Loading...
HomeMy WebLinkAbout20170340.tiffRESOLUTION RE: APPROVE AGREEMENT FOR CONSULTING SERVICES FOR THE WELD COUNTY COUNCIL AND AUTHORIZE CHAIR TO SIGN - HARVEY M. ROSE WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, on March, 6 2017, the Board was presented with an Agreement for Consulting Services for the Weld County Council between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, and Harvey M. Rose, commencing upon full execution of signatures and ending with further terms and conditions being as stated in said agreement at which time the Board deemed it advisable to continue the matter to March 8, 2017, to allow adequate time to review changes to the terms with the County Council, as modified, and WHEREAS, after review on March 8, 2017, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Agreement for Consulting Services for the Weld County Council between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, and Harvey M. Rose be and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 8th day of March, A.D., 2017. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: /,,J G JCLto:e Julie A.7Cozad, Chair Weld County Clerk to the Board AP arbara Kirkmeyer puty Clerk to the Board ED ASS%CORM: County Attorney Date of signature: 31( I 1 Steve Moreno, Pro-Tem Sean P. Conway gall e 'reeman Cc: C 'T"3) 3(Vd(I1 e 2017-0340 CC0007 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & HARVEY M. ROSE ASSOCIATES, LLC CONSULTING SERVICES FOR THE WELD COUNTY COUNCIL THIS AGREEMENT is made and entered into this %% day of February, 2017, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Harvey M Rose Associates, LLC, a limited liability company, who whose address is 1390 Market Street, Suite 1150, San Francisco, CA 94102, hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional 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 Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Proposal Package No. B 1700029". The RFP contains all of the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B 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 execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Page 1 OcintAii 3-00 -02c) 02017- 03yo Ct& 07 Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional 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 Contract Professional 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, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional 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 incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contract Professional 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 Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional 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, Contract Professional'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 Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Comte tion/Contract Amount. County agrees to pay Contract Pr. -: .nal on a deliverable basis an amount no grea 49,128, which is the bid set forth in Exhi.' ounty agrees to make first payment equaling 38 percent of the con rat cit.1 $18,668.64) to + - . act Professional upon successful completion of the initial phase, which would include de aver•—.- brief memo to the President of the County Council summarizing the identification of ar- ' greatest risk and re ► ss (if any) to the work plan. County agrees to make second payment e u g 50 percent of the contract total (', : 4 u•on successful completion of fieldwork, whic • . e .. include delivery of a draft report to the County Council. o i . trees to make third Page 2 6. Compensation/Contract Amount. County agrees to pay Contract Professional on a deliverable basis an amount no greater than $49,128, which is the bid set forth in Exhibit B. County agrees to make first payment equaling 38 percent of the contract total ($18,668.64) to Contract Professional upon successful completion of the initial phase, which would include delivery of a brief memo to the President of the County Council summarizing the identification of areas of greatest risk and revisions (if any) to the work plan. County agrees to make second payment equaling 50 percent of the contract total ($24,564) upon successful completion of fieldwork, which would include delivery of a draft report to the County Council. County agrees to make third and final payment to the Contract Professional equaling 12 percent of the contract total ($5,895.36) upon delivery of a final report, and if requested by the President or Vice President of the County Council within 10 business days of the delivery of the final report, up to two formal presentations to the County Council and/or other County Officials. Contract Professional acknowledges no pa ent in excess of that amount will be made by County unless a "change order" authorizing such additional t has been specifically approved by the President and Vice - President of the Weld County Council an formal resolution of the Weld County Board of County Commissioners, as required pursuant to the eld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. 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 Contract Professional 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, Contract Professional 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 Contract Professional hereunder and Contract Professional 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. Mileage may be reimbursed if the provisions of Exhibit A permit such payment at the rate set forth in Exhibit B. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. 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 Contract Professional 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) and final payment to the Contract Professional equaling 12 percent of the contract total ($5,895.36) upon delivery of a final report, and if requested by the President or Vice President of the County Council within 10 business days of the delivery of the final report, up to two formal presentations to the County Council and/or other County Officials. Contract Professional acknowledges no payment in excess of that amount will be made by Cou "change ord President of t - Commissioners, a notwithstanding, in no Contract Professional unde set forth in Exhibit B. Contac County is performed at Contract shall not be liable for the payment o stated herein. If, at any time during the term or aft determines that any payment made by County which payment was made did not perform as set determination and request for reimbursement from payment(s) to County. Upon termination or ex County, if any, shall forthwith be returned to Co County will not withhold any taxe Contract Professional agrees to be solely to payments made pursuant to the to Mileage may be reimburse Exhibit B. Contract Professio Payment to Contract Profe Professional, itemizing s Notwithstand' under this Agree after Decemb . 31 of any year, without an appropriation therefore by County in a . - dance with a budget adopted by e Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, e Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) r" authorizing such additional payment has been specifically approved by the Pres' Weld County Council, or by formal resolution of the Weld County equired pursuant to the Weld County Code. Any other provis. ent shall County be liable for payment for services rendere he terms of this Agreement for any amount in exces acknowledges that any work it performs be ofessional's risk and without author es, late charges or penalties o termination or Contract rth ation ty. from monies paid .• sponsible for the accurate of this Agreement, f the provisions of Exhibit A permit shall not be paid any other expenses ional will be made only upon presentation • ices performed and, (if permitted under this Agreemen anything to the contrary contained in this Agreement, Co nt after, nor shall any payments be made to Contract Professiona unless a nt and Vice- oard of County n of this Agreement and expenses incurred by of the sum of the bid amount d that specifically authorized by tion under this Agreement. County any nature other than the compensation e �iration of this Agreement, County reasonably ofessional was improper because the service for this Agreement, then upon written notice of such ty, Contract Professional shall forthwith return such this Agreement, unexpended funds advanced by the Contract Professional hereunder and . rting and payment of any taxes related uch payment at the rate set forth in ess set forth in this Agreement. a proper claim by Contract , mileage expense incurred. shall have no obligations in respect of any period 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law (and as set forth in Exhibit A) and provide proof thereof when requested to do so by County. Page 3 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, 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 Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional 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 Contract Professional 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. Contract Professional 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 financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional 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. Contract Professional 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. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contract Professional is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contract Professional must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional 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 Contract Professional 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 Contract Professional, and County's action or inaction when any Page 4 such breach or default shall exist 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 services 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 and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, Page 5 defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Page 6 Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional 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 Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that any 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. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. 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. 17. 