Loading...
HomeMy WebLinkAbout20171053.tiffDEPARTMENT 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 April 24, 2018 To: Board of County Commissioners From: Toby Taylor Subject: Centennial Sidewalks Change Order #4 (Bid #B1700078) Weld County awarded the bid to replace the Centennial Center Sidewalks to Growling Bear. During the demolition, one of the subcontractors jackhammered through the roof of the underground Sheriff Training area. A piece of concrete fell and damaged the fire arm training simulator causing $1,600 in damage. This change order was proposed by the contractor as a deductive change order so the County could recoup these monies for the repair which has already been performed. Buildings & Grounds is recommending approval of Change Order #4 in the amount of $1,600. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director `.173D cer/a/m) ,eG(TT/sG) ao17-/053 7)00/ AIADocument G701TM - 2017 Change Order PROJECT: (Name and address) Weld County Centennial Center Sidewalks 915 10th St, Greeley, CO 80631 OWNER: (Name and address) Weld County Government 1150 O street Greeley, CO CONTRACT INFORMATION: Contract For: Date: ARCHITECT: (Name and address) Allen & Hoshall 155 E Boardwalk Suite 400 Fort Collins, CO 80525 CHANGE ORDER INFORMATION: Change Order Number: 004 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, if applicable, attach or reference specific exhibits. Also include agreed upon adjustments attributable to executed Construction Change Directives.) The original Contract Sum was The net change by previously authorized Change Orders The Contract Sum prior to this Change Order was The Contract Sum will be decreased by this Change Order in the amount of The new Contract Sum including this Change Order will be The Contract Time will be increased by Zero (0) days. The new date of Substantial Completion will be $ 1,476,321.00 $ 107,614.00 1,583,935.00 1,600.00 $ 1,582,335.00 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. Allen & Hoshall ARCHITECT (Firm name) Growling Bear Co Inc CONTRA C R (Firm name) SIGNA RE J SIGNATURE Gary Shironaka, President PRINTED NAME AND TITLE PRINTED NAME AND TITLE DATE Weld County Government OWNER,(Firm name) SIGNATURE Mike Freeman, Acting Chair Pro-Tem, Board of County PRINTED NAME AND TITLE Commie e s loners APR 302018 DATE DATE AIA Document G701 IN - 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 16:04:38 on 04/12/2018 under Order No. 6832541483 which expires on 03/29/2019, and is not for resale. User Notes: (389ADA2C) 02©/ 7—I 0 :s3 1 Ti Training LE, LLC 4680 Table Mountain Drive, Suite 150 Golden, CO 80403 303-414-3555, 800-634-1936 "The Strongest Element in Training" Bill To Weld County Department of Purchases 1150 "O" Street Greeley, CO 80631 Invoice Date Invoice # 2/2/2018 2755 Ship To Weld County Sheriffs Office Attn Brenda Glover 1950 "O" Street Greeley, CO 80631 P. O. Number Terms Rep Ship Date Net 30 KO 2/2/2018 Quantity Item Description Price Each Amount 1 1 Service Labor Service Labor TT Peripherals Dismantle EX Screen System TT Peripherals Install EX Screen System Estimate # 320 Sales Taal -Local Tax 750.00 850.00 0.00% 750.00 850.00 0.00 Subtotal $1,600.00 Payments/Credits $0.00 Total $1,600.00 Balance Due $1,600.00 RE: CHANGE ORDER #4 CENTENNIAL SIDEWALK - GROWLING BEAR APPROVED AS TO SUBSTANCE: EleoCed Official or Department Head APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County Attorney Cheryl Hoffman To: Subject: Nope. I can do that part. Thanks Toby. Toby Taylor RE: Centennial Sidewalks Change Order Cheryl Hoffman Deputy Clerk to the Board Weld County Clerk to the Board Office 1150 O Street Greeley, CO 80631 970.400.4227 Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Toby Taylor Sent: Tuesday, May 01, 2018 11:04 AM To: Cheryl Hoffman <choffman@weldgov.com> Subject: RE: Centennial Sidewalks Change Order Cheryl, The local rep for the Architect, closed up shop and moved back to Georgia. Probably need to place "N/A" on that portion. I can stop by to do that if needed. Toby Taylor, Director Weld County Department of Buildings & Grounds Weld County Veterans Services 1105 H Street P.O. Box 758 Greeley, CO 80632 P: 970.356.4000, ext. 2023 F: 970.304.6532 ttaylor@weldgov.com From: Cheryl Hoffman Sent: Monday, April 30, 2018 11:20 AM 1 To: Toby Taylor <ttavlor@weldgov.com> Subject: Centennial Sidewalks Change Order Good morning, Toby, I have this change order signed by Mike Freeman, but the architect still needs to sign. I'm sending you the pdf so you can get it signed, unless you'd like the original? Please let me know. Cheryl Hoffman Deputy Clerk to the Board Weld County Clerk to the Board Office 1150 O Street Greeley, CO 80631 970.400.4227 Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. 2 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 December 15, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Centennial Sidewalks Change Order #3 (Bid #B1700078) Weld County awarded the bid to replace the Centennial Center Sidewalks to Growling Bear. During the demolition, it was discovered the concrete is more than 4 -inches thick in various locations. This is contrary to the 1974 plans and site surveys conducted prior to this project. With the increased thicknesses more concrete and/or in -fill is needed to complete the job. Therefore, this change order was requested to correct these anomalies so the project can remain on track. Change Order #3 is for $64,048.00. Buildings & Grounds is recommending approval of Change Order #3. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director &C-rTis -!7r ) „ i �iivge6/ef o2ar7 —/0.53 s AIA Document G701' - 2017 Change Order PROJECT: (Name and address) Weld County Centennial Center Sidewalks 915 10th St, Greeley, CO 80631 OWNER: (Name and address) Weld County Government 1150 O street Greeley, CO CONTRACT INFORMATION: Contract For. Date: ARCHITECT: (Name and address) Allen & Hoshall 155 E Boardwalk Suite 400 Fort Collins, CO 80525 CHANGE ORDER INFORMATION: Change Order Number: 003 Date: 12/14/17 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 ana' f applicable, attach or reference specific exhibits. Also include agreed upon adjustments attributable to executed Construction Change Directives.) See attached spreadsheets and backup documentation for scope change. 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 unchanged by Zero (0) days. The new date of Substantial Completion will be February 2018 $ 1,476,321.00 S 43,566.00 $ 1,519,887.00 $ 64,048.00 1,583,935.00 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. Allen & Hoshall Growling Bear Co Inc Ttir ffirrn name) ` SIGNATURE j/ //��S O f� SIGNATURE //"' PtA w` � � � f 4 L• PerdE ry Shironaka, President PRINTED NAME AND Tf fL (a /a'.0 / l i DATE PRINTED NAME AND TITLE 12/14/17 DATE GNATURE Julie A. Cozad,`BOCC Chair PRINTED NAME AND TIRE DEC 1 8 2017 DATE 02x/7—iar,'3 ( 1) AMA Document G701 TM - 2017. Copyright G 1979, 1887, 2000 , 2001 end 2017 by The Amarieen Institute of Architects. AN rights reserved. WARNING: This AMA'" 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 AlA software at 18:53:05 on 12/14/2017 under Order No. 5002290870 which expires on 031291201B, and is not for resale. User Notes: (3B9ADA1 F) 1 Proposed Change Order 003 Weld County Centennial Center Project Name Sidewalks Project # 1713 Weld County- Buildings & To: Grounds Department RE: Concrete & Import Overages From: Growling Bear 4 Title Date Schedule Impact Cost Impact Date Required Critical Trans 4 093 Concrete & Import Overages 12/13/17 No Yes 12/22/17 Yes -�Le -.-.- ----3--_-- e.x'uantity`1341011TV.Sr117".71?'` `` f +Tax •ie,%6 -=Sal •T.xT t Is Concrete & Import Overages. See attached breakout of - services and backup 001 documentation. $ 0.00% $ 002 Void Form Insulation Board 1 LS $ 3,023.00 $ 3,023.00 0.00% $ 003 Estimated Concrete to Finish 1 LS $ 25,300.00 $ 25,300.00 0.00% $ 004 Estimated Import to Finish 1 LS $ 25,640.00 $ 25,640.00 0.00% $ 005 $ 0.00% $ 006 $ 0.00% $ 007 $ 0.00% $ 008 $ - 0.00% $ 009 $ 0.00% $ 010 $ 0.00% $ 011 $ - 0.00% $ 012 $ 0.00% $ 013 S 0.00% $ 014 $ 0.00% $ 015 $ 0.00% $ 016 $ 0.00% $ General Conditions $ 0.00% $ GL Insurance $ 53.96 per $1000 $ 16.00 $ 863.41 Overhead $ 54,826.41 percent 10.00% $ 5,482.64 Profit $ 60,309.05 percent 5.00% $ 3,015.45 Bonds $ 60,309.05 percent 1.20% $ 723.71 Sales Tax 0.00% $ - Total $ 64,048.00 0 Previous Adjusted Contract Value $ 1,519,887.00 Adjusted Contract Value $ 1,583,935.00 Growling Bear Co., Inc Subcontractor Overages Worksheet Total Project Square Footage 55,000 Total SF Placed as of 11/27/17 35,000 Pour Date 10/4/2017 Pour Date 10/6/2017 Pour Date 10/21/2017 Pour Date 10/26/2017 Pour Date 10/27/2017 Pour Date 10/28/2017 Pour Date 11/2/2017 Pour Date 11/3/2017 Pour Date 11/21/2017 Pour Date 11/27/2017 GBC Purchase GBC Purchase Cubic Yards Placed Cubic Yards Placed Cubic Yards Placed Cubic Yards Placed Cubic Yards Placed Cubic Yards Placed Cubic Yards Placed Cubic Yards Placed Cubic Yards Placed Cubic Yards Placed Actual CY Placed Base bid concrete 55,000 SF at 4" 11/27/2017 45 Totals: 45 50 Est. Foam Void Form $ 60 Est. Concrete to Finish $ 90 Est. Import to Finish $ 60 Subtotal Overages $ 53,963 45 75 60 70 600 CY 678 CY Balance of base bid concrete Remaining SF to be placed Estimated CY to be placed Less base bid balance 78 CY 20,000 SF 247 CY -78 CY Estimated concrete overage Concrete Cost per yard 169 CY 150.00 Est. Concrete Overage to Finish Class 6 Import (Matt & Trucking) at 3" over 16,000 SF (SOG) Labor to place & compact import at $1.25/SF or $133/CY Subcontractor Overhead at Profit 25,300 CY $ 3,309 $ 20,000 10% Est. Import Overage to Finish $ 25,640 Foam NW corner, S vestibule & SE Stairs 117 shts of 2" & 10 shts of $ Labor to install foam board $ 840 3,023 Est. 25psi foam void form board $ 3,023 3,023 25,300 25,640 CHANGE ORDER #3 - CENTENNAIL CENTER SIDEWALKS (BID #B1700078) APPROVED AS TO SUBSTANCE: (seEervic9 Elected Official or Department Head Controller APPROVE AS TOO FORM (4_____ /v. ounty 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 November 6, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Centennial Sidewalks Change Order #2 (Bid #61700078) Weld County awarded the bid to replace the Centennial Center Sidewalks to Growling Bear. During the trenching in of the new water discharge line several unknown conditions with the subsurface area was discovered. The French drain did not exist as expected and a foundation from an older building was discovered. Therefore, this change order was requested to correct these anomalies so the project can remain on track. Change Order #2 is for $15,050.00. Buildings & Grounds is recommending approval of Change Order #2. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director cc: A(TT/s c) fi6O44z)//el/eitieci //,caa./7 aoi�-ios3 C,00 t 9 Document G7411° - 2017 Change Order PROJECT: (.dune and address) Weld Counts Centennial Center Sidewalks 915 10th St Greeley, CO 80631 OWNER: !Name and address! Weld County Government 1 150 O street Greeley, CO CONTRACT INFORMATION: Contract Fur: Date: ARCHITECT: (Name and address) Allen & Hoshall 155 E Boardwalk Suite 400 Fort Collins, CO 80525 CHANGE ORDER INFORMATION: Change Order Number: 002 Date: I 1121 l 7 CONTRACTOR: Leone 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.) 