, updating roadway geometry, and integrating tolling and ITS systems. The team is also responsible for the reconstruction of interchanges, replacement of bridges, and incorporation of multimodal options. Specific tasks include the redesign of WCR 38 and its int: rsection with the I-25 East Frontage Road, as well as reconstruction of 1,100 feet of WCR ove- I-25 and 460 feet of East Frontage Road. Tne project also requires ROW acquisition for new interchanges, frontage roads, and infrastructure expansion, alongside four new drainage culverts and pipes. Across both segments, the team focused on stakeholder coordination, managing constructability reviews, value engineering, and fostering collabcration between design and construction teams. To support the contractor's critical -path szhedule, the team phased design and construction strategically, prioritizing early -out bridge packages. Additionally, the team assisted CDOT in establishing cost -sharing partnerships with local agencies, developers, and transit stakeholders, which were formalized through MOUs and IGAs. CDOT & BOULDER COUNTY, CO - CO 119 SAFETY, MOBILITY & BIKEWAY Stacey Proctor, MPA, PMP P: 720-490-3954 E: sproctor�dbouldercounty.gov Carlos Sala [MUL], Steven Humphrey [MUL], Randy Jensen [MUL], Alex Liston [MUL], Jeff Wulliman [MUL], Michelle Morgan [MUL] PROJECT RELEVANCE • Alternative delivery (CM/GC) • Corridor planning • Agency/stakeholder coordination • Intersection safety/mobility upgrades • Public engagement and consensus - building The CO 119 corridor between Boulder and Longmont is a critical regional transportation link, serving commuters, cyclists, and transit users. To enhance mobility and safety for all travel modes, a comprehensive study was conducted to evaluate alternatives for a 9.1 -mile bicycle facility while integrating Bus Rapid Transit (BRT) improvements. The study focused on seamless coordination between the bikeway and transit infrastructure to maximize connectivity and minimize conflicts. Muller serves as program and project manager for the CO 119 Safety and Mobility (CDOT) and Bikeway (Boulder County) projects, leading efforts to secure $25iv in RAISE grant funding for construction. Effective stakeholder coordination —including CDOT, RTD the BRT Technical Advisory Committee, the City of Boulder, Boulder County, and Longmont —ensured alignment through structured meetings and thorough documentation. With funding in place, the project shifted from separate design-bii-build packages to a single CM/GC delivery to improve efficiency. Design is complete fcr three intersection improvements, including Transit Signal Priority (TSP) and queue bypass lanes, four transit platforms, seven miles of bicycle facilities, and a park -n -ride. Final plans for Construction Package No. 2 will complete the remaining two miles of bikeway, two transit platforms and a park-n-ricle at 63rd Street. The project's holistic approach enhances safety, reduces congestion, and improves transit reliability while supporting regional sustainability goals. Once complete, it will provide seamless multimodal connections between Boulder and Longmont, promoting higher transit ridership and safer active transportation options. Obenesch ONE TEAM, ONE GOAL Page 24 CDOT R4 - I-25 MULBERRY INTERCHANGE Peter Feenstra P: 970-350-2100 E: peter.feenstra@state.co.us Johnny Olson, Matt Salek, John Moschovich, Jess Hastings, JJ Wierema, Tom Fuentes, Dan Bechtold, Steven Humphrey [MUL], Michelle Morgan [MUL], Randy Jensen [MUL], Andy Pultorak NUL], Kelly Maiorana [MUL], Sara Johnson [MUL], Cameron Greer [UMS], Lindsey Daniels [CIG] PROJECT RELEVANCE • Alternative delivery (CM/GC) • Interchange and corridor design • ROW and utility coordination • Traffic and safety analysis • Stakeholder/agency collaboration • Multimodal and freight mobility focus • Grant writing and funding strategy The I-25 and Mulberry Interchange Project is a key infrastructure initiative in Fort Collins, Colorado, aimed at improving connectivity, safety, and mobility. With increasing traffic due to regional growth, CDOT has prioritized this project to enhance freight movement, commuter efficiency, and multimodal access while supporting economic development. Benesch is leading the analysis, evaluation, and design of the interchange and adjacent frontage road intersections. This includes weaving analyses between freeway ramps, exit ramps, and managed lanes, as well as vehicular, pedestrian, and bicycle safety evaluations. To develop design alternatives, Benesch conducted a three -session Value Planning process focused on fact-finding, no -build analysis, and alternative selection. The team modeled traffic conditions, identified capacity and safety concerns, and used heat maps, crash data visualizations, and operational modeling guided decision -making, leading to the development of five interchange and four frontage road alternatives. These were refined into eight standalone construction packages under a CM/GC delivery model. Due to the project's scale and funding constraints, phased implementation ensures each segment improves safety and operations while aligning with long-term corridor goals. Benesch is also assisting with resiliency planning, grant writing, and funding strategies to support ongoing infrastructure development. The Project Delivery Selection Matrix is being used to determine the most effective construction approach. This data -driven strategy ensures long-term mobility, safety, and economic benefits for Fort Collins and the surrounding region. "This project faced the challenge of remaining a priority project during updates to the North Front Range MPO priority project update. Johnny Olson was key in supporting myself and CDOT regarding stakeholder coordination with the individuals from this organization and meeting with them in advance of their prioritization update meetings. The project likely would have been shelved without his involvement and understanding of the area and individuals involved." - Gina Fox, CDOT TOWN OF JOHNSTOWN, CO - SH 60 & COLORADO BOULEVARD err Brandon Torrez P: 970-966-5792 E: btorrezC johnstownco.gov Johnny Olson, Matt Salek, John Moschovich, Don Hunt (RockSol), Cameron Greer (UMS), Courtney Wallace (Horrocks), Darcy Tiglas (Tiglas) PROJECT RELEVANCE • Intersection capacity and safety improvements • Traffic signal and turn lane design • ROW, SUE and drainage • Property owner coordination • Irrigation/utility impact mitigation • CDOT/stakeholder coordination r With ongoing development in Johnstown, the SH 60 and Colorado Boulevard (CR 