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. The County Representative for purposes of this Agreement is hereby identified as, President and Vice -President of the County Council, or his designee. All notices or other communications (including annual maintenance 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 by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Page 7 Either party may change its notice address(es) by written notice to the other. Notification Information: Contract Professional: Attn.: Fred Brousseau Address: 1390 Market Street, Suite 1150, San Fransisco, CA 94102 E-mail: frousseau@harveyrose.com Facsimile: 415-552-9292 County: Name: Linda Kane Position: Office Technician for the Weld County Council Address: 1150 "O" Street, Greeley, CO 80631 E-mail: lkane@co.weld.co.us Facsimile: 970-352-9019 18. Compliance with Law. Contract Professional 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. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. 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. 21. 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. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. Page 8 23. 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. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. 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. 26. 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. 27. 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, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply Page 9 with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional, 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 30. 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 Contract Professional 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 A and .6 , 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 2-- day of fr_,b „Al ,201 : CONTRACT PROFESSIONAL: oeutv ", Acy946,\mi, ft -1- C -- By: Name: Title: fr‘4 4c -n9 1 C-pN 5' v kr ki\ ituk Date a--22 1/4/7 WELD COUNTY: ATTEST: Weld County BY: Deputy Cle% to the BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLO £ DO Julie A. Cozad, Ch Page 10 0w/ 7- 034k APPROVED AS FUNDING: APPROVED AS TQ$UBSTANCE: gZ Controller APPROVED AS TO FORM: ounty Attorney • Director of General Services Page 11 Exhibit A REQUEST FOR PROPOSAL WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: DECEMBER 27, 2016 BID NUMBER: B1700069 - B1700029 DESCRIPTION: CONSULTING SERVICES DEPARTMENT: WELD COUNTY COUNCIL OPTIONAL PRE-RFP CONFERENCE DATE: JANUARY 16, 2017 AT 6:30 P.M. WRITTEN QUESTION DUE DATE: JANUARY 18, 2017 AT 10:00 A.M. WRITTEN ANSWERS TO QUESTIONS POSTED: JANUARY 20, 2017 BY 5:00 P.M. BID OPENING DATE: JANUARY 31, 2017 AT 10:00 A.M. 1. NOTICE TO BIDDERS: The Weld County Council, by and through the Weld County Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase the following: CONSULTING SERVICES FOR THE PERFORMANCE REVIEWS OF THE WELD COUNTY CLERK & RECORDERS OFFICE AND THE WELD COUNTY COMMISSIONERS Interested vendors are encouraged to attend the Weld County Council's next regularly scheduled meeting to ask RFP related questions. The Council's next regularly scheduled meeting is January 16, 2017, at 6:30 p.m. The meeting will be held in the Centennial Hearing Room at the Weld County Administrative Building, located at 1150 O Street, Greeley, Colorado 80631. Any written questions should be submitted to Linda Kane via email at Ikane@co.weld.co.us no later than 10:00 a.m. on January 18, 2017. Written answers to questions will be posted on both the Weld County Purchasing website and BidNet no later than 5:00 p.m. on January 20, 2017. RFPs will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: 10:00 am. on January 31, 2017. ;Weld County purchasing Time Clockl PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. SPECIFICS AND SCOPE OF WORK FOLLOW PAGE 8. 2. INVITATION: Weld County requests proposals for the above -listed services. Bids shall include any and all charges and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find bid information on the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasinqiindex.html located under 'Current Request for Bids" and on BidNet Direct (www.bidnetdirect.com). BidNet Direct is an on-line notification system which is utilized by a large number of governmental, quasi -governmental, and non-profit entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. B1700029 1 RFP Delivery to Weld County— 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids @ w e I d g o v . c o m . Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed bid". If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 3. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-336-7225 if you have any questions. 3. INSTRUCTIONS TO VENDORS - INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids 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. Bids 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 bid 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 bid of the individual signing. When requested by the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Director of General Services; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids 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 bids 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 bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a B1700029 2 separate contract, which if required, has been made a part of this RFB. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS: Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8- 17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds wider the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24- 76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld County will release the requested information in accordance with CORA. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, B1700029 3 express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorneys Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by 81700029 4 both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. B1700029 5 U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or B1700029 6 omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury 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. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. B1700029 7 Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. 81700029 8 SPECIFICATIONS AND SCOPE OF WORK: The Weld County Council is seeking proposals from qualified vendors to conduct: Operational Performance Reviews of the Weld County Clerk & Recorders Office and the Weld County Commissioners The basic components of the reviews to include: • Review existing organizational structure, which includes Administration, and outline benefits and challenges of current division of labor, span of control, chain of command, authority, responsibility, delegation and accountability. • Review division functions in terms of work flow and alignment. • Assess whether staffing levels are appropriate to meet workloads based on current and future level of service requirements and provide comparisons to similar jurisdictions. • Review administrative and executive decision making structures to identify opportunities for improvement. • Report on findings and make recommendations with a goal to assist the County in becoming more operationally effective and efficient to its customer base. • Identify strengths and weaknesses of current organizational structure including root causes behind current strength or weakness that could influence capacity to achieve future innovation. • Provide implementation plan for improvement for the immediate, short, medium, and long term. • Provide assessment and report on findings of personal and professional integrity in complying with the County Mission Statement and Colorado Revised Statutes for governance, conflicts of interest, legal compliance, responsible stewardship of resources and financial oversight, openness and disclosure, and integrity in fundraising. The selected vendor will meet with the County Council during a regular scheduled meeting to refine the review criteria. DELIVERABLES At the end of the project, the contractor will submit a written (and electronic version) report of findings, conclusions, and recommendations based on the summary tasks listed above. If requested, the vendor shall meet with the County Council to discuss the findings, conclusions, and recommendations and to answer any questions, provide additional information, or clarify any findings in the report. If needed, the vendor will modify the report and resubmit to the County Council. QUALIFICATIONS 1. Vendor Experience and Qualifications: a. Describe the Vendors' unique qualifications as they pertain to this type of work. b. Include a description of the vendor including your in-house capabilities and any outsourcing services anticipated. Information should include vendor history, names and credentials of principal officers of the vendor, location of home and branch offices, honors and awards (if any) and areas of specialization (if any). 2. Key Professionals B1700029 9 a. Identify the key members of your team that would be directly involved in the project and list their certifications and area of expertise and what role they will perform and projects they have collaborated on in the past. b. Identify the Project Manager who will be responsible for the execution of work and ensuring that adequate personnel and other resources are made available for the project, and who is responsible for the quality and timeliness of the Consultant's performance. 3. Relevant Projects / References: List/Describe any contracts, currently in progress or performed in the past 5 years comparable to this RFP, as follows: a. Reference only projects involving current staff, indicate which team members were actually involved in the project and specify their role. b. List projects in date order with the newest projects listed first. c. Describe in detail the services your vendor provided and the outcome of the project (On -time, On -budget, the number of change orders issued) d. Provide the client name for whom services were provided and the appropriate individual who may be contacted as a representative of each client (include phone number, email and address of contact) 4. SCHEDULE Provide a schedule depicting the tasks described above. 5. CONFLICT OF INTEREST Describe any potential conflicts of interest your staff, firm, or outsourced services, may have related to this Scope of Work. FORMAT OF PROPOSAL The following format should be followed in order to allow the Weld County Council to have a working basis on which to compare one proposal with another. The elements within this outline are expected to be addressed in any submitted proposal; however, additions to it may be made where necessary for purposes of clarification or amplification. Please submit seven (7) paper copies and one (1) electronic version. 1. Cover Letter, including a short statement of the principal reasons the submitting firm believes it is qualified for the work and should be selected. 