Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20171568.tiff
DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 July 15, 2018 To: Board of County Commissioners From: Toby Taylor Subject: Human Services A Remodel; Bid #B1700083 Weld County awarded the bid to remodel the Human Services A building through a design -build process to Growling Bear. The project is complete and Growling Bear has not used $513,348 of the contingency funds. Therefore, a change order is warranted to credit the amount back to the County. The amount of the project before the change order was $2,545.945. After accepting the change order, the amount of the remodel will $2,032,597. Therefore, Buildings & Grounds is recommending approval of Change Order #2 in the amount of a credit of $513,348. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director La 414 eid 7 4,29ze.2 r�. o IT-- I sLc Y i lor&9 giONIMINIII 074 :4. eke ocument Change Orderfor a Design -Build Project 741TM - 2015 PROJECT (Name and address) : Weld County Human. Services Building A. 315 A North 11th .Ave Greeley, CO 80631 TO DESIGN -BUILDER (Name and address): CHANGE ORDER NUMBER: 002 DATE: 7-3-2019 OWNER'S PROJECT NUMBER: DESIGN -BUILD CONTRACT DATE: June 21, 2017 DESIGN -BUILD CONTRACT FOR: General Construction OWNER: ❑ DESIGN -BUILDER: ❑ ARCHITECT: FIELD: OTHER: THE DESIGN -BUILD CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, any undisputed amount attributable to previously executed Change Directives) The original Contract Sum was The net change by previously authorized Change Orders The Contract Sum prior to this Change Order was The Contract Sum will be decreased by this Change Order in the amount of The new Contract Sum including this Change Order will be The Contract Time will be unchanged by Zero (0) days. The date of Substantial Completion as of the date of this Change Order therefore is $ 61,215.00 2,484,730.00 2,545345.00 513.348.00 2,032,597.00 NOTE: This Change Order does not include changes in the Design -Builder's compensation, Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Change Directive until the cost and time have been agreed upon by both the Owner and Design -Builder, in which case a Change Order is executed to supersede the Change Directive. When executing this Change Order, the Design -Builder represents that all changes to Project design implemented by this flange Order have been reviewed and approved in writing by the Architect or other licensed design professional(s) of record for the Project. NOT VALID UNTIL SIGNED BY THE DESIGN -BUILDER AND OWNER. Growling Bear CO (INC) DESIGN -BUILDER (Firm nanze) 2330 4th Avenue Greeley, CO 80631 ADDRES BY (Signature) Gary Shironaka (Typed name) l/r/ DATE \Veld County Government OWNER (Firm name) 1 150 O street Greeley, CO ADD L`. SS (Signature) Barbara Kirkmeyer, BOCC Chair (Typed name) 07/22/2019 DATE AIA Document G741'm - 2015. Copyright a 2015 byThe American Institute of Architects. All rights reserved.' WARNING: This AIA ` Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AlA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:02:34 ET on 07/03/2019 under Order No. 3470497245 which expires on 03/31/2020, and is not for resale. User Notes: (3B9ADA54) I ATTEST: Weld C BY: y Clerk to the Deputy Clef: to e B APPROVED AS TO FUNDI Controller it d APPROVED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLQRADO 4, arbara Kirkmeyer, Chair jar APPROVED AS TO SUBSTANCE: Elected Official or Department Head DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 19, 2018 To: Board of County Commissioners From: Toby Taylor Subject: Human Services A Remodel; Bid #61700083 Weld County awarded the bid to remodel the Human Services A building through a design -build process to Growling Bear. The design portion was for $61,215. The design is complete and Growling Bear has established the Guaranteed Maximum Price for the construction phase of this project at $2,484,730. To convert this project from the design phase to the construction phase, Change Order #1 is for the $2,484,730 is needed. Buildings & Grounds is recommending approval of Change Order #1. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 6/at ,e(-rr) c6:L& s& Crfls) 02017- 1 51PP /9 f4714 mem I Document G741" 2015 Change Orderfor a Design -Build Project PROJECT (Name and address): Weld County Human Services Building A. 315 A North 11th Ave Greeley, CO 80631 TO DESIGN -BUILDER (Name and address): CHANGE ORDER NUMBER: 001 DATE: 03/14/2018 OWNER'S PROJECT NUMBER: DESIGN -BUILD CONTRACT DATE: June 21, 2017 DESIGN -BUILD CONTRACT FOR: General Construction OWNER: DESIGN -BUILDER: ARCHITECT: FIELD: OTHER: THE DESIGN -BUILD CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, any undisputed amount attributable to previously executed Change Directives) GMP Pricing for the build portion of the project. Performance and payment bonds do not include any design portions of the project. Prioject NTP to be issued at issue of permit. 150 days to completion from NTP. Estimated 8/30/18 completion based upon a 4/2/18 NIP the original Contract Sum was The net change by previously authorized Change Orders [he Contract Sum prior to this Change Order was The Contract Sum will be increased by this Change Order in the amount of The new Contract Sum including this Change Order will be The Contract Time will be increased by One Hundred Fifty (150 0) days. The date of Substantial Completion as of the date of this Change Order therefore is 8/30/18 $ $ $ 61,215.00 0.00 61,215.00 2,484,73 0.00 2,545,945.00 NOTE: This Change Order does not include changes in the Design -Builder's compensation, Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Change Directive until the cost and time have been agreed upon by both the Owner and Design -Builder, in which case a Change Order is executed to supersede the Change Directive. When executing this Change Order, the Design -Builder represents that all changes to Project design implemented by this Change Order have been reviewed and approved in writing by the Architect or other licensed design professional(s) of record for the Project. NOT VALID UNTIL SIGNED BY THE DESIGN=BUILDER AND OWNER. Growling Bear CO (INC) Weld County Government. DESIGN -BUILDER (Firm name) 2330 4th Avenue Greeley, CO 80631 ADORES BY (Signature) Gary Shironaka (Typed name) DATE OWNER (Firm name) 1150 0 street Greeley, CO ADDRESS aiA—PA4 - B"( (Signature) Steve Moreno, BOCC Chair (Typed name) MAR 2 I 2013 DATE /NIA Document G741 TAA - 2015. Copyright © 2015 byThe American Institute of Architects. All rights reserved. l aARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this MA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA so a at 19:03:04 on 03/19/2018 under Order No. 6832541483 which expires on 03/29/2019, and is not for resale. / / User Notes: �1 1a6 2F) U PROJECT SUMMARY SHEET GROWLING BEAR CONSTRUCTION CO. PROJECT: WELD COUNTY HUMAN SERVICES A BID DATE: 3/2/2018 ESTIMATOR: GARY SHIRONAKA LOCATION: GREELEY, CO BID TIME: 2:00 PM ARCH: HALCYON ADDENDUM: 0 TOTAL BID = $ 2,484,730.20 LINE ITEM# DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL COST/ SF % OF TOTAL COMMENTS 1 GENERAL CONDITIONS $ - $ - $ - $ 47,250.00 $ 47,250.00 $ 1.75 1.90% 2 SITEWORK $ - $ - $ - $ 69,675.00 $ 69,675.00 $ 2.58 2.80% 3 CONCRETE $ - $ - $ - $ 10,680.00 $ 10,680.00 $ 0.40 0.43% 4 MASONRY $ - $ - $ - $ - $ - $ - 0.00% 5 METALS $ - $ - $ - $ 14,762.00 $ 14,762.00 $ 0.55 0.59% 6 WOODS AND PLASTICS $ - $ 18,340.00 $ - $ 38,406.98 $ 56,746.98 $ 2.10 2.28% 7 THERMAL/MOISTURE PROTECT $ - $ - $ - $ 147,169.00 $ 147,169.00 $ 5.45 5.92% 8 DOOR AND WINDOWS $ 74,100.00 $ 17,389.20 $ - $ 19,777.00 $ 111,266.20 $ 4.12 4.48% 9 FINISHES $ - $ - $ - $ 376,493.00 $ 376,493.00 $ 13.94 15.15% 10 SPECIALTIES $ - $ - $ - $ 24,612.00 $ 24,612.00 $ 0.91 0.99% 11 EQUIPMENT $ 15,000.00 $ 5,000.00 $ - $ - $ 20,000.00 $ 0.74 0.80% 12 FURNISHINGS $ - $ - $ - $ - $ - $ - 0.00% 13 SPECIAL CONST. $ - $ - $ - $ - $ - $ - 0.00% 14 CONVEYING SYSTEMS $ - $ - $ - $ 24,695.00 $ 24,695.00 $ 0.91 0.99% 15 MECHANICAL $ - $ - $ - $ 1,222,595.00 $ 1,227,595.00 $ 45.28 49.20% 16 ELECTRICAL $ - $ - $ - $ 256,634.00 $ 256,634.00 $ 9.50 10.33% TOTALS = $ 89,100.00 $ 40,729.20 $ - $ 2,252,748.98 $ 2,382,578.18 $ 88.24 95.89% SALES TAX = 0.00% SALES TAX $ - $ - 0.00% USE TAX = 0.00% USE TAX $ - $ - 0.00% LENGTH OF JOB (MONTHS) = 5 TAP FEES, PERMIT, ETC. $ - $ - 0.00% PERMITS 0.00% $ - $ - 0.00% SF OF BUILDING = 27000 SUBTOTAL $ 2,382,578.18 $ 88.24 95.89% OVERHEAD 3.50% $ 83,390.24 $ 3.09 3.36% PROJECT: WELD COUNTY HUMAN SERVICES A SUBTOTAL $ 2,465,968.42 $ 91.33 99.24% PROFIT 0.00% $ - $ - 0.00% TOTAL W/OUT BOND $ 2,465,968.42 $ 91.33 99.24% BOND 0.76% $ 18,761.78 $ 0.69 0.76% GRAND TOTAL BID = $ 2,484,730.20 $ 92.03 100% BOND SCHEDULE 500,000.00 $ 10.00 $ 5,000.00 1,965,968.42 $ 7.00 $ 13,761.78 - $ 6.00 $ - $ 5.00 $ - - $ 5.00 $ - 40* TOTAL $ 18,761.78 --. . LINE ITEM SUMMARY DIVISION # 2 SHEET GROWLING BEAR CONSTRUCTION CO. VVELD COUNTY HUMAN SERVICES A WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 2101 DEMOLITION $ - $ - $ - $ 53,400.00 $ 53,400.00 2201 XRAYS $ - $ a $ - $ 8,525.00 $ 6,525.00 2301 SAWCUTTING $ a $ - $ - $ 9,75O00 $ 9,750.00 2401 $ - $ - $ - $ - $ - 2501 $ - $ - $ - $ a $ - 2601 $ - $ - $ - $ - $ - 2701 $ - $ - $ - $ - $ - 2801 $ - $ - $ - $ - $ - 2901 $ - $ - $ - $ - $ - TOTALS = $ - $ - $ - $ 69,675.00 $ 69,675.00 LINE ITEM SUMMARY DIVISION SHEET # 3 GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A WRK NUMBER PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 3101 3201 3301 3401 3501 3601 STRUCTURAL CONCRETE FLATWORK $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ a 5,290.00 $ 5,390.00 $ - $ - $ 4 $ - $ - $ a $ $ $ $ $ $ $ 5,290.00 $ 5,390.00 - - - - TOTALS = $ - $ - $ - $ 10, 680.00 $ 10, 660.00 LINE ITEM SUMMARY DIVISION # 4 SHEET GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A. WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 4101 $ - $ $ $ - $ 4201 $ - $ - $ - $ - $ - 4301 4401 $ - $ a $ - $ - ' $ - $ a $ $ - - $ ``$ - - 4501 $ a $ a $ - $ a $ - 4601 $ - $ - $ - $ - $ - 4701 $ a $ - $ a $ - $ - $ - $ a $ - $ a $ - TOTALS = $ - $ - $ - $ - $ - LINE ITEM SUMMARY DIVISION # 5 SHEET GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A WRK PKG. NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 5101 5201 STRUCTURAL STL. ROOF STRUCTURAL REMOVE/REINSTALL WINDOW ROOF LADDER $ - $ - $ - $ a $ - $ a $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ 4,262.00 $ 3,500.00 $ 6,000.00 $ 1,000.00 $ - $ - $ $ $ 4,262.00 $ 3,500.00 $ 6,000.00 $ 1,000.00 - - TOTALS = $ - $ - $ - $ 14, 762.00 $ 14, 762.00 LINE ITEM SUMMARY DIVISION SHEET # 6 GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A WRK PKG. NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 6101 6201 6301 6401 6501 ROUGH CARPENTRY FINISH CARPENTRY BLOCKING $ - $ o $ a $ - $ - $ $ $ $ $ $ - - - 18' 340.00 , - - $ $ $ $ $ $ - - - - - - $ 4,125.00 $ - $ - 29,923.98: $ 4,358.00 $ a $ $ $ $ $ $ 4,125.00 - - 48,263.98 4,358.00 - TOTALS = $ - $ 18,340.00 $ - $ 38,406.98 $ 56,746.98 o LINE ITEM SUMMARY DIVISION # 7 SHEET GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 7101 ROOFING $ - $ - $ - $ 61,619.00 $ 61,619.00 7201 EIFS $ - $ - $ - $ 56,750.00 $ 56,750.00 7301 Roof Terminations $ - $ - $ - $ 10,716.00 $ 10,716.00 7401 SHEET METAL OPENING $ - $ - $ - $ 1,384.00 $ 1,384.00 7501 JOINT SEALERS $ d $ - $ - $ 5,375.00 $ 5,375.00 7601 ROOF B ARRIER $ - $ - $ - $ 750.00 $ 750.00 7701 ROOF LADDER UP $ - $ - $ - $ 500.00 $ 500.00 7801 METAL $ - $ - $ - $ 10,075.00 $ 10,075.00 I TOTALS = $ - $ - $ - $ 147,169.00 $ 147,169.00 LINE ITEM SUMMARY DIVISION # 8 SHEET GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A WRK PKG. NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 8101 8201 8301 8401 8501 8601 DR.FR.HDR MAT ONLY INSTALL DR. FR. HDR GLASS & AL STRFRT. INSTALL AUTO OPENERS $ 74,100.00 $ - $ - $ - $ - $ - $ a $ a $ - r 17,389.20 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ 14,777.00 $ 5,000.00 $ - $ $ - `P - $ $ $ $ $ $ $ $ 74,100.00 17,389.20 14,777.00 5,000.00 - - TOTALS = $ 74,100.00 $ 17,389.20 $ - $ 19,777.00 $ 111,266.20 D2r--mrs.n. a -- .. . - - LINE ITEM SUMMARY DIVISION - # 9 SHEET GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A WRK PKG. NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 9101 9201 9301 9401 j 9501 9601 PAINT & VARNISH FRM & DRYWALL FLOORING SACT FLOOR LEVELING exterior paint $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ a $ $ a $ - $ - $ - $ - $ - $ - $ $ a $ 35,000.00 $ F',' ,'_,( O000 $ 56,318.00 $ 79,175.00 $ 6,000.00 $ 32,000.00 $ - $ $ - $ $ $ $ $ $ 35,000.00 $ 168,000.00 $ 56,318.00 79,175.00 6,000.00 $ 32,000.00 - L TOTALS = $ - $ - $ - $ 376,493.00 $ 376,493.00 LINE ITEM DIVISION SUMMARY # 10 SHEET GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A WRK NUMBER PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 10101 10201 10301 10401 10501 10601 TLT FIRE CORNER SIGNS OEPRABLE ACCESSORIES EXTINGUISHERS GUARDS PARTITIONS $ - $ - $ - $ - $ - $ o $ - $ a $ - $ - $ - $ - $ - $ - $ - $ a $ - $ - $ - $ - $ - $ - $ - $ - $ 12,772.00 $ 1,589.00 $ - $ 1,000.00 $ - $ 2,000.00 $ 7,251.00 $ - $ $ $ $ $ 12,772.00 $ $ $ 1,589.00 - 1,000.00 - 2,000.00 7,251.00 - TOTALS = $ - $ - $ - $ 24,612.00 . 