13) intersection has experienced increasing delays and deteriorating traffic operations due to insufficient turn lanes and limited capacity. The recent opening of a new high school south of the intersection is expected to further impact traffic flow. To address these challenges, the Town is implementing improvements to enhance intersection operations. Benesch is providing engineering services for the project, including roadway, traffic, and drainage design, as well as survey, geotechnical, subsurface utility engineering (SUE), and right-of-way services. The improvements include adding separate northbound and southbound turn lanes, widening pavement, upgrading signage and striping, and replacing the existing traffic signal. The new signal poles will be positioned to accommodate the future ultimate widening of the intersection. The project requires extensive coordination with multiple stakeholders, including private irrigation owners, as several irrigation lateral pipes run beneath the intersection. Benesch has been working closely with these owners to assess impacts and plan necessary realignments. Additionally, Benesch has conducted property owner outreach, presented to the Town Council, and facilitated discussions with adjacent developers. Since SH 60 is a state highway, coordination with CDOT is also essential. Benesch is leading the Access Permit process, managing correspondence with CDOT, and addressing review comments to ensure compliance with state requirements. "The Benesch team excels at managing multiple projects seamlessly for the Town of Johnstown, ensuring efficient program delivery and top -tier design solutions —they truly make my life easier and our town better!" - Brandon Torrez, Town of Johnstown benesch ONE TEAM, ONE GOAL Page 25 • a w3 _a 1 i' SECTION 6 APPENDIX aseAlmsooleir 4111S1 benesch ONE TEAM, ONE GOAL RESPONSE ITEM 10 - WILLINGNESS OF THE PROPOSER TO ENTER INTO THE WELD COUNTY STANDARD CONTRACT AGREEMENT INCLUDED IN SECTION G OF THIS REQUEST Benesch confirms its willingness to enter into the Weld County Standara Contract Agreement as included in Section G of this request, subject to any mutually agreed -upon modifications as necessary. RESPONSE ITEM 15 - JUDGEMENTS, CLAIMS, OR SUITS PENDING OR OUTSTANDING AGAINST PROPOSER'S COMPANY Benesch has no judgments, claims, or suits pending or outstanding in the state of Colorado. RESPONSE ITEM 16 - CHANGES IN COMPANY OWNERSHIP IN THE LAST 5 YEARS Benesch has had no changes in company ownership in the last five years. Addendum # 1 Bid Request Number B2500023 Owner's Representative Services for CIP Corridor Projects Item #1 - Delivery Methods: Page 1 of the request for proposals states: Proposal Delivery: Preferred email to bids(c�weld.gov or option to hand delivery -0 1301 North 17th Avenue, Greeley, CO. 80631. Page 2 of the request for proposals states: Proposal Submission 1. PREFERRED: email Proposals to bidsweld.gov If your Proposal exceeds 25MB please upload your Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. 2. PDF format is required. Emailed Proposals must include the following statement on the email: "I hereby waive my right to a sealed Proposal". An email confirmation will be sent when your Proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Page 19 of the request for proposals states: Proposers shall submit 5 hard copies of their proposal to ensure that the team of reviewers receives the proposals exactly how the proposers want them to be presented. Item #1 Clarification: Weld County is requesting that proposers submit 5 hard copies and 1 electronic pdf format copy of their proposal. Item #2 - Use of 11" x 17" Sheets: Page 19 of the request for proposals states: 11" x 17" paper can only be used for presenting large, detailed schedules, or example plan sheets. Item #2 Clarification: Weld County has decided to allow the use of 11" x 17" paper for items other that those listed in the original request for proposals. The use of any 11" x 17" sheets shall be counted as 2 pages toward the 1 overall proposal page limit. Any 11" x 17" sheets used in the proposal shall be numbered accordingly as being 2 pages (i.e. — if a proposer decides to use a 11" x 17" sheet as page 11 of their proposal, then that sheet shall be numbered as page 11 & 12). Item #3 - Font Size: Page 19 of the request for proposals states: Text sizes shall be 10 point or larger. Item #3 Clarification: Weld County has no preference for specific fonts as long as they are easily legible and are 10 point or larger. Item #4 - Requesting Clarification on Response Format: Weld County received the following question: "Would the County prefer the proposal be organized/itemized into the 18 response items listed on pages 18 & 19 of the request for proposals, or be organized by Table 1 — Response Scoring Criteria on page 21?" Item #4 Clarification: Weld County is asking proposers to organize their proposal per Table 1 — Response Scoring Criteria on page 21 of the request for proposals, while addressing the 18 response items listed on pages 18 & 19 within those criteria listed in Table 1. Item #5 — Requesting Items be Excluded from Page Count: Weld County received the following questions: Can items 15 and 16 of the 18 response items listed on pages 18 & 19 be excluded from the page count? Can the proposal include a table of contents, and can that table not count toward the page limit? 15. Describe any judgements, claims, or suites pending or outstanding against proposer's company. 16. Describe any changes in company ownership in the last 5 years. Item #5 Clarification: Weld County has decided that information related to items 15 and 16 of the 18 response items listed on pages 18 & 19 of the request for proposals can be excluded from the overall proposal page limit. Please include any information related to these items at the end of your proposal as an appendix on unnumbered pages. A table of contents can be included as part of the proposal and will not be counted toward the overall proposal page limit. If a table of contents page is included in your proposal, please leave it as an unnumbered page. 2 Item #6 — Schedule F - Insurance: Weld County received the following question: Can the County clarify how bidders should acknowledge Schedule F — Insurance? Would you require a copy of insurance certificates or is it acknowledged by completing Schedule E? Item #6 Clarification: Weld County will require copies of insurance certificates. Item #7 - Schedule G - Weld County Contract: Weld County received the following question: Can the County clarify