Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20253177
C61(1111acaHo ton PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND CSHQA, INC. II 44 { ; 6 THIS AGREEMENT is made and entered into this `1 day of �2bVUOwL 2025, by and between the Board of Weld County Commissioners, on behalf of Facilities Department, hereinafter referred to as "County," and CSHQA, Inc., hereinafter referred to as "Professional Services Provider". WHEREAS, County desires to retain Professional Services Provider to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Professional Services Provider is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Professional Services Provider 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 Professional Services Provider and Professional Services Provider's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2500127. Exhibit B consists of Professional Services Provider's Response to County's Request. 2. Service or Work. Professional Services Provider 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. Professional Services Provider 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. Form Revision 5-2025 Cuns,h+- A-94.11 - u: onlooase( cl) Zon-31-1-1 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Professional Services Provider'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 Professional Services Provider. 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 Professional Services Provider is using, by whatever method it deems expedient; and, Professional Services Provider shall deliver to County all drawings, drafts, or other documents it has completed or partially completed and paid for 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, Professional Services Provider 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 Professional Services Provider 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 and paid for prior to termination upon termination. Upon termination of this Agreement by County, Professional Services Provider 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 Professional Services Provider shall be the basis for additional compensation unless and until Professional Services Provider 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, Professional 2 Services Provider'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 Professional Services Provider 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 Professional Services Provider 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 Professional Services Provider's successful completion of the Work, and County's acceptance of the same, County agrees to pay Professional Services Provider an amount not to exceed $ 91,675.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been 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 Professional Services Provider was improper because the service for which payment was made did not perform because the service provided did not meet the standard of care for similar professionals rendering similar services under similar circumstances in the area of the project as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Professional Services Provider 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 Professional Services Provider hereunder and Professional Services Provider 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, Professional Services Provider 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 Professional Services Provider 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). 3 7. Independent Professional Services Provider. Professional Services Provider agrees that it is an independent Professional Services Provider and that Professional Services Provider'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. Professional Services Provider 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 Professional Services Provider as to details of doing work or to exercise a measure of control over the work mean that Professional Services Provider shall follow the direction of the County as to end results of the work only. The Professional Services Provider is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subconsultant(s) For the purposes of this agreement, the term "subcontractor(s)" shall be understood to mean subconsultant(s). Professional Services Provider acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Professional Services Provider. Professional Services Provider shall not enter into any subconsultant(s) 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. Professional Services Provider shall require each subconsultant(s), as approved by County and to the extent of the Work to be performed by the sub subconsultant(s), to be bound to Professional Services Provider by the terms of this Agreement, and to assume toward Professional Services Provider all the obligations and responsibilities which Professional Services Provider, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subconsultant(s) hired by Professional Services Provider and Professional Services Provider shall cooperate in such process. The Professional Services Provider shall be responsible for the acts and omissions of its agents, employees, and subconsultant(s). 9. Ownership. All work and information obtained by Professional Services Provider 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 Professional Services Provider 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. Professional Services Provider shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 4 10. Confidentiality. Confidential information of the Professional Services Provider should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Professional Services Provider 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. Professional Services Provider agrees to keep confidential all of County's confidential information. Professional Services Provider 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 except if required by law. Professional Services Provider agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential 64,information and of the restrictions imposed by this Agreement. agrees 11. Warranty. Professional Services Provider 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. Professional Services Provider 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. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Professional Services Provider shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Professional Services Provider of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Professional Services Provider, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Professional Services Provider 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, Professional Services Provider's insurer shall waive subrogation rights against County. Professional Services Provider 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. 5 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 Professional Services Provider from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Professional Services Provider'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 Professional Services Provider or Subconsultant(s) is exempt under Colorado Workers' Compensation Act., AND when such Professional Services Provider or Subconsultant(s) executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance- Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Professional Services Provider." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract. 6 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. Professional Services Provider 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, Professional Services Provider warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 14. Proof of Insurance. Upon County's request, Professional Services Provider 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 Professional Services Provider shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Professional Services Provider 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 Professional Services Provider shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and 7 volunteers as Additional Insureds" with respect to liability arising out of the activities performed by or on behalf of the Professional Services Provider". 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 Professional Services Provider 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 Professional Services Provider 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 Professional Services Provider 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. Professional Services Providers Professional Liability (Errors and Omissions) policy must be kept in effect M for up to three (3) years after completion of the project. two 2 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 and, non- renewal, policies required under this of Agreement. On all other policies, it is the 8 Professional Services Provider'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 Professional Services Provider 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 Professional Services Provider agrees that the insurance requirements specified in this Agreement do not reduce the liability Professional Services Provider has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Professional Services Provider 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. Subconsultant(s) Insurance. Professional Services Provider shall require that all Subconsultant(s) 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 Professional Services Provider's policies to the minimum limits as required herein. Professional Services Provider agrees to provide proof of insurance for all such Subconsultant(s) 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 Professional Services Provider. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Professional Services Provider from liabilities that might arise out of the performance of the Work under by the Professional Services Provider, its agents, representatives, employees, or Subconsultant(s). The Professional Services Provider shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Professional Services Provider 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 Professional Services Provider 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 Professional Services Provider stipulates that it has met the insurance requirements identified herein. The Professional Services Provider 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 9 Professional Services Provider and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Professional Services Provider 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 Professional Services Provider 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 Professional Services Provider or any of its owners, officers, directors, agents, employees or Subconsultant(s). 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 Professional Services Provider 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 Professional Services Provider from and against any and all claims. It is agreed that Professional Services Provider will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Professional Services Provider 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 Professional Services Provider for the County. The Professional Services Provider 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 Professional Services Provider 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. Professional Services Provider may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Professional Services Provider 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 Professional Services Provider hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 10 22. Examination of Records. To the extent required by law, the Professional Services Provider 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 Professional Services Provider, involving all matters and/or transactions related to this Agreement. Professional Services Provider agrees to maintain these documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO PROFESSIONAL SERVICES PROVIDER: Name: Jonathan Binghpm Operations Position: Chief OperatinOfficer Address: 2696 S. Colorado Blvd. Suite 525 Address: Denver, CO 80222 E-mail: Andrew.duckett-emke©cshqa.com Phone: 720-749-6320 TO COUNTY: Name: Patrick O'Neill Position: Facilities Director Address: 1105 H Street Greeley, CO 80631 E-mail: poneill©weld.gov 11 Phone: 970-400-2023 25. Compliance with Law. Professional Services Provider 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 Professional Services Providers 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, 12 associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 34. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 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, Professional Services Provider agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Professional Services Provider 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 Subconsultant(s) that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, Professional Services Provider 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. Professional Services Provider agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Professional Services Provider fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Professional Services Provider shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Professional Services Provider concerning this Agreement, the parties agree that 13 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 Professional Services Provider 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. PROFESSIONAL SERVICES PROVIDER: CSHQA, INC. By: 34°— January 26, 2026 Name: Jonathan J. Bigham Date of Signature Title: Chief Operations Officer WELD COUNTY: ATTEST:C,p(� 16, yAie,e BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WE D COUNTY, COLORADO BY: alVarn Deputy Clerk to the Board Scott K. James, Chair FEB 0 4 2026 \$ l1L A �e61 ) r ;er �� 14 2 UZS—311'1 Exhibit A Weld County Finance Department Purchasing Division 1301 North 17th Avenue nGreeley, Colorado 80631 Professional Services — Request for Proposal (RFP) Cover Sheet Bid Number: B2500127 Title: Design and Engineering Services for Courthouse Limestone Repairs Advertisement Date: October 7, 2025 Pre- Bid Meeting: October 21, 2025, at 10:00 am Pre- Bid Location: 901 9th Avenue, Greeley, CO Front Entrance Questions Due: October 28, 2025, by 10:00 am Questions Posted: October 29, 2025, by 5:00 pm Questions email: bids@weld.gov Bid Due Date: November 4, 2025, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bids(a weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids(a�weld.gov Documents Included in this Solicitation Package RFP Schedules • RFP Attachments Schedule A: Proposal Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: RFP Response - Criteria Schedule E: Proposal Form Schedule F: Insurance Schedule G: Weld County Contract Form Revision 6-2025 Table of Contents Professional Services — Request for Proposal (RFP) Cover Sheet 1 Documents Included in this Solicitation Package 1 RFP Schedules 1 RFP Attachments 1 Table of Contents 2 Schedule A - Proposal Instructions 3 Purpose/Background 3 Proposal Advertisement 3 Proposal Submission 3 Introductory Information 4 Cooperative Purchasing 4 Schedule B - Scope of Work 6 Project Overview 6 Method of Procurement 6 Pricing Method 6 Specific Requirements and Responsibilities 6 Schedule C - Procurement Schedule 10 Schedule D — RFP Response Criteria 11 RFP Response Submittal 11 Response Format 12 Grading Criteria 12 Schedule E - Proposal Response Form 15 Proposal Submittal Instructions 15 Fees 15 Attestation 15 Schedule F — Insurance 17 Insurance 17 Insurance Mailing Information 20 Schedule G - Weld County Contract 21 Contractual Obligations 21 Weld County Standard Contract 21 Solicitation#B2500127 Page 2 Schedule A - Proposal Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Design and Engineering Services for Courthouse Limestone Repairs A Mandatory pre-bid conference will be held on October 21, 2025, at 10:00 am at the Weld County Historical Courthouse Front Entrance located at, 901 9th Avenue Greeley, CO 80631. Bidders must participate and record their presence at the pre-bid conference to be eligible to submit bids. Bids will be received until: November 4, 2025 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on November 4, 2025 at 10:00 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„662460001# Meeting ID: 240 429 895 323 8 United States, Denver Passcode: 2FD3RP2W Phone conference ID: 662 460 001# Proposal Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. 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 bids(a�weld.gov If your Proposal exceeds 25MB please upload your Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. 2. PDF format is required. Emailed Proposals must include the following statement on the email: "I hereby waive my right to a sealed Proposal". An email confirmation will be sent when your Proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Solicitation# B2500127 Page 3 Introductory Information 1. Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each Proposal must give the full business address of Proposer and be signed by authorized person. Proposals by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A Proposal by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the Proposal of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer. All corrections or erasures shall be initialed by the person signing the Proposal. All Proposers shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this Proposal as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the Proposal forms shall be suitably filled in. Proposers are required to use the Proposal Forms which are included in this package and on the basis indicated in the Proposal Forms. The Proposal must be filled out completely, in detail, and signed by the Proposer. 2. Late or unsigned Proposals shall not be accepted or considered. It is the responsibility of the Proposer to ensure that the Proposal arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Proposers." Hard copy Proposals received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a Proposal not properly addressed and identified. Proposals may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing Proposer prior to the time fixed for award. Negligence on the part of a Proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded. Proposers are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Proposers' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County Proposers in all cases where said Proposals are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting Proposals for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, to award the Proposal to multiple vendors, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of solicitations and to make better use of taxpayer dollars through volume purchasing. Solicitation #B2500127 Page 4 Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation # B2500127 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking Proposals for a vendor to provide Design and Engineering Services for Courthouse Limestone Repairs. Method of Procurement Best Value: Best Value refers to a project procurement method where price and other key factors, such as quality and expertise, are considered in the evaluation and selection process. Best Value is typically achieved through a two-step process using a Request for Qualifications (RFQ) and Request for Proposal (RFP) to evaluate proposers. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not-to-exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities The scope of this project is to provide design and engineering services for the exterior stone rehabilitation located at Weld County Courthouse located at 901 9th Avenue in Greeley, CO. Design Services 1. Provide an architectural design for Weld County Courthouse limestone repairs. 2. Provide methods and products stain removal, stone repair, and cleaning. 3. Provide specifics for mock-up, specifications, and approval process. 4. Guidelines for rehabilitation requirements. 5. Provide protocols for temporary protection for adjacent building features. 6. Design for repointing and other masonry work as necessary. 7. Design documents to include annotation of exterior elevations. 8. Consultant to provide CA for the entirety of the construction phase of this project. 9. Consultant to include five (10) on-site meeting during construction. 10. Consultant to include five (5) in person meeting during design. 11. Consultant to include review and feedback of construction bids. Plans / Documents: (At a minimum the county requires the following) 1. Architectural Plans 2. Structural Plans (If necessary) 3. Specification — (ADA Compliant and in Word Format) 4. Special product information and requirement information detail renovation and repairs. Solicitation# 82500127 Page 6 5. Any and all other items required by referenced codes, standards, and ordinances. Proposer Qualifications 1. Design firm must have a minimum of 6 years' experience designing limestone / sandstone historical repairs. This is to be represented on a resume for the RFP team to review. 2. The Qualified design firm must have an individual that has 8 years of experience working with historical buildings. 3. The proposing design firm is required to provide 8 or more historical projects that included limestone / sandstone repairs or rehabilitation. Data And Information Review: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsible for: 1. Familiarizing themselves with applicable local, state, and federal regulations. 2. The consultant project manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billing on behalf of the consultant and team members. 3. Consultant shall conduct a project kickoff meeting with the County Project Team, including a site visit to thoroughly review existing conditions and facility's needs. 4. Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities building at 1105 H Street, Greeley Colorado. At a minimum this will be through the design phase until complete and a minimum of ten meetings throughout the construction phases of the project. Facility Design and Construction Contract Documents: The Consultant shall prepare a full and complete set of construction contract documents for this project. The Consultant shall provide the following as part of this task. 1. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review. a. Schematic Design (30% complete)— Provide schematic design drawings for review and comment by County Project Team. b. Design Development(60% complete)—Provide draft plans and specifications for review and comment by County Project Team. Participate in preliminary plan review meeting with County Building Inspections staff (Planning Department) c. Permit/Construction Documents (100% complete) — Provide two full and complete sets of documents for permit review by Weld County Building Inspection (Planning Department). These full and complete set of construction contract documents will allow the County to solicit bids for actual construction of the project, Provide one complete set in PDF and hard copy to the Facilities Department. Solicitation# B2500127 Page 7 2. Architectural Design: Produce architectural plans for building structures. Guide selection of exterior and interior finishes, interior design, and office space layout. This process will require close coordination with Facilities Department staff to optimize the layout and details of building spaces. In general, building structures shall be designed to maximize resiliency, minimize long term life cycle costs, and consider sustainable elements. 3. Structural Design: Produce structural plans and specs in compliance with all state and local building codes. 4. Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one- hour on-site Owner-Architect-Contractor (OAC) meetings. The duration for OAC meetings shall use 6 months for base bid. For additional CA work, identify the hourly rate in table below. 5. Revit or BIM modeling is not required. However, final CAD of all designs and as-builts will be provided to the County. Project Summary and Report: Upon completion of construction work, the Consultant shall prepare final as-built of the Project. 1. Provide to Weld County one (1) hardcopy and one (1) set of PDF documents of the completed project documented along with AutoCAD files with final as-built of the Project. 2. Conduct a post-meeting debriefing discussion with the County Project Team. Use Of Sub Consultants: The proposer shall indicate in their bid any work intended to be performed by sub- consultants or persons outside of the firm. The proposer shall name the sub-consultants, if known, at the time of bid submittal. Bid Submittal: Please submit your bid, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested, and present it in a clear, concise manner. Incomplete bids may be rejected. 