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
20170373.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 February 16, 2018 To: Board of County Commissioners From: Toby Taylor Subject: Design -Build Change Order #9 (Bid: B1700030) Weld County awarded a Design -Build bid (B1700030) to Growling Bear to provide Design -Build services for a remodel at Law Administration Building. Change Order 4 is for a credit of $1,842.00 for a value engineering approach that eliminated the need for a new electrical transformer. Buildings & Grounds is recommending approval of Change Order #4. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director cG 6 CCU % ) el) ao'i-0313 3C7do19 *AIA Change Order Document G701TM - 2017 PROJECT: (Name and address) Weld County Law Admin Design Build 1950 O Street, Greeley, Colorado OWNER: (Name and address) Weld County Government 1150 O street Greeley, CO CONTRACT INFORMATION: Contract For: Date: ARCHITECT: (Name and address) Markley Designs, LLC 3620 W. 10th Street Greeley, Colorado 80634 CHANGE ORDER INFORMATION: Change Order Number: 004 Date: 02-02-2018 CONTRACTOR: (Name and address) Growling Bear Co Inc 2330 4th Ave Greeley, CO 80631 THE CONTRACT IS CHANGED AS FOLLOWS: (Insert a detailed description of the change and, if applicable, attach or reference specific exhibits. Also include agreed upon adjustments attributable to executed Construction Change Directives.) Credit for reusing existing gear and transformer at Elections office tenant finish - 822 7th St., Greeley CO 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 increased by Zero (0) days. The new date of Substantial Completion will be unchanged 12,715.00 861,952.00 874,667.00 1,842.10 872,824.90 NOTE: This Change Order does not include adjustments to the Contract Sum or Guaranteed Maximum Price, or the Contract Time, that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Markley Designs, LLC ARCHITECT (Firm name) SIGNATURE 1 Mark Markley PRINTED NAME AND TITLE PRINTED NAME AND TITLE Growling Bear Co Inc CONTRACTO SIGNATURE Gary Shironaka, President 2-2-2018 2-2-2018 DATE DATE Weld County Government OW , R it name) SIGNATURE Steve Moreno, BOCC Chair PRINTED NAME AND TITLE FEB 21 2018 DATE AlA Document G701 TM - 2017. Copyright © 1979, 1987, 2000 , 2001 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 12:49:31 on 02/02/2018 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA1C) 1 OO (1- 03 7 3 LAW ADMIN DESIGN -BUILD CHANGE ORDER #4 - MARKLEY DESIGNS, LLC, AND GROWLING BEAR CO., INC. ATTEST:O JG.go;uk. Weld • i ty Clerk to th- Board _ WELD OUNTY, COLORADO BY: Deputy erk to the APP VEDAS Controller APPROVED AS TO it/ County Attorney BOARD OF COUNTY COMMISSIONERS ve Moreno, Chair FEB 212018 ROVED AS TO SUBSTANCE: fficial or Department Head 00(.7-0313 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 October 18, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Design -Build Change Order #3 (Bid: B1700030) Weld County awarded a Design -Build bid (B1700030) to Growling Bear to provide Design -Build services for a remodel at Law Administration Building. Change Order 3 is for the Guaranteed Maximum Price for the construction phase of the vault remodel at 822 7th Street. The amount of the change order is for $328,558.00. Buildings & Grounds is recommending approval of Change Order #3. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director t eG 6.(ir IsG); -ra a,61tofre/z1" sAIA Document G701' - 2017 Change Order PROJECT: (Name and address) Weld County Law Admin Design Build 1950 O Street, Greeley, Colorado OWNER: (Name and address) Weld County Government 1150 O street Greeley, CO CONTRACT INFORMATION: Contract For: Date: ARCHITECT: (Name and address) Markley Designs, LLC 3620 W. 10th Street Greeley, Colorado 80634 CHANGE ORDER INFORMATION: Change Order Number: 003 Date: CONTRACTOR: (Name and address) Growling Bear Co Inc 2330 4th Ave Greeley, CO 80631 THE CONTRACT IS CHANGED AS FOLLOWS: (Insert a detailed description of the change and, f applicable, attach or reference specific exhibits. Also include agreed upon adjustments attributable to executed Construction Change Directives) Add in the Tenant finish for the Elections office at 822 7th Street per designs by Markley Designs dated 9/21/17. Performance and payment bonds exclude all design fees and scope of work. 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 increased by this Change Order in the amount of The new Contract Sum including this Change Order will be 12,715.00 533,394.00 546,109.00 328,558.00 874,667.00 The Contract Time will be increased by 70 (Seventy working) days. The new date of Substantial Completion will be 70 working days from notice to proceed NOTE: This Change Order does not include adjustments to the Contract Sum or Guaranteed Maximum Price, or the Contract Time, that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Markley Designs, LLC ARCHITECT (Firm name) SIG A URE NWV-Vc.M4�f Growling Bear Co Inc CONDOR (Firm name SIGNATURE Gary Shironaka, President PRINTED NAME AND TITLE v PRINTED NAME AND TITLE DATE /3r DATE Weld County Government OWNER (Arm name) E Julie A. Cozad, Chair BOCC PRINTED NAME AND TITLE NOV 01 2017 DATE AIA Document G701", — 2017. Copyright ® 1979, 1987, 2000 , 2001 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 16:48:31 on 10/31/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA1 F) OZ.o o 37366) 1 I- ION CO. 1 PROJECT: ELECTIONS OFFICE BID DATE: 9/25/2017 ESTIMATOR: GARY SHIRONAKA LOCATION: 822 7TH STREET BID TIME: 2:00 PM ARCH: MARKLEY ADDENDUM: 0 TOTAL BID = $ 328,558.17 COMMENTS % OF TOTAL c \ \ \ \ \ \ \ \ \ 0 o ci` 0 0 o d� o 0 0 0 0 0 0 0 0 (''1 O) N O O u7 CD a) O N O O O O DO 'CT CO CO CO 0 O r F' CO V- r O O 0 O N' NY' O 0 0 0 4 O O O O O u? h- 666666466666466664644M6 r r r N r \ 0 O CO 4 O \ \ o \ \ \ o � 0 0 0 � 0 0 o cis o O O O O O O r Q) 0 0 0 0 M O M tom- O 6) 0 0 0 0 4 0 4 4 O) O O Q) O) %00L OW U �f! r ►t7 O r O) O) w O) o (D M Ln r (n O) o O O 1 1•- - 1 1 1 1 O trj O O O o O w r y, M r r r eeeeee��e tflSeetfle M o eeseeS CO C' 1 Imo• r N t tf r O (D 1 I I '• M M CJ O (D (D CD S S I� N t� CD cfl -J Q i- 0 F- oov 00000 00 M N a) I I O O (O O ' ' O) O r M 0 O O O O mm O O r M t7 N 0 R O tnN Mv O)UD Eft S d4 a �!} a 64 d9 d3 a ER S EA e e E $ 309,814.40 SALES TAX $ - USE TAX $ - TAP FEES, PERMIT, ETC. $ - PERMITS 0.00% $ - SUBTOTAL $ 309,814.40 OVERHEAD 0.00% $ - SUBTOTAL $ 309,814.40 PROFIT 5.00% $ 15,490.72 TOTAL W/OUT BOND $ 325,305.12 BOND 1.00% $ 3,253.05 $ 328,558.1 W W UMMARY SHI M D CO O00 00000 000000000 000 NM 0000 ' ' MOM MO O O M O O MM O f` In Ln M NO N N N N d- O) N3 e e e bF} b9 69 a Efi 69 69 s EA s e Ei M r Ni s ll (� GROWLING BI d 5 a 0 in N O N wewww O up N O N. NON {.L� a GRANI LABOR o o o 'n r ti v N N $ 47,168.50 J F- Q 2 o 0 o 0 O 0 1 1 1 1 1 1 1 o rn in CO O) Ef}d9eeesd`3eeeeeb9eeesO 0 0 CJ• rn co O r 00 oo - M _ co w __ DESCRIPTION U w N O Et Z Uw 0 O F- w > w O } o o go� O cDOw Z? o W Z Z o z U oo2ZJ, �iwQ5(n<WQ� z>Iv wSU0Q0Mv2D Z w z U H w o w 5 w Z U w wHo<w ioZQ aDQ owJ O cn O 2 2 > F- o u- cn w w O 2 w " U) Q is O SALES TAX = USE TAX = LENGTH OF JOB (MONTHS) = SF OF BUILDING = PROJECT: ELECTIONS OFFICE w Z w J H r N M �t © N O O r M t(? w BOND SCHEDULE O U) N_ 69 Ea Ea 69 0 0 0 0 0 0 0 0 0 0 O N- CO U) lf) N 0 (f) Los - N (Y) I I 49 V>U 49 0 LU N CO ERAL CONDITIONS ING BEAR CONSTRUCTION CO. (I) II- Z W 2 2 0 0 d TOTAL SUPERVISOR 540 MHRS $ 55.00 $ 29,700.00 $ - $ - $ - 3 - $ 29,700.00 PROJECT MANAGER 180 MHRS $ 60.00 $ 10,800.00 $ - $ - $ - $ - $ 10,800.00 PROJECT ENGINEER 60 MHRS $ 45.00 $ 2,700.00 $ - $ - $ - $ - $ 2,700.00 SAFETY CONSULTING 0 MHRS $ - $ - $ - $ - $ 95.00 $ - $ - BUILDERS RISK INSURANCE 1 LS $ - $ - $ - $ - $ 750.00 $ 750.00 $ 750.00 TRASH / DUMPSTER 3 EA $ - $ - $ - $ - $ 350.00 $ 1,050.00 $ 1,050.00 HAZARDOUS WASTE REMOVAL 0 NA $ - $ - $ - $ - $ - $ - $ - JOB SITE TRAILER 0 MTHS $ - $ - $ - $ - $ 450.00 $ - $ - TOILETS 3 MTHS $ - $ - $ - $ - $ 200.00 S 600.00 $ 600.00 TESTING & QUALITY CONTROL 0 NA $ - $ - $ - $ - $ - $ - $ - UTILITIES 0 MTHS $ - $ - $ - $ - $ - $ - $ - PROJECT SIGN 0 LS $ - $ - $ - $ - $ - $ - $ - TEMP. FENCING / BARRICADES 250 LF $ - $ - $ - $ - $ 3.25 $ 812.50 $ 812.50 JOBSITE TELEPHONE 3 MTHS $ - $ - $ - $ - $ 250.00 $ 750.00 $ 750.00 GENERAL LABORER 0 NA $ - $ - $ - $ - $ - $ - $ - MISC. MATERIALS 0 NA $ - $ - $ - $ - $ - $ - $ - FINAL CLEANUP 4884 SF $ 0.25 $ 1,221.00 $ - $ - $ - $ - $ 1,221.00 WINTER WEATHER PROTECTION 0 NA $ - $ - $ - $ - $ - $ - $ - SURVEY / STAKING / LAYOUT 0 NA $ - $ - $ - $ - $ - $ - $ - PLAN REPRODUCTION 1 LS $ - $ - $ 500.00 $ 500.00 $ - $ - $ 500.00 STORAGE FACILITIES 0 NA $ - $ - $ - $ - $ - $ - $ - SAFETY EQUIPMENT 0 NA $ - $ - $ - $ - $ - $ - $ - SMALL TOOL ALLOWANCE 0 NA $ - $ - $ - $ - $ - $ - $ - INSURANCE 350 PER 1000 $ - $ - $ - $ - $ 8.00 $ 2,800.00 $ 2,800.00 PARKING PERMITS 1 EA $ - $ - $ - $ - $ 330.00 $ 330.00 $ 330.00 PER DIEM 0 TRPS $ - $ - $ - $ - $ 40.00 $ - $ - MOBILIZATION & TRAVEL 0 LS $ - $ - $ - $ - $ - $ - $ - ILABOR BURDEN = 0% - I 0 in M O N b9 EQUIP./MISC. DOTAL EQUIP./MIS O in N O O N TOTAL MAT. 0 0 O O in ti MAT. UNIT PRICE SUBTOTALS = I > 44.421.00I Z W r V O V CD TOTAL LAB. LAB. UNIT PRICE SJJNfl QUALITY I I (DESCRIPTION LINE ITEM SUMMARY DIVISION # 2 SHEET GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 2101 DEMOLITION $ - $ - $ - $ 7,337.00 $ 7,337.00 2201 SAWCUTS $ - $ - $ - $ 18,595.00 $ 18,595.00 2301 $ - $ - $ - $ - $ - 2401 $ - $ - $ - $ - $ - 2501 $ - $ - $ - $ - $ - 2601 $ - $ - $ - $ - $ - 2701 $ - $ - $ - $ - $ - 2801 $ - $ - $ - $ - $ - 2901 $ - $ - $ - $ - $ - TOTALS = $ - $ - $ - $ 25,932.00 $ 25, 932.00 LINE ITEM SUMMARY DIVISION SHEET # 3 GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 3101 FLATWORK $ - $ - $ - $ 2,709.40 $ 2,709.40 3201 $ - $ - $ - $ - $ - 3301 $ - $ - $ - $ - $ - 3401 $ - $ - $ - $ - $ - 3501 $ - $ - $ - $ - $ - 3601 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTALS = $ - $ - $ - $ 2,709.40 $ 2,709.40 LINE ITEM SUMMARY DIVISION SHEET # 4 GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 4101 $ - $ - $ - $ - $ - 4201 $ - $ - $ - $ - $ - 4301 $ - $ - $ - $ - $ - 4401 $ - $ - $ - $ - $ - 4501 $ - $ - $ - $ - $ - 4601 $ - $ - $ - $ - $ - 4701 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTALS = $ - $ - $ - $ - $ - LINE ITEM SUMMARY DIVISION SHEET # 5 GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 5101 $ - $ - $ - $ - $ - 5201 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTALS = $ - $ - $ - $ - $ - LINE ITEM SUMMARY DIVISION SHEET # 6 GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 6101 $ - $ - $ - $ - $ - 6201 $ - $ - $ - $ - $ - 6301 $ - $ - $ - $ - $ - 6401 $ - $ - $ - $ - $ - 6501 BLOCKING $ - $ - $ - $ 500.00 $ 500.00 $ - $ - $ - $ - $ - TOTALS = $ - $ - $ - $ 500.00 $ 500.00 LINE ITEM SUMMARY DIVISION SHEET # 7 GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 7101 $ - $ - $ - $ - $ - 7201 $ - $ - $ - $ - $ - 7301 INSULATION $ - $ - $ - $ 1,500.00 $ 1,500.00 7401 $ - $ - $ - $ - $ - 7501 JOINT SEALERS $ - $ - $ - $ 1,000.00 $ 1,000.00 7601 $ - $ - $ - $ - $ - 7701 $ - $ - $ - $ - $ - 7801 $ - $ - $ - $ - $ - TOTALS = $ - $ - $ - $ 2,500.00 $ 2,500.00 LINE ITEM SUMMARY DIVISION SHEET # 8 GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 8101 DRFRDHR MATERIAL $ 9,890.00 $ - $ - $ - $ 9,890.00 8201 INSTALL DRFRHDR $ - $ 2,747.50 $ - $ - $ 2,747.50 8301 $ - $ - $ - $ - $ - 8401 GLASS $ - $ - $ - $ 16,599.00 $ 16,599.00 8501 $ - $ - $ - $ 4,888.00 $ 4,888.00 8601 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTALS = $ 9,890.00 $ 2,747.50 $ - $ 21,487.00 $ 34,124.50 LINE ITEM SUMMARY DIVISION SHEET # 9 GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 9101 PAINT & VARNISH $ - $ - $ - $ 10,466.00 $ 10,466.00 9201 FRM DRYWALL $ - $ - $ - $ 26,760.00 $ 26,760.00 9301 $ - $ - $ - $ - $ - 9401 SACT $ - $ - $ - $ 9,574.00 $ 9,574.00 9501 $ - $ - $ - $ 506.00 $ 506.00 9601 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ a $ - $ - $ - $ - $ - $ - $ - TOTALS = $ - $ - $ - $ 47,306.00 $ 47,306.00 LINE ITEM DIVISION SUMMARY SHEET # 10 GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 10101 $ - $ - $ - $ - $ - 10201 $ - $ - $ - $ - $ - 10301 FIRE EXTINGUISHERS $ - $ - $ - $ 400.00 $ 400.00 10401 $ - $ - $ _ $ - $ - 10501 $ - $ - $ - $ - $ - 10601 $ - $ - $ _ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTALS = _ $ - $ - $ - $ 400.00 $ 400.00 LINE ITEM SUMMARY DIVISION # 11 SHEET GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 113100 $ - $ - $ - $ - $ - $ - $ _ $ - $ - $ - $ - $ - $ $ $ $ $ $ - - - - - - $ $ $ $ $ $ - - - - - - $ $ $ $ $ $ - - - - - - TOTALS = $ - $ - $ - $ - $ - LINE ITEM SUMMARY DIVISION # 12 SHEET GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 123553 12101 $ - $ - $ - $ - $ - $ - $ _ $ _ $ - $ - $ - $ - $ $ $ $ $ $ _ - - - - - $ $ $ $ $ $ _ _ - - - - $ $ $ $ $ $ - _ - - - - TOTALS = $ - $ - $ - $ - $ - LINE ITEM SUMMARY DIVISION SHEET # 13 GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ a $ - $ $ $ $ $ $ - - - - - - $ $ $ $ $ $ - - - - - - $ $ $ $ $ $ - - - - - - TOTALS = $ - $ - $ - $ - $ - LINE ITEM DIVISION SUMMARY # 14 SHEET GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 14101 $ - $ - $ - $ - $ - 14204 $ - $ - $ - $ - $ _ $ - $ - $ - $ - $ - $ - $ - $ - $ $ $ $ - - - - $ $ $ $ - - - - $ $ $ $ - - - - TOTALS = $ - $ - $ - $ - $ LINE ITEM SUMMARY SHEET DIVISION # 15 GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 15101 15201 15301 15401 MECHANICAL PLUMBING $ - $ - $ - $ - $ - $ - $ - $ - $ - $ _ $ - $ - $ - $ - $ - $ - $ - $ - $ 64,869.00 $ 25,430.00 $ - $ - $ - $ - $ 64,869.00 $ 25,430.00 $ - $ - $ - $ - TOTALS = $ - $ - $ - $ 90,299.00 $ 90,299.00 LINE ITEM DIVISION SUMMARY # 16 SHEET GROWLING BEAR CONSTRUCTION CO. ELECTIONS OFFICE WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 16101 ELECTRICAL $ - $ - $ - $ 50,170.00 $ 50,170.00 16201 FIRE LARM $ - $ - $ - $ 3,860.00 $ 3,860.00 16301 $ - $ - $ - $ - $ - 16401 $ - $ - $ - $ _ $ - 16501 $ - $ - $ - $ _ $ - 16601 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTALS = $ - $ - $ - $ 54,030.00 $ 54,030.00 RE: DESIGN -BUILD CHANGE ORDER #3 (BID #B1700030) - GROWLING BEAR APPROV S TO SUBSTANCE: Elected Official or Department Head APPROVED AS TQ FUNDING: Controller APBROVE UYAS T,OFORM:e*„ County Attorney 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 May 18, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Design -Build Change Order #2 (Bid: B1700030) Weld County awarded a Design -Build bid (B1700030) to Growling Bear to provide Design -Build services for a remodel at Law Administration Building. Change Order 2 is for the Guaranteed Maximum Price for the construction phase of this remodel. The amount of the change order is for $524,509.00. Buildings & Grounds is recommending approval of Change Order #2. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director CG: M C-f-r/s c), p� ,ttio aoi7-0.373 *AIiV Document G701r" - 2001 Change Order PROJECT (Name and address): Weld County Law Admin Design Build 1950 O Street, Greeley, Colorado TO CONTRACTOR (Name and address): (howling Bear Co Inc 2330 4th Ave Greeley, CO 80631 CHANGE ORDER NUMBER: 002 DATE: ARCHITECT'S PROJECT NUMBER: CONTRACT DATE: CONTRACT FOR: OWNER: ❑ ARCHITECT: ❑ CONTRACTOR: 0 FIELD: 0 OTHER: ❑ THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, any undisputed amount attributable to previously executed Construction Change Directives) Add for GMP to construct the project at the Law admin Building 1950 0 street Greeley, CO per documents produced by Markley Architecture date 5/30/17. Project to start in July and run through October 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 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 Zero (0) days. The date of Substantial Completion as of the date of this Change Order therefore is S S f E E 12,715.00 8,885.00 21,600.00 524,509.00 546,109.00 NOTE: This Change Order does not include changes in the Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Markley Designs, LLC ARCHITECT (Finn name) 3620 W. 10th Street Greeley, Colorado 80634 ADD BY Siignnatbre) MAKA 1KATZKt_ (Typed name) /c. in DATE to Growling Bear Co Inc CONTRACTOR (Firm name) 2330 4th Ave Greele CO 80631 ADD BY ignature) Gary Shironaka (Typed name) 7/S// 7 DATE Weld County Government OWNER (Firm name) 1150 O street Greeley, CO BY (Signature) Julie A. Cozad,TChair rrYPeejme7 2W DATE AIA Document G701"-2001. Copyright® 1979, 1987, 2000 and 2001 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 a, 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 18:35:45 on 07/05/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA22) t9ZPi 7-03136) 1 DESIGNT-BUILD CHANGE ORDER #2, LAW ADMINISTRATION BUILDING REMODEL - GROWLING BEAR COMPANY, INC. ATTEST: Weld BY: datedsv StC-:A eputy CI lerk to the Board APPROVED AS TO FUNDING: BOARD OF COUNTY COMMISSIONERS CsUNTY,COL DO Ju ie A. ozad, Chair SJUL 17 2017 APPROVED AS TO _ BSTANCE: Con lected Official or Department Head APPROVED A Cou torney 020 / 7- D 3 73O PROJECT SUMMARY SHEET [ GROWLING BEAR CONSTRUCTION CO. PROJECT: WELD LAW ADMIN BID DATE: 6/23/2017 ESTIMATOR: GARY SHIRONAKA LOCATION: GREELEY, CO BID TIME: 2:00 PM ARCH: MARKLEY ADDENDUM: 0 TOTAL BID = S 524,509.44 COMMENTS % OF TOTAL tip * * op o * d` o o S * o B` dp` o o M to N O MO)Nfl0 V S S S Or O 000 00000 CIS Cr; ti ^ M T- * M 0 0` *Sae** * * de C* S CD S M SMNO T 0000 a) 0) V O)O o S r COST/ SF 41 O M O) Cp () Op r- N M 1-• r (D t- en r 0o R 03 gICC t-- (O 6T U t o o e- C V O t t t t Ni Ni r r r M N N 61 W MN W 49 49V)V)V)69 V) 69 N 6A V) 41 N O O) r V) 41 to r (O O N N to r O 6 t t ( O t 0 01 Q) r O) 0) v) r r V) V) 64 V)6069 V)Wl NV) M N-. 0 N W TOTAL 1 pO o S o S M S S S O O Ni O ' 4 6 p O 0 M N vi ( t t O) O u) (D N O O O OD N N W r f() m N (D 6D r el r M 0) IC IC N r M O 0) N as0) V V co W In o0 69 N V)V)6n 64 6164 64 V) 69 69 V)V►6n 64 N If Q 0) 64 SALES TAX $ - USE TAX $ - TAP FEES, PERMIT. ETC. $ - PERMITS 0.00% $ - SUBTOTAL S 494,641.73 OVERHEAD 0.00% $ - SUBTOTAL $ 494,641.73 PROFIT 5.00% $ 24,732.09 TOTAL W/OUT BOND $ 519,373.82 BOND 0.99% $ 5,135.62 h V TT O ) 0 LU NI - U, 61 C37 -J SvS SSSSSS SSo O N O ' 0 0 0 0 N V) t t t 0) O (f) (D O 41 0 0 O N N CO r 47 N (D N O O O r Cl r M 0) Ti r r M N (D 0) N O O) V Q r ao to m 6A 61 V) V/ fA V) Vi V) V) h V/ V• W N N V) OD o 0 M M:) V M GRAND TOTAL BID = EQUIP V)6461 V)(pn 61 VI 61 on on V) f1646n V)(non cr 0 CO 5 0CD 0 O co l c O t �• t t t t t . . t t t N tO b) W r ci to V) V) (1 V) V) V) V) V) V) V) V) V) In V) CO co r- t7 V) MATL $5 ,2 ,g 00 00 O to v o 1?) o r C) c') 64 64 64 61 N 49 61 44 69 69 69 69 V) 64 M 69 $ tt.) fT) V en 69 PROJECT: WELD LAW ADMIN DESCRIPTION N O ft.; Z W w1O 0�a0 F- U 0 Ce U a W F= C w O Q dIc g -z z LU CC a=QacQQw Z O H 0 w 0- w r K w ....