24,612.00 LINE ITEM DIVISION SUMMARY # 11 SHEET GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A WRK NUMBER PKG. DESCRIPTION 1 MAT'L LABOR EQUIP SUB TOTAL 113100 ' .APPLIANCES ICE MAKER o` PU',t,;P 6 $ $ 15,000.00 $ $ $ - - - a $ $ - 5,000.00 $ - . $ - $ a $ $ $ $ $ — - - - - a i a a a a a a a " a a $ $ $ $ $- — 20,000.00 - - TOTALS $ 15, 000.00 $ 5,000.00 $ - _L $ - 0 20, 000.00 �� __ -� vLINE ITEM DIVISION SUMMARY # 12 SHEET GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A WRK PKG. NUMBER • DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 123553 12101 $ - $ - $ a $ a • a $ e $ - $ a $ - $ - $ - $ S. $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - `p?) - $ - $ $ $ $ $ $ - - - - - TOTALS = $ - $ - $ - $ - •-- ammazzmcvamwmmn . wvms Srr I =IIL 1eal= .. "tltc i=n4wrrt—a: LINE ITEM SUMMARY SHEET DIVISION # 13 GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A WRK NUMBER PKG. DESCRIPTION MAT'L _�_ LABOR EQUIP SUB TOTAL $ - $ - $ $ - $ a $ - $ - $ a $ $ a $ a $ - a a i a a i a a a a a a $ a - $ a $ - $��Q a $ - $ $ $ $ $ $ - - - - TOTALS = $ - $ - $ - $T - Y - LINE ITEM SUMMARY SHEET DIVISION # 14 GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A WRK PKG. NUMBER 14101 14204 DESCRIPTION MAT'L LABOR EQUIP SUB ELEVATOR $ - 24,695.00 - v TOTALS = $ TOTAL $ 24,695.00 MtI tin IMO 24,695.00 $ 24,695.00 . NAmSLMY3. a car .�Ja. ___wx.r ... LINE ITEM DIVISION SUMMARY # 15 SHEET GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A WRK PKG. NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 15101 15201 15301 15401 MECHANICAL PLUMBING rtu VFD fire contingency demo Dampers $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ 1,210,595.00 $ $ $ $ $ 12,000.00 - - - - $ $ $ $ $ $ 1,210,595.00 12,000.00 - - - - TOTALS = $ - $ - $ - $ 1,222,595.00 $ 6 ,222,595.00 LINE ITEM SUMMARY SHEET DIVISION # 16 GROWLING BEAR CONSTRUCTION CO. WELD COUNTY HUMAN SERVICES A DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL WRK PKG. NUMBER 16101 16201 16301 16401 16501 16601 ELECTRICAL BOND FIRE Additonal ALARM Data Outlets $ $ $ $ $ $ $ - - - - - - - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ 246,700.00 $ 4,934.00 $ - $ 5,000.00 $ - $ - $ - $ $ $ 246,700.00 $ 4,934.00 - $ 5,000.00 - $ - $ - TOTALS = $ - $ - $ - $ 256,634.00 $ 256,634.00 RE: CHANGE ORDER #1 REMODEL HUMAN SERVICES BLDG A - GROWLING BEAR APPROVED AS TO SUBSTANCE: n .. Elect'd Official or Department Head APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County Attorney itAJATDocument AIOITM - 2017 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the Twenty-first day of June in the year Two Thousand Seventeen (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status, address and other information) Weld County Government 1150 O street Greeley, CO and the Contractor: (Name, legal status, address and other information) Growling Bear Co Inc 2330 4th Ave Greeley, CO 80631 Telephone Number: 970.353.6964 Fax Number: 970.353.6974 for the following Project: (Name, location and detailed description) Weld County Human Services Building A 315 A North 11th Ave Greeley, CO 80631 Design Build for the tenant finish of the existing human services building - Design only construction GMP to be added by Change order. The Architect: (Name, legal status, address and other information) Halcyon Design 8393 W I-25 frontage road unit #1 Frederick, CO 80516 The Owner and Contractor agree as follows. d6n2C*t?t a-dpitit y_ro-AOI7 ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. The parties should complete A101 TM -2017, Exhibit A, Insurance and Bonds, contemporaneously with this Agreement. AIA Document A201 TM -2017, General Conditions of the Contract for Construction, is adopted in this document by fee reference. Do not use with other general conditions unless this document is modified. gi(rr-) &); At- P(/e) aoi7_ ZERO) /7 rfC�0a (c1 AIA Document A101 T" — 2017. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The Init. American Institute of Architects. All rights reserved. WARNING: This MA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:39:59 on 06/27/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA27) 1 TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS EXHIBIT A INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary, and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement, and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral. An enumeration of the Contract Documents, other than a Modification, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION § 3.1 The date of commencement of the Work shall be: (Check one of the following boxes) [ ] The date of this Agreement. [ X ] A date set forth in a notice to proceed issued by the Owner. [ ] Established as follows: (Insert a date or a means to determine the date of commencement of the Work) If a date of commencement of the Work is not selected, then the date of commencement shall be the date of this Agreement. § 3.2 The Contract Time shall be measured from the date of commencement of the Work. § 3.3 Substantial Completion § 3.3.1 Subject to adjustments of the Contract Time as provided in the Contract Documents, the Contractor shall achieve Substantial Completion of the entire Work: Init. y AIA Document A10111, — 2017. Copyright t 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIA' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIM Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:39:59 on 06/27/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA27) (Check one of the following boxes and complete the necessary information.) [ ] Not later than ( ) calendar days from the date of commencement of the Work. [ ] By the following date: § 3.3.2 Subject to adjustments of the Contract Time as provided in the Contract Documents, if portions of the Work are to be completed prior to Substantial Completion of the entire Work, the Contractor shall achieve Substantial Completion of such portions by the following dates: Portion of Work Substantial Completion Date § 3.3.3 If the Contractor fails to achieve Substantial Completion as provided in this Section 3.3, liquidated damages, if any, shall be assessed as set forth in Section 4.5. ARTICLE 4 CONTRACT SUM § 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract. The Contract Sum shall be Sixty-one thousand two hundred fifteen Dollars ($ 61215 ), subject to additions and deductions as provided in the Contract Documents. § 4.2 Alternates § 4.2.1 Alternates, if any, included in the Contract Sum: Item Price § 4.2.2 Subject to the conditions noted below, the following alternates may be accepted by the Owner following execution of this Agreement. Upon acceptance, the Owner shall issue a Modification to this Agreement. (Insert below each alternate and the conditions that must be met for the Owner to accept the alternate) Init. Item § 4.3 Allowances, if any, included in the Contract Sum: (Identify each allowance.) Price Conditions for Acceptance Rem Price § 4.4 Unit prices, if any: (Identify the item and state the unit price and quantity limitations, if any, to which the unit price will be applicable.) Rem Units and Limitations Price per Unit ($0.00) § 4.5 Liquidated damages, if any: (Insert terms and conditions for liquidated damages, if any) § 4.6 Other: (Insert provisions for bonus or other incentives, if any, that might result in a change to the Contract Sum) AIA Document A101" — 2017. Copyright O1915, 1918, 1925, 1937, 1951, 1958, 1981, 1983, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIM' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIM' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AR software at 16:39:59 on 06/27/2017 under Order No. 5002290870 which expires on 03/29/2018. and is not for resale. User Notes: (3B9ADA27) ARTICLE 5 PAYMENTS § 5.1 Progress Payments § 5.1.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. § 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: § 5.1.3 Provided that an Application for Payment is received by the Architect not later than the day of a month, the Owner shall make payment of the amount certified to the Contractor not later than the day of the following month. If an Application for Payment is received by the Architect after the application date fixed above, payment of the amount certified shall be made by the Owner not later than Thirty ( 30 ) days after the Architect receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time) § 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form, and supported by such data to substantiate its accuracy, as the Architect may require. This schedule of values shall be used as a basis for reviewing the Contractor's Applications for Payment. § 5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. § 5.1.6 In accordance with AIA Document A201T^t 2017, General Conditions of the Contract for Construction, and subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: § 5.1.6.1 The amount of each progress payment shall first include: .1 That portion of the Contract Sum properly allocable to completed Work; .2 That portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction, or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing; and .3 That portion of Construction Change Directives that the Architect determines, in the Architect's professional judgment, to be reasonably justified. § 5.1.6.2 The amount of each progress payment shall then be reduced by: .1 The aggregate of any amounts previously paid by the Owner; .2 The amount, if any, for Work that remains uncorrected and for which the Architect has previously withheld a Certificate for Payment as provided in Article 9 of AIA Document A201-2017; .3 Any amount for which the Contractor does not intend to pay a Subcontractor or material supplier, unless the Work has been performed by others the Contractor intends to pay; .4 For Work performed or defects discovered since the last payment application, any amount for which the Architect may withhold payment, or nullify a Certificate of Payment in whole or in part, as provided in Article 9 of AIA Document A201-2017; and .5 Retainage withheld pursuant to Section 5.1.7. § 5.1.7 Retainage § 5.1.7.1 For each progress payment made prior to Substantial Completion of the Work, the Owner may withhold the following amount, as retainage, from the payment otherwise due: (Insert a percentage or amount to be withheld as retainage from each Application for Payment. The amount of retainage may be limited by governing law) 10 Init t AIA Document A101"'-2017. Copyright® 1915, 1918, 1925, 1937, 1951, 1958, 1981, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIM Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIM' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:39:59 on 06/27/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA27) § 5.1.7.1.1 The following items are not subject to retainage: (Insert any items not subject to the withholding of retainage, such as general conditions, insurance, etc.) § 5.1.7.2 Reduction or limitation of retainage, if any, shall be as follows: (If the retainage established in Section 5.1.7.1 is to be modified prior to Substantial Completion of the entire Work, including modifications for Substantial Completion of portions of the Work as provided in Section 3.3.2, insert provisions for such modifications.) § 5.1.7.3 Except as set forth in this Section 5.1.7.3, upon Substantial Completion of the Work, the Contractor may submit an Application for Payment that includes the retainage withheld from prior Applications for Payment pursuant to this Section 5.1.7. The Application for Payment submitted at Substantial Completion shall not include retainage as follows: (Insert any other conditions for release of retainage upon Substantial Completion.) § 5.1.8 If final completion of the Work is materially delayed through no fault of the Contractor, the Owner shall pay the Contractor any additional amounts in accordance with Article 9 of AIA Document A201-2017. § 5.1.9 Except with the Owner's prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. § 5.2 Final Payment § 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when .1 the Contractor has fully performed the Contract except for the Contractor's responsibility to correct Work as provided in Article 12 of AIA Document A201-2017, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by the Architect. § 5.2.2 The Owner's final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect's final Certificate for Payment, or as follows: § 5.3 Interest Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any) ARTICLE 6 DISPUTE RESOLUTION § 6.1 Initial Decision Maker The Architect will serve as the Initial Decision Maker pursuant to Article 15 of AIA Document A201-2017, unless the parties appoint below another individual, not a party to this Agreement, to serve as the Initial Decision Maker. (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect) Init. AIA Document A101"— 2017. Copyright O 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIA' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:39:59 on 06/27/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA27) § 6.2 Binding Dispute Resolution For any Claim subject to, but not resolved by, mediation pursuant to Article 15 of AIA Document A201-2017, the method of binding dispute resolution shall be as follows: (Check the appropriate box.) [ ] Arbitration pursuant to Section 15.4 of AIA Document A201-2017 [ X ] Litigation in a court of competent jurisdiction [ ] Other (Spec&) If the Owner and Contractor do not select a method of binding dispute resolution, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims will be resolved by litigation in a court of competent jurisdiction. ARTICLE 7 TERMINATION OR SUSPENSION § 7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201-2017. § 7.1.1 If the Contract is terminated for the Owner's convenience in accordance with Article 14 of AIA Document A201-2017, then the Owner shall pay the Contractor a termination fee as follows: (Insert the amount of or method for determining, the fee, if any, payable to the Contractor following a termination for the Owner's convenience) § 7.