1. Signed signature page of this RFP. 2. Summary of the proposal, including Statement of Understanding showing familiarity with the Scope of Work 3. Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including: a. Identify who will act as the primary contact person to Weld County for this project. b. List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer. 4. Proposed Project Schedule Solicitation# B2500127 Page 8 c. Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly. d. Describe how your firm can respond to quick-hitting design requests requiring turnaround times to be expedited in some instances. 5. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet. e. Include the name of the sub-consultant and a statement of qualifications of the sub- consultant. Solicitation # B2500127 Page 9 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date October 7, 2025 Pre-Proposal Meeting (Mandatory) October 21, 2025, at 10:00 am 901 9th Avenue Greeley, CO Front Entrance Technical Questions Due October 28, 2025, by 10:00 am Technical Questions email bids@weld.gov Questions Answered via Addendum October 29, 2025 Proposals Are Due November 4, 2025, by 10:00 am Purchasing's Clock Solicitation Notice of Award (Anticipated) November 19, 2025 Contract Execution (Anticipated) December 3, 2025 Solicitation # B2500127 Page 10 Schedule D — RFP Response Criteria RFP Response Submittal Weld County is seeking the proposer with the best value for the County. To aid in the determination, contractor shall address the following items in the RFP response submittal, The RFP Response should be arranged in order of the evaluation criteria shown in the RFP Review Scoring Table below. The response items include: A. Scope of Proposal 1. The RFP Response shall include statements showing the proposer clearly understands the scope of the project and its objectives. The response team shall incorporate a brief summary of the preferred method and material of repairing the current limestone issues at The Weld County Historic Courthouse. 2. Describe how the proposed methodology will meet the desired goals of the project. 3. Include a brief description of similar or related projects completed within the last 5 years. 4. Emphasize projects that have included aspects related to this RFP. B. Critical Issues 1. The RFP Response shall include a description of critical issues associated to all Limestone degradation that the proposer considers to be of importance for the project and the proposer will provide solutions to these critical issues of Limestone degradation. 2. Describe how the proposer will ensure that all Federal, State, and Local procedures will be followed. C. Project Control 1. Describe how the proposer will handle the quality control for the entire project. 2. Describe any judgements, claims, or suits pending or outstanding against proposer's company. 3. Describe any citations by OSHA for violations within the last 5 years. 4. Describe any changes in company ownership in the last 5 years. D. Work Location / Familiarity 1. The RFP Response shall include a description of the proposer's location and explain how it will not affect the project coordination with the County. 2. Explain how the proposer is familiar with Weld County's project specifications and policies. 3. Include a list of the number of employees and the annual operating budget. 4. Explain the proposer's knowledge about Weld County in general. E. Cost and Schedule 1. The RFP Response shall include a preliminary schedule showing major milestones associated with this project, and how the proposer would complete the project within the contract time. Solicitation # B2500127 Page 11 2. 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. 3. The RFP Response shall include a description of how the project costs will be controlled for both the prime contractor and their sub-contractors. Response Format The following defines the response format: 1. Limit the total length of RFP Response to a maximum of 15 pages. a. The County will reject RFP responses received that are longer than 15 pages in length. b. The front and back cover will not count as pages. c. Section dividers also do not count as pages unless they have photos or text on them, then they will be included in the pages count. d. The Proposal document forms included in this request which are mandatory to submit with your Proposal will not be included in the page count for your proposal. 2. RFP Responses shall be mainly made up of 8 1/2" x 11" paper. a. 11" x 17" paper can only be used for presenting large schedules, or example planning sheets. b. Text sizes shall be 10 point or larger. 3. Failure to follow these instructions may result in the RFP Response being rejected. Grading Criteria The RFP Responses will be evaluated using the following criteria. NOTE: Each RFP Response will be individually evaluated by a team of reviewers. Each reviewer will score each of the RFP Responses following the criteria outlined in Table 1. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. After the individual reviewers have scored each RFP Response, the individual reviewer scores will be totaled. Each reviewer's scores will be ranked by score from highest to lowest. The RFP response with the highest score will be ranked first place, second highest score will be ranked second place, and so on until all proposals have been proposals have been ranked. The 2 to 3 highest ranked RFP Responses may be invited to participate in interviews (if required) to help the reviewers determine which proposer represents the best value to the County. If interviews are determined to be necessary for the selection process, Proposers will be evaluated on the criteria shown below in Table 2. After all scorer rankings have been determined from the RFP Response and the interview (if required), each ranking will be totaled for each RFP Response based on their respective rankings (1st, 2nd, 3rd, etc.) from the scorers. The highest point score will be considered the best value for the County. NOTE: The first ranked proposal may not be the lowest overall cost. Solicitation # B2500127 Page 12 Table 1 - RFP Response Scoring Criteria Evaluation Evaluation Standard Scoring Weighting Scoring % Criteria Factors Range The proposal clearly shows an Scope of understanding of the project objectives. 1 to 5 4.0 4% - 20% Proposal The proposed methodology meets the desired goals of the County. A brief summary of the preferred methods and materials to repair the current limestone issues is included in the response. The summary includes a well throughout plan to correct the Courthouse Limestone Issues. The proposal demonstrates that the team Critical Issues clearly understands the major issues associated with the project. Does the 1 to 5 4.0 4% - 20 % proposing firm provide a description of all critical issues associated with Limestone Degradation at the Weld County Courthouse? The proposal offers realistic solutions to the limestone degradation. The team has described how it will control its construction costs. The proposal describes how sub- contractors' costs will be controlled. Project The team has demonstrated its ability to 1 to 5 3.0 3% - 15% Control ensure that State and Federal procedures are used where appropriate. The team has demonstrated a QA/QC process in place to manage the quality of the product. The team's location does not affect Work the coordination of the project with the Location/ County. 1 to 5 1.0 1% - 5% Familiarity The team is familiar with Weld County policies and construction criteria. The team demonstrated knowledge of Weld County in general. The costs were presented in a way that is Cost and reasonable and consistent with the project Schedule goals. 1 to 5 8.0 8% - 40% The schedule contains sufficient detail to ensure the project goals are met. Solicitation# B2500127 Page 13 Table 2 Interview Scoring Criteria Work Team proposed and clearly described Approach their approach for completing the design. The team offered innovative ideas for the 1 to 5 2 2 to 10 project. Project The consulting firm has adequate Manager qualifications and a proven track record Qualifications to complete projects of this scope and 1 to 5 2 2 to 10 complexity. The consulting firm demonstrates effective communication skills. The team's presentation was clear and Quality of easy to understand. Presentation The people being interviewed displayed 1 to 5 2 2 to 10 effective communication skills. The team's use of audio-visual aids was effective. The team provided good answers to the Question/Ans questions asked by the selection wer Session committee. 1 to 5 4 2 to 20 The answers provided by the team demonstrated a clear understanding of the project and the project goals. Total 8 to 50 Solicitation# B2500127 Page 14 Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Vendor's Proposal — Outlined in Schedule D 2) Schedule E — Proposal Response Form 3) Any potential or future Addenda must be completed/acknowledged. 4) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non-responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal it may be disqualified. Fees Provide fees for this project below: Item Price Architectural Design $ Other (Describe) $ Total Lump Sum Cost $ 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 B2500127 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance 6. Acknowledgment of Schedule G — Weld County Contract 7. By submitting a responsive Proposal or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Item Entry Company Name: Solicitation# B2500127 Page 15 Address: Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Date of Signature Name: Title: Solicitation # B2500127 Page 16 Schedule F — Insurance Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance- Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Solicitation # B2500127 Page 17 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" with respect to liability arising out of the activities performed by or on behalf of the Contractor". On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to Solicitation# B2500127 Page 18 require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain Solicitation# B2500127 Page 19 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: Alex Engelbert Email: aengelbert@weld.gov Telephone: 970-400-2043 Mail: Weld County Facilities Department ATTN: Alex Engelbert PO Box 758 Greeley, CO 80632 Solicitation# B2500127 Page 20 Schedule G - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule G of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non- appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project-by-project basis that provide further clarification. Weld County Standard Contract Below is the standard Weld County Contract for Professional Services. Professional Service Agreement Between Weld County and [Contractor] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [Department], hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. Solicitation# B2500127 Page 21 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) or Request for Proposal (RFP) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT- INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. Solicitation # B2500127 Page 22 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties, and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end Solicitation # B2500127 Page 23 results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. Solicitation # B2500127 Page 24 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s)furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance-Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Solicitation # B2500127 Page 25 Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability(Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or Solicitation# B2500127 Page 26 assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" with respect to liability arising out of the activities performed by or on behalf of the Contractor". On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Solicitation # B2500127 Page 27 Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor shall be fully responsible and liable for any and all injuries or damage received or Solicitation# B2500127 Page 28 sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: Address: E-mail: Phone: TO COUNTY: Name: Position: Solicitation # B2500127 Page 29 Address: Address: E-mail: Phone: 25. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 26. Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 29. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 32. Non-Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any Solicitation# B2500127 Page 30 entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 34. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 35. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Date of Signature Title: Solicitation # B2500127 Page 31 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 Solicitation # B2500127 Page 32 Exhibit B Desicn and Encineerinc Services CSHOA for Courthouse Limestone epa i rs Statement of Proposal Weld County Finance Department Purchasing Division Bid No.B2500127 4 November 2025 We acknowledge the receipt of Addendum No.t. e.v M f, 1 1 ..,,,,„ • dm 4 Oill , il, _ '.4 ril:---- e-•e---=-7-----____Lil .., .t .. r. �- ' �. al .• I, -....iiiiiiiplitiv .2.-- ., s, • —- i i r r: ,--1 , _ ___ __ ____ , * I __ -* ill r--,. „ - 1 [ ir [-. - i .i _v , - _ IF ,. ,.,...- ii , t„, , ••,_ ., s„,,, --4-r,,.._;7_ ----.7_r.(-- ----- . -; ..----1---i,-No.:1-1-- LI -71— r---; .. .s.-1.7:---,--::- 1-'1 01.--1,:';:r-;:r42.11144';f41.-11-'1151:4-7.14'';111i.11:::°-'. WT. . Al /: ' V., _, --."" A i t, , t sr . _ ,N,_ _.,,,, - - sh.- • - ....V. •�, '� 'i PA' ",1.•N r1 .•RLr. + c fir__ gyp -� df rda I. . Schedule D-RFP Response Criteria A. Scope of Proposal THE FOLLOWING PAGES COVER THE REQUEST FOR INFORMATION SET FORTH IN"SCHEDULE D-RFP RESPONSE CRITERIA"(PG 11-12). 1.The RFP Response shall include 3.Include a brief description of similar they arose with construction.The statements showing the proposer or related projects completed within restored capitol building is the crowning clearly understands the scope of the last 5 years. jewel of Wyoming. the project and its objectives.The response team shall incorporate Relevance To Your Project a brief summary of the preferred -Comprehensive Assessment method and material of repairing the a. -Historical Research current limestone issues at The Weld -Stone Repair and Restoration County Historic Courthouse. -Stakeholder Engagement It is our understanding that the primary •/ objective of the project is to repair stone conditions near ground level at the ill L Weld County Courthouse.The primary t _ ;t :. �;'A distress at the Main(East)Entrance area �_ . • appears to be scaling and spalling of °" `� - ' the limestone,likely caused primarily i:'� : . — , by salt damage associated with deicing State of Wyoming Capitol Restoration- chemicals.However,other distress, Cheyenne,WY :1 -I - _' . such as missing and damaged joint CSHQA+ANA I June 2019 'g+: ° ^ y. material and localized cracking,was .�?i . also observed.While aesthetics,budget, The Wyoming State Capitol is a . i ° .4s: t', and efficiency are important factors,we National Historic Landmark listed would also work with Weld County to on the U.S.National Register of Idaho State Capitol,Capitol Restoration help ensure that all repairs are performed Historic Places.Constructed between and Rehabilitation-Boise,ID in a respectful and sensitive manner 1888 and 1970,the stone detailing CSHQA 12020 to Present that does not do harm to this amazing and construction methodology structure.We understand that the current differs throughout the building The Idaho Capitol building restoration project likely will not include"premium" construction.The restoration returned successfully rehabilitated this grand repairs such as removal and replacement the decorative grandeur to this structure after 100 years of use, of full limestone pieces with matching architectural treasure while rehabilitation deferred maintenance,modifications materials.Localized repairs like cracking maintained its historic integrity. and weathering.The project restored the historic building's exterior and and joint repair can be performed in a CSHQA was the Historic Preservation rehabilitated the interior.The scope manner that matches the surrounding Architect on this project and led the included two,large underground masonry and reduces unsightly blemishes. exterior restoration efforts.Services additions with minimal visual impact to included a comprehensive exterior thecompleted 2.Describe how the proposed capitol exterior.CSHQA methodology will meet the desired building assessment,stone repair the condition survey in three months goals of the project. recommendations and prioritization, and compiled the survey into a master material sourcing and quarry selection, plan,highlighting areas of restoration We will work with Weld County to achieve repair mockups,window,door,and and rehabilitation.The master plan solutions that are both economical and stair surveys,repair methodology, became the guiding document for the appropriate for the building.There will and detailing.Our team produced entire project. need to be discussions both with the construction documents and County and with skilled repair contractors specifications for all historic repairs The initial project stabilization regarding what specific materials and including the exterior stone.Our included a building conditions methods meet budget requirements site presence throughout the three- assessment(exterior and interior), while maintaining the historic integrity of year construction period allowed upgrades to building systems and the building.We seek to be both practical us to closely observe and monitor infrastructure,and addressed life safety and efficient in our repair design. construction activities and issues as and accessibility.Work included the 1 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—©2025 CSHQA,Inc. Schedule D-RFP Response Criteria restoration of the exterior sandstone,roof masonry parapets,and installing new process allowed the team to identify the membrane replacement,restoration of exterior handrails and guardrails. color and material properties.CSHQA the copper dome,skylight replacement, vistied the Arkins Park Quarry in Relevance To Your Project below-grade waterproofing,non- -Comprehensive Assessment Loveland,Colorado five times to select historic window replacement,interior blocks for the new sandstone lintels, historic finish restoration,and new —Historical Research stairs,and dutchman repairs. landscaping.CSHQA was the AOR and —Stone Repair and Restoration —Stakeholder Engagement ANA worked with CSHQA and the design FOR for the entire project from the initial survey through project closeout. team for this project as a masonry expert,helping to test,select materials, Relevance To Your Project ,,, f ill and design repairs for the masonry —Comprehensive Assessment :.,• ill portionsof the structure,including — Historical Research tf..y,:; I stone foundation walls,lintels,stairs,and —Stone Repair and Restoration 1 other elements. —Stakeholder Engagement - - Relevance To Your Project .,,c0t:l; . ' —Comprehensive Assessment — Historical Research p 0 ii r T, . —Stone Repair and Restoration oc I � - tt ,t —Stakeholder Engagement 11 u Iliihllz.1. University of Colorado Boulder, Till —"k.11 i t Old Main Historical Exterior je ,� : : I, ~-"•�'- - r. Restoration—Boulder,CO I. - • at . ..� . `'t•, CSHQA+ANA I December 2025 __ I Anticipated Completion I y :. I Constructed in 1876,University of ,.% ' University of Idaho,Administration Colorado's Old Main is the first building Building Restoration—Moscow,ID on the Nolin Quad and is listed on ___ _ _ CSHQA 2015 to Present the National Register of Historic Places.CSHQA collaborated with TYLin, The Administration Building at the and Atkinson-Noland&Associates, Brooklyn Bridge—New York University of Idaho's Moscow campus Inc.,to design the exterior brick, is a historically significant structure sandstone and Chapel repairs and ANA 12024 listed on the National Register of restoration.The project scope provided As part of a plan for total rehabilitation Historic Places.It houses faculty and a structures assessment,cost estimating, of the Brooklyn Bridge,Atkinson Noland administration offices,classrooms, creation of technical construction assisted the Parsons Transportation conference space,and a large drawings and specifications,multiple Group of New York with evaluation of auditorium.CSHQA,led a multi-phase presentations to the University's masonry bridge components.Structural restoration project,which included both Design Review Board,and construction components evaluated include a interior and exterior work.The project administration.Facade restoration series of 54 brick and stone masonry required an initial facility assessment, detailed brick and stone repairs, vaults comprising the bridge approach programming,presentations,creation foundation,major structural repairs structures and anchorage blocks,and of technical construction drawings and improvements,window repair and stone facades at the Manhattan and and specifications,and construction rehabilitation,interior finish repair, Brooklyn approaches.Testing included a administration.Construction was phased shoring,below-grade waterproofing,and series of nondestructive and in situ tests, to occur primarily during summer site improvements and repair. supplemented with laboratory tests breaks to minimize disruption to the The restoration required brick and on brick and mortar samples.Results University.Exterior work included sandstone material sourcing to ensure provided engineering information cleaning and repointing brick and new materials blended into the historic for analysis and design or repair sandstone,structurally reinforcing fabric.A rigorous testing and mockup methodologies. 2 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—02025 CSHQA,Inc. CSHQ4 Schedule D-RFP Response Criteria Relevance to your project -Existing conditions survey and • 4 ,, documentation ., f -Scanning and mapping of structure ,, r1 1I •+ .-Mortar testing :; ,* r.. -Design and specification of masonry • `r repairs y c ' t • s San Juan Bastions and Fortification ' r Walls-Puerto Rico ANA I Ongoing .zi. •.r.• Cathedral Basilica of the Immaculate Atkinson Noland and Associates - Conception-Denver,Colorado performed a condition assessment II e ' —- al ANA(2020 of the Bastions to determine existing �)'1 i j j construction and current conditions of r ' i-i 1i --a Following the discovery of a fallen piece the 300 year old limestone masonry walls. of , unwnt majorstone stonethe repairCathed and ral preservatioderen Relevance to your project .41A .� work beginning in 2016 and extending -Visual condition survey and Chase Municipal Building, through 2020.ANA served as the documentation 236 Grand Street-Waterbury,CT stone expert on the design team, -Infrared imaging to quantify moisture conducting numerous site visits to help infiltration ANA 12022 evaluate and plan repairs to the ornate -Mortar testing and analysis The Chase Brass and Copper Building limestone elements.Denver's Basilica - Design of stone masonry repairs was completed in 1919 and served as was completed in 1911 and is clad with the company headquarters until it was Indiana Limestone. 4.Emphasize projects that have acquired by the City of Waterbury.The Atkinson-Noland worked with Summit included aspects related to this RFP. building was designed by renowned Sealants and the Archdiocese of Denver Most of CSHQA's preservation projects architect Cass Gilbert and is clad with to conduct initial investigations on involve building and condition Indiana Limestone. the condition of the stone masonry of assessments,repair recommendations Atkinson-Noland&Associates(ANA) the church.Repairs and replacement and prioritization,material sourcing and engineers were on site to investigate of damaged stone and nearly full quarry selection,repair mockups,repair limestone conditions.The focus of repointing of the spires and south facade methodology and detailing.Our on-site the investigation was primarily on the took years to complete.Subsequent presence during construction allows us limestone cornice and determining phases investigated the side roof and to closely monitor activities to ensure typical stone thicknesses and anchorage. sanctuary masonry. materials are not damaged and are being Relevance toyourproject installed per the construction documents Relevance to your project and in accordance to the National Park -Visual condition surveyand -Visual condition survey and Service standards. documentation of stone and anchoring documentation of stone and -Design of stone masonry repairs anchorage ANA specializes in historic masonry -Mortar testing and analysis evaluation and repair as illustrated in - Design of stone masonry repairs the project examples.The San Juan Fortification and Chase Building in Waterbury specifically involved the investigation and repair of limestone. In addition,CSHQA and ANA have teamed on the Wyoming State Capitol Restoration and University of Colorado, Boulder Old Main Building on stone evaluation and repair design. 