how bidders should acknowledge Schedule G — Weld County Contract? Is it acknowledged by completing Schedule E? Item #7 Clarification: Proposers will need to sign and date Schedule E and must make a statement regarding if you will be willing to sign a contract like the example Weld County contract included. If the proposer has concerns and want changes to be made to the example contract, then please include these requested changes in your proposal. Please be aware that if Weld County does not agree with the requestec changes, it may impact your proposal scores. Item #8 - Appendix: Weld County received the following question: Can required forms be placed into an appendix at the end of our proposal? Item #8 Clarification: Weld County would prefer that all required forms and any other requested information that is not included in the overall proposal page limit be included in an appendix at the end of your proposal. General Project Questions Received with Answers: 1. Will the County require overhead power to be rerouted underground at intersections? Answer — Yes, this is Weld County's preference 2. The RFP does not mention environmental clearances as part of the scope. Have both the WCR 66 and WCR 54 corridors been environmentally cleared, including categorical exclusions for portions of the projects with CDOT involvement? Answer — These corridors have no CDOT involvement other than coordination a-. tie in locations with CDOT facilities. Weld County will only require a Phase 1 Environmental Report. The WCR 66 corridor already has this report completed. There may be some updating needed, but that is all that expected at this time. 3 3. Will boundary/topographic survey services be required? Answer — Yes, especially if the Owner's Representative elects to perform the duties of Designer of Record for either corridor project. 4. Have ROW plans be developed for each corridor or will that be the responsibility of the consultant Owner's Representative team? Answer — ROW plans have been created for the WCR 66 corridor and parts of the WCR 54 corridor. The Owner's Representative will be expected to participate in creating/amending these plans as needed for the project. 5. The WCR 66 Corridor — 2024 CIP reference file show this project as a proposed 2 lane roadway; however, the RFP calls for a 4 -lane section, with continuous center turn lane. Can the County confirm which is correct? Answer — WCR 66 will be built to the same cross section as what was built on the Weld County Highway. A 4 -lane concrete roadway with a 16' wide continuous center turn lane and 8' paved/2' gravel shoulders. 6. Is the County open to utilizing either Bentley or Autodesk CAD platforms for project design delivery? Answer — Weld County prefers Autodesk CAD — Civil 3D 7. Can the County provide proposed configuration CAD/alignment information for both corridors? Answer — Weld County has supplied the WCR 66 Corridor plans that we currently have available. The WCR 54 Corridor does not have plans, only the conceptual layout drawing that has already been provided. 8. Does the Board of County Commissioners have to sign off on all ROW purchases? If so, how does that affect the schedule? Answer — Yes, typically it takes 2 weeks from the time the owner signs the agreement to get it in front of the BOCC for a signed Memo of Agreement. Then it typically takes a month for the internal process to be completed to cut a check for the closing. 9. Have property owners been informed of this happening? Answer — The property owners on the WCR 66 corridor are aware of the project and many have been contacted regarding ROW acquisitions. The property owners on the WCR 54 corridor are aware of a future project due to the adopted access control plan. Property owners along both corridors are probably not aware of the accelerated status of the projects starting now. 10. Will the Owner's Representative be responsible for determining historic status, or will the Owner's Representative be responsible for helping Weld County procure and oversee a separate contractor? 4 Answer — Some historic clearances have been completed for the WCR 66 corridor. The WCR 54 corridor would have to be cleared. The Owner's Representative may have to hire another consultant for historical clearance if floodplain permits are elevated to FEMA. 11. Who are the Weld County players that will be involved in both projects? Answer — The main contacts for the Owner's Representative for both projects will be County Engineer, Don Dunker and Sr. Engineer, Cameron Parrott 12. Have the affected communities been informed? Answer — The City of Greeley is aware of the WCR 66 & WCR 54 projects moving forward. The Town of Milliken and the Town of Johnstown are aware of the WCR 54 project but may not be aware of the accelerated status. 13. Have impacted utilities been informed? Answer — No, we don't know what the impacts are at this point. 14. Why the deadline for the WCR 66 construction completion? Answer — This deadline is what Weld County expects. 15. What sources of funding do you have in place? Answer — All funding for these projects at this point is Weld County funds, no grants have been applied for. The only anticipated grants would be though DOLA. 16. How often would the Owner's Representative be expected to present to the BOCC? Answer — The Owner's Representative will be considered an extension of the Weld County staff. Any items that would regularly be reported to the BOCC by staff members would now be covered by the Owner's Representative. Typically, this would be every two weeks or as needed for important items. 17. Will the floodplain modeling need to go through FEMA or just the Weld County Floodplain Development permit? Answer — We anticipate only needing to go through the Weld County Floodplain Development permit process. 18. Is a CLOMR/LOMB expected to be required for these projects? Answer — Weld County expects to receive a No Rise Certificate with the possibility of a post construction LOMR. 19. Does Weld County have an idea of how much oil and gas pipelines might be in the two corridors? Answer — No 5 Pre -Proposal Meeting Minutes, Questions & Answers, and Attendance Sheet: Information from the pre -proposal meeting has been added to this addendum on the following pages. 6 Bid Request Number B2500023 Owner's Representative Services for CIP Corridor Projects Mandatory Pre -Proposal Meeting Minutes February 21, 2025 10:00 AM - 10:35 AM Sign -in Sheet: must be filled out by any company which intends to submit a proposal. A copy of the sign -in sheet is included at the end of these minutes. 