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-2017. ARTICLE 8 MISCELLANEOUS PROVISIONS § 8.1 Where reference is made in this Agreement to a provision of AIA Document A201-2017 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. § 8.2 The Owner's representative: (Name, address, email address, and other information) § 8.3 The Contractor's representative: (Name, address, email address, and other information) Gary Shironaka Init t AIA Document A1011e -2017. Copyright O 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIA' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA' Document, or any portion of It, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:39:59 on 06/27/2017 under Order No. 5002290870 which expires on 03129/2018, and is not for resale. User Notes: (3B9ADA27) § 8.4 Neither the Owner's nor the Contractor's representative shall be changed without ten days' prior notice to the other party. § 8.5 Insurance and Bonds § 8.5.1 The Owner and the Contractor shall purchase and maintain insurance as set forth in AIA Document A101Tm- 2017, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum, Exhibit A, Insurance and Bonds, and elsewhere in the Contract Documents. § 8.5.2 The Contractor shall provide bonds as set forth in AIA Document A101174-2017 Exhibit A, and elsewhere in the Contract Documents. § 8.6 Notice in electronic format, pursuant to Article 1 of AIA Document A201-2017, may be given in accordance with AIA Document E203T _2013, Building Information Modeling and Digital Data Exhibit, if completed, or as otherwise set forth below: (if other than in accordance with AIA Document E203-2013, insert requirements for delivering notice in electronic format such as name, title, and email address of the recipient and whether and how the system will be required to generate a read receipt for the transmission.) § 8.7 Other provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS § 9.1 This Agreement is comprised of the following documents: .1 AIA Document A101Tx_2017, Standard Form of Agreement Between Owner and Contractor .2 AIA Document A101T"r-2017, Exhibit A, Insurance and Bonds .3 AIA Document A20ITr't-2017, General Conditions of the Contract for Construction .4 AIA Document E203Tx_2013, Building Information Modeling and Digital Data Exhibit, dated as indicated below: (Insert the date of the E203-2013 incorporated into this Agreement.) .5 Drawings Init. Number .6 Specifications Title Date Section Title .7 Addenda, if any: Number Date Pages Date Pages Portions of Addenda relating to bidding or proposal requirements are not part of the Contract Documents unless the bidding or proposal requirements are also enumerated in this Article 9. .8 Other Exhibits: (Check all boxes that apply and include appropriate information identifying the exhibit where required) AIA Document A1011e — 2017. Copyright O 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIM Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIM Document, or any portion of it, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:39:59 on 06/27/2017 under Order No. 5002290870 which expires on 03129/2018, and is not for resale. User Notes: (3B9ADA27) [ ] AIA Document E204T"t-2017, Sustainable Projects Exhibit, dated as indicated below: (Insert the date of the E204-2017 incorporated into this Agreement.) [ ] The Sustainability Plan: Title Date Pages [ ] Supplementary and other Conditions of the Contract: Document Title Date Pages .9 Other documents, if any, listed below: (List here any additional documents that are intended to form part of the Contract Documents. AIA Document A201Tm-2017 provides that the advertisement or invitation to bid, Instructions to Bidders, sample forms, the Contractor's bid or proposal, portions of Addenda relating to bidding or proposal requirements, and other information furnished by the Owner in anticipation of receiving bids or proposals, are not part of the Contract Documents unless enumerated in this Agreement. Any such documents should be listed here only if intended to be part of the Contract Documents.) Exhibit A Weld County RFP Exhibit B Growling Bear RFP Exhibit C weld County Building and Grounds Clauses This Agreement entered into as of the day and year first written above. OWNER (Signature) CONTRACTOR (Signature) Gary Shironaka, President (Printed name and title) (Printed name and title) AIA Document A101 "' - 2017. Copyright m 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIA° Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIM' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:39:59 on 06/27/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA27) Additions and Deledons Report for AIA® Document A101Thr — 2017 This Additions and Deletions Report, as defined on page 1 of the associated document, reproduces below all text the author has added to the standard form AIA document in order to complete it, as well as any text the author may have added to or deleted from the original AIA text. Added text is shown underlined. Deleted text Is indicated with a horizontal line through the original AIA text. Note: This Additions and Deletions Report is provided for information purposes only and is not incorporated into or constitute any part of the associated AIA document. This Additions and Deletions Report and its associated document were generated simultaneously by AIA software at 16:39:59 on 06/27/2017. PAGE 1 AGREEMENT made as of the Twenty-first day of June in the year Two Thousand Seventeen Weld County Government 1150 O street Greeley. CO Growling Bear Co Inc 2330 4th Ave Greeley, CO 80631 Telephone Number: 970.353.6964 Fax Number: 970.353.6974 Weld County Human Services Building A 315 A North 11th Ave Greeley, CO 80631 Design Build for the tenant finish of the existing human services building - Design fee only construction GIVIP to be added by Change order. Halcyon Design 8393 W I-25 frontage road unit #1 Frederick, CO 80516 PAGE 2 [ X j A date set forth in a notice to proceed issued by the Owner. PAGE 3 Additions and Deletions Report for AIA Document A101,6 -2017. Copyright® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The Marion mass of Architects. A0 rights reserved. WARNING: This AIA' Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA' Document, or any portion of It, may result in severe chill and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 18:39:59 on 06/27/2017 under Order No. 5002290670 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA27) § 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract. The Contract Sum shall be Sixty-one thousand two hundred fifteen Dollars ($ 61215 ), subject to additions and deductions as provided in the Contract Documents. PAGE 4 § 5.1.3 Provided that an Application for Payment is received by the Architect not later than the day of a month, the Owner shall make payment of the amount certified to the Contractor not later than the day of the following month. If an Application for Payment is received by the Architect after the application date fixed above, payment of the amount certified shall be made by the Owner not later than Thirty ( 30 ) days after the Architect receives the Application for Payment. 10 PAGE6 [ X ] Litigation in a court of competent jurisdiction Gary Shironaka PAGE 8 Exhibit A Weld County RFP Exhibit B Growling Bear RFP Exhibit C weld County Building and Grounds Clauses Gary Shironaka, President Additions and Deletions Report for AlA Document A101"' - 2017. Copyright@ 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIAe Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIM' Document, or any portion of It, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:39:59 on 06/27/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA27) Certification of Document's Authenticity AIA® Document D401Tm — 2003 I, Gary Shironaka, hereby certify, to the best of my knowledge, information and belief, that I created the attached final document simultaneously with its associated Additions and Deletions Report and this certification at 16:39:59 on 06/27/2017 under Order No. 5002290870 from AIA Contract Documents software and that in preparing the attached final document I made no changes to the original text of AIA® Document A 101Tm - 2017, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum, as published by the AIA in its software, other than those additions and deletions shown in the associated Additions and Deletions Report. (Signed) Pt.. S, : --a , fi (Title) 1/e 7 7/ % (Dated) AIA Document D401," -2003. Copyright ® 1992 and 2003 by The American Institute of Architects. All rights reserved. WARNING: This AIM Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIM Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software et 16:39:59 on 08/27/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (389ADA27) AGREEMENT FOR HUMAN SERVICES BUILDING A DESIGN BUILD - GROWLING BEAR COMPANY, INC. ATTEST:- v• sego'ei Weld • u t Clerk tot a B• and BY: Deputy CIe r4 to he Boar, APPROVED AS TO FUNDING: eeo Controller APPROVED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD C_.+ U NTY, CO RADO Julie . Cozad, Chair An- 1Dntig APPROVED AS TO SUBSTANCE: Elected/dfficial or Department Head °20/ /5‘ f(0 Ea I -I rR it A REQUEST FOR PROPOSAL WELD COUNTY, COLORADO 1150 O SWEET GREELEY, CO 80631 DATE: APRIL 13, 2017 PROPOSAL NUMBER: #B1700083 DESCRIPTION: HUMAN SERVICES BLDG A REMODEL DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -PROPOSAL CONFERENCE DATE: MAY 1, 2017 OPENING DATE: MAY 16, 2017 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, °Weld County), wishes to purchase the following: Weld County Human Services Bldg A remodel A mandatory pre -proposal conference will be held on Monday. M01r 1 2017 �1 10:30 a.m., at the Weld County Human Services bldg A, 315 A North 11'" Ave, Greeley CO 86631 Bidders must participate and record their presence at the pm -proposal conference to be allowed to submit bids. Proposals wi 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: Mb dnesdr4 Mav16,2017. C1000am. WWeld County Purchasing Time Clock). PAGES 1 - 8 OF THIS REQUEST FOR PROPOSAL 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. PROPOSAL SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO PROPOSE: Weld County requests proposals for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Proposals shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the vendor will expect the Weld County to pay if awarded the proposal. You can find information concerning this request at two locations: On the Weld County Purchasing website at htto://www.co.weld.co.us/Departments/Purchasino/index.htrnl located under "Current Requests°. And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Govemment is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Proposal Delivery to Weld County— 2 methods: 1. Email. Emailed proposals are preferred. Proposals may be emailed to: b id s@weldgov.com. Emailed proposals must include the following statement on the email: "I hereby waive my right to a sealed proposal'. An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the proposal is requested, you must submit/mail hard copies of the proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) proposals should be sent in a sealed envelope with the proposal title and proposal number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-400.4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO VENDORS - INTRODUCTORY INFORMATION: Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each proposal must give the full business address of vendor and be signed by him with his usual signature. Proposals by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A proposal by a person who affixes to his signature the word "president,' 'secretary," 'agent," or other title without disclosing his principal, may be held to be the proposal of the individual signing. When requested by the Weld County 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 Vendor. All corrections or erasures shall be initialed by the person signing the proposal. All vendors shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this proposal as stated or implied herein. All designations and prices shall be fully and dearly set forth. All blank spaces in the proposal forms shall be suitably filled in. Vendors are required to use the Proposal Forms which are included in this package and on the basis indicated in the Proposal Forms. The Proposal must be filled out completely, in detail, and signed by the Vendor. Late or unsigned proposals shall not be accepted or considered. It is the responsibility of the vendor to ensure that the proposal arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Vendors." Proposals received prior to the time of opening will be kept unopened In a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a proposal not properly addressed and identified. Proposals may be withdrawn upon written request to and approval of the Weld County Director of General Services; said request being received from the withdrawing vendor prior to the time fixed for award. Negligence on the part of a vendor in preparing the proposal confers no right for the withdrawal of the proposal after it has been awarded. Vendors are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the vendors' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County vendors in all cases where said proposals are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting proposals for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all proposals, to waive any informality in the proposals, to award the proposal to multiple vendors, and to accept the proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The proposal(s) may be awarded to more than one vendor. In submitting the proposal, the