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 new date of Substantial Completion will be 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 SY THE ARCHITECT, CONTRACTOR AND OWNER. 1,476,321.00 28,516.00 5 1.504.837.00 5 15,050,00 S 1,519,887.00 Allen & Hoshall Paul McKinney, Assoc. Princ. PRINTED NAME AND TITLE 11/3/17 DATE Growling B- Co Inc CONTRA OR (Firm name) SIGNATURE Gary Shironaka. President PRINTED NAME AND TITLE 11799-7F7 Weld County Government OW ER (Firm name) S NATU'E Julie A. Cozad, Chair, BOCC PRINTED NAME AND TITLE NOV 2 2 2017 DATE DATE A!A Document (0701T""- 2017. Copyright 8) 1979, 1907, 2000 , 2001 and 2017 by The American institute of Architects. All rights reserved. WARNING: This AlA Document is protected by U.S.1.7.tooyright. Law acrd international Treaties. Unauthorized reproduction or distribution of this AtA' Document, or any portion of it, may result in severe civil and criminal wreathes, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 18:16:56 on 11/0212017 under Order No. 5002290870 which expires on 03129/2018, and is not for resale. User Notes: 9ADA22) 1 (›2o/7-16,3 CHANGE ORDER #2 - CENTENNIAL SIDEWALKS (BID #B1700078) APPROVED TO SUBSTANCE: Elec d Official or Department Head APPROVED AS TO FUNDING: 0 Controller APPROVED AS TO FORM: ounty Attorney Proposed Change Order Weld County Centennial Center Project Name Sidewalks Project # 1713 Weld County- Buildings & To: Grounds Department RE: Utility Modifications From: Growling Bear 002 # Title Date Schedule Impact Cost Impact Date Required Critical Trans # 002 Utility Modifications 11/02/17 No Yes 11/10/17 TBD e ' .., a k r s Sat .... r s§ "tal Taxable % 0.00% Sales Tax Totals $ Furnish & install a drainage tile system consisting of perforated pipe with a sock, squeegee backfill and two cleanouts per 001 Owner's direction. 1 LS $ 5,590.00 $ 5,590.00 Modify an existing abandoned foundation into an additional storm water catch basin. This will increase the fall toward the existing inlet at the North end of 002 the plaza. 1 LS $ 3,800.00 $ 3,800.00 0.00% $ _ 003 Concrete cutting 1 LS $ 300.00 $ 300.00 0.00% $ 004 Epoxy for new dowels 1 LS $ 89.98 $ 89.98 0.00% $ 005 Epoxy for new dowels 1 LS $ 134.97 $ 134.97 0.00% $ Additional electrical services for found conduit buried throughout the plaza. No rhyme or reason to the zig-zag 006 and curved conduit placement. 1 1 LS $ 2,165.00 $ 2,165.00 0.00% $ Equipment rental for pulling & replacing one light pole due to pulled wires and corroded 007 foundation anchors. LS $ 600.00 $ 600.00 0.00% $ 008 General Conditions $ - 0.00% $ 009 010 $ - $ _ $ - 0.00% $ 0.00% 0.00% $ $ GL Insurance $ 12.68 per $1000 $ 16.00 $ 202.88 Overhead $ 12,882.83 percent 10.00% $ 1,288.28 Profit $ 14,171.11 percent 5.00% $ 708.56 Bonds $ 14,171.11 percent 1.20% $ 170.05 Sales Tax 0.00% $ - Total $ 15,050.00 0 Previous Adjusted Contract Value $ 1,504,837.00 Adjusted Contract Value $ 1,519,887.00 A� DeWitt Concrete and Construction Attention: Steve Loudin Company: Growling Bear Address: 2330 4T" Ave Greeley, CO Job: Cent. Concrete Renovation Address: 9019th Ave Greeley, CO Job #: GB 17-001 Change Order Change order #:1 Date: 9-25-2017 Issued By: Brady Powers Description of Change Additions Deductions Excavate and install 4" perf pipe with sock, with 2 clean outs backfill with rock 5,590.00 Sub -Total: $ 5,590.00 Tax: $ Change Order Total: $ 5,590.00 Client Signature: Date: Contractor Signature: Date: A.,. DeWitt Concrete and Construction Attention: Steve Loudin Company: Growling Bear Address: 2330 4T" Ave Greeley, CO Job: Centennial Concrete Replacement Address: 901 9th Ave Greeley, CO Change Order Change order #: 1 Date: 10-9-2017 Issued By: Brady Powers Job #: GB -17 001 Description of Change Additions Deductions Labor and materiel to construct additional inlet from existing foundation wall found while installing pipe. 3,800.00 Sub -Total: $ 3,800.00 Tax: $ Change Order Total: $ 3,800.00 Client Signature: Date: Contractor Signature: Date: C & S Concrete Cutting Company, LLC P.O. Box 2006 Loveland, CO 80539 Bill To Growling Bear Co. (Inc) 2330 4th Ave Greeley, CO 80631 Invoice Date Invoice # 10/3/2017 3988 P.O. No. Terms Project Net 30 Quantity Description Rate Amount Core drilled 1 - 14" hole thru 16" concrete wall 1/2 standby time Job #1713 initial .'','oje;ct Manager date /64-1)11 300.00 300.00 --- - '..E ;. perintendent ..._+., ......., e- S k:,',e-vin ,-dif 11_118 Thank you for your business. Total $300.00 DBE MANUFACTURING & SUPPLY, LLC 431 5th Street Greeley, CO 80631 Bill To Growling Bear CO. (INC) 2330 4th Ave. Greeley, CO 80631 Invoice Date Invoice # 9/29/2017 17-89759 Ship To Remove and Replace Exterior Concrete 915 10th Street Greeley, CO 08631 Eff: 07/1/17-07/31/18 Tax # 08906807-0245 S.O. No. P.O. Number Terms Due Date Rep Ship Via Entered By 17-60138 1713 Net 30 Days 10/29/2017 CK 9/29/2017 CPU JM/JM Item Code Quantity Description U/M Price Each Amount EPOXPROUNI... 4 q Tevin Pro Poxy 400 Unicartridge W/Mixer 9.3 oz. James picked up (� 9-29-2017 initial date 3 ,fit Manager 0"'? /14621 verintendS'nt S. ,._,.._..._ l .3a; d, . 22.49507 89.98T Thank you for your business. Subtotal $89.98 Sales Tax (0.0%) $0.00 Total $89.98 Phone # Fax # 970-392-9800 970-304-1199 DBE MANUFACTURING & SUPPLY, LLC 1T1 5th Street Greeley, CO 80631 Bill To Growling Bear CO. (INC) 2330 4th Ave. Greeley, CO 80631 Ship To Invoice Date Invoice # 10/4/2017 17-89926 Remove and Replace Exterior Concrete 915 10th Street Greeley, CO 08631 Eff: 07/1/17-07/31/18 Tax # 08906807-0245 S.O. No. P.O. Number Terms Due Date Rep Ship Via Entered By 17-60241 1713 Net 30 Days 11/3/2017 CK 10/4/2017 CPU TE/TE Item Code Quantity Description U/M Price Each Amount EPOXPROUNI... 