2. Project Descriptions/Locations: a. The WCR 66 Corridor extends 4 miles from US 85 to WCR 47. The roadway' is currently a two- lane paved section with minimal shoulders. This project will expand this corridor to become a four -lane concrete roadway. The anticipated typical roadway section will include two 12 -foot travel lanes in each direction, a 16 -foot continuous center left turn lane, and 10 -foot shoulders (8 -ft paved and 2 -ft gravel). This typical cross section will mirror what was previously constructed along the Weld County Highway between 1-76 and Hwy 392. The WCR 54 corridor extends 4 miles from WCR 13 to State Highway 257. The roadway is currently a two-lane paved section with minimal shoulders. This project will expand this corridor to become an interim two-lane concrete road. The anticipated typical roadway section will include one 12 -foot travel lane in each direction, an asphalt 18 -foot center continuous turn lane, and 8 -foot shoulders (6 -foot paved and 2 -foot gravel). The ultimate cross section for this corridor will include two 12 -foot travel lanes in each direction, an 18 -foot raised center median for access control with concrete curb and gutter and detached sidewalks. Weld County has already completed the large bridge replacement crossing over the Big Thompson River and the installation of a roundabout at the intersection of WCR 54 and WCR 17 on this corridor. Another roundabout at the intersection of WCR 54 and WCR 13 will be completed in 2026 while this corridor project is in the design and right-of-way acquisition phase. Construction can not start before the WCR 54/13 Roundabout is completed. Weld County will share preliminary plans for the Great Western RR Crossing improvements between WCR 15 and WCR 17 with the selected proposer. 3. Owner's Representative Responsibilities/Expectations: a. Must be a self-starter with the ability to manage these large corridor projects with minimal oversight. b. The Owner's Representative will be considered an extension of the Weld County staff and will be required to make project related decisions and report project progress to management. c. The Owner's Rep will manage design, right-of-way acquisitions, utility relocations, and construction of these projects. This may include managing several contracts at once. d. The Owner's Rep will be responsible for project administration including processing pay applications and contract documents. e. The Owner's Rep will be required to provide public communication services in coordination with the Weld County Public Information Office. f. The Owner's Rep will be responsible for administering third party contracts such as utility relocation agreements or railroad crossing agreements. g. The Owner's Rep may also be considered the Engineer of Record for the design should they prove to Weld County they have the capacity and knowledge to do so. Red text = information added at the meeting h. The Owner's Representative must be able to work with elected officials. You should expect to have regular meetings with the Weld County Board of County Commissioners (BOCC). These meeting are anticipated to be either bi-monthly or more often depending upon requests from the BOCC. These meetings may be in person or virtual. 4. Proposal Requirements: a. Five hard copies and one electronic (pdf) copy of proposals shall be delivered to the Purchasing Department at 1301 North 17th Avenue, Greeley, CO 80631. b. See the RFP — Schedule E for a list of specific forms to be included with the proposal. c. Proposals are limited to a total of 25 pages, as specifically described in the RFP — Schedule D. Including all 11"x17" counted as two pages each. d. Consultant insurance requirements are specifically described in the RFP — Schedule F. e. Please make sure your proposals are set up in a way that is easy for us to determine if all the required documents are included 5. Selection and Contract Award Process: a. Method of procurement utilizes the Qualifications Based Selection (QBS) process. b. The firm with the highest ranked proposal will be engaged to prepare a detailed cost proposal intended to arrive at a negotiated contract amount. Should such negotiations prove to be unsuccessful, the County will then attempt contract negotiations with the next highest ranked firm. c. The proposal scoring criteria are described specifically in the RFP — Schedule D (Table 1). In some situations, the County may choose to invite certain consultants to participate in interviews. If interviews are conducted, the interview scoring criteria are described specifically in the RFP — Schedule D (Table 2). 6. Project Milestones (Anticipated): a. February 28, 2025 — Final Questions Due b. March 4, 2025 — Final Addendum Released c. March 7, 2025 — Proposals are Due d. Week of March 17th — Interviews (If Needed) Staff is anticipating that interviews will be needed for the selection process e. March 26, 2025 —Award of Project f. April 4, 2025 — Notice to Proceed g. It is anticipated that the Owner's Representative will hold a neighborhood meeting shortly after notice to proceed to introduce themselves to the landowners and residents along the corridors and discuss the projects. h. December 2028 — Anticipated WCR 66 Construction Complete Red text = information added at the meeting 8 i. December 2029 — Anticipated WCR 54 Construction Complete 7. Addendum Number 1 a. Review items related to proposals b. Review general project questions c. The Consultant will be expected to keep Don Dunker, County Engineer or Cameron Parrott, Sr. Engineer regularly informed of the progress on each project through email, phone conversations, or meetings (virtual or in person). 