> O w wO=OZa.CJDaO W � 23►-Oti tnwU_COOiw (I J F 0 r LINE ITEM# T- N C) Q 41 O P --OD O) O r N M O 41 a) BOND SCHEDULE O O to O ('7 O r tC) 1 1 1 1 69 to Ei9 Efl fA (A a a a a a a a a a a O t-- (O to xi to Ef3 EH 69 (fl O co O M O t - O O 0i O r 1 I I 49 (R 69 69 E>9 N (p to M r Ui 69 -J Q O H LINE ITEM SUMMARY SHEET DIVISION # 2 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG. DESCRIPTION MATL LABOR EQUIP SUB TOTAL NUMBER 2101 DEMOLITION $ - $ - S - $ 13,951.80 $ 13,951.80 2201 EARTHWORK $ - $ - $ - S 2,387.40 $ 2,387.40 2301 SITE CONCRETE $ - $ - $ - $ 5,623.20 $ 5,623.20 2401 BOLLARDS $ - $ - S - $ 800.00 $ 800.00 2501 SURVEY $ - $ - $ - $ 1,000.00 $ 1,000.00 2601 PARKING BLOCKS $ 400.00 $ 200.00 $ - $ - $ 600 00 2701 DIRECTIONAL BORING $ - $ - $ - $ 21,500.00 $ 21,500.00 2801 DUMPSTERS $ - $ - $ - $ 1,500.00 $ 1,500.00 2901 TEMP FENCE $ - S - $ - $ 2,500.00 $ 2,500.00 TOTALS = S 400.00 $ 200.00 $ - $ 49,262.40 S 49,862.40 LINE ITEM SUMMARY SHEET DIVISION # 3 GROWLING BEAR CONSTRUCTION CO WELD LAW ADMIN WRK PKG. DESCRIPTION MATL LABOR EQUIP SUB TOTAL NUMBER 3101 $ - $ - $ - $ - $ - 3201 FLAT WORK $ - S - $ a S 11,600.00 $ 11,600.00 3301 PUMP TRUCK $ - S - $ - $ 3,000.00 $ 3,000 00 3401 REBAR $ 500.00 $ 1,000.00 $ - $ - $ 1,500.00 3501 ANGLE IRON $ 500.00 $ 650.00 $ - S - $ 1,150.00 3601 $ - $ - $ - 5 - $ - $ - $ - $ - S - $ - S - $ - $ - $ - $ - TOTALS = $ 1,000 00 $ 1,650.00 S - $ 14,600.00 $ 17,250.00 LINE ITEM SUMMARY SHEET DIVISION # 4 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 4101 . $ - S - $ - $ - $ - 4201 $ - S - $ - $ - $ 4301 $ - $ - S - $ - $ 4401 $ - $ - S - $ - $ 4501 $ - $ - S - $ - $ - 4601 $ - $ - S - $ - $ - 4701 $ - $ - $ - $ - $ - $ - S - S - $ - $ - TOTALS = $ - $ - S - $ - $ - LINE ITEM SUMMARY SHEET DIVISION # 5 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 5101 STEEL ANGLE attach $ - $ - S - S 300.00 $ 300.00 5201 TOPS $ - $ - S - $ 950.00 $ 950.00 D RINGS $ 500.00 $ - $ - $ - S 500 00 INSTALL $ - $ 300.00 S - $ - $ 300 00 $ - $ - $ - $ - S - $ - $ - $ - $ - $ TOTALS = $ 500.00 $ 300.00 S - $ 1,250.00 $ 2,050 00 LINE ITEM SUMMARY SHEET DIVISION # 6 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG. NUMBER DESCRIPTION MATT LABOR EQUIP SUB TOTAL 6101 $ - $ - $ - S - $ - 6201 $ - $ - $ - $ - $ - 6301 $ • S - b - $ - $ - 6401 $ - $ - b - $ - $ - 6501 BLOCKING $ - $ - $ - S 1,000.00 $ 1,000 00 $ • $ - $ - S - $ - TOTALS = $ - $ - $ - $ 1,000.00 $ 1,000.00 LINE ITEM SUMMARY SHEET DIVISION # 7 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 7101 $ - $ - $ - $ - $ - 7201 $ - $ - S - $ - $ - 7301 $ - $ - $ - $ - $ - 7401 $ - S - $ - $ - $ - 7501 JOINT SEALERS $ - $ - $ - S 3,000.00 $ 3,000 00 7601 $ - $ - $ - $ - $ - 7701 $ - $ - $ - $ - $ - 7801 $ - $ - S - $ - $ - TOTALS = $ - $ - $ - $ 3,000.00 $ 3.000.00 LINE ITEM SUMMARY SHEET DIVISION # 8 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 8101 DRFRDHR MATERIAL $ 33,057.00 $ - S - $ - S 33,057.00 8201 INSTALL DRFRHDR $ - $ 3,626.33 $ - $ - $ 3,626 33 8301 $ - $ - $ - $ • $ - 8401 GLASS $ - $ - S - $ 2,000.00 $ 2,000 00 8501 $ - $ - $ - $ - $ - 8601 $ - S - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTALS = $ 33,057.00 $ 3,626.33 S - $ 2,000.00 $ 38,683.33 LINE ITEM SUMMARY SHEET DIVISION # 9 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 9101 PAINT & VARNISH S - $ - S - $ 14,550.00 $ 14,550.00 9201 FRM DRYWALL $ - $ - $ - $ 57,210.00 $ 57,210.00 9301 FLOOR PREP $ - S - S - $ 3,000.00 $ 3,000.00 9401 SACT $ - $ - $ - $ 10,227.00 $ 10,227.00 9501 ACOUSTICAL WALL COVERING $ - S - $ - $ 4,635.00 $ 4,635 00 9601 $ - $ - $ - $ - $ $ - S - $ • $ - $ $ - $ - $ - $ - $ - $ - $ - S - $ - $ - TOTALS = $ - S - S - $ 89,622.00 S 89,622.00 LINE ITEM SUMMARY SHEET DIVISION # 10 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 10101 $ - $ - $ - S - $ - 10201 $ - $ - $ - $ - $ - 10301 $ - $ - $ - $ - $ - 10401 VISUAL DISPLAY BOARDS $ - $ - $ - $ 1,625.00 $ 1,625.00 10501 FIRE EXTINGUISHERS $ - $ - $ - $ 500.00 $ 500.00 10601 $ - S - $ - S - S - $ - $ - $ - $ - $ - $ - $ • $ - S - $ - TOTALS = S - $ - S - S 2,125.00 S 2,125.00 LINE ITEM SUMMARY SHEET DIVISION # 11 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG DESCRIPTION VATL LABOR EQUIP SUB TOTAL NUMBER 113100 $ - $ - $ - S - S - $ - $ - $ - $ - S $ - $ - $ - S - $ $ - $ - $ - S - $ $ - $ - S - $ - S $ - $ - $ - $ - $ TOTALS = S - S - $ - $ - $ LINE ITEM SUMMARY SHEET DIVISION # 12 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG. DESCRIPTION MAIL LABOR EQUIP SUB TOTAL NUMBER 123553 $ - $ - 5 - $ - $ - 12101 $ - $ - $ - $ - S - $ - S - $ - $ - S - $ - 5 - $ - $ - $ $ - 5 - S - $ - S - $ - $ - $ - $ - S - TOTALS = S - S - $ - $ - $ LINE ITEM SUMMARY SHEET DIVISION # 13 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG DESCRIPTION MAIL LABOR EQUIP SUB TOTAL NUMBER $ - $ - $ - $ - $ $ • - $ - $ - $ - S S - $ - $ - $ - $ $ - $ - $ - $ - $ - S - $ - S - S - $ - $ - $ - $ - S - $ - TOTALS = $ - S - S - $ - S LINE ITEM SUMMARY SHEET DIVISION # 14 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 14101 $ - $ - $ - $ - S - 14204 $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTALS = $ - S - $ - S - S LINE ITEM SUMMARY SHEET DIVISION # 15 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG NUMBER DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL 15101 MECHANICAL $ - $ - a a a a a a $ 48,269.00 $ 48,269.00 15201 $ - $ - $ - $ - 15301 FIRE SPRINKLER $ - $ - $ 10,120.00 $ 10,120.00 15401 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - S - TOTALS = $ - S - $ - $ 58.389.00 S 58,389.00 LINE ITEM SUMMARY SHEET DIVISION # 16 GROWLING BEAR CONSTRUCTION CO. WELD LAW ADMIN WRK PKG. DESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 16101 ELECTRICAL $ - $ - a a a a a a a $ 189,110.00 $ 189.110,00 16201 $ - $ - $ - $ - 16301 $ - $ - $ - $ - 16401 $ - $ - $ - $ - 16501 $ - $ - $ - $ - 16601 $ - $ - $ - $ - $ - $ - $ - $ - TOTALS = S - S - $ - $ 189,110.00 $ 189,110.00 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 May 18, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Design -Build Change Order #1 (Bid: B1700030) Weld County awarded a Design -Build bid (B1700030) to Growling Bear to provide Design -Build services. Change Order 1 is for also providing design services for a storage area remodel at 822 7'" Street. The amount of the change order for these design services is $8,885.00. Buildings & Grounds is recommending approval of Change Order #1. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 49/s e3GcTT) C& 84/7 CTls6) (a/s//7 ego/7- o373 34 oo/q sr. =41= Document 0701" Change Order 2001 PROJECT (Name and address): Weld County Law Admin Design Build 1950 0 Street, Greeley, Colorado TO CONTRACTOR (Name and address): Growling Bear Co Inc 2330 4th Ave Greeley, CO 80631 CHANGE ORDER NUMBER: 001 DATE: ARCHITECT'S PROJECT NUMBER: CONTRACT DATE: CONTRACT FOR: OWNER: ❑ ARCHITECT: ❑ CONTRACTOR: ❑ FIELD: O OTHER: ❑ THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, any undisputed amount attributable to previously executed Construction Change Directives) Add in design fees to produce Architectural, Mechanical, Electrical, and Structural documents for a tenant finish at the 822 7th Street first floor vault area. Breack out on PCO 001 and Markley email for more details 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 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 Zero (0) days. The date of Substantial Completion as of the date of this Change Order therefore is NOTE: This Change Order does not include changes in the Contract Sum, Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive $ S $ $ E 12,715.00 0.00 12,715.00 8,885.00 21,600.00 NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Markley Designs, LLC ARCHITECT (Firm name) 3620 W. 10th Street Greeley, Colorado 80634 ADDRESS BY (Signor Mark Markley (Typed name) JUN 0 5 2017 DATE Growling Bear Co Inc Weld County Government CONTRACTOR (Firm name) 2330 4th Ave Greeley CO 80631 ADDR er>— BY (Signature) Gary Shironaka (Typed name) S/t .7/( 7 OWNER (Firm name) 1150 0 street Greeley,c0 O BY (Signature) Julie A. Cozad, Chair (Typed name) JUN 0 5 2017 DATE DATE 02.0 /7- o.373C2--) AIA Document G701 TM - 2001. Copyright O 1979, 1987, 2000 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA8 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 17:33:13 on 05/17/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA1 B) 7 1 Related Docs 1 O U O O Trans # C rn r Adds in design Architectural, Structural, Electrical, and Mechanical for tenant space in the 822 7th street building vaults area O O O iri co 00 00 in CO o i- 1001 Architecture 1 LS $ 3,000.00 $ 3,000.00 1002 Mechanical/Electrical 1 LS $ 4,280.00 $ 4,280.00 003 Structural 1 LS $ 1,605.00 $ 1,605.00 $ - I in- Self Perform $ - 001 Project Manager MHRS $ 85.00 $ - 002 Project Engineer MHRS $ 65.00 $ - 003 Superintendent MHRS $ 75.00 $ - 004 Carpenter MHRS $ 55.00 $ - 005 Laborer MHRS $ 35.00 $ - $ - in General Conditions Days $ - $ - GL Insurance 8.885 per $1000 $ - $ - Subcontractor Markup $ 8,885.00 % 0.00% $ - Self Perform markup 0.00% $ - Bonds $ 8,885.00 % 0.00% $ - COB Critical • • CCD Q) 1- 4-1 Cr Co Q) 0 CC RFI Cost Impact >- Schedule Impact Li mL a � r Q (1) +41 ro 0 County D 4-J co 4-1 V) C Q) Q O A II) Q) -, E- Add Design of Tenant Space 822 7th 0 O OIt ^' W J C S tto 4-1 as i c O C = ro >- .L 0 ~ N -a 03 A > U O ro is: C. N a 0 posed Name :# It r O O RE: DESIGN - BUILD CHANGE ORDER #1 - - GROWLING BEAR APPROVED AS TO SUBSTANCE: APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: rs Cd,t.,..,/, Electecl�Official or Department Head County Attorney Gary Shironaka From: Sent: To: Cc: Subject: Mark M. <MarkArchitecture@live.com> Wednesday, May 17, 2017 3:01 PM Gary Shironaka darin@rja-eng.com CO Weld County Law Admin Gary, As requested, below is the proposed compensation for the Weld County Law Admin 'Change Order 1'. In brief, it is described as remodeling the existing vault and adjacent space located at 822 7th Street. The Vault will become a ballot counting / flex space, and the adjacent area to be come offices related to the function. approximate the remodel at 3,200 sq.ft. This space will have no new plumbing, and two new egress opening will be located within the Vault walls. Limited CA is also included, and is assumed to be a 'design build' project, typical of our current project. Markley Designs- Architectural: $3,000.00 RJA- Mechanical Electrical: $4,280.00 Raker Rhodes- Structural: $1,605.00 Change Order 1 Design Cost = $8,885.00 Mark Markley, AIA : LEED AP mark@markleydesigns.com 1019 39th Avenue - Suite L Greeley, CO 80634 Office: 970.673.8248 Cell: 303.859.7249 Please consider the environment before printing this email. 