2. Vendor Experience and Qualifications. 3. Key Professionals. 4. Relevant Projects and References. 5. Anticipated Schedule to Conduct Reviews. 6. Statement of Conflict of Interest. 7. Cost of Services. Please provide a lump sum price. EVALUATION CRITERIA I. PROJECT UNDERSTANDING AND APPROACH. The project understanding and approach should acknowledge the diverse values, goals and scope of the project with its unique challenges and opportunities. 2. RELEVANT EXPERIENCE & REFERENCES. The project experience and references should instill confidence that the proposed project team has the ability to successfully complete the performance reviews. 3. SCHEDULE. The schedule should reflect a timeline to complete the scope of services. B1700029 10 Selection will be with the best qualified vendor and proposal determined solely by the County Council. The selected vendor will be required to enter into a separate agreement (sample is attached). The County Council may elect to short list the vendors and conduct written or oral discussions as necessary to determine the best qualified vendor(s). NON -DISCLOSURE The selected vendor shall be aware that they shall not disclose any preliminary or final report or findings without first consulting with the County Council. The County Council shall be the custodian of all drafts and reports prepared as part of the audits. * The successful vendor is required to sign a separate contract (a sample contract is included as a separate attachment.) The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700029. 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 bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. 81700029 11 Exhibit B Rose Everett From: Sent: To: Subject: Attachments: Nicolas Menard <nmenard@harveyrose.com> Monday, January 30, 2017 5:41 PM bids Response to RFP Bid No. B1700059_013117 Weld County Council.pdf Please see attached our proposal in response to bid # B1700059, Performance Reviews of the Weld County Clerk & Recorders Office and the Weld County Commissioners. Please note the following items: 1. The RFP contained references to two different bid numbers, B 1700059 and B1700029. We are responding to the bid: Performance Reviews of the Weld County Clerk & Recorders Office and the Weld County Commissioners. 2. Hard copies of this proposal are scheduled to arrive Tuesday morning. We hereby waive our right to a sealed bid. Thank you for consideration. Nicolas Menard Harvey M. Rose Associates, LLC 1390 Market Street, Suite 1150 San Francisco, CA 94102 T: (415) 553-4638 1 Proposal to Provide Performance Reviews of the Weld County Clerk and Recorders Office and the Weld County Commissioners Prepared for the Weld County Council H M R M.RC [ Harvey M. Rose Associates, LLC 1390 Market Street, Suite 1150 San Francisco, CA 94102 (415) 552-9292 (T) (415) 252-0461 (F) http://www.harveyrose.com January 30, 2017 Table of Contents 1. Cover Letter 2. Vendor Experience and Qualifications 1 3. Key Professionals 4 4. Relevant Projects and References 14 5. Anticipated Schedule to Conduct Reviews 20 6. Conflict of Interest Statement 23 7. Cost of Services 24 8. Statement of Understanding 25 It HARVEY N1. ROSE ASSOCIATES, LTC puL'Lc seam mar=3r1,3'rif r ronsulcng HMR January 30, 2017 Weld County Purchasing Department (Bid Number: B1700059) Weld County Administrative Building 1150 0 Street 4107 Greeley, CO 80631 Dear Linda Kane: Harvey M. Rose Associates, LLC (HMR) is pleased to submit this proposal to the Weld County Council to conduct the Performance Reviews of the Weld County Clerk & Recorders Office and the Weld County Commissioners. We have reviewed and understood all elements of the County's Requests for Proposal (Bid Number: B1700059) and believe that our proposal is fully responsive to the scope and objectives of the services as outlined in the RFP. We intend to perform the services that we have outlined in this proposal. We are willing to enter into an agreement under the terms and conditions prescribed in this RFP and in the Sample Agreement. Our team is well qualified to provide the requested services for Performance Reviews. HMR has over 35 years of experience in public sector consulting and auditing work. Our proposed team of professionals has experience conducting various forms of assessment, reviews, and audits of local governments and agencies, including experience reviewing the functions performed by both the Weld County Clerk & Recorder and the County Board of Commissioners. As a company principal, I would serve as the partner -in -charge if HMR is selected to conduct this audit. I would serve as the central point of contact during the review process. My contact information is below: Fred Brousseau, Principal Harvey M. Rose Associates, LLC 1390 Market Street, Suite 1150 San Francisco, California 94102 Phone: (415) 553-4627; Email: fbrousseau@harveyrose.com Thank you for providing our firm with the opportunity to submit a proposal to provide our services. The attached proposal contains details of our approach to the proposed project and our rates. We are available to respond to questions or present our proposal to the Weld County Council and other parties involved in the selection process upon request. Sincerely, 7-' I �jt d3tn v� Fred Brousseau, Principal Section 2: Vendor Experience and Qualifications Our Firm Harvey M. Rose Associates, LLC (HMR), established in 1978, specializes in performance reviews, performance and management auditing, budget and financial analysis, staffing analysis, and other management review services for public sector agencies, particularly cities, counties, school districts, and other local government entities. We have conducted more than 750 projects and analyses of public agencies, ranging from small municipalities to some of the largest and most complex governmental, with budgets exceeding $24 billion annually. These analyses rely on our analytical independence, allowing us to provide our clients with unbiased findings and recommendations. Our services have assisted many city, county, and state agencies improve and measure performance, achieve savings and/or increase revenues, and allocate and manage resources in a more efficient, effective, and economical manner. Highlights of our experience and qualifications include: • Serving continuously as the contract Management Auditor to the Board of Supervisors of the County of Santa Clara, California since 1980, conducting performance audits, special studies, risk assessments, and whistleblower investigations, as directed by the Board, and annually reviewing the County Executive's recommended budget for all County departments. • Serving continuously as the contract Budget and Legislative Analyst to the Board of Supervisors of the City and County of San Francisco, under contract, since 1979. Our services to the Board include performance audits, legislative analysis, and an annual detailed review of the Mayor's proposed budget for all City agencies. • Providing analytical services including business process analyses, internal control assessments, performance audits, fiscal reviews, and special studies for legislative bodies, civil grand juries, and other government entities in the states of Colorado, California, Oregon, and Illinois. The firm is a privately held California -based limited liability corporation and has offices in San Francisco, CA and San Jose, CA. Harvey M. Rose Associates, LLC 1390 Market Street, Suite 1150 San Francisco CA 94102 (415) 552-9292 Harvey M. Rose Associates, LLC 70 West Hedding Street 10th Floor, East Wing San Jose, CA 95110 (408) 299-6436 The firm is owned by three partners, each with experience ranging from 16 to 32 years of auditing and analyzing local government operations. All three partners are actively involved in managing services performed by the company. Harvey M. Rose Associates, LW 1. Section 2: Vendor Experience and Qualifications All company partners are authorized to execute contracts: Fred Brousseau (415) 553-4627 Severin Campbell (415) 553-4647 Cheryl Solov (408) 299-6435 Our organizational structure is relatively flat, meaning that decision -making is simple, the firm's partners and their areas of expertise are easily accessible to all staff, and all staff members are flexible and work together in different team configurations based on what is best for the project and client, Sharing of skills and experience is strongly encouraged in our organization so that everyone benefits from all dimensions of our deep local government experience. As a result, our project teams are flexible and able to respond quickly and effectively to client needs. Staff Qualifications and Experience At Harvey M. Rose Associates, LLC, our staff is our greatest asset. Our firm's services are provided almost exclusively to local government, which enables our staff to be extremely familiar with the diverse operations of local government agencies and the laws, norms, and best practices they should follow. Our staff has extensive experience conducting performance audits, staffing analysis, and other management consulting services for organizations similar to the ones under review in this project. In particular, we have extensive experience in reviewing allegations of fraud and misconduct, compliance with local, state, and federal laws, and organizational structures and work flows. We are able to complete this project with in-house resources and without the need for subcontracting or outsourcing. Through our array of services, we have assisted our clients in improving their operational efficiency, identifying and reducing costs, and providing higher levels of service to their communities in all functional areas of local government. Core staff members have earned a reputation for identifying problem areas, collecting and analyzing relevant information, and preparing realistic recommendations within government settings. Internal Quality Control Our firm maintains a high standard of integrity for our work products, meets all client deadlines, and provides follow-up services whenever needed. All reports undergo an internal quality control process that includes reviews by project managers and the principal -in -charge. This intensive process yields analyses and recommendations that have demonstrably improved clients' abilities to allocate and manage resources and implement programs in order to provide high -quality services. Our work is conducted in accordance with generally accepted government auditing standards (GAGAS) set forth in the 2011 revision of the Government Auditing Standards promulgated by the U.S. Harvey M. Rose Associates, LLC 2 Section 2: Vendor Experience and