vendor agrees that the signed proposal submitted, all of the documents of the Request for Proposal contained herein (Including, but not limited to, product specifications and scope of services), the successful vendor's response, and the formal acceptance of the proposal by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the proposal by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP. PROPOSAL REQUEST #81700083 Page 2 4. SUCCESSFUL VENDOR HIRING PRACTICES - ILLEGAL ALIENS: Successful vendor certifies, warrants, and agrees that It does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful vendor 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 vendor 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 vendor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful vendor 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 vendor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful vendor shall notify the subcontractor and County within three (3) days that Successful vendor 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 vendor 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 vendor 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 vendor participates in the State of Colorado program, Successful vendor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful vendor 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 vendor 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 vendor 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 vendor 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 vendor receives federal or state funds under the contract, Successful vendor 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 vendor 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 proposal, 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 vendor should be transmitted separately from the main proposal submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, the successful vendor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for proposal Information marked "CONFIDENTIAL", staff will attempt to contact the vendor in order to allow the vendor to seek an appropriate court order preventing disclosure. Without such an order, Weld County will release the requested information in accordance with CORA. PROPOSAL REQUEST #61700083 Page 3 C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful vendor shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract Neither the successful vendor nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful vendor and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful vendor or any of its agents or employees. Unemployment insurance benefits will be available to the successful vendor and its employees and agents only if such coverage is made available by the successful vendor or a third party. The successful vendor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful vendor shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful vendor shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful vendor shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, Including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or Incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful vendor, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful vendor. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit proposals in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability In consideration for an award. J. Procurement and Performance: The successful vendor agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful vendor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Proposal within the time limits prescribed by County may result In County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful vendor's completion of the responsibilities described in the Proposal. PROPOSAL REQUEST #B1700083 _ Page 4 L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful vendor shall be the basis for additional compensation unless and until the successful vendor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful vendor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful vendor. The successful vendor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in Its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful vendor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful vendor by the terms of this Agreement, and to assume toward the successful vendor all the obligations and responsibilities which the successful vendor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful vendor and the successful vendor shall cooperate in such process. The successful vendor shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful vendor warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful vendor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The vendor warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful vendor shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful vendor shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County. Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Vendor shall submit with their proposals the following information pertaining to the equipment upon which the proposals are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful vendor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful vendor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful vendor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause PROPOSAL REQUEST #81700083 Page 5 beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any Interest direct or Indirect, that would in any manner or degree interfere with the performance of the successful vendor's services and the successful vendor shall not employ any person having such known interests. During the term of this Agreement, the successful vendor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful vendor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful vendor nor any member of the successful vendor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful vendor's operations, or authorizes funding to the successful vendor. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original Intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. My provision to the contrary in the contract or Incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful vendor's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted proposal. The successful vendor acknowledges no payment in excess of that amount will be made by County unless a'change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld 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 vendor hereunder and the successful vendor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies bycanceled 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 thlrty(30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) PROPOSAL REQUEST #B1700083 Page 6 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, 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 PROPOSAL REQUEST #81700083 Page 7 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 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. 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 Proposal and in the Response to the Proposal each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. PROPOSAL REQUEST #131700083 Page 8 REQUIREMENTS AND SPECIFICATIONS FOR: WELD COUNTY 315-A ADMINISTRATION BUILDING REMODEL DESIGN BUILD BID HUMAN SERVICES A BUILDING, GREELEY CO 80631 Public Notice is hereby given that Weld County, Colorado, hereinafter referred to as the "County" will receive sealed bids to perform a remodel of the Weld County Human Services A Building remodel. This facility is located at 315 A North 11"' Avenue, Greeley Colorado 80631. The purpose of this RFP is to obtain statements of qualifications and to solicit fee proposals from firms who wish to provide the services requested in this RFP. The County desires to retain a Design Build Team to perform Design, construction and construction management services for all phases of the work consisting of improvements including, without limitation, the following work: • Design Services • Building Construction • Construction Management BUILDING OVERVIEW The Building, which is located at 315 A North 11' Avenue, Greeley, CO, consists of a 25,000 square foot two story building. Weld County intends to house administrative functions which will consist of Human Services functions. It will contain private and open office areas, lobby space, conference rooms, public/employee restrooms, and break room. The project consists of a general remodel to an existing office building to include the following: • Modifying the building to convert into, general offices, conference rooms, break room, and general administrative areas. • Floor finishes will be included with carpet provided by owner. • Demolition of existing interior walls, electrical and plumbing, HVAC and data connections. (Note: demolition of asbestos containing sheetrock and flooring will be conducted via a separate contract concurrently with the design phase of this bid) • Exterior signage as required. • The County will be responsible for the building permit fee. • All work for building must be completed by December 31, 2017. • 100% of the HVAC will be updated to a VFD design with reheat capability along with appropriate/multiple zoning and will operate on one of the County's control system (either Set Point Systems or Johnsons Controls). • The selected firm will be responsible to attend weekly on -site meetings through the duration of the construction period. • Contractor will provide programming services during the design phase. The programming and design phase could require extended time with multiple revisions. • Building must meet compliance with American's with Disability Act standards. • Conference spaces need to meet data and audio needs. PROPOSAL REQUEST #81700083 Page 9 PRELIMINARY SCHEDULE Date of this RFP Advertisement Date Pre -bid conference Proposals Are Due Contract Award Notice Pre-Const. Services Commence Construction Substantial Completion Final Completion April 13, 2017 April 18, 2017 May 1, 2017 10:30 a.m. May 16, 2017 @ 10:00 a.m. May 31,2017 Immediately upon notice of award July 5, 2017 December 1, 2017 Projected date of December 31, 2017 The successful Bidder will be required to furnish, as part of the Contract Documents, an insurance certificate in the amount specified in the Contract Documents, a Performance Bond and Labor & Materials Payment Bond, each In an amount equal to 100% of its Contract price including Force Account items, said bonds to be issued by a responsible corporate surety approved by the Board of County Commissioners and shall guarantee the faithful performance of the Contract and the terms and conditions therein contained and shall guarantee the prompt payment of all materials and labor and protect and save harmless the County from claims and damages of any kind caused by the operations of the Contractor. The Board of Weld County Commissioners reserves the right to reject any or all bids, to waive any informality in bids, and to accept the bid that, in the opinion of the Board, is in the best interests of the Board and of the County of Weld, State of Colorado. SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. 1. DESIGN SERVICES a. b. c. d. e. f. g. h. j. k. m. n. Provide a conceptual design for the project. Provide structural analysis and any corrections for heaved floor. Civil engineering and site planning, as required. Prepare submittals to governing agencies for approval. Provide a schematic design package. Provide a design development package. Provide full and complete construction documents. Provide construction administration. Attend weekly design and construction meetings. Prepare building permit submittal, and assist in obtaining the permits. Make Building Department requested revisions. Provide an estimate of "reimbursables" that would be required for this project. Provide hourly rates for "additional services." Provide a design schedule Include all costs for architectural design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal. The Design Build Team must have demonstrated the ability to perform a project of this scope. As construction documents are completed, the firm will be expected to provide a construction budget including a Guaranteed Maximum Price ("GMP"). The County believes it is crucial that the firm be a member of the project team and participates along with the architect and the consultants in the design process. PROPOSAL REQUEST #81700083 Page 10 2. PRE -CONSTRUCTION SERVICES: a. Conceptual Estimate b. Project Development Schedule established that includes the applicable regulatory, agency, outside entity, project team and County activities. Construction Schedule developed which includes all critical design/engineering and construction activities and identifies delivery issues. Advise the County of a plan to manage such delivery issues. c. Continually review (prepare reports, recommendations, etc.) all design documents in regard to budget, constructability, completeness and coordination. d. Monitor budget and schedule throughout the design phase and advise the County when corrective action is required related to both design progress and costs. e. Provide value engineering during design studies. f. Evaluate the availability and supply of labor and advise the County of potential impacts. g. Develop proposal request packaging/phasing strategy including outreach program for work by trade contractors. h. Develop procedures for issuing proposal requests and prepare documents/scopes for the County Review. i. Conduct pre -proposal conferences j. Review, analyze proposals results and recommend award to successful respondent k. Develop management reporting procedures to be used during construction, (costs/schedules, etc.). I. Establish Job site survey controls prior to mobilization. Coordinate surveys, geotechnical investigations and other pre —mobilization activities. m. Provide any other Pre -construction services as may be required by Weld County. n. Contractor will provide programming services during the design phase. The programming and design phase could require extended time with multiple plan revisions 3. CONSTRUCTION PHASE: The Design Build Team will manage and coordinate all construction activities, obtain competitive subcontract and material bids and have the opportunity to competitively bid portions of the work the contractor is qualified to self -perform. During this phase the Design Build will provide without limitation, the following services: a. Design Build Team 1) Monitor costs and prepare monthly project cost reports. 