6 p v Pro Poxy 400 Unicartridge W/Mixer 9.3 oz. (6 Tubes) Steve970-518-0162 picked up 10/4/17 cJ 9:10am initial date 22.49507 134.97T 3 Thank you for your business. Subtotal $134.97 Sales Tax (0.0%) $0.00 Total $134.97 Phone # Fax # 970-392-9800 970-304-1199 INVOICE #414(7 DATE: OCTOBER 19, 2017 BOB'S ELECTRIC DIVISION 1434 5TH STREET GREELEY, CO 80631 JLIKE12@MSN.COM 9703022566 TO BRANDON MUNRO GROWLING BEAR INC. 2330 4TH AVE GREELEY, CO 80631 Customer ID 1713 SALESPERSON JOB JACK I WELD COUNTY 1 I CENTENNIAL IKENOUYE CENTER L. -------- I .r _ (P 06.14: 2 DESCRIPTION LABOR AND MATERIAL TO REPAIR DAMAGED J UNDERGROUND CONDUIT, REPULL WIRE AND REWIRE DEVICES inTide t ,.evin S. CQ !,cf _ jCGg( c / r �✓�� S �� 4 v'1 &i SUBTOTAL $2165.00 Make all checks payable to [Your Company Name] THANK YOU FOR YOUR BUSINESS! TOTAL LINE TOTAL $2165.00 1861 Vii, U NTY September 21, 2017 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 To: Board of County Commissioners From: Toby Taylor Subject: Centennial Sidewalks Change Order #1 (Bid #61700078) Weld County awarded the bid to replace the Centennial Center Sidewalks to Growling Bear. During the removal of the existing sidewalks, several unknown conditions with the subsurface garage structure thickness and finish were discovered. To ensure proper adhesion and drainage of the new roofing membrane, these unknown conditions must be corrected. Therefore, this change order was requested to correct these anomalies so these areas can be fixed and the project resume. Change Order #1 is for $28,516. Buildings & Grounds is recommending approval of Change Order #1. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director to 9 LP‘t 6.& /0_,q,11 k)116) o/7-/ 3C, oo t ct IA Document G701" - 2001 Change Order PROJECT (Name and address): Weld County Centennial Center Sidewalks 915 10th St, Greeley, CO 80631 TO CONTRACTOR (Name and address): Growling Bear Co Inc 2330 4th Ave Greeley, CO 80631 CHANGE ORDER NUMBER: 001 DATE: 9/20/17 ARCHITECT'S PROJECT NUMBER: CONTRACT DATE: CONTRACT FOR: OWNER: ARCHITECT: CONTRACTOR: FIELD: OTHER: THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, any undisputed amount attributable to previously executed Construction Change Directives) The original Contract Sum was The net change by previously authorized Change Orders The Contract Sum prior to this Change Order was The Contract Sum will be increased by this Change Order in the amount of The new Contract Sum including this Change Order will be The Contract Time will be unchanged by Zero (0) days. The date of Substantial Completion as of the date of this Change Order therefore is 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 1.476.321.00 0.00 1,476,321.00 28,516.00 NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. Allen & Hoshall ARCHITECT (Finn name) 155 E Boardwalk Suite 400 Fort Collins, CO 80525 ADDRESS SEE ATTACHED BY (Signature) (Typed name) DATE Growling Bear Co Inc CONTRACTOR (Finn name) 2330 4th Ave Greeley, CO 80631 ADDRE BY ignature) Gary Shironaka (Typed name) DATE $ 1.504.837.00 Weld County Government OWNER (Firm name) 1150 O street Greeley, CO ignature) Julie A. Cozad, "`hair (Typed name) OCT 0 9 2017 DATE • AIA Document G701 T" - 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 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 17:24:22 on 09/20/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA19) Ofri o t3 1 .7AIA Document 0701' IMMIR 2001 Change Order PROJECT (Name and address). Weld County Centennial Center Sidewalk -5 0'13 10th St, Greeley. CO $063 I TO CONTRACTOR (Name and address) Growling Bear Co Inc 2330 4th Ave Greeley, CO 80631 CHANGE ORDER NUMBER: fyt} DATE: 9;20:17 ARCHITECT'S PROJECT NUMBER: CONTRACT DATE: CONTRACT FOR: OWNER: Fl ARCHITECT: tEj CONTRACTOR: E FIELD: Li OTHER- H THE CONTRACT IS CHANGED AS FOLLOWS: (Include, where applicable, teat undisputed amount attributable to pre vim*sly executed 'Ons:ruc°tion Change Directives) the original Contract Sum was The net change by previously authorized Change Orders The Contract Sum prior to this Change Order was The Contract Sum will be increased by this Change Order in the amount at' The new Contract Sum including this Change Order will be The Contract Time will be unchanged by Zoo (0) days. The date of Substantial Completion AS of the date of this Change t1rc s there rbre is a- 1.4:'6321 1_476321_0O 0.00 1.476.321.00 28..516.00 1.504.837.00 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 ONNtier 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. Alien & 1 to=ha.li ARCHITECT %Firm name! 155 E Boardwalk Suite 400 Fog Coilini. CO 80525. ADDS BYYS. gt :tur ?n Mc i Twed name t PM/ DATE Ur€ oiling Bear Co Inc CONTRACTOR r1 win nurttet 2330 4th Ave Greeley, CO 80631 ADDRE -' BY ;.' ignatur_ t, f tsar) Shirunaka /tired ;wow DATE :kit Count% Go\ crnmennt OWNER /Firm ?rase) 1150 0 street tireelev, CO w i. l /!!re ) Julie A. Cozad, �'t-f�1�� aFrFrrt+�1 OCT 0 9 2017 DATE MA Document G101 Da — Ma Copyright S 1919, 1987. 2000 and 2001 by The American Institute of Architects. All rights reserved. WARNING; This AtAM Document is protected by U.S Copyright Law and international Treaties Unauthorized reproduction or distnbutton of this *1W Document:, or any portion of it, may result in sever, civlh and criminal penalties_ and will be prosecuted to the maximum extent possible under the taw T tits document was produced by AKA software at 17.24 22 on 09120/2017 under Order No 5002290870 which exerts on 0129E2049 and is not for resate Esser Notes: 3-B9ADA 19I °to/ 7 -yr /oS3 I CHANGE ORDER NO. 1 - CENTENNIAL SIDEWALKS (BID #B1700078) ATTEST: Weld uuty Clerk to the B.'ard WELD CO, NTY, COL•RADO BY: diritsit) .