1 krsAI4 Document A1 01 TM - 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Init t AGREEMENT made as of the Tenth day of March 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 Law Admin Design Build 1950 O street Greeley, CO 80631 Design aand preconsturction for the complete design cuments for the law administration building basement remodel The Architect: (Name, legal status, address and other information) Markley Designs, LLC, Individual 3620 W. 10th Street Greeley, Colorado 80634 Telephone Number: 970 - 673 - 8248 The Owner and Contractor agree as follows. z teb er-l) Vic; (--rf A G sctt ou_A)beg/ 3-ao-i7 0z o373(i) 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. AIA Document A201 TM' -2007, General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. AIA Documelft A101T" - 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 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 14:00:55 on 03/10/2017 under Order .7848139386_1 which expires on 03/29/2017, and is not for resale. /a User Notes: d d '(1J99630151) 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 10 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 the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed) If, prior to the commencement of the Work, the Owner requires time to file mortgages and other security interests, the Owner's time requirement shall be as follows: § 3.2 The Contract Time shall be measured from the date of commencement. § 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than ( ) days from the date of commencement, or as follows: (Insert number of calendar days. Alternatively, a calendar date may be used when coordinated with the date of commencement. If appropriate, insert requirements for earlier Substantial Completion of certain portions of the Work) AIA Document A101 TM - 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 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 software at 14:00:55 on 03/10/2017 under Order No.7848139386_1 which expires on 03/29/2017, and is not for resale. User Notes: (1699630151) Portion of Work Substantial Completion Date , subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any, for liquidated damages relating to failure to achieve Substantial Completion on time or for bonus payments for early completion of the Work.) 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 Twelve Thousand Seven Hundred Fifteen Dollars and Zero Cents ($ 12,715.00), subject to additions and deductions as provided in the Contract Documents. § 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If the bidding or proposal documents permit the Owner to accept other alternates subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires.) § 4.3 Unit prices, if any: (Identify and state the unit price; state quantity limitations, if any, to which the unit price will be applicable.) Item Units and Limitations Price Per Unit ($0.00) § 4.4 Allowances included in the Contract Sum, if any: (Identify allowance and state exclusions, if any, from the allowance price.) Item Price 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 First day of a month, the Owner shall make payment of the certified amount to the Contractor not later than the Thirtieth day of the same month. If an Application for Payment is received by the Architect after the application date fixed above, payment 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, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. AIA Document A101 TM — 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 14:00:55 on 03/10/2017 under Order No.7848139386_1 which expires on 03/29/2017, and is not for resale. User Notes: (1699630151) § 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 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: . 1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of Zero percent ( 0.00 %). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Section 7.3.9 of AIA Document A201TM-2007, General Conditions of the Contract for Construction; .2 Add 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), less retainage of Zero percent (0.00 %); .3 Subtract the aggregate of previous payments made by the Owner; and . 4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A201-2007. § 5.1.7 The progress payment amount determined in accordance with Section 5.1.6 shall be further modified under the following circumstances: .1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to the full amount of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work, retainage applicable to such work and unsettled claims; and (Section 9.8.5 of AIA Document A201-2007 requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.) . 2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Section 9.10.3 of AIA Document A201-2007. § 5.1.8 Reduction or limitation of retainage, if any, shall be as follows: (If it is intended, prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Sections 5.1.6.1 and 5.1.6.2 above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) § 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 Section 12.2.2 of AIA Document A201-2007, 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: ARTICLE 6 DISPUTE RESOLUTION § 6.1 INITIAL DECISION MAKER The Architect will serve as Initial Decision Maker pursuant to Section 15.2 of AIA Document A201-2007, unless the parties appoint below another individual, not a party to this Agreement, to serve as Initial Decision Maker. AIA Document A101" - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. MI 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 14:00:55 on 03/10/2017 under Order No.7848139386_1 which expires on 03/29/2017, and is not for resale. User Notes: (1699630151) (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect.) § 6.2 BINDING DISPUTE RESOLUTION For any Claim subject to, but not resolved by, mediation pursuant to Section 15.3 of AIA Document A201-2007, the method of binding dispute resolution shall be as follows: (Check the appropriate box. If the Owner and Contractor do not select a method of binding dispute resolution below, 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.) [ ] Arbitration pursuant to Section 15.4 of AIA Document A201-2007 [ X ] Litigation in a court of competent jurisdiction [ ] Other (Specify) 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 A201-2007. § 7.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-2007. ARTICLE 8 MISCELLANEOUS PROVISIONS § 8.1 Where reference is made in this Agreement to a provision of AIA Document A201-2007 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. § 8.2 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.) 8.00 % per annum § 8.3 The Owner's representative: (Name, address and other information) § 8.4 The Contractor's representative: (Name, address and other information) Gary Shironaka 2330 4th Ave Greeley, CO 80631 AIA Document A101 TM - 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Init. 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 AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the t maximum extent possible under the law. This document was produced by AIA software at 14:00:55 on 03/10/2017 under Order No.7848139386_1 which expires on 03/29/2017, and is not for resale. User Notes: (1699630151) § 8.5 Neither the Owner's nor the Contractor's representative shall be changed without ten days written notice to the other party. § 8.6 Other provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS § 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated in the sections below. § 9.1.1 The Agreement is this executed AIA Document A101-2007, Standard Form of Agreement Between Owner and Contractor. § 9.1.2 The General Conditions are AIA Document A201-2007, General Conditions of the Contract for Construction. § 9.1.3 The Supplementary and other Conditions of the Contract: Document Title Date Pages § 9.1.4 The Specifications: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Section Title Date Pages § 9.1.5 The Drawings: (Either list the Drawings here or refer to an exhibit attached to this Agreement) Number § 9.1.6 The Addenda, if any: Number Title Date Date Pages Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 9. § 9.1.7 Additional documents, if any, forming part of the Contract Documents: .1 AIA Document E201TM-2007, Digital Data Protocol Exhibit, if completed by the parties, or the following: .2 Other documents, if any, listed below: (List here any additional documents that are intended to form part of the Contract Documents. A1A Document A201-2007 provides that bidding requirements such as advertisement or invitation to bua AIA Document A101 TN - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 14:00:55 on 03/10/2017 