2) Quality control. 3) Coordination of all on -site activities including commercial contractors, subcontractors, utility companies and coordination of all work related to, in close proximity to or adjacent to the site which may impact the work on this project. 4) Vendor drawing administration. 5) Change Order management 6) Preparation of monthly pay application. 7) Preparation and coordination of infrastructure acceptance submittals. 8) Close out documentation Notice of Final Settlement process. 9) Any other construction services as may be required by Weld County. b. General Condition Services. 1) Complete field staff and support, temporary facilities. 2) Equipment and support not in direct cost. 3) Manage permits held by Owner. 4) Issue and manage agreements for testing and inspection services, surveying, etc. 5) Coordination with utility companies. 6) Support design team. 7) Performance. labor, material & payment bond will be required. PROPOSAL REQUEST #B1700083 Page 11 PROPOSAL DOCUMENTS Please submit an orininai AND one (1) copies of your proposal signed by a person authorized to bind the party. The proposals shall be organized as outlined below: A. Firm(s) Information: 1) Identify which office (Contact Office) will be responsible for the project. 2) Provide a staffing chart showing proposed organization for this project. 3) Provide a list of proposed firms to be used in design services for the following: HVAC, Electrical, Mechanical, and Plumbing. 4) Provide resumes of personnel who will be involved on the project. Weld County reserves the right to interview designated project personnel. 5) No changes in the approved project personnel will be granted unless agreed to by Weld County. 6) Provide a detailed financial statement of the Firm, including a bank reference and credit available and furnish any other information that may be required by the County. If Firm does not wish its financial information to be a public record, please place in an envelope and label as "Confidential". Failure to do so may result in said financial information being publicly disclosed. 7) Provide copy of certificate of insurance and limits of public liability under insurance. 8) Provide any and all information regarding any lawsuits pending or threatened against, you, your firm or any of the principals or joint ventures. 9) Provide your company's bonding limitations. B. Firm's Experience: 1) Provide a brief summary of like work your firm has undertaken as a Design Build Contractor. Note: Do not use prior projects conducted for Weld County government. 2) List the owner, type of project, address and contact name for references and telephone numbers. 3) Indicate whether your contract was a prime or involved a joint venture with another firm and whether construction management, general contracting, design build, or a combination or other services were involved. C. Current Workload: Provide a list of current project commitments by your proposed team and proposed individuals, including the status of such projects. Identify the owner's representative, address and phone number for each project. D. Services: 1) Indicate if your firm has provided Design Build projects. 2) In addition to the activities listed under "Scope of Services", section "2. Construction Phase" above, provide a list of any additional construction management, general condition and/or coordination services you believe will be necessary to successfully complete this project. E. Construction Methods: Indicate which elements of work or other services your firm is capable of performing with its own forces. Please note Weld County reserves the authority and right to require the Design Build Contractor to bid self -performed work In competition with available qualified subcontractors. F. Fee Proposal: The County anticipates entering into a Guaranteed Maximum Price (GMP) Contract plus a fee. Additional phases of work may be amended to the contract. PROPOSAL REQUEST #61700083 era Page 12 1) Identify the Fee your firm proposes to provide Design Build services described in this RFP. The fee is to be based on cost of work for the Building. 2) Provide an estimate of general condition costs for the project for the services described in this RFP. 3) Provide a cost estimate for the pre -construction phase services and how you intend to charge for these services. Include an estimate of non -personnel expenses in similar format to formulate the estimate of total cost. 4) Provide a list of salary/wage rates for personnel proposed for this project. Indicate the base wage or salary and applied Direct Personnel Expense to formulate a total hourly billing rate and monthly billing rate for each supervisory/administrative individual proposed for involvement in either the pre -construction phase or construction phase of the project. 5) Provide a schedule of current bond premium rates and confirmation of the current bonding capacity of your firm. Complete the fee proposal below for your bid. Assumptions are the contractors assumptions for completing this job. The fee proposal should be provided in either a percentage of the GMP or a Lump Sum. If you have additional fees, provide attachments detailing those fees. FEE PROPOSAL A. Bidder Assumptions 1. Construction Budget (Including general conditions, fees, contingency, bonds and Insurance). Estimated GMP 2. Construction Duration Estimated # of Months B. Fee Proposal 1. Pre -Construction 04 Or Lump Sum 2. Design Fee % $ 3. General Conditions % $ 4. Construction Management Fee % $ 5. Bonds (Attach schedule) °e $ 6. Other (describe on additional sheet) $ EVALUATION CRITERIA The following criteria will be used to evaluate the proposal submitted in response to this Request for Proposal: A. Prior experience of firm and key staff on a similar project. B. Quality and experience of people assigned to the project — project manager, superintendent, design team, etc. C. Current workload, organizational depth and ability to deliver the project within the project's timeframe. PROPOSAL REQUEST #81700083 Page 13 D. Demonstrated ability to work with design team providing conceptual estimating, value engineering, constructability, and scheduling services. E. Ability to provide the County a GMP for general conditions and/or the entire project and financial strength of the firm to stand behind the GMP. F. Demonstrated ability to construction a project such as this to meet cost, schedule and quality goals. G. Proven track record with job safety. H. Completeness of the response to this RFP. I. Fee proposals and general conditions estimate. NOTE: Winning contractor will be expected to enter into a standard AIA contract for this design build. 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. #81700083. 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 the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 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. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX PRINTED NAME AND TITLE TAX ID # SIGNATURE E-MAIL DATE **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. PROPOSAL REQUEST #81700083 Page 14 ADDENDUM#1 BID REQUEST NO. B1700083 HUMAN SERVICES BLDG A REMODEL Buildings & Grounds Dept. PLEASE NOTE THE FOLLOWING, SIGN AND EMAIL BACK TO bidsc weldgov.com: 1. BID DUE DATE IS TUESDAY, MAY 16, 2017 AT 10:00 a.m. "'We need signed CODY on file. Thank You!" Addendum received by: FIRM ADDRESS CITY AND STATE BY TITLE MAY 2, 2017 GROWLING BEAR CO. (INC.) Iry mow lIr A FIERCE COMPETITOR IN THE COMMERCIAL CONS TR UCTION IND USTR COUNTY HUMAN SERVICES BUILDING A REMODEL Proposal Number: B1700083 MAY 16, 2017 10:00 AM �General Contras ors pecia 2330 4t' Phone: 970.3 ww struction and Design/ 80631 353.6974 ta4 Growling Bear Co. Inc. May 8, 2017 Weld County Purchasing Department 1150 O Street, Room 107 Greeley, CO 80631 RE: Weld County Human Services Building A Remodel- #B1700083 To Whom It May Concern, Growling Bear Co (Inc.) appreciates the opportunity to submit our statement of qualifications for consideration on your Weld County Human Services Building A Remodel- #B1700083. Growling Bear has been in business since May 29, 1974. We work exclusively in commercial construction in Colorado and Wyoming. Since opening in 1974, we have been a full service General Contractor performing Design Build, CMGC, hard bids, and pre -construction services to multiple government and private customers. Our office is located at: 2330 4th Avenue, Greeley, CO 80631. Our office can be reached at (970) 353-6964. In 2017, we will be celebrating 43 years of being in business. The services we provided to clients, as well as the relationships that are built during a project are just as important to us as the quality of the project we deliver. We are constantly striving to create projects that our clients are proud to own and we are proud to say we have built. Growling Bear Co (Inc) with be teaming up with Halcyon Design, LLC for this project. Growling Bear is bondable for a single project of 25 Million with an aggregate of 40 Million. Our bonding agent is Flood and Peterson Insurance and our points of contacts are Bob Murphy and K'Anne Vogel, who can be reached at 970-356-0123. I look forward to hearing from you and thank you for considering Growling Bear. Please do not hesitate to contact me for any further information. Respectfully, Gary Shironaka President Growling Bear Co. (Inc.) 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 2330 4th Avenue Greeley, CO 80631 970-353-6964 970-353-6974 fax Contact: Gary Shironaka garyshironakal@growlingbear.com Growling Bear Co. Inc. \. FIRM INFORMATION 2) Provide a staffing chart showing proposed organization for this project. Pre -Construction/ Estimating Gary Shironaka Project Management Brandon Munro Superintendent John Engel Design Team I !Ale) on Design, LLC In House labor Ali 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 tare Growling Bear Co. Inc. General Organization Growling Bears project staff team is led by the Project Manager, who is the point of contact for the project. The Project Superintendent works for and in conjunction with the Project Manager. The Project Manager is responsible for ensuring the project is delivered on time and on budget. The Project Superintendent is responsible for safety, on time project delivery, and ensuring quality is built in throughout the project. Growling Bear will commit a Project Manager and full time Project Superintendent to the project. Growling Bears project management and control of subcontractors includes strict adherence to the contract documents. This process begins with subcontractor selection, thorough subcontract preparation; extensive preconstruction and coordination of trades, pre -work activity planning, activity hazard analysis, quality management walk through meetings, progress review meetings, open and consistent communication via weekly subcontractor meetings and email follow up of action items. • Project Manager- Brandon Munro Functional Roles and Duties /Availability: The Project Manager assumes overall responsibility for the project. The Project Manager provides leadership to the team, mediates problem resolution, ensures budgetary requirements are met, and facilitates open communication with the design team, the owner, and subcontractors. The project manager will be office based and handle the submittals, contracts, RFI's, change orders pricing, communicate with the subcontractor's office/project managers, overall schedule development, schedule updates, and handle all communication with the owner/Architect. He will coordinate the work with the superintendent and order the long lead materials for the project. This person will be available for the project uninterrupted. • Superintendent- John Engel Functional Roles and Duties /Availability: The project superintendent will be on site full time for the project when any work is being done. This person coordinates the subcontractors work. They also manage jobsite safety programs, enforce quality control programs, assist in preparing the overall project schedule, provide schedule updates on a weekly basis, develop 3 week schedules, and manage any in house labor. • Architect- Kelly Deitman Functional Roles and Duties The architect will provide services in connection with the design and construction of buildings and the space within the site surrounding the buildings. 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 ', 3 Growling Bear Co. Inc. 3) Provide a list of proposed firms to be used in design services for the following: HVAC, Electrical, Mechanical, and Plumbing. Electrical, Mechanical, and Plumbing: SRB Consulting Engineering, LLC 521 Dakota Court Windsor, CO 80550 970-310-9471 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 ', ' Growling Bear Co. Inc. 4) Provide resumes of personnel who will be involved on the project. Weld County reserves the right to interview designated project personnel. 