8. Questions from the Meeting with Answers a. Do items 15 and 16 of the 18 items listed on pages 18 & 19 of the requesticn for proposals pertain only to disciplinary actions in Colorado? i. Yes b. Would a cover letter be included in the proposal page limit count? i. No, we will exclude cover letters from the proposal page limit. c. On the WCR 66 corridor, will improvements to Hwy 85 be included in the project? i. Yes, it is anticipated that a traffic signal will be warranted at this intersection. d. Does the new floodplain crossing structure near the intersection of WCR 66 & WCR 41 accommodate the WCR 66 cross section for this project? i. Yes e. Regarding right-of-way plans, is there already title work available? i. Yes, but they are outdated at this point and additional work will be needed. f. Will the intersection of WCR 66 and WCR 47 need to be upgraded to a traffic signal or anything like that? i. It has not been shown that way but will require a warrant analysis. g. Is the floodplain permitting completed for the WCR 54 & WCR 13 roundabout project? i. Yes Red text = information added at the meeting 9 B2500023 - Owner's Representative Services for CIP Corridor Projects Mandatory Pre -Bid Meeting Attendance Sheet Date: 2/28/25 Time: 10:00 AM Name Phone Number E-mail Company , Don Dunker Weld County Public Works (970) 400-3749 ddunker@weld.gov Cameron Parrott Weld County Public Works (970) 400-3745 cparrott@weld.gov JaneIle Jahnke HDR (720) 244-0315 ianelle.jahnke@hdrinc.com Joe Zufall Atkins Realis (720) 323-1251 ioseph.zufall@atkinsrealis.com James Newberry Benesch (303) 720-8723 jnewberry@benesch.com Dan Liddle Atkins Realis (303) 903-2474 daniel.liddle@atkinsrealis.com Greg Frazee Axios Civil Solutions (970) 381-1743 gfrazee@axioscivil.com Matt Salek Benesch (720) 473-7564 msalek@benesch.com Johney Olson Benesch (970) 381-2206 jwolson@benesch.com Ryan Sisson RMS, Inc. (303) 547-4835 rsisson@rmsmobility.com Steven Humphrey Muller (303) 519-6178 shumphrey@mullereng.com Carlos Sala Muller (970) 691-3918 csala@mullereng.com Mike Cates AECOM (720) 422-3746 mike.cates@aecom.com Ryan Axtman Weld County (970) 381-3302 raxtman@weld.gov Toby Taylor Weld County (970) 400-4954 ttaylor@weld.gov Tom Lagos LSV Inc. (303) 450-5000 tom@lagospm.com a _ 10 Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Alfred Benesch & Company Signature: 4 `---/� -' Name: Jess Hastings, PE Title: Senior Vice President February 21, 2025 [Click to Update] 2/27/2025 Date of Signature Addendum # 2 Bid Request Number B2500023 Owner's Representative Services for CI P Corridor Projects Addendum 1 Item #1 Clarification Currently Reads: Weld County is requesting that proposers submit 5 hard copies and 1 electronic pdf format copy of their proposal. Change: A. On page 19 in the bid specifications and under title Response Format amend step 3 to read as follows: 3. In addition to the Proposal submission instructions and deadline identified, Proposer shall submit 5 hard copies to the Purchasing Division located at 1301 North 17th Avenue on March 7, 2025, by 4:00 PM. These hard copies will be used by the selection committee. Proposers shall ensure the hardcopies proposals are exactly how the proposers want them to be presented. Additional Questions Received with Answers: 1. Other than the overall minimum 10 pt font size requirement, may we use a smaller font for/within graphics? Answer — No, all text shall be 10 pt or larger. 2. May we include a one -page cover letter, and may it be not counted against the page? Answer — Yes. a cover letter may be included, and it shall not count against the total page count of 25 pages. If you include a cover letter, please make sure it is on an unnumbered page. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Alfred Benesch & Company Signature: Name: Jess Hastings, PE Title: Senior Vice President March 4, 2025 3/5/2025 Date of Signature Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline of 10:00 AM on March 7, 2025: 1) Vendor's Proposal - Outlined in Schedule D 2) Schedule E — Proposal Response Form 3) Any potential or future Addenda must be completed/acknowledged. 4) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non -responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal it may be disqualified. Fees Provide fees for this project below: This is a qualification -based selection process, so no fees will be submitted until after a selection has been made and contract negotiations are started. Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Proposal for Request B2500023. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form VV9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance 6. Acknowledgment of Schedule G — Weld County Contract 7. By submitting a responsive Proposal or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Item Entry Company Name: Alfred Benesch & Company Address: 7979 E. Tufts Avenue, Suite 800, Denver, CO 80237 Phone 303-345-7929 Email: jhastings@benesch.com FEIN/Federal Tax ID #: 36-2407363 CONTRACTOR: By: . Name: Jess Hastings, PE Title: Senior Vice President 2/27/2025 Date of Signature SCHEDULE F - INSURANCE ACKNOWLEDGMENT Benesch acknowledges Schedule F: Insurance provided in the RFP. Below is proof of insurance. ALFRBEN-01 CMURPHY LIABILITY -- DATE (MM/DD/YYYY) 5/20/2024 ACORO ki....----- CERTIFICATE OF INSURANCE THIS CERTIFICATE IS ISSUED AS A CERTIFICATE DOES NOT AFFIRMATIVELY BELOW. THIS CERTIFICATE OF INSURANCE REPRESENTATIVE OR PRODUCER, AND MATTER CERTIFICATE DOES OF INFORMATION NEGATIVELY NOT CONSTITUTE HOLDER. AMEND, ONLY AND EXTEND A CONFERS OR ALTER CONTRACT NO BETWEEN RIGHTS UPON THE COVERAGE THE THE CERTIFICATE AFFORDED ISSUING INSURER(S), HOLDER. BY THE AUTHORIZED THIS POLICIES OR THE IMPORTANT: If the certificate holder is an ADDITIONAL If SUBROGATION IS WAIVED, subject to the this certificate does not confer rights to the certificate terms INSURED, the and conditions holder in lieu of policy(ies) of the such must have ADDITIONAL INSURED provisions or be endorsed. policy, certain policies may require an endorsement. A statement on endorsement(s). PRODUCER Ames & Gough 859 Willard Street Suite 320 Quincy, MA 02169 CONTACT i_NAME: PHONE E 617 328-6555 (A/c, No, xt): ( ) FAX (A/c, No): 617 328-6888 ( ) ADDREs$: boston@amesgough.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A : Travelers Indemnity Company, A++, XV 25658 INSURED Alfred Benesch & Company 35 West Wacker Drive, Suite 3300 Chicago, IL 60601-5927 INSURER B : Charter Oak Fire Insurance COmRany A++ (XV) 25615 INSURER c : Travelers Property Casualty Company of America 25674 INSURER D : Phoenix Insurance Company A++, XV 25623 INSURER E : n m n r i w Berkshire Hathaway Specialty Insurance Company (A++XV) 22276 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY INDICATED. NOTWITHSTANDING CERTIFICATE MAY EXCLUSIONS AND THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYYI_ POLICY EXP (MM/DD/YYYYI LIMITS A X COMMERCIAL GENERAL CLAIMS -MADE LIABILITY OCCUR , X630 -0O870755 5/31/2024 5/31/2025 EACH OCCURRENCE $ 1'000'000 X DAMAGE TO RENTED PREMISES (Ea occurnil 1,000,000 _ $ MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1'000'000 GE 1.. AGGREGATE POLICY OTHER LIMIT APPLIES JECOT- IX PER: LOC GENERAL AGGREGATE S 2'000'000 X PRODUCTS - COMP/OP AGG $ 2,000,000 $ B II AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS INA%WNED AUTOS ONLY 810-4X668955 5/31/2024 5/31/2025 COMBINED SINGLE