Qualifications Government Accountability Office (the "Yellow Book"). Among other requirements, we adhere to these standards far analytical independence, evidence -based findings, and continuing professional education. As a testament to our strong internal quality control system, our recent external peer review (completed in October 2016 in accordance with GAGAS Standards) positively affirmed the effectiveness of our quality assurance procedures. As a result of these rigorous standards, our work has earned a reputation for containing findings and recommendations that are technically superior and supported by well - documented evidence. Client Satisfaction In addition to serving continuously as the contract Budget and Legislative Analyst for the San Francisco Board of Supervisors and as the Management Auditor for the Santa Clara County Board of Supervisors, we are regularly rehired for projects by previous clients, indicating client satisfaction with our work. We have completed multiple performance audit projects for civil grand juries in California counties such as San Bernardino, Los Angeles, Monterey, and Orange. We have also been rehired by the Los Angeles City Controller, the Los Angeles County Auditor -Controller, the Port of Los Angeles, and the Sacramento Regional County Sanitation District. Commitment to Independence Independence is the hallmark of our organization, prominent in every aspect of the services we provide —from the character, depth, and thoroughness of our analysis to the strength of our recommendations. We believe that this approach has been key to our firm's longevity and success and beneficial to all of our clients, who receive the independent, objective, and accurate information necessary to ensure excellence in decision -making. Harvey M. Rose Associates, LLC 3 Section 3: Key Professionals The project team would consist of one partner -in -charge, one senior manager, and one senior analyst. All staff listed below would participate directly in the project tasks. The partner -in - charge would be responsible for the ensuring quality control of the final deliverable and timely execution of all project tasks. The project team members and their qualifications are listed below. Resumes for each team member are included following this narrative and descriptions of the referenced projects are detailed in Section 4 of this proposal. Name Title Hourly Rate Telephone ft Fred Brousseau Partner- In -Charge (primary contact person) $175 415-553-4627 Dan Goncher Senior Manager/Project Manager $140 415-553-4629 Nicolas Menard Senior Analyst $115 415-553-4638 Fred Brousseau, Principal/Partner Fred Brousseau is a Principal with extensive experience in performance reviews, organizational and staffing studies, and performance audits. Mr. Brousseau would serve as the Partner -in - Charge, providing overall project supervision, expertise, and the final level of quality assurance. Mr. Brousseau manages the policy analysis services for the San Francisco Board of Supervisors and has served as a principal/project manager on numerous performance audits and special studies for other local government clients, including the Colorado State Auditor, the City of Los Angeles, the Port of Los Angeles, and the Los Angeles County Auditor -Controller. Mr. Brousseau earned a Master of Public Policy degree from the University of California, Berkeley. Project Highlights • Audit of Alleged Board Intrusion into County Department Processes for the Los Angeles County Auditor -Controller • Performance Evaluation of the Colorado Division of Water Resources Dam Safety Function Performance Audit of the City of Watsonville, including City Council governance Dan Goncher, Senior Manager Dan Goncher is a Senior Manager with extensive experience auditing and conducting investigations and technical analyses for public sector agencies. Mr. Goncher has managed and conducted performance audits, budget analyses, management audits, investigations, and special studies in the areas of public health, transportation, real estate, utility management, Harvey M. Rose Associates, LW 4 Section 3: Key Professionals housing, government operations, and others. His project work has taken place for cities and counties across California and in the State of Colorado. Prior to joining HMR, Mr. Goncher worked in the Division of Banking Supervision and Regulation at the Federal Reserve Bank of San Francisco as a Bank Examiner. Mr. Goncher earned a Master of Public Policy degree from the University of California, Berkeley and received his B.A. (with honors) from American University in Washington, D.C. Project Highlights Performance Audit of the City of Watsonville, including City Council governance Performance Evaluation of the Colorado Division of Water Resources Dam Safety Program Annual review of the Mayor's Proposed Budget for San Francisco City and County Departments Nicolas Menard, Senior Analyst Mr. Menard brings experience conducting staffing analyses, fiscal and organizational reviews, as well as experience examining management and business process effectiveness. Mr. Menard's recent projects include performance audits and management assessments of county departments that examine their staffing and organizational structure. Prior to joining HMR, Mr. Menard worked as an economic consultant analyzing the economic viability of infrastructure projects and competition matters. Mr. Menard holds a Master of Public Administration from Columbia University and a Bachelor of Arts from Swarthmore College. Project Highlights • Management Review of the Imperial County Department of Social Services • Performance Audit of Santa Clara County Information Services Department • Annual review of the Mayor's Proposed Budget for San Francisco City and County Departments Harvey M. Rose Associates, LLC 5 FREDERICK J. BROUSSEAU POSITION: Principal — Harvey M. Rose Associates, LLC EXPERIENCE: Project Management and Supervision Has served as Project Manager for management audits and other analyses conducted by the firm for over 28 years, particularly in areas of criminal justice, health and social services, public works and land use, and finance and government operations. His project management and supervision experience includes: • Director of Policy Analysis for San Francisco Board of Supervisors: manages analyses of programs and policies under consideration by Board members on a wide variety of topics and possible legislation. Identifies and analyzes alternative means of achieving desired objectives. • Management of audits and projects for various local government jurisdictions including cities of Los Angeles, Oakland, San Francisco, San Bernardino, San Jose, Colton, Chino and Berkeley and counties of Sacramento, Los Angeles, Butte, San Bernardino, Riverside, Santa Clara and El Dorado, among others • Audits and analyses of finance and operations, contracting process, fees, and land development process • Litigation and criminal support work for numerous law firms and offices regarding local government financial and operational issues Finance, Government Operations and Fee Analyses • Analysis of costs of services provided by all City departments for veterans, City and County of San Francisco • Analysis of costs of services provided by all City departments for homeless population, City and County of San Francisco • Performance Audit, Bond -funded School Construction and Improvement Program, Beverly Hills Unified School District • Blueprint for Performance -based Budgeting, City of Los Angeles • Performance Audit: Hospital and Health Clinic Write-offs, County of Los Angeles • Risk Assessment: Port of Los Angeles Administrative Functions • Audit of Possible Board of Supervisors Intrusion into County Operations: Los Angeles County • Performance Audit, City of Watsonville, CA • Analysis of Fiscal Feasibility of Incorporation or Assumption of Latent Powers, Rossmoor Community Services District, Orange County, CA • Performance Audits, Financial Management and Program Strategy, First 5 Los Angeles (grant making organization for services and programs for children ages 0-5, funded by Tobacco Tax proceeds) • Audits, County of Sacramento, City of Sacramento and City of Folsom Billing and Billing Procedures on behalf of the Sacramento Regional County Sanitation District, including Processes for Determining and Collecting Development Impact Fees • Performance Audit, City of Los Angeles Commodity Procurement Function • Risk Assessment, Los Angeles World Airports Performance Audit Program • Management Audit, Los Angeles Unified School District Warehousing and Inventory Control • Fiscal and Operational Review, Monterey County General Liability Program • Analysis, Monterey County Mandated Procurement and Human Resources Functions • Management Audit, Santa Clara County Data Processing Department • Analysis, El Dorado County Budget Function and Process • Organizational Study, Maricopa County (Arizona) Finance and Budget Functions • Analysis, City of San Carlos Costs and Benefits of Contract Legal and Finance Services • Analysis, City of Ontario Costs and Benefits of Contract Legal Services • Management Audit, City of Chino: All Functions Harvey M. Rose Associates, LLC 6 FREDERICK J. BROUSSEAU (continued) Public Works, Transportation and Land Use Projects • Analysis of Costs and Funding for Undergrounding Utility Wires, City and County of San Francisco • Analysis of Alternative Approaches to Reducing Commercial Vacancies, City and County of San Francisco • Analysis of Costs and Management of Implementing Bicycle Strategy, City and County of San Francisco • Analysis of magnitude and impact of tenant evictions, City and County of San Francisco • Performance Evaluation: Dam Safety Program, State of Colorado • Policy Analysis: Bicycle Infrastructure Funding Strategy, City and County of San Francisco • Policy Analysis: Rent Increases Affecting Non-profit Organizations, City and County of San Francisco Performance Audit, Development Project Approval and Condition Management, including Analysis of Impact Fees for Public Facilities, City of Los Angeles Performance Audit, City and County of San Francisco Planning Department, including analysis of development impact and other fees charged as part of the development process • Management Audit, Santa Clara County Roads and Airports Department • Review, Los Angeles County Department of Public Works Warehousing, Inventory, and Procurement Processes and Staffing • Analysis, City of San Carlos Costs and Benefits of Contract Public Works and Planning Services • Evaluation, City of Berkeley Permit Service Center • Management Audit, Santa Cruz County Planning Department • Management Audit, City of Chino Redevelopment