under Order No.7848139386_1 which expires on 03/29/2017, and is not for resale. User Notes: (1699630151) Instructions to Bidders, sample forms and the Contractor 's bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) Weld County RFP document #B1700030 Growling Bear RFP Response dated 2/1/17 Exhibit A weld county Temination Clauses ARTICLE 10 INSURANCE AND BONDS The Contractor shall purchase and maintain insurance and provide bonds as set forth in Article 11 of AIA Document A201-2007. (State bonding requirements, if any, and limits of liability for insurance required in Article 11 of AIA Document A201-2007.) Type of insurance or bond Limit of liability or bond amount ($0.00) This Agreement entered into as of the day and year first written above. OWNER (Signature) MAR 2 0 2017 CONTRACTOR (Signature) Julie A. Cozad, Chair, Board of Gary Shironaka, President (Printed name and title) Weld County Commissione'j°ginted name and title) AIA Document A101"" — 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 14:00:55 on 03/10/2017 under Order No.7848139386 1 which expires on 03/29/2017, and is not for resale. User Notes: (1699630151) 7 Additions and Deletions Report for AIA® Document A 101 TM — 2007 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 14:00:55 on 03/10/2017. PAGE 1 AGREEMENT made as of the Tenth day of March 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 Law Admin Design Build 1950 O street Greeley, CO 80631 Design aand preconsturction for the complete design cuments for the law administration building basement remodel Markley Designs, LLC, Individual 3620 W. 10th Street Greeley, Colorado 80634 Telephone Number: 970 - 673 - 8248 PAGE 3 § 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 Twelve Thousand Seven Hundred Fifteen Dollars and Zero Cents ($ 12,715.00), subject to additions and deductions as provided in the Contract Documents. § 5.1.3 Provided that an Application for Payment is received by the Architect not later than the First day of a month, the Owner shall make payment of the certified amount to the Contractor not later than the Thirtieth day of the same month. If an Application for Payment is received by the Architect after the application date fixed above, payment shall be made by the Owner not later than Thirty ( 30 ) days after the Architect receives the Application for Payment. Additions and Deletions Report for AIA Document A101 TM - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 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 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 14:00:55 on 03/10/2017 under Order No.7848139386_1 which expires on 03/29/2017, and is not for resale. User Notes: (1699630151) PAGE 4 .1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of Zero percent ( 0.00 %). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Section 7.3.9 of AIA Document A201TM-2007, General Conditions of the Contract for Construction; .2 Add 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), less retainage of Zero percent ( 0.00 %); PAGE 5 Pi] Litigation in a court of competent jurisdiction 8.00 % per annum Gary Shironaka 2330 4th Ave Greeley, CO 80631 PAGE 7 Weld County RFP document #B1700030 Growling Bear RFP Response dated 2/1/17 Exhibit A weld county Temination Clauses Gary Shironaka, President Additions and Deletions Report for AIA Document A101 TM - 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. MI 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 14:00:55 on 03/10/2017 under Order No.7848139386_1 which expires on 03/29/2017, and is not for resale. User Notes: (1699630151) Certification of Document's Authenticity AIA® Document D401 TM - 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 14:00:55 on 03/10/2017 under Order No. 7848139386_1 from AIA Contract Documents software and that in preparing the attached final document I made no changes to the original text of AIA® Document A101TM - 2007, 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) 563/1 7 (Dated) AIA Document D401 T"' — 2003. Copyright ® 1992 and 2003 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 14:00:55 on 03/10/2017 under Order No.7848139386_1 which expires on 03/29/2017, and is not for resale. User Notes: (1699630151) Exhibit A 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. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Exhibit A 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. Exhibit A Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. ATTEST: Weld CountyWsilLA) rk tote oar 04 BY: Deputy CI.' APp� VED AS T �U�pING: 1 -*0 ha Controller APPRO ED AS .• FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO kta Julie A. Cozad, Chair MAR 2Q«17 APPROVED AS TO SUBSTANCE: Elect Official or Department Head ieort teto 'rector of General Services O.2 40/ 7._ 03 756) A 9 Oe F CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDIYYYY) 3/9/2017 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 polley(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 RIM. Case, CIC, CPSR NAME: PHONE AWED NO e„e. (970) 506-3213 I rtz, No), (970)506-6865 AppREss.ECase@floodpeterson. con 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 Pinnacol Assurance INSURERD Great American INSURER E: 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 LTRINBD TYPE OF INSURANCE AinSUBR paw POLICY NUMBER POLICY EFF IMNVDDIYYYYI POLICY EXP (MMIDDT/YYYI LIMITS A X COMMERCIAL GENERAL LIABLTY X Y C2095216232 7/1/2016 7/1/2017 EACH OCCURRENCE $ 1,000,000 DAMAGE r0 RENTED PREMISES (Ea occunence) $ 100,000 I CLAIMS -MADE X OCCUR MEDEXP (Any one person) $ 5,000 PERSONAL SADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY OTHER: R LIMIT APPLIES JECT PER: LOC PRODUCTS -COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS % SCHEDULED AUTOS NON -OWNED AUTOS R 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 1Per aaddeMl $ B X UMBRELLA LIAR EXCESSLNB X OCCUR CLAIMS -MADE X Y C2095216229 7/1/2016 7/1/2017 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED I X RETENTIONS 10,000 C WORKERS COMPENSATION AND EMPLOYERS' UABILITY ANY PROPRIETORTARTNER/EXECUTIVE OFFICERIMEMBER (Nan) EXCLUDED?y d ry In NH N s, describe under DESCRIPTION OF OPERATIONS below Y/N N IA 1436910 7/1/2016 7/1/2017 X I STATUTE I 10TH 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 X Y 02095216232 05E190313403 7/1/2016 7/1/2017 $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD1a1, Additional Remarks Schedule, may be attached if men space Is mulled) RE: LAW ADM BASEMENT REMODEL -DESIGN BUILD PROPOSAL NUMBER: #B1700030 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 O 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 (2014011 01988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MARKL-1 OP ID: SLS Y 4COR& CERTIFICATE OF LIABILITY INSURANCE 1/4,--03/20/2017 DATEIMM/DDII'YYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 Phone: 970-223-1804 Front Range Insurance Group Fax: 1100 Haxton Drive Suite 100 Fort Collins, CO 80525 David A. Wooldridge LUTCFAAI NAONMEACT PHONE MX IAIC No. Fztl: (A/C, No): ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC d INSURER A : Beazley Insurance Company, Inc INSURED Markley Designs Mark Markley 1019 39th Ave. - Suite L Greeley, CO 80634 INSURER B : RLI Insurance Company INSURER C : INSURER D: INSURER E : INSURER F : • VISION NUMBER: V 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 INSR SUER MD POUCY NUMBER POLICY EFF (MDO/YVYY) M/ POLICY EXP IMMIDD/YYYYI OMITS B GENERAL X LIABIUTY COMMERCIAL GENERAL LIABILITY X PSB0005937 01/04/2017 01/04/2018 EACH OCCURRENCE $ 1,000,000 DAMATETOREN I tD PREMISES (Ea amurtence) $ 1,000,000 MEDEXP (Any cm person) $ 10,000 CLAIMS -MADE X OCCUR PERSONAL SADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS. COMP/OP AGG $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PR APPLIES LOC $ B AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED HIRED AUTOS X_ SCHEDULED ON -OWNED NAUTOS PSB0005937 01/04/2017 01/04/2018 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Peracciden° $ $ UMBRELLA (JAB EXCESS LIAR — OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I RETENTIONS WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEYO OFFICER/MEMBER EXCLUDED?E.L. (Mandatory In NH) describe under DESCRIPTION OF OPERATIONS below Unit= N IA - I WCY PITC S T H- I ER E.L. EACH ACCIDENT $ DISEASE - EA EMPLOYEE $ E.L. DISEASE -POLICY LIMIT $ A Professional Liab V16609160301 08/18/2016 08/18/2017 EachCiaim 1,000,000 Aggregate 1,000,000 DESCRIPTOR OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Growling Bear Co (Inc.) and Weld County are named additional insured with respects to the General Liability policy. CERTIFICATE HOLDER CANCELLATION Growling Bear Co (Inc.) 2330 4th Ave. 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 c« --I O. c tla 4+e c ACORD 26 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Gn.owL,^5 gd,a IZFp (Les p ncc dated all/I'! Complete the fee proposal below for your proposal. Assumptions are the contractor's 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. Vendor Assumptions I I 1 I I I I I 1. Construction Budget (including general conditions, fees, contingency, bonds and insurance). 