5) No changes in the approved project personnel will be granted unless agreed to by Weld County. Brandon Munro has a Bachelor's degree in Construction Management from CSU. He graduated Cum Laude, with a minor in Business Administration. He has worked on multiple schools and municipal projects. Education: • Colorado State University Fort Collins, CO Bachelors of Science in Construction Management Sigma Lambda Chi International Construction Honor Society Training and Certifications: • OSHA 10 & 30 hour card • American Institute of Constructors — Certified Associate Constructor • CPR & First Aid References: • Tonya Malcom, Senior Vice President Bank of Colorado 970-229-5550 • Jon Feiman, Project Manager Colorado State University 970-491-0159 • Steve Mager Project Manager National Renewable Energy Laboratory 303-384-7343 • Kelly Deitman Halcyon Design 303-906-2617 Selected Projects: • Altura Elementary School $5,000,000.00 + Glenwood Maintenance Facility Compressed Natural Gas Mods $2,700,000.00 + Jefferson County South Service Center $2,600,000.00 ❖ Jefferson County Courts Addition & Renovation $1,700,000.00 ❖ Bank of Colorado Interior & Exterior Remodel $1,549,354.00 ❖ Weld County 822 7th St Improvements $1,500,000.00 + CSU Moby B Fire Sprinklers $1,039,189.00 ❖ Glenwood Maintenance Facility Compressed Natural Gas Fueling Station $1,000,000.00 ❖ Weld County Public Works Building Addition $888,271.00 ❖ NREL SERF Toxic Gas Distribution $482,521.00 + Jeffco Public Schools Westridge E.S. Mechanical Upgrades $463,161.00 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 4 3 Growling Bear Co. Inc. • UCD Research 1 Indoor Air Quality ❖ Bank of Colorado Ft. Lupton ❖ Colorado Army National Guard- Watkins Armory Addition ❖ Montrose Armory Structural Stabilization • Poudre School District Partnerships Improvements ❖ Auraria Higher Education Fire Suppression Upgrade • Denver Public Schools BALARAT Outdoor Learning Center ❖ NREL Huddle Room A212 -C146 -A201 • NREL TTF/IBRF Improvements ❖ NREL Jeffco Swale Improvements • Bureau of Reclamation- Window Addition ❖ UCD Disability Services • NREL Lab 158 FTLB • NREL STM Ingress/ Egress • Ft. Logan Lobby Upgrades • NREL IBRF/TTF Fire Protection Upgrades ❖ NREL RSF Gabion Wall Fall Protection $383,681.00 $362,640.00 $315,000.00 $300,000.00 $256,503.00 $250,000.00 $250,000.00 $244,903.00 $201,773.00 $138,040.00 $110,487.00 $106,233.19 $105,654.00 $103,137.00 $88,871.00 $87,763.00 $50,000.00 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fox: 970-353-6974 ', 4 Growling Bear Co. Inc. John Engel has over 29 years of experience in the construction industry. He holds multiple certifications and has extensive safety training. John is well versed in all types of construction systems and has assisted in the successful completion of projects of various magnitudes. Education: • University of Colorado Boulder, CO Training and Certifications: • CPR and First Aid • Storm Water Professional • OSHA 30 Hour • Competent Person • MSHA • Hazardous Materials HM 126 — 152 • Miller Safety Certified Fall Protection • All Terrain Fork Lift Certification • Class 1 Equipment Operator • Reasonable Suspicion, Reasonable Cause Drug and Alcohol • Confined Spaces • Open Excavation • Haz Mat • Scaffold • Shoring References: • Burt Knight Director of Water & Sewer City of Greeley 970-350-9811 • Mark Martinez Project Manager National Renewable Energy Laboratory 303-384-7979 • Kari Bottom Project Manager National Renewable Energy Laboratory 303-384-7339 • Bret Cummock Project Manager/Civil Engineer National Renewable Energy Laboratory 303-275-4354 Selected Projects: • Orchard Town Center • City of Ft. Collins Water Treatment, Phase T4, T5, T6 • City of Greeley Water Treatment Phase I & II • GSA Buildings C&E $102,000,000.00 $67,000,000.00 $62,000,000.00 $28,000,000.00 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 'a r, Growling Bear Co. Inc. • Wal-Mart Store #1008-02 • Wal-Mart Store #4719 • Wal-Mart Store #5491 • Wal-Mart Store #4288 • Wal-Mart Store #1532-04 • Cherry Creek Schools Legacy Football Stadium • Sams Club #4718 • Goat Hill Pipeline • Trailhead Housing Development Infra -Structure • GSA Buildings, Open Pen Project • City of Greeley Pump Station & Reservoir • NREL SERF Toxic Gas Distribution • NREL TTFIIBRF Improvements • NREL Jeffco Swale • NREL RSF Gabion Wall Fall Protection $24,000,000.00 $19,400,000.00 $18,500,000.00 $17,400,000.00 $17,000,000.00 $17,000,000.00 $13,000,000.00 $7,000,000.00 $5,300,000.00 $4,300,000.00 $3,700,000.00 $466,312.00 $190,569.00 $107,759.00 $50,000.00 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 tare Growling Bear Co. Inc. 6) Provide a detailed financial statement of the Firm, including a bank reference and credit available and furnish any other information that may be required by the County. If Firm does not wish its financial information to be a public record, please place in an envelope and label as "Confidential". Failure to do so may result in said financial information being publicly disclosed. Please see attached marked "Confidential." 7) Provide copy of certificate of insurance and limits of public liability under insurance. Please see attached certificates. 8) Provide any and all information regarding any lawsuits pending or threatened against, you, your firm or any of the principals or joint ventures. Growling Bear Co (Inc.) has no lawsuits pending or threatened against us. 9) Provide your company's bonding limitations. See attached bonding letter. 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 •t}Q On DeiSSI, LW Architecture • Craphics RESUME KELLY C. DEITMAN, AIA, LEED AP, NCARB Professional Background: 2010 -Present: President, Halcyon Design LLC, responsible for design, construction documentation, code consultation, construction administration, marketing, 3D modeling, rendering, graphics 2004-2010: Vice President, Project Architect, and Managing Partner of Milliken Office of Thorp Associates, P.C., Architects and Planners, Estes Park and Milliken, CO, responsible for design, construction documentation, code consultation, construction administration, architectural rendering 1995-2003: Staff Architect, Project Manager, Thorp Associates, P.C., Architects & Planners, Estes Park, CO, responsible for construction documentation, code consultation, 3D modeling, graphics 1988-1995: Staff Designer for John C. Haas Associates, Architects & Engineers, State College, PA Construction documentation, code consultation Accreditation: Registered Architect in Colorado and Pennsylvania LEED Accredited Professional (BD+C) Certified, National Council of Architectural Registration Boards Current Member, Colorado Green Builders Guild Current Member, GBCI Past Member, USGBC Education: The Pennsylvania State University 1989 Bachelor of Science University of Florence, Italy 1988 (study abroad) The Pennsylvania State University 1995 Bachelor of Architecture Awards: 2014: 2007: 2006: 2006: Colorado Green Builders Guild Award for Best Green Building, Traveler's Rest, Fort Lupton City of Greeley Excellence in Community Design Award for Harvest Modern Country Kitchen City of Greeley Excellence in Community Design Award for St. Michael's Office Building Rocky Mountain Chapter of American Concrete Institute Award of Merit for Hall -Irwin Corporate Office, Milliken, CO 2005: City of Greeley Excellence in Community Design Award for Ehrlich Volkswagen Related Projects: 2016 aAa Inflatables, Arvada, CO: Interior remodel of mixed -occupancy space 2016 Elkton Historic Downtown, Elkton, MD: Sequential field measuring, CAD documentation and code analysis of four historic buildings for interior remodel 2014 Bank of Colorado, Fort Lupton, CO, Tenant Improvement design -build with Growling Bear Co. 2014 West Greeley Conservation District Office, Greeley, CO: Interior Remodel design -build with Growling Bear Co. 2013 Salud Clinic, Brighton, CO: Field measuring, CAD documentation, and code analysis References: Doug Tabor Beebe Draw Farm Authority Platteville, CO 970.371.7778 Ken Kidd Ken Kidd Inspection Agency PO Box 290 Milliken, CO 80543 970.587.2639 Dave Hunt Dave's Earthworks Inc 1137E Bridge St Brighton, CO 303.558.0930 0e CERTIFICATE OF LIABILITY INSURANCE DATEAccw s/ilµi2D THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(fes) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Flood and Peterson PO Box 578 Greeley, CO 80632 CONTACT Rim Case, CIC, CPSR NAME: Wile (970) 506-3213 I (m Nei. (970)506-6865 Ent EA IL RCase@floodpeterson.com INSURER(S) AFFORDING COVERAGE NAIC0 INSURER A Continental Insurance Company INSURED Growling Bear Co., Inc. 2330 4th Avenue Greeley, CO 80631 INSURER B Continental Casualty Company INSURER C Pinnacol Assurance INSURERD Great American INSURERE: INSURER F : NUMBER:2016-2017 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INBR LTR TYPE OF INSURANCE ADDL M SUBR MD D POUCY NUMBER POUCY EFF IMM/DDIYYYYI POUCY EXP IMMIDDIYYYYI UNITS A X COMMERCIAL GENERAL LIABILITY X Y C2095216232 7/1/2016 7/1/2017 EACHOCCURRENCE $ 1,000,000 DAMAGE IO RENTED PREMISES (Ea occurrence) 100,000 E I CLAIMS -MADE X OCCUR MED EXP (My one person) $ 5,000 PERSONAL SADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY X OTHER: LIMIT APPLIES JECT PER: LOC PRODUCTS - COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE X _ X _ LIABILITY ANY AUTO AUTOWNED HIRED AUTOS SCHEDULED OS -O NON -OWNED AUTOS x y C2095216232 7/1/2016 7/1/2017 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ B X UMBRELLAUAB EXCESSIIAB X OCCUR CLAIMS -MADE X Y . C2095216229 7/1/2016 7/1/2017 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED X RETENTIONS 10,000 `, WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) It yes, desCdbe under DESCRIPTION OF OPERATIONS below YIN N/A y 1436910 7/1/2016 7/1/2017 ATUTE 0TTH- X I STR E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 A D Property/ Inland Marine Pollution X Y C2095216232 cSE190313403 7/1/2016 7/1/2017 $2,000,000 DESCRIPTOR OF OPERATORS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) RE: Human Services Building A Remodel Proposal #B1700083 Weld county, Its subsidiary, parent, associated and/or affiliated entities successors or assigns its elected officials, trustees, employees, agents and volunteers are named as additional Insureds as required by written contract but only as respects to liability arising out of work performed by the named insured. The coverage is primary and non-contributory to any other valid and/or collectible insurance to the fullest extent the law allows per policy terms and conditions. Waiver of subrogation applies. CANCELLATION Weld County Government 1150 O Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEUVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE K Case, CIC, CPSR/APR --t-n<fre-4- f -7- - ACORD 25 (2014101) INS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1(T September 22, 2016 Flood and Peterson RE: Growling Bear Company, Inc. To Whom It May Concern, Our agency provides surety bonds for Mr. Kevin Shironaka and Growling Bear Company, Inc. We have been acquainted with them for many years. Their reputation and experience in the industry has ranked them as one of the premier contractors in Colorado. Mr. Shlronaka has done an outstanding job in establishing a solid organization with an excelent work ethic that performs thoroughly and economically. Growling Bear Co, Inc. has a surety credit line with North American Specialty Insurance Company which authorizes them to bid contracts with performance and payment bond obligations. North American Specialty Insurance Company is rated by AM Best, A+ (Superior -Financial Rating XV) and is on the U.S. Treasurys Listing of Approved Sureties (Department Circular 570). North American Specialty Insurance Company has extended a surety credit line to Growling Bear Company, Inc. of single projects up to $25,000,000 with an aggregate work program of $40,000,000. It is understood, of course, that any arrangement for bonds is a matter between Growling Bear Company, Inc. and North American Specialty Insurance Company and the Surety assumes no liability to third parties or to you if for some reason said bonds are not executed. Larger projects or aggregate programs that would be of interest to Growling Bear Company would certainly be considered. Growling Bear's bonding capabilities have been structured by their needs —they are a well run and financially solid organization. They have a complete commercial contractor's insurance package, including a per project aggregate limit of liability to avoid any impairment of limits. If you have any questions or need additional information please contact me at 970-506-3272 or Rebecca Braun at North American Specialty Insurance Company at (303) 386-7252. Sincerely, am"S' K'Anne E. Vogel, AFSB Attorney -in -Fact, North American Specialty Insurance Company Denver 2000 S. Colorado Blvd. 1.4000 Denver, CO 80222 (720)977-7110 Fort Collins Greeley 4821 Wheaton Drive 4687 W 18th Street Fort Collins, CO 80525 Greeley, CO 80634 (970)266.8710 (970)356-0123 Page 1 Growling Bear Co., Inc., 2330 4th Avenue, Greeley, CO 80631 Phone: (970) 3534964 Fax: (970) 353-6974 FIRM'S EXPERIENCE Project/Description/Location Owner Architect/Engineer Hays Market- Johnstown, CO Hays Market Design Build, 2,200 sq ft CMU addition to Hays Market, 201 Johnstown Center Dr includes storage, freezer/cooler, office, canopy and addition of Johnstown, CO 80534 CMU trash enclosure. Project includes utilities, sitework, Russel Hays HVAC, plumbing, electrical, and finishes. Construction (970) 587-4658 beginning in December 2015. russell@haysmarketcom flank of Colorado 20th St Exterior/ Interior Remodel- Creelev. CO Interior and exterior remodel of the Bank of Colorado.11,500 SF interior remodel, entrance canopy, and exterior improvements. Project includes demolition, concrete vault, masonry, precast concrete, stone veneer panels, structural steel. rough carpentry, fmish carpentry, casework, quartz tops, red gum panels, roofing, 3 form panels, doors, windows, stucco, paint, mechanical, fire sprinkler, plumbing, and electrical. Tavelli Elementary School Project includes major modifications to the existing systems, electrical modifications, new floor coverings throughout the building, replacement of door hardware, and new finishes. 