Agency • Management Audit, Sonoma County Planning Department Litigation Support/Expert Witness • Analysis of Urban Growth Management/Citywide Impact Fees, City of Fresno Property Tax Impact Analysis, Proposed Municipal Annexation of Unincorporated Land • Analysis, Fiscal Impact of Oroville Dam on Butte County Costs and Operations • Analysis of Revenue Neutrality Amount Paid to Newly Incorporated City of Rancho Cordova • Analysis of Auditor's Ratio and Property Tax Transfer, City of Rancho Cordova • Analysis to assess nexus between departmental costs and the County's building and development fees, Orange County Building and Safety Fund • Analysis of City Auditor Staffing Need to Meet Office's Charter Requirements, City of Oakland • Analysis of inclusion of employees shared by public agencies and non-profit organizations in CALPERS retirement system, California County Superintendents Educational Services Association Forensic Audits Analysis of Process for Selection of Contract Inspector General, Los Angeles Community College District • Performance Audit, City of Berkeley Contractor Financial Arrangements and Payments • Audit, Public Guardian's Office in case involving employee embezzlement • Audit of the Economic Development Agency's contractual relationship with housing developer Alvarez & Associates, City of San Bernardino • Management Audit of Fraud Prevention Investigation Functions, County Department of Public Social Services Harvey M. Rose Associates, LW FREDERICK J. BROUSSEAU (continued) Public Safety and Justice Projects • Analysis of Bicycle Theft Trends and Prevention Methods, City and County of San Francisco • Analysis of City and Property Owner Costs of Graffiti, City and County of San Francisco Performance Audit: Adult Indigent Defense Conflict Panels, San Bernardino County • Performance Audit, Sonoma County Public Defender's Office • Management Review, Ventura County Public Defender's Office • Performance Audit, City and County of Los Angeles Gang Reduction Programs and Services • Management Audit, Santa Clara County Public Defender's Office and Indigent Defense System • Analysis, Sheriff's Costs to be Transferred to Newly Incorporated City • Management Audit, Pima County (Arizona) Public Defender and District Attorney as part of audit of Criminal Justice System • Management Audit, Orange County Public Defender and Indigent Defense Costs • Management Audit, San Bernardino County Public Defender • Management Audit, Santa Clara County Department of Child Support Services • Comparative Audit, Los Angeles County Formal and Summary Probation Systems • Zero -based Budget Analysis, City and County of San Francisco Sheriff, Trial Courts, District Attorney, and Public Defender • Management Audit, Solano County Sheriff's Department • Performance Audit, San Diego County Sheriff's Department • Analysis, Santa Clara County Sheriffs Department Court Security Staffing and Procedures • Evaluation, Los Angeles County Public Defender's Office Investigations Division • Management Audit, Los Angeles County Citizen Complaint Process (Various Law Enforcement Agencies) • Analysis, Maricopa County (Arizona) Jail Per Diem Rate and Booking Fee • Management Audit, Los Angeles County Coroner -Chief Medical Examiner • Analysis, Maricopa County (Arizona) Sheriffs Office Contract Law Enforcement Health and Social Services Projects • Performance Audit, Los Angeles County Elder Abuse Programs and Services • Performance Audit, Los Angeles County Programs and Services for At -Risk Youth (covering employment, anti -dropout programs, gang reduction efforts and medical services for foster children) • Audit, El Dorado County Departments of Mental Health and Human Services Medi-Cal Revenue Analysis, Los Angeles County Department of Health Services and Department of Family and Children's Services Data Sharing • Analysis, Implementation of a Separate Health Authority within Los Angeles County • Management Audit, Los Angeles County MacLaren Children's Center • Management Audit, Santa Clara County Department of Family and Children's Services • Management Audit, El Dorado County S.B. 163 Wraparound Program • Management Audit, Los Angeles County Department of Children's and Family Services Group Home Function Analysis, Monterey County Natividad Medical Center Proposal for Delegated Procurement and Human Resource Authority • Management Audit, Amador County Public Conservator's Office • Management Audit, Orange County Pulmonary Health Services • Evaluation, Los Angeles County Department of Public Social Services Quality Control Systems to Identify and Locate Non -Custodial Parents • Organizational Study, Orange County Regional Center • Management Audit, El Dorado County Child Protection Services Harvey M. Rose Associates, LW FREDERICK J. BROUSSEAU (continued) Management Audit, Mendocino County Department of Social Services Analysis, Los Angeles County's Martin Luther King, Jr./Drew Hospital Backlogs in Outpatient Clinics Reengineering Patient Care Delivery, Los Angeles County Walk -In Emergency and Urgent Care Clinics • Analysis, City of Berkeley Health and Human Services Department Organizational Structure Alternatives • Special Study, Los Angeles County Department of Health Services' $2.1 Billion Health Facility Replacement and Improvement Plan Education, Recreation and Culture Projects • Performance Audit: Selection of Contract Inspector General, Los Angeles Community College District • Policy Analysis: Use of Park, Recreation and Open Space Fund, City and County of San Francisco • Performance Audit, Los Angeles Unified School District Programs and Services to Reduce High School Dropout Rate • Management Audit, Los Angeles Unified School District Warehousing and Inventory Control • Analysis, East Side Union High School District Budget Function and Process (San Jose, CA) • Management Audit, East Side Union High School District Information Systems Department (San Jose, CA) • Management Audit, East Side Union High School District General Services Department (San Jose, CA) • Operational Audit, San Diego Unified School District Material Services Function • Audit, Chino Valley Unified School District Land Bank Program • Management Audit, Centinela Valley Unified Finances and Business Operations PROFESSIONAL HISTORY: Harvey M. Rose Associates, LLC, Partner/Project Manager, 2006 -Present Harvey M. Rose Accountancy Corporation, Principal/Senior Manager, 1993-2006 & 1982-1990 Ernst & Young, Bay Area Manager of Government Consulting, 1990-1993 Center for Continuing Study of the California Economy, Associate Economist, 1978-1982 EDUCATION: Master of Public Policy, University of California at Berkeley, 1980 Bachelor of Arts in Economics, University of California at Santa Cruz, 1976 Harvey M. Rose Associates, LLC 9 DANIEL GONCHER POSITION: EXPERIENCE: Senior Manager— Harvey M. Rose Associates, LLC Project Management and Analysis Plan, manage, and conduct performance and management assessments and audits on a wide variety of issues for local government clients as needed. Also provide fiscal, legislative, and budget analysis of proposed resolutions, ordinances and supplemental appropriation requests from departments and programs for the City and County of San Francisco Board of Supervisors. Health and Social Services Projects • Annual Review of $1.6 billion Department of Public Health budget, City and County of San Francisco • Project Manager, Performance Audit of the City and County of San Francisco Children's Fund as managed by the Department of Children, Youth, and their Families • Performance Audit, Sacramento Housing and Redevelopment Agency • Performance Audit, San Francisco Housing Authority • Special Study, Investigation of the Los Angeles County Elder and Dependent Adult Abuse Prevention Services and Program • Special Study, Investigation of the Los Angeles County Foster Youth Abuse Prevention Services and Program Finance and Government Operations Projects • Manager, Annual Review of Mayor's Proposed $9 billion two-year budget for the City and County of San Francisco Board of Supervisors • Analysis of Permitting Processes for Certified Farmers Markets, City and County of San Francisco • Analysis of Citywide Procurement Processes, City and County of San Francisco • Audit of Santa Clara Stadium Authority Finances, City of Santa Clara • Performance Audit, San Francisco's Lead Worker, Standby, Acting Assignment, and Supervisory Differential Pay Practices • Fiscal and Legislative Analysis, City and County of San Francisco Proposed Resolutions and Ordinances • Annual Review of $89 million Department of Technology budget, City and County of San Francisco • Annual Review of $230 million Administrative Services Division budget, City and County of San Francisco • Performance Audit of Citywide IT Purchasing, City and County of San Francisco • Comparative Analysis of Labor Standards Enforcement, City and County of San Francisco • Close-out Audit of the Santa Clara County Cal -ID Fingerprinting Program • Low -Income Investment & Lending Reviews, Federal Reserve Bank of San Francisco Public Works, Transportation and Land Use Projects • Performance Audit of San Bernardino International Airport Operations, Development and Construction Activities • Risk Focused Process Audits of Various Divisions, Port of Los Angeles o Managed Review of Grants Management and Capital Assets for Port Police, Goods Movement, and Information Technology Divisions; Assisted with Reviews of Human Resources • Performance Audit, Port of Los Angeles Real Estate Division Harvey M. Rose Associates, LLC 10 DANIEL GONCHER (CONTINUED) PROFESSIONAL HISTORY: • Project Manager, Performance Audit, Victorville Municipal Utility Services, Southern California Logistics Airport, and the City of Victorville • Project Manager (Multiple Annual Audits), Proposition 39 Audit of Beverly Hills Unified School District's Measure E Bond Fund Program and associated Capital Development Activities • Performance Audit, Los Angeles World Airports Capital Development Program • Project Manager, Study of Impact of Transportation Network Companies in City of Sunnyvale • Project Manager, Performance Audit of Affordable Housing Policies and Programs, City and County of San Francisco Performance Evaluation, State of Colorado Division of Water Resources- Dam Safety Branch Review, Transportation Impacts of Proposed California Pacific Medical Center- Cathedral Hill Hospital Development • Budget Analysis of Public Improvement Costs, City of Los Angeles • Analysis of Inter -Agency Coordination of Development Projects, City of Los Angeles • Nationwide Benchmarking Study of Planning Functions, City of Los Angeles • Operational Performance Audit, Colton Electric Utility • Energy