-fd140;ek Deputy C rk to the Bo APPROVED AS TO FUNDING: a Controller APPROVED AS TO FORM: BOARD OF COUNTY COMMISSIONERS A. Cozad, Chair T 092017 APPROVED AS TO SUBSTANCE: E'fected Official or Department Head To: From: Proposed Project Project RE: Change Name Weld # 1713 Weld Waterproofing Growling County County- Order Centennial Buildings Modifications Bear Center & Grounds 001R1 # Title Date Schedule Impact Cost Impact Date Required Critical Trans # 001R1 Waterproofing Modifications 09/19/17 Yes Yes 09/19/17 Yes Taxable % Sales Tax Totals Waterproofing modifications based on found conditions post topping slab demolition. See attached for 001 clarifications. 0.00% $ - Parking deck and surrounding area 002 concrete prep. 1 LS $ 14,752.00 $ 14,752.00 0.00% $ - Restocking fee for returned specified 003 materials 1 LS $ 7,000.00 $ 7,000.00 0.00% $ - 004 Prescribed patching compound 1 LS $ 2,274.00 $ 2,274.00 0.00% __ _ $ - 005 $ - 0.00% $ - 006 $ _ 0.00% $ - 007 - - - $ - 0.00% $ - 008 H. $ - 0.00% $ - 009 _ _ _ $ - 0.00% $ - 010 __ _ __ $ - 0.00% $ - 011 _ $ - 0.00% _ $ - 012 $ - 0.00% $ - 013 $ - 0.00% $ - 014 $ - 0.00% $ - 015 $ 0.00% $ - 016 _ $ - 0.00% $ - General Conditions $ - $ - GL Insurance $ 24.03 per $1000 $ 16.00 $ 384.42 _ _ _0.00% . Overhead $ 24,410.42 percent 10.00% $ 2,441.04 Profit $ 26,851.46 percent 5.00% $ 1,342.57 Bonds $ 26,851.46 percent 1.20% $ 322.22 Sales Tax 0.00% $ - Total $ 28,516.00 0 Original Contract Value $ 1,476,321.00 Adjusted Contract Value $ 1,504,837.00 BLAZER row ;Ns__ ifort sal ■�C Waterproofing Systems, Inc. August 8, 2017 (final revision) Page 1 of 3 To: Growling Bear Co., Inc. Attention: Brandon Munro Office: (970) 353-6964 (ext 28) Email: bmunrol (growlingbear.com Project: Centennial Plaza - Waterproofing - Section - Hot Fluid Applied Waterproofing We Propose to provide the labor, materials, and equipment and other associated costs to complete the work in scope section 071416 per the plans and specifications by Allen & Hoshall Engineering and dated 02-22-17 and as described and qualified in this proposal: Addenda yes (#1) Per Plans and Specs yes Prevailing Wage no Taxes & Insurance yes (as applicable) Alternates yes (See voluntary alternates below) Plaza Deck Waterproofing - Section - Hot Applied Waterproofing System - (Includes multiple mobs, hardscape sealants) 1. Install Tremco 180 Mil Hot Reinforced System Tremco Primer - 6100 Hot Applied, Tremdrain S drainboard, Tremco Power ply Drain Board — Remay Reinforcing Fabric 190,681 ADDITIONAL PRICING: A Water Testing — EFVM — (Electronic Field Vector Mapping) Base Scope B Additional (Non-quatafiable prior to demo) repairs and preparation to perimeter and Field areas per Eric's site visit of 09-07-17. (All labor, materials & equipment ) C Additional sealants at perimeter of buildings, etc. at new slab horizontal to vertical. A Restocking Fee — For the return of the BASF products that were brought in. Add $ 8,610 (Add $ 14,752 Add $ 11,890 Add $ 7,000 ATTACHMENTS: SCREENSHOT OF WORK AREA WITH NOTES SEE PAGES 2 AND 3 OF 3 FOR EXCLUSIONS, INCLUSIONS AND CLARIFICATIONS BLAZER Waterproofing Systems, Inc. 14102 East Smith Drive — Aurora, CO 80011 Ph: 303 341-6989 - Fax: 303 341-2848 ioh ncnblazer-st ructu res.com Total Add: $14,752 $7,000 BLAZER :v- gem a• '_• V► .I Ale .411.1111 Waterproofing Systems, Inc. April 29, 2017 (final revision) Project: Centennial Plaza - Waterproofing - Hot Fluid Applied Waterproofing Page 2 of 3 GENERAL SCOPE: INCLUDES LABOR, MATERIALS, EQUIPMENT, INSURANCE AND OTHER REQUIREMENTS TO PROVIDE AND INSTALL THE HOT APPLIED WATERPROOFING SYSTEM PER THE PLANS AND SPECIFICATIONS, EXCEPT AS QUALIFIED HEREIN. LINE ITEM DESCRIPTION - PROVIDE AND INSTALL THE COLD FLUID APPLIED WATERPROOFING AT THE HORIZONTAL PLAZA 1 SECTION 07141 - PROVIDE TREMCO 1600 180 MIL REINFORCED HOT APPLIED SYSTEM TO THE AREAS SHOWN ON THE ATTACHED SCREEN SHOT OF THE PLAZA. INCLUDES TREMCO PRIMER, TREMDRAIN S DRAINBOARD AND TREMCO POWERPLY PROTECTION BOARD. BLAZER HAS INCLUDED THE SEALANTS AT THE NEW PLAZA HARDSCAPE FIELD AREAS.. INCLUDES ONLY THE AREAS WITH NEW WATERPROOFING AND IS ESTIMATED ON A 15' X15' GRID PER THE BID DOCUMENTS AND THE ATTACHED SCREEN SHOT. DEMO: THE REMOVAL OF THE EXISTING WALKWAYS, TOPPING SLAB, EXISTING WATERPROOFING SYSTEM, EXCAVATING, REMOVAL OF DEBRIS AND REPLACEMENT OF THE TOPPING SLAB AND WALKWAYS AFTER WATERPROOFING HAS BEEN INSTALLED IS BY OTHERS. THERE IS NO DEMO OF EXISTING CONDITIONS INCLUDED IN THIS PROPOSAL. INCLUSIONS: 1. LABOR, MATERIALS AND EQUIPMENT TO PROVIDE AND INSTALL THE COLD FLUID APPLIED WATERPROOFING PER THE PLANS AND SPECS - ALL TAXES (AS APPLICABLE) - INSURANCE - FOB JOBSITE 2. DAILY CLEAN-UP OF DEBRIS CREATED BY OUR WORK TO THE GC PROVIDED DUMPSTER 3. ALL DETAILING OF OUR SYSTEMS AS REQUIRED BY THE SYSTEM 4. ALL MOBILIZATION AND DEMOBILIZATION AND SET UP AND CLEANUP COSTS 5. OUR MANUFACTURERS REP WILL MONITOR THE INSTALLATION 6. WATER TESTING OR EFVM (ELECTRONIC FIELD VECTOR MAPPING) FOR TESTING THE SYSTEM (SEE OPTION "A" ON PG 1) 7. MULTIPLE MOBILIZATIONS 8. ADHERENCE TO ALL SAFETY REQUIREMENTS 9. MOCK-UP (IF REQUIRED - 1 MOCK-UP IF REQUIRED (UP TO 50 SF)- ASSUMED LEFT AS WORK IN PLACE - PART OF THE PROJECT) 10. CHANGE WORK (IF ANY) WILL BE PRICED OUT IN EITHER A LUMP SUM AMOUNT OR AT BLAZERS SHOP RATES - TIME AND MATERIALS RATE - BASE LABOR: TECHNICIAN $ 50.00 HR. O/T RATE IS $ 64.80 HR. - FOREMAN REG. $ 54.00- Of $ 70.20 - SUPERINTENDENT $ 60.00 - O/T S 78.00 - MATERIALS / COST PLUS 10%.