61,103 SF PSD Evestone Elementary and Wellinzton MS Remodel of 2 schools 35135 SF. Project includes Carpet Removal and Replace, Remodel Annex, Major Mechanical Retrofit, New Lights, Casework, replace all door hardware, and finishes Bank of Colorado Tonya Malcom Senior Vice -President 1609 E Harmony Rd Fort Collins, Co 80525 970.229.5550 Tonya.malcom@bankofcolorado.com Poudre School District 2445 LaPorte Ave Fort Collins, CO 80521 Greg McGaffm, Project Manager 970.490.3610 gregmc@psdschools.org Poudre School District 2445 LaPorte Ave Fort Collins, CO 80521 John Little, Project Manager 970.490.3198 Ft Carson Building 8030 - Prime Subcontractor FGK Enterprises Colorado Springs, CO Remodel of building 8030 to add Construction Manager upgrade to the teledata systems, restroom upgrades, fiber optic 2330 4th Ave Suite B infrastructure. Building done while occupied in phases Greeley, CO Shenardsoa Elementary School Project includes major modifications to the existing systems, electrical modifications, new floor coverings throughout the building, replacement of door hardware, and new finishes. 48,030 SF Poudre School District 2445 LaPorte Ave Fort Collins, CO 80521 Greg McGaffm, Project Manager 970.490.3610 gregmc@psdschools.org Genesee Administration Buildup, Genesee Water and Sanitation District Construction of a new Administration Building in Genesee. 17301 W Colfax Project includes sustainable building practices, SIPS, structural Denver, CO concrete, structural steel wood framing, and Extensive site DCS Inc. John Satter Owner Rep improvements 303.818.7802 Markley Designs 3620 W 10th Street, Unit B Greeley, CO 80634 Mark Markley (970) 673-8248 mark@markleydesigns.com Burkett Design 1899 Wynkoop Street Suite 300 Denver, CO 80202 Slater Paull Architects 1331 Nineteenth Street Denver, CO 80202 Ryan Nichols, Architect 303.607.0977 Belford Watkins Group 231 S Howes Street Fort Collins, CO Don Watkins 970.407.0070 Fort Carson DOD Army Colorado Springs, CO Slater Paull Architects 1331 Nineteenth Street Denver, CO 80202 Ryan Nichols, Architect 303.607.0977 Short Brennan Architects 1320 27th Street Unit D Denver, CO Matt Tynan/Patrick Brennan, Architect 303.321.2043 Projects Completed Last 5 Years Page 2 Growling Bear Co., Inc., 2330 4th Avenue, Greeley, CO 80631 Phone: (970) 353-6964 Fax: (970) 353-6974 Project/Description/Location Owner Architect/Engineer NREL Lab 104 National Renewable Energy Laboratory Thorp Associates Design Build, Installation of high pressure gaslines for lab 1617 Cole Blvd process piping. Welded stainless piping mechanical, electrical, Golden, CO blast panels, chainmail mesh wall partitions, and fencing Cheryl Morgan 303.275.3715 Karri Bottom, Project Manager Duran Office Building- Greeley. CO Construction of new 10,000 square foot wood frame office building. Design build mechanical, electrical and plumbing NREL NWTC Bldg 251 Rmdl and Pedestrian Safety Remodel of office in the east wing and new parking lot improvements with solar light poles. Concrete flatwork, asphalt paving, earthwork, canopies, Asbestos abatement, and LEED practices DCSD Cougar Run and Buffalo Ridge Elementary Project consists of the replacement of restroom flooring and new roofs at the 2 elementary schools. Project includes demolition, roofmg, seamless acrylic flooring, electrical and flooring. UNC Candelaria Fire Sprinkler Upgrade- Greeley. CO Design Build- Upgrade fire sprinklers in seven buildings West Greeley Conservation District - Greeley. CO Design Build/ CMGC Project consists of interior demolition and remodel of a 9355 sf office facility into a multiple occupancy space. Includes concrete, casework, drywall, painting, wall coverings, fire sprinkler, electrical, and mechanical. Duran Excavating 418 N 9th Ave Greeley, CO 80631 Ellie Duran ellied@duranexcavating.com (970) 351-0192 National Renewable Energy Laboratory 1617 Cole Blvd Golden, CO David Hay 303.275.3000 Brian Cox, Project Manager Douglas County School District 620 Wilcox Street Castle Rock, CO 80104 Annette Ernst 303.387.0100 University of Northern Colorado Facilities Management, Purchasing Parsons Hall 501 20th Street CO 80639 Greeley, West Greeley Conservation District John Leone, Greeley 4302 W. 9th St. Rd. Greeley, CO 80634 (970) 356-8097 x 3 (970) 351-0392 Fax info@wgcd.org AHEC Tivoli Center Remodel Auraria Higher Education Interior finish of the Tivoli Center 4th Floor 5227 SF. Project 1156 7th Street included Demo, Casework, Joint Sealers,Glazing, Doors, Steel Denver, CO 80217 Stud Framing and Gypsum, Painting, Mechanical, Electrical, Terry Buck, Project Manager and fire Sprinkler 303.556.3957 terry.buck@ahec.edu 1760 Broad Street, Ste D Milliken, CO 80543 Roger Thorp, Architect 970.586.9528 Property Construction Services 105 56th Ave Greeley, CO 80634 Jim Morris 970.353.6850 Studio Collaborative Inc 3457 Ringsby Court Suite 106 Denver, Co 80216 Maxfour Architects and Engineers Englewood, CO Oz Architecture 3003 Larimer Street Denver, CO 80205 303.861.5704 Cator Ruma & Associates Co Tabor Street Lakewood, CO 80401 (303) 232-6200 Halcyon Design LLC PO Box 30 Frederick, CO 80530 Kelly Deitman, Architect (303) 906-2617 kelly@halcyonarch.com Pahl Architecture 303 East 17th Ave Suite 555 Denver, Co 80203 Bill Wood, Architect 303.861.7147 896 NREL SERF Toxic Gas Distribution Design Build National Renewable Energy Laboratory National Renewable Energy Laboratory Replacement of the gas delivery system used to grow silicone 15013 Denver West Parkway 15013 Denver West Parkway based materials. Project includes replacement of stainless steel Golden, CO Golden, CO tubing, new pneumatics controls, new PXI controls, new toxic Mark Martinez, Project Manager Jesse Castanon, Contracting Officer gas distribution panels. 303.275.3000 303.275.3000 Projects Completed Last 5 Years Page 3 Growling Bear Co., Inc., 2330 4th Avenue, Greeley, CO 80631 Phone: (970) 353-6964 Fax: (970) 3534974 Project/Description/Location Owner Architect/Engineer AHEC 5th Street Hub Auraria Higher Education Remodel the existing 4255 SF space into a multi -use space to 1156 7th Street be shared by 3 universities. Project includes demolition, Denver, CO 80217 masonry, casework, finishes, laboratory casework, fume Mike Turman hoods, HVAC, plumbing, and electrical 303.556.2394 Bank of Colorado Eaton Remodel 1st floor Bank of Colorado, Eaton Remodel of the entire first floor in 2 phase while bank remains 55 South Elm Ave in operation. Project includes demolition, concrete, casework, Eaton, CO 80615 drywall, painting, wall coverings, fire sprinkler, electrical, and Kaycee Little, Branch President mechanical. 970.454.1424 kaycee.lytle@bankofcolorado.com Bark of Colorado Fort Lupton Project Includes Interior and Exterior improvements: Masonry infill, concrete repair, demolish concrete & block planters, selective demo shrubbery & trees, ATM & night deposit, new painting, metal framing and gypsum, carpet, selective asbestos abatement Connections for Independent Liviup Interior renovation of a 5000 Sf building. Project includes demolition asbestos abatement, framing drywall, paint, fmishes, and design build of HVAC, plumbing, and electrical systems Bank of Colorado Tonya Malcom Senior Vice -President 1609 E Harmony Rd Fort Collins, Co 80525 970.229.5550 Tonya.malcom@bankofcolorado.com Connections for Independent Living 1331 8th Ave Greeley, CO 80631 Beth Danielson, Executive Director 970.352.8682 Slater Paull Architects 1331 Nineteenth Street Denver, CO 80202 303.607.0977 Nate Drinkwine, Architect Casseday Creative Designs PO Box 337733 Greeley, CO 80633 Rob Casseday, Principal 970.515.6675 Halcyon Design LLC PO Box 30 Frederick, CO 80530 Kelly Deitman, Architect (303) 906-2617 kelly@halcyonarch.com Edutecture 8731 West Colfax Denver, Co Robert Matschulat, Architect NREL TTF. AHEM. IBRF National Renewable Energy Laboratory National Renewable Energy Laboratory Design Build install solar panels, new roof support frames, EV 15013 Denver West Parkway 15013 Denver West Parkway charging stations, Machine exhaust snorkel, Asphalt Paving, Golden, CO Golden, CO concrete pads, Industrial dishwasher utility hook-ups, and Brian Cox, Project Manager Eric Smith Contracting officer urinal replacements 303.275.3000 303.275.3000 Brian.Cox@nrel.gov Metro West Housing Solutions Tenant Finish Tenant fmish Metro West Housing Solutions of 1500 Sf inclui9dng demolition, framing and drywall, new 575 Union Boulevard, Suite 200 carpet, 3 -form paneling, casework, design build electrical and Lakewood, CO 80228 mechanical Kim Buehler NREL Jeffco Swale- Golden. CO National Renewable Energy Laboratory Design Build, concrete trickle channels, energy 15013 Denver West Parkway dissipation, slope reinforcement, landscaping, habitat houses, Golden, CO irrigation, review impacts to easements, Review Designs with Karri Bottom, Project Manager Jefferson County for Approval 303.275.3000 Galeton Elementary Kitchen Remodel Eaton School District RE -2 Design Build. Remodel of the kitchen area of the Galeton 200 Park Ave Elementary to upgrade to current health codes Demolition, Eaton, CO 80615 new Act ceiling, ceramic tile flooring, plumbing, gas pipe, and Randy Miller, Superintendent electrical 970.454.3402 ej architecture, PLLC 575 Union Boulevard, Suite 200 Lakewood, CO 80228 Elizabeth Johnson 720.583.1650 National Renewable Energy Laboratory 15013 Denver West Parkway Golden, CO Jesse Castanon, Contracting Officer 303.275.3000 Thorp Associates 1760 Broad Street, Ste D Milliken, CO 80543 Roger Thorp, Architect 970.586.9528 Projects Completed Last 5 Years O h Contract Amount Project/Location/Description 8 0 0 t4 Cl s`= d EUrQ N o 0 V N w I o V 220, E m a8 oo.SG o E E 3 . .� ,t 8 cat Pee L 9 � a c q 9 F a `4.0 `-8 ac V 0 88� 0 o �QM C U • zd y N 320 is ig- n i J 02 8 g E3 84, IA =BE •� • U y C '8 L N G N N In H T 5 y 0 a 0 o 3 C a m C a0 5-s-1 o c z320 2 U 0 g $ tea o Z (" 2 NO 6441:111 4 O w _ $ 80 a a 0, i o e G 4 = 0 - t ) m � 2 C E > i C U V C0°E5 20.612 3 q O G L 3m NREL- Photometric La N T a $1,325,462.00 N C N O O O - UN.oa a W n E • SAO E _b2§ O O m n ^. a a 0 s 2 .dog E i ' T T V C 0@• O O 5vo ui° o.m • yy °1 c a G mi N E c E l c 5 ;Milli m g v 5 � o E 2 22 U =q -2: c `� ern 00 Y G y V dc= vc2 E o Projects in Progress as of 05/15/17 a Growling Bear Co., Inc., 2330 4th Avenue, Greeley, CO 80631 Phone: (970) 353-6964 Fax: (970) 353-6974 Architect/Engineer Project/Location/Description A N od E AlBo 9 o a goy way Q V my uoO 8a 0 U N casework for CSU N rflgn on coon tieg E _ Mme Landmark Proiec N 0 O o�. U n ON f- L.G E E°o°! 5 O yy0''' 0 U a a, m 61 5 = t m B t .5 t E 25 V 'i 5 0 O C u J ,O Y. V C '^ m O y Q O U °836 n O e U = M t N R4 A2 0 8, 0 a a A e rz U N E 3 U E 0 pe a b 8 S N col 'c & H CU Casework 2017- Construction of Multiple Cabinets for recyling bins University Colorado for various building throughout the CU Boulder campus Buildings and Grounds Boulder, CO Jessica Bradley, Recycling Supervisor 303.492.5321 Projects in Progress as of 05/15/2017 Growling Bear Co., Inc., 2330 4th Avenue, Greeley, CO 80631 Phone: (970) 353-6964 Fax: (970) 353-6974 C r ye U t 00 Contract Amount Architect/Engineer 44 Project/Location/Description N 0 E 5 O 0 0 E a° a 0 U WZU casework for AHEC N O • Y u= • LT Y 00 g a • O U ERG' OU a M qw O U O U 3 90° e¢o • W u on n yC O {q5p casework for CU Est N 1 8 N N (74 E5 0 8 0 N U 0 O N m N O N U m �o E 5 1_ g ..“..1 m S� 5 s � '$,gm -d w;� � u°oua c�E °Vgq E g .e T $ m a N Y' 3 3 3 awl Y CC < • NJ 0 A 6 i U E 50, <0 vii 0 w e U o 0 m C V 80 m l 0 EE •O v a Projects in Progress as of 05/15/2017 Growling Bear Co. Inc. 1) Indicate if your firm has provided Design Build projects. Growling Bear Co (Inc.) has been providing design build projects since our opening on May 29, 1974. 2) In addition to the activities listed under "Scope of Services", section "2. Construction Phase" above, provide a list of any additional construction management, general condition and/or coordination services you believe will be necessary to successfully complete this project. N/A 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 Growling Bear Co. Inc. E. CUNSTRI'ci IoN METHODS Self -Performed Work: Growling Bear has the ability to self -perform earthwork, concrete flatwork and foundations, rough carpentry, finish carpentry, casework, metal stud framing, and drywall. We have performed these services on several of our previous project and have skilled tradesmen to accomplish these tasks. We typically self - perform these types of work on small projects. On a typical job we normally self -perform 5% of the project. 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 1) Identify the Fee your firm proposes to provide Design Build services described in this RFP. The fee is to be based on cost of work for the Building. 