Efficiency Analysis, Alameda Power and Telecom • Review of Management Functions of Regional Planning Department, County of Los Angeles • Annual Review of $163 million Department of Public Works budget, City and County of San Francisco • Annual Review of $838 million San Francisco International Airport Budget Education, Recreation and Culture Projects • Audit of Beach Concession Agreements, City of Long Beach • Review of Los Angeles Community College District's Process for Procuring Inspector General Services • Nationwide Benchmarking Study of Warehouse Management & Inventory Control, Los Angeles Unified School District • Project Manager, Performance Audit of Alemany Farmers' Market, City and County of San Francisco Harvey M. Rose Associates, LLC Senior Manager, 2013- Present Harvey M. Rose Associates, LLC Principal Analyst, 2011-2013 Harvey M. Rose Associates, LLC Senior Analyst, 2008 - 2011 Alameda Power and Telecom Consultant, 2008 United Kingdom Office of Climate Change Intern, 2007 City of Berkeley -Office of the Mayor Policy Analyst, 2007 Federal Reserve Bank of San Francisco Bank Examiner, 2000-2006 The White House Intern, 1998 EDUCATION: Master of Public Policy, Goldman School of Public Policy, University of California at Berkeley, 2008 Bachelor of Arts in Communications, Legal Institutions, Economics, & Government; American University, 2000 Harvey M. Rose Associates, LLC 11 NICOLAS R. MENARD POSITION: Senior Analyst — Harvey M. Rose Associates, LLC EXPERIENCE: Project Analysis Participates in performance audits, special studies, and budget and legislative analyses for counties, cities, and other governmental agencies, and performs other analyses on a wide variety of issues for government clients as needed. Finance and Government Operations Projects Performance audit of Santa Clara County Information Services Department, with a focus staffing and recruitment practices. • Performance audit of the San Francisco Sheriff's Department's Workers Compensation and Overtime, with a focus on evaluating the adequacy of its staffing structure. • Special Study of Language Access Ordinance in San Francisco, including analysis of interdepartmental coordination and of contracts awarded for language access purposes. • Assessment of fiscal and policy impact of legislation authorizing over $1.1 billion in municipal bonds and other financial instruments to fund water and airport infrastructure upgrades and real estate transactions within the City and County of San Francisco. Performance audit of San Francisco Department of Technology, including organizational structure and staffing analysis. • Reviewed $114m annual budget of the San Francisco Department of Technology and recommend cost saving measures to San Francisco Board of Supervisors. • Reviewed $300m annual budget of the San Francisco City Administrator and recommend cost saving measures to San Francisco Board of Supervisors. • Special Study on financial and operational models to expand San Francisco's municipal fiber optic network to residents and businesses. Special Study on public cost of Internet access and phone service within the City and County of San Francisco. Recommended changes to access technology and redundancy policies to achieve cost savings. • Special Study of information technology asset management within the City and County of San Francisco. Recommended data collection and centralization strategies to reduce delays and costs in information technology project implementation. Public Safety and Justice Projects • Special Study of violence prevention programs in San Francisco, with a focus on interagency coordination and program performance measurement. • Investigated effectiveness of public safety agencies across California to develop legal claims of former clients. • Performance audit of Riverside County conflict counsel for indigent defendants. Housing Projects • Special Study of housing affordability in California. Developed regression models to identify cost - drivers of affordable housing development in California. Evaluated data quality of 50+ databases and conducted survey of affordable housing developers. • Special studies of development, construction, and building inspection fees in San Francisco for the Board of Supervisors. Harvey M. Rose Associates, LLC 12 NICOLAS R. MENARD Public Works, Transportation and Land Use Projects • Special Study of water infrastructure project in California. Modeled debt sustainability of $14B water infrastructure upgrade through quantitative analysis of financial/operational data. Performed qualitative analysis of operational and regulatory risks to contextualize model input/outputs. • Analyze fiscal and policy impact of legislation proposed by the San Francisco Public Utilities Commission. • Analyze fiscal and policy impact of legislation proposed by the San Francisco International Airport. • Analyze fiscal and policy impact of legislation proposed by the San Francisco Real Estate Division. Other Projects • Conducted original research and data analysis to uncover and value damage of price-fixing cartels, including for foreign exchange and interest rate derivatives. Worked with municipalities to assess potential losses of anticompetitive conduct. Wrote factual and analytical sections of legal documents submitted to federal courts. PROFESSIONAL HISTORY: Harvey M. Rose Associates, LLC, San Francisco, CA, Senior Analyst, 2014 -present Lieff Cabraser, San Francisco, CA, Research Analyst, 2013-2014 Blue Sky Consulting Group, Emeryville, CA, Summer Associate, 2013 EDUCATION: Master of Public Administration, Columbia University Bachelor of Arts, Swarthmore College Harvey M. Rose Associates, LLC 13 Section 4: Relevant Projects The following is a list of recently completed projects by HMR that are relevant to our proposed work for the Performance Reviews of the Weld County Clerk & Recorders Office and the Weld County Commissioners. All of the projects were completed on time, within budget, and without any change -orders. Project title Management Assessment of the Imperial County Department of Social Services Date of completion August 31, 2016 Project description The purpose of this assessment was to: (1) review the effectiveness of the Department's management structure, practices, and policies, particularly regarding leadership, supervision, and communication; (2) evaluate human resource management practices, including staffing, promotions, employee grievances, and training; and, (3) identify core concerns facing Department staff, including allegations of fraud. We conducted in-depth interviews with executive management and developed and administered a survey of all 400 departmental staff across three office locations. Our review found that human resource processes were undermined by management and staff perceptions that they were unfair and subjective. We also found that changes to the organizational structure were reasonable but poorly communicated to staff. We made recommendations to improve the department's communication strategy and staffing practices intended to enhance morale and increase transparency in management decision making. Team members Nicolas Menard (Senior Analyst) Client name Imperial County Counsel Contact information Katherine Turner Imperial County Counsel 940 W. Main Street, Suite 205 El Centro, CA 92243 Phone: 442-265-1120 Email: KatherineTurner@co.imperial.ca.us Harvey M. Rose Associates, LLC 14 Section 4: Relevant Projects Project title Annual review of the Mayor's Proposed Budget for City and County Departments Including the Clerk's Office, Office of the Assessor -Recorder, and the Board of Supervisors Date of completion An ongoing annual review since 1979 (most recent occurred in June 2016) Project description Harvey M. Rose Associates, LLC, in its capacity as contract Budget and Legislative Analyst to the San Francisco Board of Supervisors, provides an annual independent assessment of the Mayor's proposed annual budget for the City and County of San Francisco. This review includes an analysis of the proposed budgets for the Clerk's Office, Office of the Assessor -Recorder, and the Board of Supervisors. Our budget review includes analysis of organizational structure, staffing requirements, and alignment of spending activity with County and departmental priorities. In FY 2015-16, we recommended $37.7 million in budget reductions and adjustments to the Board of Supervisors. Team members Dan Goncher (Senior Manager), Nicolas Menard (Senior Analyst) Client name San Francisco Board of Supervisors, Budget and Finance Committee Contact information Jess Montejano, Legislative Aide to Supervisor Mark Farrell 1 Dr. Carlton B Goodlett Place San Francisco, CA 94102 Phone: (415) 554-5144 Email: jess.montejano@sfgov.org Harvey M. Rose Associates, LLC 15 Section 4: Relevant Projects Project title Performance Evaluation of the Colorado Division of Water Resources Dam Safety Program Date of completion February 25, 2014 Project description The purpose of this study was to evaluate the Division of Water Resource's oversight of the dam safety program in Colorado. We found that dam inspections did not occur within the Division's annual inspection guidelines. We recommended changes to the dam inspection process that would create proper incentives to ensure compliant and timely dam inspection. Team members Fred Brousseau (Principal -in -Charge), Dan Goncher (Principal Analyst) Client name Colorado State Auditor & Legislative Audit Committee Contact information Monica Bowers Deputy State Auditor 200 E Colfax Avenue Denver, CO 80203 Phone: (303) 869-2800 Project title Performance Audit of the City of Watsonville Date of completion December 20, 2012 Project description The objective of this performance audit was to assess risk to the City of Watsonville's assets and resources due to its policies and internal controls. The report also assessed the accountability and transparency in City decision -making, including an analysis of information flow between City management and the City Council as well as other City policy makers and the public. We determined that the City lacked adequate reporting processes to inform the City Council and the public regarding its financial condition. We recommended policies to require regular reporting on City's financial condition in a manner suitable for public consumption and that the City Council fund an audit function to ensure the City's financial condition is appropriately vetted. Team members Fred Brousseau (Principal -in -Charge), Dan Goncher (Principal Analyst) Client name Civil Grand Jury of Santa Cruz County, FY 2012-13 Contact information Lise Peterson Santa Cruz County Civil Grand Gury Foreperson, 2012-2013 (831) 334-0207 