- O & P 10% - EQUIPMENT RENTAL COST PLUS 10% EXCLUSIONS: 1. WEATHER PROTECTION OF ANY KIND- HEATING - TENTING - CLEARING OF SNOW OR ICE. 2. DEMO AND REPLACEMENT OF THE EXISTING PLAZA STRUCTURES 3. DUMPSTER - PORTA-POTTY (ASSUME GC PROVIDES THESE 4. TEMPORARY SERVICES - PRESSURIZED WATER, HEAT, ELECTRICITY, LIGHTING, WASH OUT AREA, TOILETS (BY GC) 5. WORKING IN OR INSTALLING OUR SYSTEMS IN WEATHER CONDITIONS OR OTHER CONDITIONS THAT WILL VOID ANY WARRANTIES BY THE SYSTEM MANUFACTURER OR BY BLAZER. 6. SITE SECURITY 7. TOUCH-UP /REPAIRS DUE TO DAMAGE (CAUSED BY OTHERS) TO PROPERLY INSTALLED FINISHES AND SYSTEMS 8. BOND IS NOT INCLUDED. ADD 3.0 % IF REQUIRED 9. ALL 3R0 PARTY MATERIALS TESTING (IF ANY) ARE EXCLUDED (WE ASSUME BY OWNER, IF APPLICABLE) ASSUMPTIONS, CLARIFICATIONS AND ADDITIONAL INFORMATION • WE ASSUME THAT WE WILL HAVE REASONABLE ACCESS TO WORK AREAS - BLAZER WILL COORDINATE WITH THE GC AND OWNER REGARDING WORK SCHEDULES AND ACCESS Thank you for prov ing Blazer with the opportunity to provide pricing on this project. Please call if you have questions. Resp=ctfu ly John C .: v — Se for Estimator BLAZER Waterproofing Systems, Inc. 14102 East Smith Drive — Aurora, CO 80011 Ph: 303 341-6989 - Fax: 303 341-2848 johnc(c blazer-structures.com Cn m 0 CO T► V V a 0) 01 a2 0 0 cn a) 0 5 o. CD cD cD W U) CD W a O V 0 D 01 D 0) .-s (D 3 CO 0 3 co v 00 BLAZER 2O17-DB 1; 9/8/2017 10:52 AM • C n w, w for se II i I r++ ADAC I I O pe O a a a' co N a N CP a. up a N 0 0 3 IC 0 e z N tie a C C) N 5. -w r+ a d C) 0 1 - t .0aeaa 03 an ••..s. at, -o —o o. ° 3 9: (Nn. 7 J ? N d N? P n tug o a_QQo *. Cr Z d ?.-c 3 c.?N n ? o n N O to 2- a 0 o t7 n A S n? ,-. a� a �c to d O� 3 C3 vi 'v 3 y O a r rs s C) 0 co ? 3 .c N ^ t?. N On 2 d 3 z o Q.6re real) ?� a% ET (ri " . 1 � al. O 3 ? Fe o Q a 0al 5 n m • O • s con w r- Y?f 3 Luna i CD to C) Fe a so ID a 3 0 C to 0 0 ! t • 0 m utter?. O a d a � ac d (0 R.t 3 a a 5 F; 1 CJ -. moo a• n 5 Vito •• p 17) o CD C, d 3 U) .a. i cn a 3 0 PS a 0 ♦ J 3 s't i 9 S Q e i8 -M siueleeS a 8 O • 1 v as UMW CD ets CD 90 0 c— a LJ KCS N:6 z!JoH d/M ezEld - 9 IP Tremco Hot Applied System (180 mi a to Y Brandon Munro From: John Cady <johnc@blazer-structures.com> Sent: Tuesday, September 19, 2017 8:18 AM To: Brandon Munro Subject: RE: Centennial Plaza - Additional Work - Repair Holes in and through slab Yes. It's virtually the same price. Best Regards, John John Cady — Senior Estimator BLAZER Flr; :gif Waterproofing Systems, Inc. 14102 East Smith Drive - Aurora, CO 80011 P (303) 341-6989 — ext 104 - F (303) 341-2848 Email ohnc@blazer-structures.com From: Brandon Munro [mailto:bmunrol@growlingbear.com] Sent: Tuesday, September 19, 2017 8:12 AM To: John Cady Cc: Eric McCune; Charles McCune Subject: RE: Centennial Plaza - Additional Work - Repair Holes in and through slab Thanks John. Is your add still $2,274? Sincerely, Brandon Munro, AC Project Manager Growling Bear Co. (Inc.) 2330 4th Ave Greeley, CO Phone 970.353.6964, Extension #28 Fax 970.353.6974 From: John Cady [mailto:johnc@blazer-structures.com] Sent: Tuesday, September 19, 2017 8:11 AM To: Brandon Munro <bmunrol@growlingbear.com> Cc: Eric McCune <ericm@blazer-structures.com>; Charles McCune <charlesm@blazer-structures.com> Subject: RE: Centennial Plaza - Additional Work - Repair Holes in and through slab Brandon, Here is the comparable Emaco Product. It is called MasterEmaco S 440 Cl. It is available in Denver. Please let us know if this is acceptable to the Architect. Best Regards, John John Cady — Senior Estimator BLAZER Pre en Ilik Ili aterproofing Systems, Inc. 14102 East Smith Drive - Aurora, CO 80011 P (303) 341-6989 — ext 104 - F (303) 341-2848 Email johnc@blazer-structures.com From: Brandon Munro[mailto:bmunrol@growlingbear.com] Sent: Monday, September 18, 2017 11:27 AM To: John Cady Cc: Eric McCune; Charles McCune Subject: RE: Centennial Plaza - Additional Work - Repair Holes in and through slab John, See below from the Architect. He wants to ensure that all the voids are filled while still providing good shear and compressive strength. Thanks for the update Brandon. I don't have an issue with the performance of the BASF product. I just wanted to make sure that whatever is used is free -flowing enough to fill all the voids. So if there is a similar BASF product (or other manufacturer) that is readily available then I'd certainly be open to that. Sincerely, Brandon Munro, AC Project Manager Growling Bear Co. (Inc.) 2330 4th Ave Greeley, CO Phone 970.353.6964, Extension #28 Fax 970.353.6974 2 From: John Cady [mailto:johnc@blazer-structures.com] Sent: Monday, September 18, 2017 9:06 AM To: Brandon Munro <bmunro1@growlingbear.com> Cc: Eric McCune <ericm@blazer-structures.com>; Charles McCune <charlesm@blazer-structures.com> Subject: RE: Centennial Plaza - Additional Work - Repair Holes in and through slab Brandon, We contacted the company that manufactures the FX 261 S. They are in Stockton, CA. This is a specialty product. There is a local (Denver) supplier but they do not stock this item. Apparently the manufacturer can ship in 4 or so days and it would probably take about a week to get here. So it sounds like the better part of a 2 week delay. We need to be moving forward with preparation for the waterproofing system. The Emaco products that we submitted is regularly specified by local engineers for concrete repair and restoration, and is widely used in remedial work on parking structures, split slab repairs, etc. It would perform well. That said, we are checking to see if Emaco has a product with similar