LIMIT �Ea accident) 1,000,000 $ r -X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CUP-9R47920A 5/31/2024 5/31/2025 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED X RETENTIONS 0 $ D WORKERS COMPENSATION AND EMPLOYERS' ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER (Mandatory in NH) If yes, describe under DESCRIPTION OF LIABILITY EXCLUDED') OPERATIONS below Y I N N ! A I UB-5K723986 5/31/2024 5/31/2025 X PER STATUTE OTH- ER _ E.L. EACH ACCIDENT 1,000,000 $ N E.L. DISEASE - EA EMPLOYEE 1,000,000 $ E.L. DISEASE - POLICY LIMIT $ 1,000'000 E E Professional Liab 147EPP30529707 i 47EPP30529707 5/31/2024 5/31/2024 5/31/2025 5/31/2025 Per Claim Aggregate 1,000,000 3,000,000 DESCRIPTION If Al policy For box is checked, terms Proposal OF OPERATIONS / LOCATIONS GL Endt Form# and conditions. Only / VEHICLES (ACORD Auto Endt 101, Additional Remarks Schedule, may be attached if more space is required) therein applies and all coverages are in accordance with the CGD604, Form# CAT499 to the extent provided IFICATE HOLDER CANCELLATION For Proposal Only SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE �O.rej_ - li.11WS' 11 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ALFRBEN-01 ZRINKUS ACOR0 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/6/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Ames & Gough 859 Willard Street Suite 320 Quincy, MA 02169 INSURED Alfred Benesch & Company 7979 East Tufts Avenue Suite 800 Denver, CO 80237 COVERAGES CERTIFICATE NUMBER: CONTACT NAME: PHONE 617 328-6555 FAX 617 328-6888 MAIL A ou ADDRESS: � g g boston ames h.com A INSURER(S) AFFORDING COVERAGE INSURER A : Travelers Indemnity Co. of America A++, XV INSURER B : Charter Oak Fire Insurance Company A++ (XV) INSURER C : Travelers Property Casualty Company of America, A++, XV INSURER D : Travelers Casualty Company of Connecticut A++, XV INSURER E : Berkshire Hathaway Specialty Insurance Company (A++XV) INSURER F : REVISION NUMBER: NAI C # 25666 25615 25674 36170 22276 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 \MTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY (MMLDDIYYYY) EFF POLICY EXP (MM/DD/YYYY) LIMITS A X ' COMMERCIAL GENERAL LIABILITY X X i 630-0D870755 5/31/2025 1 5/31/2026 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE PREM SESO RENT ence) $ 1'000'000 MED EXP (My one person) $ 10'000 PERSONAL & ACV INJURY $ 1'000'000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2'000'000 POLICY X PRO- JECT X LOC PRODUCTS - CCMP/OP AGG 2,000,000 $ OTHER: $ B AUTOMOBILE LIABILITY X X 810-4X668955 5/31/2025 5/31/2026 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ X ANY AUTO BODILY INJURY :Per person) $ OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY :Per accident) $ X HIRED AUTOS ONLY X NON -OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident $ $ C X UMBRELLA LIAR X OCCUR X X CUP-9R47920A 5/31/2025 5/31/2026 EACH OCCURRENCE $ 1'000'000 EXCESS LIAB , I CLAIMS -MADE AGGREGATE 1,000,000 $ 0 $ DED X RETENTION $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y N N /A X UB-5K723986 5/31/2025 5/31/2026 X PER STATUTE OTH- ER E.L. EACH ACCIDENT 1,000,000 $ ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED'? N J E . DISEASE - EA. EMPLOYEE $ 1'000'000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ E E Professional Liab 47EPP30529708 47EPP30529708 5/31/2025 5/31/2025 5/31/2026 5/31/2026 4,000,000 4,000,000 per claim aggregate DESCRIPTION If Al policy RE: (Benesch Weld shall Liability OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) box is checked, GL Endt Form# CGD604, Auto Endt Form# CAT499 to the extent provided therein applies and all coverages are in accordance with the terms and conditions. Project #: PP15-251406.00 / PM: Johnny Olsen) - WCR13-50 Project County, its subsidiary, parent, elected officials, trustees, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers be included as additional insured with respects to General, Auto, and Umbrella Liability where required by written contract. General, Auto, and Umbrella are Primary and Non-contributory as required per written contract. A Waiver of Subrogation and 30 Day Notice of Cancellation is provided in SEE ATTACHED ACORD 101 CERTIFICATE HOLDER Weld County ATTN: Don Dunker 1111 H St. Greeley, CO 80632 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. AUTHORIZED REPRESENTATIVE 9.-arezi ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACOR0 AGENCY CUSTOMER ID: ALFRBEN-01 LOC #: 0 ZRINKUS ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Ames & Gough POLICY NUMBER SEE PAGE 1 CARRIER SEE PAGE 1 NAIC CODE SEE P 1 NAMED INSURED Alfred Benesch & Company 7979 East Tufts Avenue Suite 800 Denver, CO 80237 EFFECTIVE DATE: SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: accordance with the policy terms and conditions. Umbrella is follow form, limits apply on a per project basis and includes additional insured, waiver of subrogation and is primary & non-contributory when required in a written contract. Umbrella coverage sits excess over General Liability, Automobile Liability & Employers Liability. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD GL Policy# P630 -0D870/55 Eft: 5/31/25-5/31/26 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II - WHO IS AN INSURED: Any person or organization that: a. You agree in a written contract or agreement to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an endorse- ment under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injury' caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect; and b. Only as described in Paragraph (1), (2) or (3) be- low, whichever applies: (1) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of: (a) The Additional Insured — Owners, Les- sees or Contractors — (Form B) endorse- ment CG 20 10 11 85; or (b) Either or both of the following: the Addi- tional Insured — Owners, Lessees or Con- tractors — Scheduled Person Or Organi- zation endorsement CG 20 10 10 01, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 10 01; the person or organization is an additional in- sured only if the injury or damage arises out of "your work" to which the written contract or agreement applies; (2) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of: CG D6 04 02 19 (3) (a) The Additional Insured — Owners, Les- sees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contrac- tors — Completed Operations endorse- ment CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the follcwing: the Addi- tional Insured — Owners, Lessees or Con- tractors — Scheduled Person Or