3 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—3 2025 CSHQA,Inc. CSHEA Schedule D-RFP Response Criteria B. Critical Issues 1.The RFP Response shall include household acids like vinegar or lemon —Using the gentlest possible cleaning a description of critical issues juice.Acids react with the calcium methods such as low-pressure water associated to all Limestone carbonate,causing etching,surface washing with mild,pH-neutral degradation that the proposer erosion,and dissolution of the stone, detergents,conducting mockups in considers to be of importance for the which permanently mars the finish inconspicuous areas,and working with project and the proposer will provide and appearance. the contractor to avoid damaging the solutions to these critical issues of stone.(Preservation Brief 5:Dangers of Limestone degradation. Abrasive Damage:Using abrasive Abrasive Cleaning to Historic Buildings) cleaning methods(e.g.,sandblasting, —Localized replacement using Critical issues with limestone repair high-pressure washing,or wire brushes) Dutchman repairs(inserting like The critical issues associated with can strip away the protective surface kind material)and the cautious limestone repair similar to the layer or"patina"of the limestone, consideration of substitute materials exposing a rougher,more porous degradation observed at the East surface that is more vulnerable to future like cementitious compounds Entrance of the Weld County Courthouse weathering,soiling,and decay. for patching,as long as they are stem from its porous,calcium carbonate compatible and do not cause composition,which makes it highly Moisture Infiltration:High-pressure damage.(Preservation Brief 16:The vulnerable to moisture and incompatible water cleaning can force excessive Use of Substitute Materials on Historic repair materials.The primary challenge amounts of water deep into the stone Building Exteriors) is managing moisture within the and wall structure.This trapped moisture —Offering various approaches to stone.Excessive water absorption,which can damage interior materials,promote resurfacing,coating,and patching can result from failed mortar joints or biological growth(mold,mildew, to address moisture problems leaking gutters,leads to damage through algae),and,in cold climates,lead to (Preservation Brief 42:The freeze-thaw cycles and salt crystallization spalling(surface fracture)through Maintenance,Repair and Replacement (spalling and flaking).A crucial and freeze-thaw cycles. of Historic Cast Stone and Preservation common error is using hard,Portland Brief 47:Maintaining the Exterior of cement-based mortars,which prevent the Staining and Discoloration:The high Small and Medium Historic Buildings) softer,historic limestone from expanding porosity of limestone means it easily and contractingnaturally,therebyabsorbs liquids.Using inappropriate y cleaning chemicals,or failing to pre-wet 2.Describe how the proposer will trapping moisture and causing the stone the surface before chemical application ensure that all Federal,State,and itself to crack or spall.Repairs must also Local procedures will be followed. address the corrosion of embedded can drive stains deeper into the stone steel anchors by replacing them with or leave behind chemical residues CSHQA has a robust QA/QC plan that that cause permanent discoloration we implement on each project before it non-corrosive alternatives like stainless or unsightly mineral deposits p p steel.The ultimate success of a repair, g y p goes out the door for construction.The whether using patching mortars(lime- (efflorescence). plan provides oversight of the design based,for compatibility)or replacement Chemical Residues:Inadequate rinsing quality to ensure that project objectives stone,hinges on using materials that after chemical cleaning can leave active are met,and the drawings are match the original limestone's physical chemicals in the stone,which can constructible.Andy Duckett-Emke, and chemical properties and addressing continue to cause damage over time or the CSHQA Project Manager,will be the root cause of deterioration,not just react with other embedded materials responsible for facilitating the QA/QC the aesthetic damage. (like iron anchors,causing rust stains). plan and coordinating directly with Danielle Weaver the QA/QC Architect Critical issues with limestone cleaning Repair Solutions and all consultants for execution. The critical issues related to cleaning Our repair solutions will focus on the Using discipline-specific checklists,the limestone also stem from its soft,porous following to align with National Park project documents undergo an internal composition.Improper cleaning can lead Service Preservation Briefs: quality control review to verify that to severe,often irreversible,damage.Key —Selecting the appropriate mortar for the design is complete,correct,and in critical issues include: repointing and the correct procedures conformance with code requirements, Acid Sensitivity:Limestone is highly for repointing which is key to contract requirements,and County and susceptible to damage from acids, limestone maintenance.(Preservation State standards. Brief 2:Repointing Mortar Joints in including acidic cleaners,and even mild Historic Masonry Buildings) 4 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—02025 CSHQA,Inc. Candi Schedule D-RFP Response Criteria C. Project Control 1.Describe how the proposer will Ensure project designed for durability handle the quality control for the and maintainability entire project. Our team has been involved in the Ensure historic restoration techniques investigation and repair of a broad are followed range of historic masonry materials for Our approach to preservation has always structures and facades.We will closely been to first understand the causes of review and interpret the findings from the observed deficiencies.Only then our site investigation to fully understand can appropriate remedial repairs be the nature of the problems and quantify successfully designed.We seek to design the extent of the required repairs. repairs that take advantage of the Our team members continually existing historic materials to restore the work with owners to assess the original building appearance and are as condition and maintenance needs of minimally invasive as possible. buildings.Masonry investigation and We will utilize the U.S.Interior's National repair projects involve identifying Park Service Standards for Historic the materials and mechanical and Preservation to identify,retain and chemical properties,mechanisms of preserve features that are important in deterioration,or connection/detailing defining the overall historic character failures.We then establish economical of the building.The recommendations means of stabilization and repairs that and NPS preservation briefs inform take advantage of the existing historic the development of our details and materials and are as minimally invasive as specifications.Our specifications are possible while evaluating the anticipated written to include strict submittal life/maintenance cycles. requirements for contractor As part of the design process,we qualifications,installer qualifications,and collaborate with the Owner,design team, basis-of-design products. contractor,and qualified masons to Mockups will be required to demonstrate discuss phasing,stabilization,continued each repair type,technique,material, occupancy of the building and various color,aesthetic effects,and set the repair strategies.This process informs quality standards for materials and our final design direction and repair execution.They also require the crews methodologies. performing the work to demonstrate the 2.Describe any judgements,claims,or restoration techniques of each worker suits pending or outstanding against to ensure they have the necessary proposers company. qualifications to properly execute their scope of service. CSHQA does not have any pending or outstanding judgments,claims,or Our rigorous construction administration lawsuits at this time submittal review and site observation processes ensure that the materials 3.Describe any citations by OSHA for selected complement the historic nature violations within the last 5 years. of the building and the installations meet the contract requirements None. while adhering to the NPS Historic 4.Describe any changes in company Preservation Standards. ownership in the last 5 years. There has been no change in company ownership within the last five years. 5 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—©2025 CSHQA,Inc. CSHEOL Schedule D-RFP Response Criteria D. Work Location / Familiarity 1.The RFP Response shall include a 3.Include a list of the number description of the proposer's location of employees and the annual and explain how it will not affect the operating budget. project coordination with the County. CSHQA:$26 million,117 employees Our Colorado CSHQA and Atkinson ANA:$2.5 million,11 employees Noland team members are located close to Greeley and can provide immediate 4.Explain the proposer's knowledge service to you from our Denver and about Weld County in general. Lafayette,CO office locations. Weld County is located in north- CSHQA has offices in Boise,Denver,and central Colorado,forming part of Sacramento.The primary staff allocated the Denver-Aurora-Lakewood to your project will be from our Denver metropolitan area and the northern offices and are available as required for Front Range region.It's one of the site surveys,design review meetings,, state's largest counties by area and SHPO coordination,page turn,materials is a major agricultural and energy procurement,and construction meetings hub of Colorado,balancing its rural from project onset through construction. heritage with fast-paced growth and Based in Lafayette,CO,Atkinson-Noland development. &Associates(ANA)will be the primary CSHQA PM,Andy Duckett-Emkee has exterior historic masonry investigator worked throughout the front range his and on-site presence for the Weld County entire career.Team members from our Courthouse.They will be available as Boise office have traveled extensively necessary for survey work,design,or throughout Colorado working on construction meetings and to assist various preservation and restoration CSHQA with gathering and interpreting projects and visiting stone quarries site survey information. throughout the region. 2.Explain how the proposer is The Atkinson-Noland(ANA)office familiar with Weld County's project is less than three miles from the specifications and policies. Weld County border and they have Our team is well versed in working worked on several projects in Weld with government agencies and will County including vehicular impact adhere to your county,planning and damage masonry repair design to zoning,and building department the Guggenheim Building on the requirements.We are familiar with the University of Northern Colorado campus and tornado damage repair 2018 International Building Code(IBC) design to the Windsor Old Town Hall and the 2018 International Existing Museum and adjacent buildings. Building Code(IEBC). Review of project requirements will be an agenda item at the project kickoff meeting.We will also plan to meet with the Weld County Building Department to review the project scope and determine the necessary permit applications. 