characteristics to the FX-261 S, or if that is not the case, another manufacturers product. The goal being to find something here in Denver so we can move forward. Best Regards, John John Cady — Senior Estimator BLAZER Ir. lig Ilk :di Waterproofing Systems, Inc. 14102 East Smith Drive - Aurora, CO 80011 P (303) 341-6989 — ext 104 - F (303) 341-2848 Email ohnc@blazer-structures.com From: Brandon Munro[mailto:bmunrol@growlingbear.com] Sent: Friday, September 15, 2017 4:25 PM To: John Cady Cc: Glen Stoner; Eric McCune Subject: RE: Centennial Plaza - Additional Work - Repair Holes in and through slab Hi John, Do you have any objections to using the attached Simpson product in lieu of the BASF? The architect likes the high slump for consolidation and fiber for additional strength. Any cost difference? Sincerely, 3 Brandon Munro, AC Project Manager Growling Bear Co. (Inc.) 2330 4th Ave Greeley, CO Phone 970.353.6964, Extension #28 Fax 970.353.6974 From: John Cady [mailto:johnc@blazer-structures.com] Sent: Friday, September 15, 2017 12:13 PM To: Brandon Munro <bmunro1@growlingbear.com> Cc: Glen Stoner <glens@blazer-structures.com>; Eric McCune <ericm@blazer-structures.com> Subject: Centennial Plaza - Additional Work - Repair Holes in and through slab Brandon, The additional cost to prepare and repair the 7 smaller holes and the 3 large holes in and through the slab is: $ 2,274 Includes all labor, materials and equipment, etc. required to complete the work per the contract. I have included the product data sheet for MasterEmaco T 1060 Horizontal Repair Mortar. Per our discussion on the phone. Where the holes go all the way through the slab we will provide pins, and forms as necessary. And will make sure that the concrete / repair mortar is well adhered to the sidewall substrate. Please let me know if you need anything else on this one. Best Regards, John John Cady — Senior Estimator aterproofing Systems, Inc. 14102 East Smith Drive - Aurora, CO 80011 P (303) 341-6989 — ext 104 - F (303) 341-2848 Email johnc@blazer-structures.com 4 w 41A Document A101'" - 2017 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the Third day of May 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 Centennial Center Sidewalks 915 10th St, Greeley, CO 80631 Remove and Replace Exterior concrete sidewalks per plans by Allen & Hoshall The Architect: (Name, legal status, address and other information) Allen & Hoshall 155 E Boardwalk Suite 400 Fort Collins, CO 80525 The Owner and Contractor agree as follows. C lvt n+ Ora.l. S/' o Init - 6 I" 1,f -to -/ 7 e,ev: 18 ec (T? /r5 el /o-i 7 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 attomey is encouraged with respect to its completion or modification. The parties should complete A101 N-2017, Exhibit A, Insurance and Bonds, contemporaneously with this Agreement. AIA Document A201 N-2017, 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. Q011-1053(,) gc,00 tq AIA Document A101"— 2017. Copyright O 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by /MA software at 17:03:21 on 05/03/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (389ADA0D) 1 4 e TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS EXHIBIT A INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary, and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement, and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral. An enumeration of the Contract Documents, other than a Modification, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION § 3.1 The date of commencement of the Work shall be: (Check one of the following boxes) [ ] The date of this Agreement. [ ] A date set forth in a notice to proceed issued by the Owner. [ X ] Established as follows: (Insert a date or a means to determine the date of commencement of the Work) July 25th, 2017 If a date of commencement of the Work is not selected, then the date of commencement shall be the date of this Agreement. § 3.2 The Contract Time shall be measured from the date of commencement of the Work. § 3.3 Substantial Completion § 3.3.1 Subject to adjustments of the Contract Time as provided in the Contract Documents, the Contractor shall achieve Substantial Completion of the entire Work: t AIA Document A1017"-2017. Copyright O 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIM' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this 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 17:03:21 on 05/03/2017 under Order No. 5002290870 which expires on 03/2912018, and is not for resale. User Notes: (3B9ADA0D) 2 (Check one of the following boxes and complete the necessary information) [ ] Not later than ( ) calendar days from the date of commencement of the Work. [ X ] By the following date: November 30, 2017. § 3.3.2 Subject to adjustments of the Contract Time as provided in the Contract Documents, if portions of the Work are to be completed prior to Substantial Completion of the entire Work, the Contractor shall achieve Substantial Completion of such portions by the following dates: Portion of Work Substantial Completion Date § 3.3.3 If the Contractor fails to achieve Substantial Completion as provided in this Section 3.3, liquidated damages, if any, shall be assessed as set forth in Section 4.5. ARTICLE 4 CONTRACT SUM § 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract. The Contract Sum shall be One million four hundred and seventy-six thousand three hundred twenty-one Dollars ($ 1476321 ), subject to additions and deductions as provided in the Contract Documents. § 4.2 Alternates § 4.2.1 Alternates, if any, included in the Contract Sum: Item Price § 4.2.2 Subject to the conditions noted