Harvey M. Rose Associates, LLC 16 Section 4: Relevant Projects Other Relevant Projects The section below includes comparable projects that were completed previous to 2012 or consisted of staff members that are not part of the proposed audit team. Project title Investigation of Alleged Board Intrusion Date of completion February 24, 2010 Project description The Los Angeles County Auditor -Controller's Office retained Harvey M. Rose Associates, LLC to conduct an Investigation of Alleged Intrusion by Board of Supervisors Offices in the operations of the Department of Regional Planning. The objective of this investigation was to review Board interactions and to determine, through review of documentation and interviews, if members of the Board of Supervisors, their deputies, or other staff were giving orders to or instructing the former Director of Regional Planning or his staff on department operations, as compared to seeking information or assistance. Team members Fred Brousseau (Principal -in -Charge), Dan Goncher (Senior Analyst) Client name Los Angeles County Auditor -Controller Contact information Guy Zelenski Auditor -Controller's Office County of Los Angeles 500 West Temple St., Room 410 Los Angeles, CA 90012 Phone: (213) 974-8301 Project title Santa Clara County Whistleblower Program Date of completion An ongoing annual review Project description Harvey M. Rose Associates, LLC, in its capacity as contract Management Auditor for the Santa Clara Board of Supervisors, partners with Santa Clara County Counsel to investigate aspects of whistleblower complaints. We conduct confidential, independent investigations and issue confidential reports to Counsel with our findings. Counsel then determines whether the findings constitute a violation of law or not. Allegations we have investigated and sustained include false medical billings, fraudulent vendor invoices in collusion with County personnel, vendor conflicts of interest and improper use of donations. Team members Cheryl Solov (Principal -in -Charge) Client name Santa Clara County Board of Supervisors Contact information Supervisor Joe Simitian Chair of the Finance and Government Operations Committee 70 West Hedding Street, East Wing, 10th Floor San Jose, CA 95110 Phone: (408) 299-5050 Email: supervisor.simitian@bos.sccgov.org Harvey M. Rose Associates, LLC 17 Section 4: Relevant Projects Project title Performance Audit of the San Francisco Fire Department's Administrative Staffing and Strategic Planning Date of completion June 15, 2015 Project description The purpose of the performance audit was to evaluate the San Francisco Fire Department's management of its administrative functions and long term planning. The audit found that the Department's organizational structure was not well -suited to administrative functions. To work within the existing organizational structure and resources, we recommended processes to select qualified uniform staff for positions in the Administration Division and enhanced training of these staff. We also recommended changes to job descriptions, promotion policies, and capital planning and procurement processes. Team members Severin Campbell (partner -in -charge) Client name San Francisco Board of Supervisors, Government Audit and Oversight Committee Contact information Conor Johnston, Legislative Aide to President of the Board of Supervisors, London Breed 1 Dr. Carlton B Goodlett Place San Francisco, CA 94102 Phone: (415) 554-7630 Email: conor.johnston@sfgov.org Project title Annual review of the County Executive's Proposed Budget for County Departments Including the Clerk -Recorder's Office, the Assessor's Office, the Registrar of Voters, and the Board of Supervisors Date of completion An ongoing annual review since 1980 (most recent occurred in June 2016) Project description Harvey M. Rose Associates, LLC, in its capacity as contract Management Auditor for the Santa Clara Board of Supervisors, provides an annual independent assessment of the County Executive's proposed annual budget for the County of Santa Clara. This review includes an analysis of the proposed budgets for the Clerk and Recorder's Office, the Assessor's Office, the Registrar of Voters, and the Board of Supervisors. Our budget review includes analysis of organizational structure, staffing requirements, and alignment of spending activity with County and departmental priorities. Team members Cheryl Solov (Principal -in -Charge) Client name Santa Clara County Board of Supervisors Contact information Supervisor Joe Simitian Chair of the Finance and Government Operations Committee 70 West Hedding Street, East Wing, 10th Floor San Jose, CA 95110 Phone: (408) 299-5050 Email: su'ervisor.simitian ' bos.sccgov.or: Harvey M. Rose Associates, LLC 18 Section 4: Relevant Projects Project title Performance Audit of the Santa Clara County Registrar of Voters Date of completion February 2016 (expected) Project description In our capacity as the Management Auditor of the County of Santa Clara, we conducted a performance audit of the Registrar of Voters to examine the operations, management practices and finances of the Office, and to identify opportunities to increase efficiency, effectiveness and economy. Our recommendations focused on: improving performance by election officers at polling places, accelerating the return of ballots from polling places to the Registrar for counting, optimizing election precinct size, optimizing voter registration rolls, and expanding the use of voting -by -mail. Team members Jeff Segol (Principal Analyst), Julia Nagle (Senior Analyst) Client name Santa Clara County Board of Supervisors Contact information Supervisor Joe Simitian Chair of the Finance and Government Operations Committee 70 West Hedding Street, East Wing, 10th Floor San Jose, CA 95110 Phone: (408) 299-5050 Email: supervisor.simitian@bos.sccgov.org Project title Fiscal and Policy Review of Legislation Related to Maintaining and Replacing Legacy Voting Systems Date of completion An ongoing annual review since 2007 Project description Harvey M. Rose Associates, LLC, in its capacity as contract Budget and Legislative Analyst to the San Francisco Board of Supervisors, has provided that body an ongoing assessment of legislation related to maintaining and replacing the City and County's legacy voting system. This includes reviews of contracts and contract amendments, spending plans, viability of replacement systems, and results from requests for proposals for replacement systems. Team members Severin Campbell (Partner -in -Charge) Client name San Francisco Board of Supervisors, Budget and Finance Committee Contact information Jess Montejano, Legislative Aide to Supervisor Mark Farrell 1 Dr. Carlton B Goodlett Place San Francisco, CA 94102 Phone: (415) 554-5144 Email: jess.montejano@sfgov.org Harvey M. Rose Associates, LLC 19 Section 5: Anticipated Schedule to Conduct Reviews The work plan below summarizes the tasks to complete the scope of work and maps those tasks over time, with an expected project completion date of June 30, 2017. Task # & Title Task Summary Hours Schedule 1: Entrance Conference Hold entrance conference with County Commissioners and Clerk & Recorder 6 Early March 2: Collect & Analyze Core Department Information Collect core documentation related to Commissioner and Clerk & Recorder activities and management practices. These will include County and departmental internal communications, policies and procedures, workflow processes, organizational charts, job descriptions, and strategic planning documents. In addition, we will obtain and review data related to staff turnover, promotions, external hiring, budget allocations, and service requirements. The scope of the information collection will encompass the current tenure of the Clerk & Recorder as well as the final year of her predecessor (2014 -present). 38 Mid - March 3: Interview Managers Interview Weld County management staff including, but not limited to: (a) the five County Commissioners; (b) six department heads that the Commission oversees; (c) the Clerk & Recorder; and the fivethree 48 Late March (d) managers within the Clerk & Recorders department for Recording/Administration, Elections, and Motor Vehicles. We would also conduct focus groups with other County staff that work directly with the County Commissioners. Further, we would conduct focus groups of the Clerk & Recorder staff. 4: Survey Staff Based on review of core information and gleaned from management interviews, the project team will develop a survey to collect information from Commissioner and Clerk & Recorder staff. An estimated 58 staff members from those two departments will be surveyed electronically, including part-time staff. Additional County staff may be surveyed at the request of the County Council. In addition, the project team would make themselves available for any County employee to provide anonymous input and documentation of activity within the scope of this assessment. 44 Early April 5: Refine Project Scope; Results' to County Council Based on information received during our review of core documents, management interviews, and survey of staff, the work plan will be revised to focus project tasks on the areas of greatest risk to the County and of interest to the County Council. We would work with the Council to refine the topic areas for further analysis and finalize the work plan. 4 Early April 6: Follow Up Interviews and Information Requests Based on the final work plan established in coordination with the County Council, we would conduct additional interviews with management and staff and obtain additional documentation and data to further develop our findings. 26 Mid - April Harvey M. Rose Associates, LW 20 Formatted Table Formatted Table Section 5: Anticipated Schedule to Conduct Reviews Task # & Title Task Summary Hours Schedule 7: Collect Best Practices, Industry Standards for Comparison Collect best practices related to the management practices in the Clerk & Recorder's Office and the County Commission in comparably sized jurisdictions in Colorado and neighboring states as appropriate. In addition, we would obtain professional standards and performance benchmarks and compare collected benchmark and best practices information with the current practices In Weld County. 32 Lat e April 8: Performance Review Determine effectiveness of management practices in both offices using information provided by departments, from interviews and surveys of staff, and collected from the best practices survey. We would review Commission processes and procedures for compliance with applicable laws and regulations, identify strengths and weaknesses of current organizational structure, and review a sample of administrative and executive decisions. We would assess whether management practices currently In place in both offices diverge from best practice and develop recommendations to improve effectiveness of both organizations. 