2. Construction Duration Estimated GMP $250,000.00 Estimated # of Months 3 B. Fee Proposal % Or Lump Sum 1. Pre -Construction % $ $2,000.00 2. Design Fee % $ 10,715.00 3. General Conditions % $ $43,550.00 4. Construction Management Fee 5 % $ 5. Bonds (Attach schedule) 1 % $ 6. Other (describe on additional sheet) % $ NOTE: Winning contractor will be expected to enter into a standard AIA contract for this design build. BID REQUEST #B1700030 Page 17 '\ 1, 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 5% b. Design Services $10,715 b. General Conditions Based upon 3 month schedule for substantial completion based upon information to date(for per month fee divide total by) see attached General Conditions Sheet $43,550.00 c. Pre -construction Fees a. Growling Bear is proposing to provided all pre -construction services for this project at a total fee of $2,000.00 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 2330 4th Avenue, Greeley, Colorado 8o631 Phone: 970-353-6964 Fax: 970-353-6974 co z GROWLING BEAR CONSTRUCTION CO. DESCRIPTION QUANITY UNIT LAB. UNIT PRICE[TOTAL LAB. MAT. UNIT PRICE TOTAL MAT, I EQUIP./MISC !OTAL EOUIP,IMISd TOTAL ! COMMENTS SUPERVISOR 540 MHRS $ 1 55.00 S 29.700.00 5 - S - S - 5 - $ 29,700.00 PROJECT MANAGER 180 MI -IRS $ ' 55.00 $ 9,900.00 5 - $ - $ 5 - 5 9,900.00 PROJECT ENGINEER 60 MHRS $ 45.00 S 2,700.00 S - S - S - $ - $ 2,700.00 SAFETY CONSULTING 0 MHRS S - $ - 5 - 5 - $ 95.00 S - $ - BUILDERS RISK INSURANCE 1 LS $ - 5 - S - 5 - $ 750.00 $ 750.00 $ 750.00 TRASH / DUMPSTER 0 EA S - 5 - 5 • 5 - $ 350.00 5 - S - HAZARDOUS WASTE REMOVAL 0 NA $ - 5 - 5 - 5 - $ - 5 - S JOB SITE TRAILER 0 MTHS $ - $ - S - S - $ 300.00 5 - 5 TOILETS 0 MTHS $ - 5 - $ - S - S 100.00 5 - 5 - TESTING 8 QUALITY CONTROL 0 NA $ - 5 - $ • $ - $ 5 - 5 UTILITIES 0 MTHS S - 5 - $ - $ - $ $ - 5 - PROJECT SIGN 0 LS $ - S - $ - 5 - $ - 5 - $ - TEMP. FENCING / BARRICADES 0 LF 5 - $ - $ - S - 5 2.76 5 - $ - JOBSITE TELEPHONE 2 MTHS $ • S - $ • $ - $ 250.00 5 500 00 5 500 00 GENERAL LABORER 0 NA $ - $ - $ • 5 - 5 - 5 - 5 - MISC MATERIALS 0 NA S - S - $ - 5 - 5 - 5 - S - FINAL CLEANUP 0 SF $ 0.25 5 - $ - 5 - 5 - 5 - 5 - WINTER WEATHER PROTECTION 0 NA $ - 5 - 5 - 5 - $ - 5 - $ - SURVEY / STAKING / LAYOUT 0 NA S - 5 - $ - S - S - S . S - PLAN REPRODUCTION 0 LS $ - 5 - 5 500.00 5 - S - 5 - $ - STORAGE FACILITIES 0 NA $ - S - $ - S - 5 - 5 - $ - SAFETY EQUIPMENT 0 NA S - $ - S - 5 - S - S - 5 - SMALL TOOL ALLOWANCE 0 NA $ • $ - S - 5 - $ • 5 - $ - INSURANCE 0 PER 1000 S - 5 - S S - $ 15.00 $ - $ - PARKING PERMITS 0 EA $ - $ - 5 - S - 5 330.00 S - S - PER DIEM 0 TRPS S - $ - $ - 5 - $ 6.00 S - $ - MOBILIZATION S. TRAVEL 0 LS $ - $ - 5 5 - S - S - $ - LABOR BURDEN = 0% 5 SUBTOTALS = J $ 42.300 00 l 15 - ( ! $ 1,250 00 1 S 43,550 00 0 0 z 0 U QJ z W 0 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The proposal proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700030. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named vendor for the amount shown on the accompanying proposal sheets. 4. The signed proposal submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the proposal by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the proposal by Weld County. 5. Weld County reserves the right to reject any and all proposals, to waive any informality in the proposals, and to accept the proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The proposal(s) may be awarded to more than one vendor. I I I I I I I I I I FIRM: Growling Bear CO (INC) By: Gary Shironaka, President (please print) BUSINESS ADDRESS 2330 4th Ave. DATE 2-1-17 CITY, STATE: Greeley, CO EMAIL garyshironakal@growlingbear.com ZIP CODE: 80631 TELEPHONE NO 970-353-6964 SIGNATURE res FAX 970-353-6974 TAXID# 84-0673636 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES - CERTIFICATE OF EXEMPTION NO 98-03551-0000. BID REQUEST #B1700030 Page 19 Weis. C4iM'n 2 F° 11ev m,ee� B t iCOO3O REQUEST FOR PROPOSAL WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JANUARY 5, 2017 PROPOSAL NUMBER: #B1700030 DESCRIPTION: LAW ADM BASEMENT REMODEL -DESIGN BUILD MANDATORY PRE -PROPOSAL CONFERENCE DATE: January 18, 2017 @ 10:30 AM PROPOSAL OPENING DATE: February 1, 2017 @ 10:00 AM 1. NOTICE TO VENDORS: 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: LAW ADM BASEMENT REMODEL - DESIGN BUILD The project in general consists of a Design/build project to remodel a portion of the Law Administration building. A mandatory pre -proposal conference will be held at 10:30 a.m. on JANUARY 18, 2017 at the Weld County Law Adm Building. The Law Adm Building is located at 1950 O Street in Greeley. Vendors must participate and record their presence at the pre -proposal conference to be allowed to submit proposals. Proposals for the above stated merchandise, equipment, and/or services will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: FEBRUARY1, 2017(r≥10:00am. (Weld County Purchasing Time Clock). PAGES 1-11 OF THIS REQUEST FOR PROPOSALS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1- 11 MAY BE APPLICABLE FOR EVERY PURCHASE. PROPOSAL SPECIFICS FOLLOW PG 11. 2. INVITATION TO PROPOSE: Weld County requests proposals for the purchase of the above -listed merchandise, equipment, and/or services. 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 project. Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find information concerning this request at two locations: On the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasinq/index.html 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 — 3 methods: 1. Email. Emailed proposals are preferred. Proposals may be emailed to: bid s © w e I dg o v . Co m . 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. Facsimile. Proposals may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed proposal. If more than one copy of the proposal is requested, you must submit/mail hard copies of the proposal. 3. 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 970-336-7225 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 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 on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the proposal. All vendors shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this proposal as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the proposal forms shall be suitably filled in. 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. 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. 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. 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. BID REQUEST #B1700030 Page 2 Familiarization with the Work: Before submitting his Proposal, each prospective Vendor shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Proposal will constitute an incontrovertible representation by the Vendor that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Vendors: Any prospective Vendor who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Director of General Services, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Proposals. The Vendor shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Preparation of the Proposal: 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. Proposals by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Proposals by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Vendor. Modification or Withdrawal of Proposal: Proposals may be modified or withdrawn by an appropriate document duly executed in the manner that a Proposal must be executed, and delivered to the place where Proposals are to be submitted at any time prior to the final time set for receiving Proposals. Vendors may modify or withdraw Proposals by electronic communication at any time prior to the time set for receiving Proposals provided the instruction is positively identified. Any electronic modification should not reveal the amended Proposal price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Proposals are opened. The DielordG-,enealServioesmay at his sole discretion, release any Proposal at any time. 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Proposals will be considered. The award of the Contract, if it is awarded, will be to the lowest responsible vendor whose Proposal compares favorably upon evaluation with other Proposals. Weld County intends to award the Contract to the lowest responsible Vendor within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all proposals. Evaluation of Proposals: The evaluation of Proposals will include consideration of Subcontractors and suppliers. All Vendors shall submit a list of all Subcontractors he expects to use in the Work with the Proposal. The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project. The use of Subcontractors listed by the Vendor and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Vendors shall submit with their Proposal a list of the suppliers as indicated in the Proposal Forms. BID REQUEST #61700030 Page 3 Contract Execution: The successful Vendor shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Vendor, or the County may reject all Proposals or call for other Proposals. The County, within ten (10) days of receipt of acceptable Performance Proposal, Labor & Materials Payment Bond, and signed Contract from the successful Vendor will issue the Notice to Proceed. The vendor agrees to enter into a standard AIA agreement. 5. PAYMENT AND PERFORMANCE BOND The successful Vendor shall be required to execute a Payment and Performance bond. The Bonds shall be executed on the forms from a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Vendor shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits .and governmental inspections required by public authorities for performing the Work, which are applicable at the time Proposals are opened and which are not specified to be obtained by the County, shall be included in the Proposal price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Proposal price. Utilities: Unless otherwise specified, the Vendor shall include in his Proposal the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Vendor shall include in his Proposal such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Proposal Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Vendor shall by careful examination, satisfy himself of the following: Nature and location of the site where the Work is to be performed. Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. General local conditions. Availability of lands as set forth in the General Conditions. Access to the Site: The Vendor shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Vendor shall carefully review the locations of the site where the work is to be performed. The Vendor shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. BID REQUEST #B1700030 Page 4 8. 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. 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the 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., with regard to public records, and cannot guarantee the confidentiality of all documents. BID REQUEST #B1700030 Page 5 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 ads 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 faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement. The successful vendor shall further be BID REQUEST #B1700030 Page 6 responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Proposal within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful vendor's completion of the responsibilities described in the Proposal. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful vendor shall be the basis for additional compensation unless and until the successful vendor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, The successful vendor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. 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, Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 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 BID REQUEST #B1700030 Page 7 vendor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful vendor's services and the successful vendor shall not employ any person having such known interests. During the term of this Agreement, the successful vendor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful vendor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful vendor nor any member of the successful vendor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful vendor's operations, or authorizes funding to the successful vendor. T. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Compliance with Davis -Bacon Wage Rates. The successful vendor understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis- Bacon Wage Rates. 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. W. Compensation Amount. Upon the successful vendor's successful completion of the construction of the Project, 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 Director of Weld County Public Works, or by formal resolution of the Weld 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 10. INSURANCE REQUIREMENTS General Requirements: Successful vendors/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. Successful Vendors/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 BID REQUEST #B1700030 Page 8 underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the successful bidder/Contract Professional. Successful bidder/Contract Professional shall be responsible forthe payment of any deductible or self -insured retention. County reserves the right to require successful bidder/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 successful bidder/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful vendor from liabilities that might arise out of the performance of the work under this Contract by the Successful vendor, its agents, representatives, employees, or subcontractors. The successful vendor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful vendor 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 successful bidder/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 successful vendor stipulates that it has met the insurance requirements identified herein. The successful vendor shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successful vendor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful vendor 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 successful vendor to conform to any statutes, ordinances, regulation, law or court decree. The successful vendor 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 successful vendor 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 successful vendor 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 successful vendor 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 successful vendor 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 successful bidder/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 successful vendor'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 BID REQUEST #B1700030 Page 9 requirement shall not apply when a successful vendor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful vendor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) Statutory $ 500,000 $ 500,000 $ 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or 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, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured —owners, lessees or successful vendors endorsement, ISO Form 2010 or equivalent, additional insured —owners, lessees or successful vendors endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful vendor, including completed operations" and the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $50,000 any one fire; and $500,000 errors and omissions (design professional) $5,000 Medical payments one person Builders Risk Insurance shall be provided and include Weld County, its elected officials, employees, agents, and volunteers, as well as contractor, subcontractors, engineer and engineer's consultant as named insureds under the builders risk policy. Automobile Liability: Successful bidder/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. Additional Provisions: Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: i. If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Successful vendor shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; iii. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and BID REQUEST #B1700030 Page 10 vii. A provision that coverage is non-contributory with other coverage or self-insurance provided by County. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Successful vendors/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 successful bidder/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, Successful bidder/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights against County. 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 Successful bidder/Contract Professional. Successful bidder/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. Successful bidder/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. A provider of Professional Services (as defined in the RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit 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 provided by the successful vendor as part of the Contract. BID REQUEST #B1700030 Page 11 LAW ADMINISTRATION BASEMENT REMODEL DESIGN -BUILD 1950 O -STREET, GREELEY CO 80631 Public Notice is hereby given that Weld County, Colorado, hereinafter referred to as the "County" will receive sealed proposals to perform a remodel of a portion of the basement located at the Law Administration Building. This facility is located at 1950 O -Street, 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 REMODEL OVERVIEW The Building, which is located at 1950 O -Street, Greeley, CO, consists of one building with a basement and has a total of approximately 22,000 square feet. Weld County is anticipating remodeling a portion of the basement of approximately 2,600 square feet. Weld County intends to house offices, conference room, and interview rooms with associated administrative access controls. The project consists of a general remodel to an existing office building to include the following: • Modifying approximately 2,600 square feet to accommodate to house offices, conference room, and interview rooms with associated administrative access controls • Floor finishes will be included with carpet provided by owner. • Demolition of existing interior walls, electrical and plumbing, HVAC and data connections. • Infill of existing raised floor area with concrete. Provide finish conducive for carpet installation • The County will be responsible for the building permit fee. • Project will require moving an existing generator from 1101 H Street to 1950 O -Street. Generator site work will be required. Generator will provide power to certain loads of building that may not be part of this basement remodel. • The addition of external 120 volt power outlets at adjacent parking lot spaces. • 100% of the HVAC in remodel area will be updated to allow zoning controls, vocal noise elimination and must use Set Point Systems 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 Standards. • Conference spaces need to meet data and audio needs. • Bid Bond is not required. • This is NOT a Davis -Bacon or Buy American project. • LEED certification is NOT required. BID REQUEST #B1700030 Page 12 PRELIMINARY SCHEDULE Date of this RFP Pre -proposal conference Proposals Are Due Contract Award Notice Pre-Const. Services Commence Construction Substantial Completion Final Completion January 4, 2017 January 18, 2017 @ 10:30 AM February 1, 2017 @ 10:00 AM February 16, 2017 Immediately upon notice of award May 22, 2017 September 1, 2017 Projected date of October 1, 2017 The successful Vendor 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 proposals, to waive any informality in proposals, and to accept the proposal 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. Provide a conceptual design for the project. b. Civil engineering and site planning, as required. c. Prepare submittals to governing agencies for approval. d. Provide a schematic design package. e. Provide a design development package. f. Provide full and complete construction documents. g. Provide construction administration. h. Attend weekly design and construction meetings. i. Prepare building permit submittal, and assist in obtaining the permits. Make Building Department requested revisions. j. Provide an estimate of "reimbursables" that would be required for this project. k. Provide hourly rates for "additional services." I. Provide a design schedule m. 