6 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—02025 CSHQA,Inc. Caliadt Schedule D-RFP Response Criteria F.Cost and Schedule 1.The RFP Response shall include a preliminary schedule showing major milestones associated with this project,and how the proposer would complete the project within the contract time. Preliminary Schedule TASN 02 TASK OS TASK 04 TASK OS TASK 06 TASK 0T t Pre-Design Schematic Design Construction Agency Bidding Construction i Project iPlanning& Design Development 1 Documents Review Administration Closeout I. Y investigation 1 E a v i 2 weeks 4 weeks 4 weeks 6 weeks 4 weeks 4 weeks 6 months' 4 weeks ti a •A Confirm scoping Define&prioritize Refine restoration Incorporate DD Owner Review Submit final Support bidding Coordinate with Owner and Contractor Punchlist follow-up S Research:photos, repairs methods&details Comments 100%CDs to Weld process Respond to RFIs&contractor questions Certificate of County Planning& existing drawings, Develop a restoration Perform Finalize restoration methods and details Development Services Review substitution Review submittals&shop drawings Substantial Completion maintenance strategy internal QA/QC Submit CDs to Countyfor review/ requests&bidding RFIs reports Address County plan Prepare ASIs Final Acceptance Source stone material Update DD Opinion of comment Issue addenda Goal settingProbable Cost*' review comments Final Pay Application Prepare change order documents Review compliance Incorporate Owner comments/approval Attend bid opening Record Documents Building Survey with Secretary of Submit 6096 Perform site observation&prepare observation reports Interior Standards DD drawings& Prepare 10096 CD Opinion of Probable Support pre- Gather mortar specifications Cost"' construction activities Review pay applications samples Prepare initial repair Evaluate methodologies Owner Review& assessment Concept Opinion of Comment deficiencies Probable Cost** Confirm scope and obtain Owner approval MEETINGS Pre-Design Planning Schematic Design Design Development Construction Documents Construction Administration Kick-off meeting Weekly virtual OAC Weekly virtual OAC Weekly virtual OAC meetings Weekly virtual OAC meetings Site survey meetings meetings Review project with SHPO Four(4)site visits to observe mockups and work progress Weld County Plan DD Page-Turn in- CD Page-Turn in-person work session Punch List site visit Review meeting person work session Coordinate with State Historic Preservation Officer `Subject to review and discussion with the County and Contractor pending final project scope. "Cost Estimating Services will be necessary in determining final scope of work and can be provided as an additional service as noted in the Fee Proposal document on pages 13-15. 7 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025 2025 CSHQA,Inc (NKirk Schedule D-RFP Response Criteria 2.References from at least three other 3.The RFP Response shall include a projects with similar requirements description of how the project costs that have involved the staff proposed will be controlled for both the prime to work on this project. contractor and their sub-contractors. State of Wyoming We develop our fees through a Capitol Restoration transparent team negotiation process David Hart,FAIA which includes the owner,architect,and Executive Vice President engineers.Initial steps include reviewing MOCA Systems,Inc. the client project information and 916.520.1574 separating it out into individual tasks for dhh@mocasystems.com each discipline and consultant.From this task list,we evaluate and prioritize the Team: —Katie Butler tasks to align with the county's desired -Danielle Weaver high priority items.We estimate the number of hours required for each task University of Idaho per employee level and calculate a total Administration Building Exterior for each discipline.Fees are compared Envelope Repair to overall percentages of construction Elaine Hill,Project Manager acceptable within the industry and State of Idaho Division of Public Works owner team for comparable preservation 208.332.1925 work and recent relevant project work. elaine.hill@adm.idaho.gov We strive to define scope early on and Team: develop reasonable and fair fees around — Danielle Weaver the required tasks.Often unforeseen —Katie Butler issues arise during the design and construction of rehabilitation and University of Colorado Boulder restoration projects.We encourage 1) Old Main Historical Exterior Restoration providing a contingency in the proposed David Byrne, construction budget to allow these Senior PM Design&Construction issues to properly be addressed and 2) University of Colorado Boulder developing a clear process to identify 303.332.5213 when additional services are required david.byrnejr@colorado.edu and how they will be addressed and issued to all consultants to maintain the Team: -Katie Butler overall project budget. —Danielle Weaver — Donald Harvey,ANA Guggenheim Building Masonry Repair Alejandro Garcia,Project Manager, Planning and Construction The University of Northern Colorado 970.351.1982 alejandro.garcia@unco.edu Team: —Donald Harvey,ANA 8 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—02025 CSHQA,Inc. Specific Requirements and Responsibilities Proposer Qualifications THE FOLLOWING PAGES COVER THE REQUEST FOR INFORMATION SET FORTH IN"SPECIFIC REQUIREMENTS AND RESPONSIBILITIES-PROPOSER QUALIFICATIONS"(PG 7 OF THE RFPI. Iciaxte,4,,,, - University of Idaho,Administration Building Restoration-Moscow,ID COUNTY.CO CSHQA Iii -Cathedral Basilica of the Immaculate Katie Butler Conception-Denver,Colorado Associate Principal/ ANA Restoration Architect,CSHQA -Brooklyn Bridge-New York ANA Andrew Duckett-Emke Donald Harvey San Juan Bastions and Fortification its II Project Manager/ — Masonry Specialist, Walls—Puerto Rico Point of Contact,CSHQA ' Atkinson-Noland&Assoc. ANA - Chase Municipal Building, Danielle Weaver 236 Grand Street-Waterbury,CT Q QA/QC Architect, ANA CSHQA Additional ANA limestone and sandstone projects include: 1.Design firm must have a minimum Atkinson-Noland Associates(ANA)will - United Nations Headquarters Buildings of 6 years'experience designing serve as our masonry specialists,leading in New York(Limestone and Marble) limestone/sandstone historical the evaluation and restoration of the -The Alamo(Limestone) repairs.This is to be represented on a limestone.Their expertise will include -Illinois State Capitol(Limestone) resume for the RFP team to review. mortar and stone analysis,masonry -Harvard Medical School Building 2.The Qualified design firm must investigation and development of repair (Limestone) have an individual that has 8 treatment plans. -Cathedral of St.John the Divine years of experience working with Team resumes are presented following (Limestone and Granite) historical buildings. this section(pg 10). -Tonto National Monument Cliff We have assembled a seasoned team of Dwellings(Sandstone) historic preservation professionals for the 3.The proposing design firm is - New Jersey State House(Limestone) Weld County limestone repair project.All required to provide 8 or more -Huerfano County(Colorado) team members have extensive 20+years historical projects that included Courthouse(Sandstone) limestone/sandstone repairs or experience working on preservation and rehabilitation. ANA Colorado Sandstone projects masonry restoration projects throughout include the following: the country,many of which are listed As presented in the previous section, -Chamberlin Observatory,Denver on the National Register of Historic CSHQA and Atkinson Noland -Central Presbyterian Church,Denver Places.We also have considerable both have extensive experience - Dora Moore School,Denver experience working with local,state, in historical projects that included -Wyatt Edison Charter School,Denver university,and federal governments, limestone/sandstone repairs or -LeFevre House,1311 York and State Historic Preservation rehabilitation.Projects noted in Street,Denver Offices(SHPO). Section A include: - Denver Dry Goods CSHQA will lead the team providing -State of Wyoming Capitol Restoration- -Treat Hall,Johnson and Wales Cheyenne,WY University,Denver - historical research,building survey and CSHQA+ANA y, design services,team coordination, Bradford-Perly House,Highlands Ranch project management,historic - Idaho State Capitol,Capitol Restoration - Ryssby Church,Niwot preservation QA/QC,as well as serve as and Rehabilitation-Boise,ID - Hall of Engineering,Colorado School of the Architect of Record.Andy Duckett- CSHQA Mines,Golden - Emke,CSHQA,is the Project Manager University of Colorado Boulder, -Asbury Methodist Episcopal Church and will be your primary point of contact. Old Main Historical Exterior (1890),Denver Restoration-Boulder,CO -Croke-Paterson Mansion,Denver CSHQA+ANA 9 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—02025 CSHQA,Inc. (wSHEA Specific Requirements and Responsibilities Katie Butler AlA Andrew Duckett-Emke AlA Associate Principal/Restoration Architect,CSHQA Project Manager,CSHQA With 30 years of experience Katie i. 4 As a Senior Architect III in CSHQA's has led a broad range of historic Denver office,Andrew Duckett preservation activities including Emke brings more than 17 years exterior restorations for both the Idaho of experience.He is responsible and Wyoming State Capitols.She I' for identifying character-defining has spent countless hours surveying qo -, .,. _ • features of historic structures, buildings,researching and selecting crafting preservation strategies to historic materials,maneuvering through scaffolding,and protect and rehabilitate the existing buildings,recognizing observing and documenting repairs.As an Associate Principal code inadequacies,and coordinating structural deficiency for CSHQA,she inspires a collaborative team atmosphere repairs.Andrew also generates energy efficiency strategies to ensure project goals and objectives are met within the that maintain the historic qualities of older buildings prescribed time and funding parameters.As your Restoration but allow for updates to accommodate more modern Project Architect she will be responsible for overseeing team uses.In addition to his historic preservation work,Andrew activities to provide creative design solutions which safeguard has spent the majority of his career working in National and protect the Weld County Courthouse. Parks,generating a long list of impressive projects across the country.Andy will be the Project Manager for this Experience project and will be responsible for the day to day project -30 years Related Experience activities,as well as your main point of contact. University of Colorado—Boulder, Education Experience Old Main Historical Structural& Related Experience -BArch,BA,Interior Exterior,Boulder,CO - 17 years Design University of Colorado—Boulder, Minor in Art, California State Capitol East Education - Annex Evaluation,Sacramento,CA Old Main Historical Structural& University of Idaho -MS,Architecture, Exterior,Boulder,CO University of Idaho Administration Washington Breckenridge Arts District, Licensing& Building Renovation/Restoration, University,St.Louis g Certification Moscow,ID -BS,Architecture, Breckenridge,CO* -Licensed Architect: Idaho State Capitol,Boise,ID Washington University of Colorado-Boulder CO(ARC.00409052) Master Plan,Historical Renovation and University,St.Louis Hale Roof Replacement,Boulder,CO Other:ID,WY Restoration Craig Hall University of Denver, Licensing& Professional Wyoming State Capitol, Certification Denver,CO* Affiliations Cheyenne,WY -Licensed Architect: University Technology Building - National Trust Historical Renovation and Restoration CO(ARC.00402693) Historic Rehabilitation,University of for Historic Idaho State Capitol Mall:Court Denver,Denver,CO* Preservation House,Boise,ID Professional National Scenic Riverways Historic -Association for Affiliations Restoration,Van Buren,MO* New City Hall,Ketchum,ID Preservation -American Institute Programming and space planning, Pitkin County Courthouse Historic Technology(APT) adaptive reuse of exiting office building of Architects(AIA) Restoration,Aspen,CO* -American Institute -Colorado to a City Hall. of Architects(AIA) Preservation Rocky Mountain National Park Inc.Board Member Beaver Meadows Visitor Center (CPI) Historic Restoration,Estes Park,CO* -Association for Mt.Morrison Civilian Conservation Preservation Corps-Barracks 1 Historic Technology(APT) Restoration,Morrison,CO* Pea Ridge National Military Park, *Work Prior to joining Elkhorn Tavern Historic Restoration, CSHQA Benton County,AR* 10 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—02025 CSHQA,Inc. Specific Requirements and Responsibilities Danielle Weaver AlA Donald W. Harvey, Jr. PE QA/QC Architect,CSHQA Vice President,Atkinson-Noland&Associates 'IPillWith more than 25 years of As Vice President of Atkinson Noland experience,Danielle enjoys the blend &Associates,Donald is a consulting of technical and creative skills in engineer specializing in evaluation and architectural design,a requisite for repair of existing structures.He has iff 4,1* , 41 historic preservation and restoration worked on numerous projects in the projects.Her historic work includes field of nondestructive testing and capitol building restorations in CA, forensic investigation of structures. ID,and WY,and a renovation of the historic Administration Donald has participated in the evaluation of hundreds of Building at the University of Idaho.As