66 Late April - Early May 9: Prepare Draft Report Prepare draft report for the County Council that would integrate evidence -based findings from the performance review with appropriate recommendations. The report would include an implementation plan for improvement for the immediate, short, medium, and long term. After a be 60 Mid -May draft review with the County Council, the draft report shah _could providedto the County Commissioner and Clerk & Recorder to obtain e... -- feedback and allow an opportunity to correct any factual discrepancies. 7 if by the-Geunty Council. requested 10: Finalize, Transmit, & Present Revise and finalize the draft report based on feedback from the County Commissioners and Clerk & Recorder as appropriate. Prepare and present report to County Council. 24 Mid - June - Late June 11: Status Provide regular status reports detailing the activities and progress of the performance review. 20 Ongoing Total Project Hours 368 21 Harvey M. Hose Associates, LLC .443,1 t "f ,,.r •f i�j: VI.y,C, ts ryt a4' � `fl v-eZf F n hh Formatted: Indent: Left: 0.07", First line: 0.01", Right 0.08", Space Before: 1.4 pt, Line spacing: Multiple 1.22 li o2N7-- 0,9(4 Section 5: Anticipated Schedule to Conduct Reviews The work plan below summarizes the tasks to complete the scope of work and maps those tasks over time, with an expected project completion date of June 30, 2017. Task # & Title Task Summary Hours Schedule 1: Entrap a Conferenc Hold entrance conference with County Commissioners and Clerk & Recorder 6 Early March 2: Collect & Analyze Core Department Information Collect core documentation related to Commissioner and Clerk & ecorder activities and management practices. These will include Co ty and departmental internal communications, policies and proce ures, workflow processes, organizational charts, job descri ions, and stra gic planning documents. In addition, we will obtain a review data relate to staff turnover, promotions, external hiring, bu get allocations, a service requirements. The scope of the info ation collection will e ompass the current tenure of the Clerk Recorder as well as the final y r of her predecessor (2014 -present 38 Mid March 3: Interview Managers Interview Weld Cou management staff Including, t not limited to: (a) the five County Co missioners; (b) six departm .t heads that the Commission oversees; ( the Clerk & Recorder; d (d) the three managers within the Cler Recorders depart ent for Recording/Administration, ctions, and Mo or Vehicles. We would also conduct focus groups with oth r County st f that work directly with the County Commissioners. 48 Late March 4: Survey Staff Based on review of core informatio d gleaned from management interviews, the project team will de a survey to collect information from Commissioner and Clerk & R corde staff. An estimated 58 staff members from those two depa ents wil e surveyed electronically, including part-time staff. Addi onal County s ff may be surveyed at the request of the County Coun ' . In addition, the oject team would make themselves available for a County employee to rovide anonymous input and documentatio of activity within the scop of this assessment. 44 Early April 5: Refine Project Scope; Results to County Council Based on information eceived during our review of cor documents, management interv' ws, and survey of staff, the work pla will be revised to focus pr ject tasks on the areas of greatest risk to he County and of interest t the County Council. We would work with th Council to refine the to is areas for further analysis and finalize the wor Ian. 4 Early April 6: Follow Up Interviews and Information Requests Based on th final work plan established in coordination with the Co ty Council, w would conduct additional interviews with management an staff and btain additional documentation and data to further develop our fin ngs. 26 Mid - April Harvey M. Ro3gAssociates, LLC 20 Section 5: Anticipated Schedule to Cond Reviews Tas # & TIC Task Summary ours Schedule 7: Collect Best Practices, Industry Standards for Comparison Collect best practices related to the management practices in the Cle Recorder's Office and the County Commission in comparably size ju ' dictions in Colorado and neighboring states as appropriate. I addi ' n, we would obtain professional standards and perform ce bench rks and compare collected benchmark and best pra ices informati with the current practices in Weld County. 32 Late April 8: Performance Review Determine e tiveness of management practices in bo offices using information pro ed by departments, from interview and surveys of staff, and collecte rom the best practices survey, e would review Commission process and procedures for compli ce with applicable laws and regulations, I ntify strengths and wea esses of current organizational structure, nd review a sample administrative and executive decisions. We w uld assess wheth management practices currently in place in both of es diverge fro best practice and develop recommendations to improve ffectivene of both organizations. 66 Late April - Early May 9: Prepare Draft Report Prepare draft report for the Cou ty Cou cil that would integrate evidence -based findings from the erf rmance review with appropriate recommendations. The report woul nclude an implementation plan for Improvement for the immediate, s r medium, and long term. After a draft review with the County Cou il, th draft report could be provided to the County Commission and rk & Re rder to obtain feedback if requested by the County Coun I. 60 Mid -May 10: Finalize, Transmit, & Present Report Revise and finalize the draft eport based on fe back from the County Commissioners and Clerk Recorder as appropri e. Prepare and present report to County ouncil. 24 Mid - June - Late June 11: Status Reporting Provide regular status r its detailing the activities d progress of the performance review. 20 Ongoing To I Project Hours 368 Harvey M. R • e Associates, LLC 21 Section 5: Anticipated Schedule to Conduct Reviews The timeline for work plan follows below. The expected project start date would be March 1, 2017 with an expected completion date no later than June 30, 2017. 3/1/2017 3/31/2017 4/30/2017 5/30/2017 6/29/2017 2. Collect & Analyze Core Documentation �® 3. Interview Managers 4. Survey Staff 5. Refine Project Scope & Report Results 6. Follow Up Interviews and Information Requests 7. Collect Best Practices/Industry Standards 8. Performance Review 9. Prepare Draft Report 10. Final Production & Report Presentation 1. Entrance Conference a Harvey M. Rose Associates, LLC 22 Section 6: Conflict of Interest Statement This will confirm that Harvey M. Rose Associates, neither LLC nor any of its staff have conflicts of interest that would impair the objectivity of its findings for this project. Harvey M. Rose Associates, LLC 23 Section 7: Cost of Services Our anticipated costs for the proposed engagement are detailed in the table below, including the total not -to -exceed cost. Our costs are all inclusive of travel expenses and other work related costs. Unless other arrangements are made, our policy is to bill monthly in arrears. Performance Review of the Weld County Clerk & Recorder and Board of Commissioners Senior Manager/ Partner -in- Project Senior Task Description Task Hours Charge Manager Analyst 1 Entrance Conference 6 2 2 2 2 Collect & Analyze Core Documentation 38 4 10 24 3 Interview Managers 48 4 22 22 4 Survey Staff 44 4 16 24 5 Refine Project Scope & Report Results 4 1 1.5 1.5 Follow Up Interviews and Information 26 2 12 12 6 Requests Collect Best Practices/Industry Standards for 32 0 8 24 7 Benchmarking 8 Performance Review 66 12 24 30 9 Prepare Draft Report 60 12 24 24 10 Final Production & Report Presentation 24 8 8 8 11 Status Reporting 20 8 8 4 TOTAL 368 57 136 176 HOURLY RATES $175 $140 $115 TOTAL FEES I $49,128 $9,975 $18,970 $20,183 Harvey M. Rose Associates, LAC 24 Section 8: Statement of Understanding This page records Harvey M. Roses Associates, LLC's statement of understanding the terms of this proposal. We will provide a W-9 if selected as a vendor. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700059. 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 bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Harvey M. Rose Associates, LLC BY Fred Brousseau (Please print) BUSINESS ADDRESS 1390 Market Street. Suite 1150 DATE January 31, 2017 CITY, STATE, ZIP CODE San Francisco, CA 94102 TELEPHONE NO (415) 553-4627 FAX (4151 552-9292 TAX ID # 20-398-1915 SIGNATURE E-MAIL fbrousseauPharvevrose.com OFFICE OF WELD COUNTY COUNCIL 1150 O STREET P.O. BOX 758 GREELEY, COLORADO 80632 EMAIL: countycouncil@weldgov.com PHONE: 970-400-4228 FAX: 970-352-9019 February 14, 2017 TO: Weld County Commissioners FROM: Weld County Council SUBJECT: 61700029, Audits of the Weld County Clerk and Recorder's Office and the Weld County Commissioners Bids were received and opened on January 31, 2017, for #61700029, audits of the Weld County Clerk and Recorder's Office and the Weld County Commissioners. Six bids were received. All of the bid responses were reviewed and narrowed to the final two bids. After careful consideration, Harvey M. Rose Associates, LLC, offered the most comprehensive proposal with parameters meeting all objectives and time constraints. Their bid was within budget at $49,128. Based on our overview, the Weld County Council recommends the County Commissioners award B1700029, audits of the Clerk and Recorder's Office and County Commissioners, to Harvey M. Rose Associates, LLC, 1390 Market St., Suite 1150, San Francisco, CA, 94102. 2o/7- D354 Ct DDD7 WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalters(W.co.weld.co.us E-mail: reverettco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: JANUARY 31, 2017 REQUEST FOR: CONSULTING SERVICES DEPARTMENT: WELD COUNTY COUNCIL DEPT BID NO: #B1700029 PRESENT DATE: February 1, 2017 APPROVAL DATE: February 15, 2017 VENDORS MATRIX CONSULTING GROUP 201 SAN ANTONIO CIRCLE, STE. 148 MOUNTAINVIEW CA 94040 ZCO CONSULTING 1685 S. COLORADO BLVD UNIT S-191 DENVER CO 80222 DR. STEVE ALBRECHT PO BOX 3092 MONUMENT CO 80132 HARVEY M. ROSE ASSOCIATES, LLC 1390 MARKET STREET, STE. 1150 SAN FRANCISCO CA 94102 MORNINGSIDE RESEARCH AND CONSULTING INC 2900 W. ANDERSON LN, STE C200 AUSTIN TX 78757 BENJAMIN & WILSON BUSINESS COACHING, LLC DBA: BUSINESS ENGINEERING CONSORTIUM 1801 18TH AVENUE GREELEY CO 80631 Dept is reviewing bids at this time. 2Pt7-DO4D CC coo -7 Hello