Organi- zation endorsement CG 20 10, or the Ad- ditional Insured — Owners, Lessees or Contractors — Completed Operations en- dorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional in- sured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the wr tten contract or agreement applies; or If neither Paragraph (1) nor (2) above applies: (a) The person or organization is an addi- tional insured only if, and to the extent that, the injury or damace is caused by acts or omissions of you or your subcon- tractor in the performance of "your work" to which the written contract or agree- ment applies; and (b) Such person or organization does not qualify as an additional insured with re- spect to the independent acts or omis- sions of such person or organization. The insurance provided to such addit oval insured is subject to the following provisions: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits required by the written contract or agree- ment, the insurance provided to the additional in- sured will be limited to such minimum required limits. For the purposes of determining whether Page 1 of 2 COMMERCIAL GENERAL LIABILITY this limitation applies, the minimum limits required by the written contract or agreement will be con- sidered to include the minimum limits of any Um- brella or Excess liability coverage required for the additional insured by that written contract or agreement. This provision will not increase the limits of insurance described in Section III — Limits Of Insurance. b. The insurance provided to such additional insured does not apply to: (1) Any "bodily injury", "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional archi- tectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. (2) Any "bodily injury' or "property damage" caused by "your work" and included in the "products -completed operations hazard" un- less the written contract or agreement specifi- cally requires you to provide such coverage for that additional insured during the policy period. c. The additional insured must comply with the fol- lowing duties: (1) Give us written notice as soon as practicable of an "occurrence" or an offense which may Page 2of2 result in a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. (2) If a claim is made or "suit" is brought against the additional insured: (a) Immediately record the specifics of the claim or "suit" and the date received; and (b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit" as soon as practicable. Immediately send us copies of all legal pa- pers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. (4) Tender the defense and indemnity of any claim or "suit" to any provider of other insur- ance which would cover such additional in- sured for a loss we cover. However, this con- dition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organiza- tion as a named insured as described in Par- agraph 4., Other Insurance, of Section IV — Commercial General Liability Conditions. (3) CG D6 04 02 19 TRAVELERS ) ONE TOWER SQUARE HARTFORD CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 03 13 (00) - 001 POLICY NUMBER: uB-5x723986 Eff:05/31/2025-05/31/2026 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. Any person or organization for which the employer has agreed by written contract, executed prior to loss, may execute a waiver of subrogation. However, for purposes of work performed by the employer in Missouri, this waiver of subrogation does not apply to any construction group of classifications as designated by the waiver of right to recover from others (subrogation) rule in our manual. DATE OF ISSUE: 05/31/2025 ST ASSIGN: PAGE 1 OF 1 § 30-10-520. Sheriff not to act as attorney, CO ST § 30-10-520 West's Colorado Revised Statutes Annotated Title 30. Government --County County Officers Article 10. County Officers (Refs & Anno\ Part 5. Sheriff (Refs & Annos) C.R.S.A. § 30-10-520 § 30-10-520. Sheriff not to act as attorney Currentness No sheriff, undersheriff, or deputy shall appear or advise as attorney or counselor in any case in any court. C. R. S. A. § 30-10-520, CO ST § 30-10-520 Current through the First Regular and Extraordinary Sessions, 75th General Assembly (2025). Some statute sections may be more current. See credits for details. End of Document {: 2025 I horn on Reuters. No claim to original L.S. Government \ irks. WESTLAW © 2025 Thomson Reuters. No claim to original U.S. Government VVorks. 1 SCHEDULE G - WELD COUNTY CONTRACT ACKNOWLEDGMENT Benesch acknowledges receipt and review of the Weld County Standard Contract, including all terms and conditions therein. We confirm our willingness to enter into the Weld County Standard Contract as outlined in the RFP. Form -9 (Rev. March 2024) Department of the Treasury I ntemal Revenue Service Request for Taxpayer Identification Number and Certification Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below. cri a) cts 0 ai C ao �� U 02 .c c a o U a) au rn 1 Name of entityfindividual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded entity's name on line 2.) Alfred Benesch & Company 2 Business name/disregarded entity name, if different from above. Benesch 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor C corporation S corporation Partnership Trust/estate LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . Note: Check the "LLC" box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the tax classification of its owner. Other (see instructions) 3b If on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box if you have any foreign partners, owners, or beneficiaries. See instructions . . 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) (Applies to accounts maintained outside the United States.) 5 Address (number, street, and apt. or suite no.). See instructions. 