2) Provide an estimate of general condition costs for the project for the services described in this RFP. 3) Provide a cost estimate for the pre -construction phase services and how you intend to charge for these services. Include an estimate of non -personnel expenses in similar format to formulate the estimate of total cost. 4) Provide a list of salary/wage rates for personnel proposed for this project. Indicate the base wage or salary and applied Direct Personnel Expense to formulate a total hourly billing rate and monthly billing rate for each supervisory/administrative individual proposed for involvement in either the pre -construction phase or construction phase of the project. 5) Provide a schedule of current bond premium rates and confirmation of the current bonding capacity of your firm. Complete the fee proposal below for your bid. Assumptions are the contractors assumptions for completing this job. The fee proposal should be provided in either a percentage of the GMP or a Lump Sum. If you have additional fees, provide attachments detailing those fees. FEE PROPOSAL A. Bidder Assumptions 1, 500, 000.00 1. Construction Budget (including general Estimated GMP conditions, fees, contingency, bonds and insurance). 2. Construction Duration Estimated # of Months B. Fee Proposal 1. Pre -Construction 2. Design Fee 3. General Conditions Or Lump Sum $ 1,000.00 $ 60,215.00 47,250.00 3.50 4. Construction Management Fee % $ 5. Bonds (Attach schedule) % $ see schedule 6. Other (describe on additional sheet) % $ n/a EVALUATION CRITERIA The following criteria will be used to evaluate the proposal submitted in response to this Request for Proposal: A. Prior experience of firm and key staff on a similar project. B. Quality and experience of people assigned to the project — project manager, superintendent, design team, etc. C. Current workload, organizational depth and ability to deliver the project within the project's timeframe. PROPOSAL REQUEST#B1700083 Page 13 Growling Bear Co. Inc. Fee Proposal Below are our fees for the project per the RFP based upon the information provided a. Design Build Services Fees a. Construction Services 3.50% b. Design Services $60,215.00 b. General Conditions Based upon 5 month schedule for substantial completion based upon information to date(for per month fee divide total by) see attached General Conditions Sheet $47,250.00 c. Pre -construction Fees a. Growling Bear is proposing to provided all pre -construction services for this project at a total fee of $1,000.00 d. Bond Schedule a. First $500K - $10 per $1000 b. $500K - $2MM - $7 per $1000 c. Next $2.5MM - $6 per $1000 d. Next $2.5MM - $5 per $1000 23304th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 Exhibit C Termination. County has the right to terminate this Agreement, with or without cause on thirty (60) 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 Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 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 Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 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. 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. Fund Availability. Financial obligations of the County payable after the current fiscal year are Exhibit C 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. 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. 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 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 Exhibit C 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. Insurance and Indemnification. General Requirements: Contractors/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 pursuantto this request. Types of Insurance: The Contractor/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 Contractor's 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 Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and liability assumed under an insured contract. $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $50,000 any one fire; and $5,000 Medical payment one person Automobile Liability: Contractor/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. Contractors/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. Exhibit C Proof of Insurance: County reserves the right to require the Contractor/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, Contractor/Contract Professional's insurer shall name County as an additional insured. Subcontractors: All subcontractors, subcontractors, independent Contractors, 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 Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. Indemnity: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, 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 Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contractor in its construction 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 Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. ACCPR O. CERTIFICATE OF LIABILITY INSURANCE DATE(LBNDD/YYYY) 6/22/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Flood and Peterson PO Box 578 Greeley, CO 80632 CONTACT Valerie Love, CIC, CISR NAME: PHONE Ertl (970) 506-3215 FAX 1 Not (970)506-6865 ADDIESS: VLove@F1oodPeterson,com INSURER(S) AFFORDING COVERAGE NAIC0 INSURER A .The Continental Insurance Company 35289 INSURED Growling Bear Co., Inc. 2330 4th Avenue Greeley, CO 80631 INSURERS Continental Casualty Company 20443 INSURER Finnacol Assurance 41190 INSURER Berkley Assurance Company 39462 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER:2017 - 2018 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD Spell W VD POLICY NUMBER POLICY EFF IMM/DDIYYYYI POLICY EXP IMMIDDhYYY) LIMITS A R COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE n OCCUR GENL AGGREGATE LIMIT APPLIES PER: POLICY JER T LOC OTHER: X X y 02095216232 7/1/2017 7/1/2018 EACH OCCURRENCE DAMAGE TO REN rED PREMISES (Ea occurrence) MED EXP (My one person) PERSONAL 8 ADV INJURY GENERAL AGGREGATE y 1,000,000 100,000 15,000 1,000,000 2,000,000 2,000,000 PRODUCTS - COMP/OP AGG S A AUTOMOBILE LIABILITY R X ANY AUTO ALL OWNED _ SCHEDULED AUTOS AUTOS NON -OWNED AUTOS X AUTOS X y 02095216246 7/1/2017 7/1/2018 COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) S 1,000,000 S S B C X UMBRELLA UAB EXCESS LIAB X OCCUR CLAIMS -MADE DED X RETENTIONS 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNER/EXECUTIVE OFF CERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below X NIA y y 02095216229 1436910 7/1/2017 7/1/2017 7/1/2018 7/1/2018 EACH OCCURRENCE AGGREGATE X PER STATUTE I I EH R E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT 5,000,000 $ 5,000,000 S 1,000,000 S 1,000,000 S 1,000,000 D Pollution/Professional X PCXB50029910717 7/1/2017 7/1/2018 $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, AddIlonal Remarks Schedule, may be attached N more space le required) RE: Human Services Building A Remodel Proposal #81700083 Weld county, Its subsidiary, parent, associated and/or affiliated entities successors or assigns its elected officials, trustees, employees, agents and volunteers are named as additional Insureds as required by written contract but only as respects to liability arising out of work performed by the named insured. The coverage is primary and non-contributory to any other valid and/or collectible insurance to the fullest extent the law allows per policy terms and conditions. Waiver of subrogation applies. CERTIFICATE HOLDER CANCELLATION Weld County Government 1150 0 Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE V Love, CIC, CISR/DEB ACORD 25 25 (2014/01) INS025 (2014011 @ 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORES CERTIFICATE OF LIABILITY INSURANCE DATE(AWDDIYYYY) 6/22/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: N the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. N SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Flood and Peterson PO Box 578 Greeley, CO 80632 CONTACT Kim Case, CIC, CPSR NAME: PWWXtCOMN EaL (970) 506-3213 FAX uut.Not (970)506-6865 AEo kl¢55.KCase@floodpeterson.com INSURERIS) AFFORDING COVERAGE NAICA INSURER A Continental Insurance Company INSURED Growling Bear Co., Inc. 2330 4th Avenue Greeley, CO 80631 INSURERS Continental Casualty Company INSURERC PinnaCol Assurance INSURER 0 Great American INSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER:2016-2017 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL Wm? SUER wvD POLICY NUMBER POLICY EFF IMNDDNYYYI POLICY EXP IMMIDDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY Y C2095216232 7/1/2016 7/1/2017 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea ocartence) $ 100,000 CLAIMS -MADE X OCCUR MEDEXP (My one person) $ 5,000 PERSONAL /I ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY OTHER: x LIMIT APPLIES !pa PER: LOC PRODUCTS - COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE X x — LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS 8 SCHEDULED AUTOS NON -OWNED AUTOS y C2095216232 7/1/2016 7/1/2017 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESSUAB X OCCUR CLAMS -MADE Y C2095216229 7/1/2016 7/1/2017 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ LIED I X RETENTIONS 10,000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) U yes, deaulbe under DESCRIPTION OF OPERATIONS below YIN NIA y 1436910 7/1/2016 7/1/2017 X STATUTE 0R E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 A D Property/ Inland Marina Pollution C2095216232 055190313403 7/1/2016 7/1/2017 $2,000,000 DESCRIPTION OF OPERATIONS/ LOCATORS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached M more epee Is required) RE: Human Services Building A Remodel Proposal #81700083 Weld county, Its subsidiary, parent, associated and/or affiliated entities successors or assigns its elected officials, trustees, employees, agents and volunteers are named as additional Insureds as required by written contract but only as respects to liability arising out of work performed by the named insured. The coverage is primary and non-contributory to any other valid and/or collectible insurance to the fullest extent the law allows per policy terms and conditions. Waiver of subrogation applies. CERTIFICATE HOLDER CANCELLATION Weld County Government 1150 0 Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE K Case, CIC, CPSR/APR ACORD 25 (2014/01) INS025 (20uml © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 19, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Human Services A Remodel; Bid #B1700083 As advertised, this bid is for a design build remodel of the Human Services A building. The low bid from Growling Bear meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Growling Bear with the following fees identified: Pre -Construction Design Fee General Conditions Fee Construction Management Fee Bond Schedule $1,000 $60,215 $47,250 3.50% 1st $500,000 = $10 per 1,000 $500K to $2,000,000 = $7.00 per 1,000 Next $2,500,000 = $6.00 per 1,000 Next $2,500,000 = $5.00 per 1,000 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director (,4 own- ISS 2600i `I WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalters(c�co.weld.co.us E-mail: reverett(a�co.weld.co.us Phone: (970) 400-4222 or 4223 Fax: (970) 336-7226 DATE OF BID: MAY 16, 2017 REQUEST FOR: HUMAN SERVICES BLDG A REMODEL DEPARTMENT: Buildings & Grounds Dept BID NO: #B1700083 PRESENT DATE: MAY 22, 2017 APPROVAL DATE: JUNE 5, 2017 **MOVED TO JUNE 21, 2017** VENDORS BVB GENERAL CONTRACTORS 1289 S 4T" AVE #100 BRIGHTON CO 80601 ROCHE CONSTRUCTORS INC 361 71ST AVE GREELEY CO 80634 GROWLING BEAR CO INC. 2330 4T" AVE GREELEY CO 80631 MARK YOUNG CONSTRUCIOTN INC 7200 MILLER PL FREDERICK CO 80504 HARRIS CONSTRUCTORS INC 3005 W 29T" ST SUITE C GREELEY CO 80631 TCC CORPORATION 461 E GARDEN DR UNIT D WINDSOR CO 80550 DS CONSTRUCTORS LLC 3780 N GARFIELD SUITE 101 LOVELAND CO 80538 HASELSEN CONSTRUCTION 6950 S POTOMAC ST CENTENNIAL CO 880112 BUILDINGS & GROUNDS WILL REVIEW THE BIDS. /4-/ (9oi7- 156b' tip ton Estimated GMP Estimated Time 5 months 100 days or 3 months 4.5 months S months 4 months 22 weeks or 5.5 months 6 months O O O o u-i .4 O m H O O o O in .-a 0 It H O OO O c5 O O ry in en m rri n O m O co H O p 0 O N Additional fees 3% for contindency allowance Liability Ins @ 1.08% Builders Risk Ins @ .025% Bond Schedule 1st $500,000 = $10 per 1,000 $500K to $2,000,000 = $7.00 per 1,000 Next $2,500,000 = $6.00 per 1,000 Next 52,500,000 = $5.00 per 1,000 1st 52,500,000 = $8.30 per 1,000 Next $2,500,000 = $6.80 per 1,000 Next $2,500,000 = $6.60 per 1,000 2.00% or 1st $100,000 = $25 per 1,000 Next 5400,000 = 515.00 per 1,000 First $2,000,000 = $10.00 per 1,000 Next $2,500,000 = $7.50 per 1,000 1.33% or 1st $500,000 = $15.80 per 1,000 Next $2,000,000 = $12.50 per 1,000 Next $2,500,000 = $10.85 per 1,000 Next $2,500,000 = $9.55 per 1,000 1.03% or 26,000 1st $100,000 = $18 per 1,000 Next $400,000 = $18 per 1,000 Next $2,000,000 = $10.88 per 1,000 Next $2,500,000 = $8.75 per 1,000 0 O O m 1.058% or 1st $2,500,000 = $10.50 per 1,000 $2.5M to 7.5M = $9.15 per 1,000 $7.SM to $300M = $8.20 per 1,000 C C O O1 E. E m a° N N LL C C o co v 2 0 o Ln m b G o ,n 0 ✓1 o O O O O CO oi, O ri ko O p General Conditions Fee O IN N N O In OO O O U, N .-. N i0 N Vr CU O.CO L O C O O ^ E r-+ i/1 O O o N In m (N N '-4 N V (N iv r-1 in HASELSEN CONSTRUCTION 6950 S POTOMAC ST CENTENNIAL CO 0.005 0.055 0.115 880112 Design Fee ✓A (N o '0 In $30,720 $39,422 O O m rvi CO tn. O O O p in in Un rt O Qi r -- in $49,150 Pre -Construction O O o .-i N O O ✓, ,-i N O O in co' 57,700 O o o o N an r' a, v, 06 N to $16,800 based on 25 working days E LL GROWLING BEAR CO INC. 2330 4TH AVE GREELEY CO 80631 ROCHE CONSTRUCTORS INC 361 71ST AVE GREELEY CO 80634 TCC CORPORATION 461 E GARDEN DR UNIT D WINDSOR CO 80550 DS CONSTRUCTORS LLC 3780 N GARFIELD SUITE 101 LOVELAND CO 80538 MARK YOUNG CONSTRUCIOTN INC 7200 MILLER PL FREDERICK CO 80504 BVB GENERAL CONTRACTORS 1289 S 4TH AVE tt100 BRIGHTON CO 80601 HARRIS CONSTRUCTORS 3005 W 29TH ST SUITE C GREELEY CO 80631
Hello