an Associate Principal historic and modern masonry structures in the past 10 for CSHQA,Danielle still enjoys being on site with clients years.He has authored papers relating to nondestructive as much as possible and being involved in the project evaluation of structures,masonry material testing,and from beginning to end.Danielle also serves on the Historic evaluation methods for existing buildings.Donald is a Preservation Committee for the City of Boise,and is affiliated recipient of a Graduate Research Fellowship presented by with Preservation Idaho and the National Trust for Historic the Boeing Corporation in 2000 for conducting research in Preservation.Danielle will assist with QA/QC activities on nondestructive testing of fiber reinforced polymer structural the project. components.Previous industry experience includes employment with Wiss,Janney,Elstner Associates as a Experience forensic engineer,and as a graduate research assistant in civil -28 years Related Experience engineering at the University of Texas at Austin. Education University of Colorado—Boulder, Recent projects include modern design and investigation work Old Main Historical Structural& and historic preservation projects,including the rehabilitation -BArch,Montana Exterior,Boulder,CO of an 18th century slave trading facility at Bunce Island in State University California State Capitol East Sierra Leone,West Africa.Additional work includes structural Licensing& Annex Evaluation, testing and evaluation at Fort Adams in Newport,Rhode Island Certification Sacramento,CA and evaluation and repair recommendations for the iconic -Licensed Architect: University of Idaho Administration 16th Street Mall granite pavers in Downtown Denver. CO(ARC.00408944) Building Renovation/Restoration, Other:ID,IN,WY Moscow,ID Experience -National Council -25 years Related Experience Idaho State Capitol,Boise,ID of Architectural Master Plan,Historical Renovation and State of Wyoming Registration Boards Education P Restoration Capitol Restoration- (NCARB) -BSCE,University Cheyenne,WY Wyoming State Capitol,Cheyenne, of Texas at Austin, Professional WY,Historical Renovation and 1999 University of Colorado Boulder, Affiliations Restoration -MSE,University of Old Main Historical Exterior -National Trust for Idaho State Capitol Mall:Court Texas at Austin, Restoration-Boulder,CO Historic Preservation House,Boise,ID 2001 Cathedral Basilica of the Immaculate -Preservation Idaho Universityof Idaho,Moscow,ID Conception-Denver,Colorado -American Institute Licensing& of Architects Idaho Administration Building Entry Foyer and Certification Brooklyn Bridge-New York (AIA) Main Stair Renovation Administration -Professional San Juan Bastions and Fortification -Boise Historic Building Exterior Restoration Engineer: Walls-Puerto Rico Preservation Boise VA Medical Center,Boise,ID CO(No.40851) Chase Municipal Building, Commission(past Historic Building 33 Restoration Other:FL,IA,LA,NY, 236 Grand Street-Waterbury,CT chair) Historic Building 67 Expansion and PA,TX -Association for Renovation -EWX Expert Witness Preservation Assay Office Rehabilitation& as awarded by ACEC Technology(APT) Restoration,Boise,ID 11 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—'2025 CSHQA,Inc. 1.n717OA Specific Requirements and Responsibilities Bid Submittal THE FOLLOWING PAGES COVER THE REQUEST FOR INFORMATION SET FORTH IN"SPECIFIC REQUIREMENTS AND RESPONSIBILITIES-BID SUBMITTAL"(PG 8-9 OF THE RFP). 1.Signed signature page of this RFP. 4.Proposed Project Schedule By proactively implementing these The signature page is provided at the c.Describe how your firm handles the strategies,the firm can ensure a rapid end of this document. various communications,including and efficient response to urgent design meetings and project schedules,to needs while maintaining quality and 2.Summary of the proposal,including keep the project running smoothly. transparency throughout the process. Statement of Understanding showing familiarity with the Scope of Work CSHQA keeps projects running smoothly 5.Statement of consultant's intent by using a multi-faceted communication to sublet portions of the work, Our team's fee proposal on pages 13, strategy that includes standardized identifying what is intended 14,and 15 outlines all relevant tasks protocols and regular check-ins with to be sublet. associated with the project.The proposal clients and the team,This approach e.Include the name of the sub- illustrates our understanding of the ensures everyone has clear expectations, consultant and a statement of project scope of work and our familiarity understands roles,and can address qualifications of the sub-consultant. with stone repair projects. potential issues proactively before they cause delays. The team in its entirety consists of 3.Organizational chart and resumes CSHQA,Inc.and Atkinson-Noland& of all key staff and core staff that d.Describe how your firm can respond Associates. will be involved with providing to quick-hitting design requests services,including: requiring turnaround times to be a.Identify who will act as the primary expedited in some instances. contact person to Weld County for We have presented our Proposed Project this project. Schedule,and our approach on page 7. b.List specific personnel proposed for the project team and provide a resume CSHQA can respond to quick design for each of your proposed team requests with expedited turnaround members along with a copy of current times leveraging technology and state licensing for each architect workflows,and fostering immediate, transparent communication among all or engineer. stakeholders. Andrew Duckett-Emke will be the primary point of contact for this Core Strategies for project.Our team's organization chart Expedited Turnaround: and resumes are presented on pages —Decisive Client Collaboration 9,10 and 11. —Clear communication protocols —Dynamic resource allocation to meet project demands. — Prioritization and scope management of deliverables —Establish clear policies on revisions 12 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—02025 CSHQA,Inc. CSH6i4 Specific Requirements and Responsibilities Fee Proposal Project Scope The scope of this project includes architectural investigation, —Review compliance with the Secretary of Interior Standards documentation,and design services to develop a for the Treatment of Historic Properties. restoration plan for the Weld County Courthouse Limestone —Provide limited code evaluation per 2018 International Repairs.Services shall be provided in seven(7)tasks and Existing Building Code,as needed. include the following: —Prepare initial repair methodologies based on the Secretary of Interior's Standards for the Treatment of Historic Properties. TASK 01 —Coordinate with cost estimator for concept level Opinion of Pre-Design:Planning&Investigation(2 weeks) Probable Cost.* GOAL:INVESTIGATE AND DOCUMENT EXISTING CONDITIONS —Confirm project scope/obtain Owner Authorization to proceed to DD. —Attend a scoping meeting to review overall project and scope of services. TASK 03 —Review Weld County existing documentation including historical photos,existing drawings,reports,maintenance Design Development(4 weeks) reports,etc. GOAL:DEVELOP SD DECISIONS,COORDINATE RESTORATION — Lead and participate in half-day kick-off meeting with METHODS&MAJOR DETAILS the project stakeholders/design team to define project —Attend weekly virtual Design Team meetings(3 total) goals,introduce team members and roles,walk the site, — Refine restoration methods and details into DD level(60% set expectations,gather input and insights,and review the CD)drawings and specifications. project schedule. —Perform internal QA/QC Review. —Perform a historic building condition survey: —Coordinate with cost estimator for DD update to Opinion of - Conduct a 1/2-day visual survey to investigate and Probable Cost.* document the building's exterior conditions with the —Submit DD level(60%)drawings and specifications to the primary focus on the entry facade stone repairs,flat work County for review and comment. at the entry concrete patio,and sealant joint repair at the —Attend a half-day DD page-turn in-person work session. stone guardrails at the Main(East)Entrance. - Obtain up to three(3)mortar samples. DELIVERABLE:60%DD Drawings and project manual - Stone sampling for analysis is not anticipated at this time,as in.pdf format. sample procurement would cause damage to the building. - Site observations shall be based on an 8'-0"datum to TASK 04 visually observe the building from the ground for exterior Construction Documents(6 weeks) stone repair and rehabilitation only. - It is assumed that site surveys will be performed using GOAL:DEVELOP SD DECISIONS,COORDINATE RESTORATION scans of existing blueprints and/or photographs. METHODS&MAJOR DETAILS — — Evaluate assessment deficiencies,provide recommendations Incorporate DD Owner review Owner comments. for repair and restoration,and prioritize design efforts —Attend weekly virtual Design Team meetings(5 total) into three(3)categories:Level 1 (Life Safety),Level 2 —Finalize restoration methods/details into 95%CD drawings (Serviceability),and Level 3(Aesthetic). and a project manual. —Perform internal QA/QC Review. —Submit 95%CD drawings and specifications to the County for TASK 02 review and comment. Schematic Design(4 weeks) — Review project with State Historic Preservation Officer(SHPO). GOAL:DEFINE AND PRIORITIZE REPAIRS —Attend a half-day in-person page-turn review work session. —Incorporate Owner comments into 100%construction —Attend weekly virtual OAC Design Team meetings(4 total). documents and obtain Owner approval. — Participate in preliminary plan review meeting with County —*Coordinate with cost estimator for preparation of 100%CD Building Inspections staff(Planning Department). Opinion of Probable Costs. —Coordinate with State Historic Preservation Officer(SHPO). —Submit final construction documents to the County. —Prioritize repairs and develop a restoration strategy. —Material Sourcing:Identify the range of stone types,colors, DELIVERABLE:100%CD sealed drawings and project manual and potential sources. in.pdf format. 13 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—02025 CSHQA,Inc. CSHeA Specific Requirements and Responsibilities TASK 05 TASK 07 Agency Review/Bidding(8 weeks) Project Closeout(4 weeks) GOAL:GAIN DOCUMENT APPROVAL AND SECURE A CONTRACTOR Goal:Finalize&manage for completion —Submit construction documents to Weld County Planning —Punch list follow-up to confirm noted deficiencies have been and Development Services via E-permit. corrected. —Address Plan Review comments&incorporate into final —Certification of Substantial Completion. construction documents. —Issue Notice of Final Acceptance. —Assist the County with the bidding process. — Review Final Application of Payment. — Review substitution requests&Bidding RFIs. —Prepare AutoCAD Record Drawings from Contractor as-builts. —Issue addenda. —Attend bid opening. DELIVERABLE:One(1)hardcopy and one(1)PDF set of —Support pre-construction activities. Record Drawings. The following services are not included in the above scope TASK 06 but may be contracted separately,as an Additional Task, Construction Administration(6 months) upon Owner request: GOAL:IMPLEMENT THE DESIGN DOCUMENTS;MONITOR WORK —Development of an electronic model or Revit drawings. QUALITY,PROGRESS,AND COMPLIANCE —Additional renderings or photography. —Attend preconstruction conference —Using drones or lifts to observe the building above 8'-0. —Attend four(4)site visits —Stone repairs above 8'-0"(unless deemed necessary by the - Observe the construction to confirm work is proceeding County for life safety) in accordance with the construction documents and assist —Whole building stone cleaning is not anticipated in the the Contractor in addressing issues&unknowns project scope. - Review material mock-ups for mortar,stone,and sealant —Grant funding or grant coordination. - Review masonry repair mockups to review procedures and — Door and window repair. aesthetics for each repair type —Sealant restoration(other than entry facade) —Interior Work —Attend weekly virtual Owner-Architect-Contractor(OAC) —Accessibility modifications to the exterior or interior. meetings. —Hazardous Materials Testing. —Respond to RFIs&contractor questions. —Structural analysis of the existing structure,including —Review submittals&shop drawings. analytical analysis. — Prepare Architect's Supplemental Instructions(ASIs)and —Structural,Mechanical(HVAC or Plumbing),Electrical,or Civil change order documentation. Engineering services. — Perform site observation and prepare observation reports. —Additional meetings other than those identified above. — Review Pay Applications. —Services beyond those indicated above. — Perform one(1)Punch List site visit to confirm work is complete. Following is a fee breakdown that outlines hours and costs for —Coordinate with the County and Contractor throughout the work by firm per project phases. construction. 