35 West Wacker Drive, Suite 3300 6 City, state, and ZIP code Chicago, IL 60601 Requester's name and address (optional) 7 List account number(s) here (optional) •.. __ Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: if the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. Part II Social security number or Certification Employer identification number 3 6 2 4 0 7 3 6 3 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person Date 01/03/2025 General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What's New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the "LLC" box and enter its appropriate tax classification. New line 3b has been added to this form. A flow -through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow -through entity in which it has an ownership interest. This change is intended to provide a flow -through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) benesch ONE TEAM, ONE GOAL Public (Notice Pursuant to Section 16-6 of the Weld County Home Rule Charter Pursuant to the provisions of Section 16-6 of the Weld County Home Rule Charter, public notice is given of a contract for expenditure of over $2 5 million for the Owner Representative Services for CIP Corridor Projects (RFP #B2500023) The contract will be considered for approval by the Board of County Commissioners of Weld County in the Centennial Hearing Room at 1150 O Street, Greeley, Colorado, at the date and time specified below The public is welcome to be present and testify at the Board meeting about the expenditure Meeting Date: October 20, 2025 Meeting Time. 9 00 a m Board of County Commissioners Weld County, Colorado Dated: October 2, 2025 Published: October 4, and October 15, 2025, in the Greeley Tribune Public Notice Pursuant to Section 16-6 of the Weld County Home Rule Charter Pursuant to the provisions of Section 16-6 of the Weld County Home Rule Charter, public notice is given of a contract for ex- penditure of over $2.5 million for the Owner Representative Services for CIP Corridor Projects (RFP #B2500023). The contract will be considered for approval by the Board of County Commis- sioners of Weld County in the Centennial Hearing Room at 1150 O Street, Greeley, Colorado, at the date and time specified be- low. The public is welcome to be present and testify at the Board meeting about the expenditure. Meeting Date: October 20, 2025 Meeting Time: 9:00 a.m. Board of County Commissioners Weld County, Colorado Dated: October 2, 2025 Published: October 4, and October 15, 2025, in the Greeley Tribune - 2137078 Prairie Mountain Media, LLC PUBLISHER'S AFFIDAVIT County of Weld State of Colorado The undersigned, Agent , being first duly swam under oath, states and affirms as follows. 1. He/she is the legal Advertising Reviewer of Prairie Mountain Media LLC, publisher of the Greeley Tribune. 2. The Greeley Tribune is a newspaper of general circulation that has been published continuously and without interruption for at least fifty-two weeks in Weld County and meets the legal requisites for a legal newspaper under Colo. Rev. Stat. 24-70-103. 3. The notice that is attached hereto is a true copy, published in the Greeley Tribune in Weld County on the following date(s): Oct 4, 15, 2025 Subscribed and s rn to me before me this lainday of ME. l "r s 4 Notary Public (SEAL) SHAYLA NAJERA NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20174031955 MY COMMISSION EXPIRES JULY 31, 2029 Account: Ad Number: Fee: 1099690 2137078 319.00 1a Contract Form Entity Information Entity Name* ALFRED BENESCH & CO Contract Name* Entity I D * 'x00033777 New Entity? Contract ID Parent Contract ID OWNER REPRESENTATIVE SERVICES FOR CIP CORRIDOR 9954 PROJECTS Contract Status CT B REVIEW Contract Lead* DDUNKER Contract Lead Email ddunker@weld.gov Requires Board Approval YES Department Project # Contract Description* OWNERS REP SERVICE FOR WCR 66 CORRIDOR BETWEEN US 85 AND WCR 47 AND WCR 54 BETWEEN WCR 13 AND SH 257. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date AGREEMENT PUBLIC WORKS Date* 10 23 , 2025 10 27 2025 Amount* Department Email $22,500,000.00 CM- Pu bl icWorksgweld.gov Renewable* N O Automatic Renewal N O Grant N O IGA N O Department Head Email CM-PublicWorks- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP#* B2500023 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID N ote: 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 Contact Name Purchasing Purchasing Approver TOBY TAYLOR Approval Process Department Head .CURTIS HALL DH Approved Date 10,10 202 5 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 10/20/2025 Review Date* 09/20/2025 Committed Delivery Date Contact Type Contact Email Finance Approver RUSTY WILLIAMS Renewal Date Expiration Date* 12/31/2029 Contact Phone 1 Purchasing Approved Date 10 13 2025 Finance Approved Date 10 13 2025 Tyler Ref # AG 102025 Originator DDUNKER Legal Counsel BYRON HOWELL Contact Phone 2 Legal Counsel Approved Date 10 13 2025 PUBLIC WORKS DEPARTMENT (970) 400-3750 1111 H St., P.O. Box 758 Greeley, CO 80632 September 25, 2025 To: Board County Commissioners Subject: Owner Representative Services for CIP Corridor Projects (RFP #B2500023) As advertised, this solicitation is for Owner Representative Services for CIP Corridor Projects. Public Works conducted a Qualification Based Selection (QBS) process to select a consulting team to perform owner's representative services for the WCR 66 corridor between Hwy 85 and WCR 47 and the WCR 54 corridor between WCR 13 and SH 257. A selection committee comprised of five (5) staff members reviewed and scored the four (4) proposals received based on pre -determined selection criteria. After two interviews, the best ranking team was Alfred Benesch & Company. The final scores are shown on Attachment 1. Alfred Benesch & Company proposed the best solution to meet the County's needs. Therefore, the recommendation is to award the bid to Alfred Benesch & Company in the amount of $22,500,000. This project is included in the 5 -Year CIP and does not currently include any grant funding. If you have any questions, please contact me. Curtis Hall Director 2025-0677 Attachment 1: Summary of Overall Results from Committee Member Rankings Consultant Name Overall Rank Alfred Benesch & Company 1 AtkinsRealis USA, Inc. 2 Summary ofRFP Results from Committee Member Rankings Consultant Name Rank AtkinsRealis USA, Inc. 1 Alfred Benesch & Company 2 RMS, Inc. 3 AECOM Technical Services 4 Summary of 1St Interview Results from Committee Member Rankings Consultant Name Rank AtkinsRealis USA, Inc. 2 Alfred Benesch & Company 1 Summary of 2. Interview Results from Committee Member Rankings Consultant Name Rank AtkinsRealis USA, Inc. 2 Alfred Benesch & Company 1 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverettameld.gov cgeisertaweld.gov ttayloraweld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: MARCH 7, 2025 REQUEST FOR: OWNER'S REPRESENTATIVE SERVICES FOR CIP CORRIDOR PROJECTS DEPARTMENT: PUBLIC WORKS BID NO: B2500023 PRESENT DATE: MARCH 12, 2025 APPROVAL DATE: TBD (OCTOBER 1, 2025) VENDOR AECOM TECHNICAL SERVICES INC 7595 TECHNOLOGY WAY SUITE 200 DENVER CO 80237 AtkinsRealis USA INC 4600 SOUTH ULSTER STREET SUITE 1100 DENVER CO 80237 ALFRED BENESCH & COMPANY 7979 E. TUFTS AVENUE SUITE 800 DENVER CO 80237 RMS INC 6400 S. FIDDLERS GREEN CIRC SUITE 1450 GREENWOOD VILLAGE CO 80111 �Z EC - ( n3 Hello