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. BID REQUEST #B1700030 Page 13 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 from at least three entities 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. BID REQUEST #B1700030 Page 14 PROPOSAL DOCUMENTS Please submit an original and two (2) 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. BID REQUEST #81700030 Page 15 F. 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. 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 completion. H. Completeness of the response to this RFP. Fee proposals and general conditions estimate. Each response must include all information and documents required by this RFP. Failure to furnish all required information and documents may result in the rejection of the proposal. G. 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. 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. BID REQUEST #81700030 Page 16 Complete the fee proposal below for your proposal. Assumptions are the contractor's 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. Vendor 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 2. Design Fee 3. General Conditions 4. Construction Management Fee 5. Bonds (Attach schedule) 6. Other (describe on additional sheet) Or Lump Sum $ NOTE: Winning contractor will be expected to enter into a standard AIA contract for this design build. BID REQUEST #B1700030 Page 17 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The proposal proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700030. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named vendor for the amount shown on the accompanying proposal sheets. 4. The signed proposal submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the proposal by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the proposal by Weld County. 5. Weld County reserves the right to reject any and all proposals, to waive any informality in the proposals, and to accept the proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The proposal(s) may be awarded to more than one vendor. FIRM: BY: (please print) BUSINESS ADDRESS DATE CITY, STATE: ZIP CODE: EMAIL TELEPHONE NO FAX TAX ID # SIGNATURE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES - CERTIFICATE OF EXEMPTION NO 98-03551-0000. BID REQUEST #B1700030 Page 18 Below are some additional the answers to questions that occurred for the Law Administration Basement Remodel - Design -Build bid (B1700030). 1. Is there any design work required at 1101 H Street (where we are removing the generator)? ANSWER: The design work will be limited to how to leave the site in a safe manner (e.g. wiring disconnections, and raised mounting studs, etc). 2. What size and voltage is the generator? Does is have a base / belly fuel tank? ANSWER: The generator at 1101 H -Street is: Cummins Model #: DSGAC-2773O37 Serial Number A100082742 KW Rating: 150 KW Transfer Switch: ATS Fuel: Diesel Fuel Tank Size: 308 Gallon 3. Are we to include fees for design of, Fire Alarm System, Data / Voice, Audio / Visual (mentioned for Conf. Rm), Security Access / Control (if any), Security Camera System ANSWER: Fire Systems need to be included. Locations for data and voice will be identified during design. Contractor will be responsible to install boxes and run conduit above ceiling grid so the County's rd party installer can perform installation. The interview room equipment installation will be performed by a 3rd party vendor. This vendor will provide input on location of needed conduits, boxes and power. Security access control will need to include all door locking hardware, access devices, etc. All wiring to the County's Security access (proximity card) control will be coordinated with the County's third party vendor. 4. How many interview rooms? ANSWER: The desire is four. However, the actual number will be determined during design phase based on available space. 5. The only exterior work being the generator pad, will we need to survey and provide full civil documents for the future location or does an architectural representation of this work suffice? ANSWER: Exterior work will also include, generator pad, any associated code distances from buildings, new courtesy outlets in parking lot, patching of paving, concrete pad, fence relocations, build of dirt pad with supporting rip -rap as needed, etc. Design team will need to account for adequate design/details of these changes. 6. Do we need to have a soils test and structural pad? ANSWER: Contractor will need to verify with Weld County Planning and Building on their construction requirements for the needed exterior changes. 7. Will the County provide backgrounds for use in the design or will we be required to survey and start from scratch for the interior layout of the facility? ANSWER: Weld County has original hard copy prints of the building construction that can be used as a baseline. They are in PDF format. 8. How much contingency do you want the contractors to include with their budgets? Is that a contingency for the vendor design and construction only or would the owner control how that is spent? ANSWER: Zero contingency. When the project is fully priced at the subcontractor level through the bidding process including at least three bidders, the fixed price of the Guaranteed Maximum Price will be obtained. 9. Will the owner contract independently for: security systems, data and voice systems (we do the rough in / backbone and / or sometimes cabling but no terminations, equipment or programming), furnishings, appliances, window coverings, etc.? ANSWER: Locations for data and voice will be identified during design. Contractor will be responsible to install boxes and run conduit above ceiling grid so the County's 3`d party installer can perform installation. The interview room equipment installation will be performed by a 3`d party vendor. This vendor will provide input on location of needed conduits, boxes and power. Security access control will need to include all door locking hardware, access devices, etc. All wiring to the County's Security access (proximity card) control will be coordinated with the County's third party vendor. 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 6, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Law Administration Design -Build; Bid #61700030 As advertised, this bid is to perform design -build services for a remodel of the basement area of the Law Administration building located at 1950 O -Street, Greeley. Growling Bear is the low bidder for this project with the following fees: Pre- Construction Design Fee General Conditions Fee Construction Management Fee Bond Schedule $2,000 $10,715 $43,550 (3 months) Sao 1st $500,000 = $10.00 per 1,000 Therefore, Buildings and Grounds is recommending the bid be awarded to Growling Bear with the fees identified in their bid. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 3(g "0/7-0373 36 004 WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwaltersco.weld.co.us E-mail: reverettcco.weld.co.us Phone: (970) 400-4222 or 4223 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 1, 2017 REQUEST FOR PROPOSAL: LAW ADM BASEMENT REMODEL - DESIGN BUILD DEPARTMENT: BLDGS & GROUNDS DEPT BID NO: #B1700030 PRESENT DATE: FEBRUARY 6, 2017 APPROVAL DATE: FEBRUARY 22, 2017 MOVED OUT TO MARCH 8, 2017 VENDORS DS CONSTRUCTORS 3780 N GARFIELD AVE STE 101 LOVELAND CO 80538 CARWILE CONSTRUCTION CO INC 9745 EAST HAMPDEN AVE SUITE 303 DENVER CO 80231 HASELDEN CONSTRUCTION 6950 S POTOMAC ST CENTENNIAL CO 80112 LSE BUILDERS GROUP/LSE LTD 3507 LAKEVIEW CR LONGMONT CO 80503 GROWLING BEAR 2330 4T" AVE GREELEY CO 80631 **TOBY WILL REVIEW THE PROPOSALS. 021.2.0z oZo/7- 0037 &coo'9 WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalters@co.weld.co.us E-mail: reverett@co.weld.co.us Phone: (970) 400-4222 or 4223 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 1, 2017 REQUEST FOR PROPOSAL: LAW ADM BASEMENT REMODEL - DESIGN BUILD DEPARTMENT: BLDGS & GROUNDS DEPT BID NO: #B1700030 PRESENT DATE: FEBRUARY 6, 2017 APPROVAL DATE: FEBRUARY 22, 2017 VENDORS DS CONSTRUCTORS 3780 N GARFIELD AVE STE 101 LOVELAND CO 80538 CARWILE CONSTRUCTION CO INC 9745 EAST HAMPDEN AVE SUITE 303 DENVER CO 80231 HASELDEN CONSTRUCTION 6950 S POTOMAC ST CENTENNIAL CO 80112 LSE BUILDERS GROUP/LSE LTD 3507 LAKEVIEW CR LONGMONT CO 80503 GROWLING BEAR 2330 4T" AVE GREELEY CO 80631 **TOBY WILL REVIEW THE PROPOSALS. 2017-0373 4G.00i9 sr9A,
Hello