14 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—02025 CSHQA,Inc. CSH(# Specific Requirements and Responsibilities Fee Breakdown 411011111111111.111. CSHQA TASK HOURS'; 1 I 1 01 Pre-Design 34 $7,960.00 20 $5,290.00 02 Schematic Design 40 $8,420.00 30 $5,900.00 03 Design Development 46 $9,290.00 8 $1,600.00 04 Construction Documents 60 $11,680.00 10 $2,000.00 05 Agency Review/Bidding 12 $2,420.00 5 $1,300.00 Design Subtotal 192 $39,770.00 73 $16,090.00 06 Construction Administration 66 $14,840.00 33 $7,705.00 07 Project Closeout 12 $2,420.00 Construction Subtotal 78 $17,260.00 $7,705.00 Project Subtotal S80,825.00 Other Testing $1,100.00 Cost Estimating $5,750.00 Reimbursables $3,500.00 $500.00 Other Subtotal $9,250.00 $1,600.00 Project Total with Other $91,675.00 15 Design and Engineering Services for Courthouse Limestone Repairs—Nov 4,2025—‘2025 CSHQA,Inc. Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Vendor's Proposal — Outlined in Schedule D 2) Schedule E — Proposal Response Form 3) Any potential or future Addenda must be completed/acknowledged. 4) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non-responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal it may be disqualified. Fees Provide fees for this project below: Item Price Architectural Design $ 80,825.00 Other: Testing, Cost Estimating, & Reimbursables $ 10,850.00 Total Lump Sum Cost $ 91,675.00 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 B2500127 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance 6. Acknowledgment of Schedule G —Weld County Contract 7. By submitting a responsive Proposal or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s)may be awarded to more than one vendor. Solicitation#B2500127 Item Entry Company Name: CSHQA, Inc. Address: 2696 S. Colorado Blvd. Suite 525, Denver, CO 80222 Phone 720.749.6320 Email: andrew.duckett-emke@CSHQA.com FEIN/Federal Tax ID#: 82-0290229 CONTRACTOR: By: 4 November 2025 Date of Signature Name: Jonathan Bingham Title: Chief Operations Officer Solicitation#B2500127 Addendum # 1 Bid Request Number B2500127 Design and Engineering Services for Courthouse Limestone Repairs Questions and Answers: 1. Question: Questions are due to Weld County October 28. Proposals are due to Weld County November 4. Several RFP questions pertain to scope and will impact proposal costs. Will the bid period be extended to capture scope changes based on question answers? Suggest extending the bid period to Nov 11. Answer: No 2. Question: Per the site walk, please clarify no preferences will be given to contractors within Weld County. The RFP responses will be judged on qualifications. RFP responses will not be evaluated per the Weld County Home Rule Charter. Answer: Home Rule Charter does indicate preference to resident Weld County bidders but overall qualifications will supersede. 3. Question: Clarification of scope based on walk October 21: a. Site observations are based on an 8'-0" datum to visually observe the building from the ground. No lifts or drones will be required to visually observe the building above 8'- 0". Stone repair can be identified above the 8'0" datum, however, that is not the focus of this project scope. b. The primary focus shall be on the entry facade stone repairs. c. Whole building stone cleaning is not anticipated in the project scope. d. Scope should include sealing the flatwork at the entry concrete patio. This scope does not include repair to the concrete patio. e. Please clarify if the scope is to include sealant joint repair at the stone guardrails at the Main (East) Entrance. f. Grant funding or grant coordination is not anticipated for the scope. Answer: a. Correct. b. Consultant is to include entire perimeter up to 8ft for stone repairs. Any major repairs identified visually above 8ft is to be evaluated and included in design if deemed necessary by the County. c. Correct d. Correct e. Yes, joint sealant repair is to be included at the stone guardrails at the main (East) entrance. f. Correct 4. Question: The Weld County Courthouse is on the National Register of Historic Places. Please confirm the current scope will need to be coordinated with State Historic Preservation Officer. Answer: Yes, the consultant will need to include in their proposal all coordination with State Historic Preservation Office. 5. Question: Scope of work does not include any door or window repair: sealant, restoration, rehabilitation, etc. Answer: There will not be any door or window repairs related to sealant restoration or rehabilitation. There are areas where masonry sealant restoration, rehabilitation is necessary and will need to be included in the design. 6. Question: Confirm the exterior composed mainly of Indiana Limestone (or other limestone source such as Kansas) if this information is available. Answer: This information is unknown, and the consultant will need to determine this information in the design phase of this project. 7. Question: The RFP states 10 on site meeting to be included during construction administration. Per the site walk, confirm the number of site visits to be reduced to (4) site visits during construction. Answer: Confirmed, (4)site visits during construction is acceptable. Consultant to include weekly virtual meetings during the construction process. 8. Question: The RFP states (5) in person meetings are required during design. Are weekly meetings anticipated throughout the design process? Confirm the number of in-person site visits can be reduced to (2). Answer: Confirmed, (2) in-person site visits during design is acceptable. Yes, weekly meetings are anticipated throughout the design process. 9. Question: Verify a structural engineering and plans are not required for this scope of work. Answer: Confirmed structural engineering is not required for this scope of work. 10. Question: Per the RFP, deliverables are required at the conclusion of Schematic Design (30%), Design Development(60%)and Permit Construction Documents (100%). Can required deliverable be reduced to the conclusion of Design Development (60%) and (100%) Construction Documents? Answer: Yes, deliverables can be reduced to Design Development(60%)and Construction Bid Documents (100%). 11. Question:The RFP identifies interior design and space layout. Confirm interior work is not part of this scope. Answer: Confirmed, interior work is not included in the scope. 12. Question: Confirm no exterior electrical or mechanical work is required. The scope is for exterior stone repair and rehabilitation only. Answer: Confirmed, there is no exterior electrical or mechanical work included in the scope. 13. Question: No interior or exterior accessibility work to included be in this scope. Answer: Confirmed, no interior or exterior accessibility work is included in the scope. 14. Question:Verify the construction administration to be based on an assumed six-month construction schedule. Answer: Construction duration will be determined by the successful contractor. 15. Question: Verify hard copies will not be required for the proposal and for the deliverables. Answer: (1) of each for deliverables. (1) of the Design Development 60% and (1) of the 100% Construction Bid Document set. No hard copies are required for the proposal. 16. Question: Confirm the type of existing scans, drawings, CAD or Revit models of the existing building the County has access. Answer: The County has some DWG files that will be shared to the successful bidder. There are no exterior DWG files for the exterior of the building. The Consultant can use photos of the exterior to incorporate in the construction bid set. 17. Question: Confirm CAD requirements for each deliverable. Answer: CAD drawings are only required Construction Bid Drawings (100%). 18. Question: Confirm that a price/fee proposal is required for this RFP response. Answer: Confirmed. Pricing /fee proposal is required for this RFP response. 19. Question:There are two different sets of proposal response requirements included in the attached RFP (pages 8-9 and 11-12). Could you please confirm which we should use? Answer: Consultant to provide proposal responses for both sections as indicated on the following pages of the RFP (pages 8-9 and 11-12). 20. Question: During the site meeting last week, you mentioned that RFP language regarding the schedule of drawing submissions and number of site meetings was "boilerplate" and may not represent the actual project requirements. Can you please clarify the actual anticipated schedule of drawing submissions and number of required site meetings, or the anticipated duration of construction? Answer: See previous Questions and Answers. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** CSHQA,Inc. 3 November 2025 Company Name: Date of Signature Signature: d .4:41ft..*-0LA - Name: Katie Butler Associate Principal/Restoration Architect Title: November 3, 2025 Contract Form Entity Information Entity Name* Entity ID* ❑New Entity? CSHQA INC @00050544 Contract Name* Contract ID Parent Contract ID COURTHOUSE LIMESTONE REPAIR DESIGN AND 10177 ENGINEERING SERVICES Requires Board Approval Contract Lead* YES Contract Status CNAIBAUER CTB REVIEW Department Project# Contract Lead Email cnaibauer@weld.gov Contract Description* PROVIDE DESIGN AND ENGINEERING SERVICES FOR THE COURTHOUSE LIMESTONE REPAIR PROJECT. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 12/25/2025 GROUNDS 12/29/2025 Amount* $91,675.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO v Does Contract require Purchasing Dept. to be included? Automatic Renewal Department Head Email YES Grant CM-BuildingGrounds- DeptHead@weld.gov Bid/RFP#* IGA B2500127 County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 06/01 /2026 Termination Notice Period Expiration Date* Committed Delivery Date 06/01 /2026 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 01 /29/2026 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 01 /28/2026 01 /29/2026 01 /29/2026 Final Approval BOCC Approved Tyler Ref# AG 020426 BOCC Signed Date Originator BOCC Agenda Date CNAIBAUER 02/04/2026 IvEtat`!..‘ Facilities Department (970) 400-2023 1 105 H St., P.O. Box 758 COUNTY, CO Greeley, CO 80632 November 13, 2025 To: Board of County Commissioners From: Patrick O'Neill Subject: Courthouse Limestone Repair Design - RFP (B2500127) This solicitation is for the Courthouse Limestone Repair Design for Weld County. It was published as a Request for Proposal (RFP). The RFP identified the following areas that would be evaluated: Scope of Proposal, Critical Issues, Project Control, Work Location / Familiarity, & Cost and Schedule. The committee received two proposals for the design and engineering work for the Courthouse. The committee evaluated the proposals based on a Best Value for the County. CSHQA provided a price of $91,675.00 and SOCOTEC Consulting Inc. had a price of $92,700.00 The results of the Committee Evaluation (shown in Attachment A) show CSHQA as the overall best value for this solicitation. Therefore, the Facilities Department is recommending the award to CSHQA in the amount of $91,675.00. If you have any questions, please contact me on extension 2023. Sincerely, Patrick O'Neill Facilities Director 2025-3177 1lAq ekoor-7 /YEER Facilities Department (970) 400-2023 1 105 H St., P.O. Box 758 COUNTY, CO Greeley, CO 80632 Summary of Committee Member Scoring Consultant Name Fee To`R P)re Ranking SOCOTEC Consulting Inc. $92,700.00 233.5 2 CSHQA $91,675.00 249 1 Weld County Finance Department 0i� r�� r. = �1 Purchasing Division Lri n bids(c�weld.gov c o u N i Y 1301 North 17th Avenue ( Greeley, Colorado 80631 Bid Opening Tabulation Title: Design & Engineering Services for Courthouse Limestone Repairs Bid Number: B2500127 Department: Facilities Bid Opening Date: November 4, 2025 Approval Date: November 19, 2025 Vendor(s) Name Total Amount CSHQA, Inc 2696 S. Colorado Blvd. Suite 525 $91,675.00 Denver, CO 80222 SOCOTEC Consulting, Inc. 9707 East Easter Lane $92,700.00 Centennial, CO 80112 The Facilities Department is reviewing the proposals.
Hello