below, the following alternates may be accepted by the Owner following execution of this Agreement. Upon acceptance, the Owner shall issue a Modification to this Agreement. (Insert below each alternate and the conditions that must be met for the Owner to accept the alternate) kilt Item § 4.3 Allowances, if any, included in the Contract Sum: (Identj each allowance.) Price Conditions for Acceptance Item Price § 4.4 Unit prices, if any: (Ident fy the item and state the unit price and quantity limitations, if any, to which the unit price will be applicable) Item Units and Limitations Price per Unit ($0.00) § 4.5 Liquidated damages, if any: (Insert terms and conditions for liquidated damages, if any) § 4.6 Other: (Insert provisions for bonus or other incentives, if any, that might result in a change to the Contract Sum) AIA Document A101'5 - 2017. Copyright m 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIM Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 17:03:21 on 05/03/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3a9ADA0D) : f 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 Thirtieth day of a month, the Owner shall make payment of the amount certified to the Contractor not later than the Thirtieth day of the following month. If an Application for Payment is received by the Architect after the application date fixed above, payment of the amount certified shall be made by the Owner not later than Thirty ( 30 ) days after the Architect receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time) § 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form, and supported by such data to substantiate its accuracy, as the Architect may require. This schedule of values shall be used as a basis for reviewing the Contractor's Applications for Payment. § 5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. § 5.1.6 In accordance with AIA Document A201Tm-2017, General Conditions of the Contract for Construction, and subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: § 5.1.6.1 The amount of each progress payment shall first include: .1 That portion of the Contract Sum properly allocable to completed Work; .2 That portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction, or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing; and .3 That portion of Construction Change Directives that the Architect determines, in the Architect's professional judgment, to be reasonably justified. § 5.1.6.2 The amount of each progress payment shall then be reduced by: .1 The aggregate of any amounts previously paid by the Owner; .2 The amount, if any, for Work that remains uncorrected and for which the Architect has previously withheld a Certificate for Payment as provided in Article 9 of AIA Document A201-2017; .3 Any amount for which the Contractor does not intend to pay a Subcontractor or material supplier, unless the Work has been performed by others the Contractor intends to pay; .4 For Work performed or defects discovered since the last payment application, any amount for which the Architect may withhold payment, or nullify a Certificate of Payment in whole or in part, as provided in Article 9 of AIA Document A201-2017; and .5 Retainage withheld pursuant to Section 5.1.7. § 5.1.7 Retainage § 5.1.7.1 For each progress payment made prior to Substantial Completion of the Work, the Owner may withhold the following amount, as retainage, from the payment otherwise due: (Insert a percentage or amount to be withheld as retainage from each Application for Payment. The amount of retainage may be limited by governing law) 10 Init. / AIA Document A101*" - 2017. Copyright m 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.B. 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 17:03:21 on 05/03/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA0D) 4 § 5.1.7.1.1 The following items are not subject to retainage: (Insert any items not subject to the withholding of retainage, such as general conditions, insurance, etc) § 5.1.7.2 Reduction or limitation of retainage, if any, shall be as follows: (If the retainage established in Section 5.1.7.1 is to be modified prior to Substantial Completion of the entire Work, including modifications for Substantial Completion of portions of the Work as provided in Section 112, insert provisions for such modifications.) § 5.1.7.3 Except as set forth in this Section 5.1.7.3, upon Substantial Completion of the Work, the Contractor may submit an Application for Payment that includes the retainage withheld from prior Applications for Payment pursuant to this Section 5.1.7. The Application for Payment submitted at Substantial Completion shall not include retainage as follows: (Insert any other conditions for release of retainage upon Substantial Completion.) § 5.1.8 If final completion of the Work is materially delayed through no fault of the Contractor, the Owner shall pay the Contractor any additional amounts in accordance with Article 9 of AIA Document A201-2017. § 5.1.9 Except with the Owner's prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. § 5.2 Final Payment § 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when .1 the Contractor has filly performed the Contract except for the Contractor's responsibility to correct Work as provided in Article 12 of AIA Document A201-2017, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by the Architect. § 5.2.2 The Owner's final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect's final Certificate for Payment, or as follows: § 5.3 Interest Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) 8 % per annum ARTICLE 6 DISPUTE RESOLUTION § 6.1 Initial Decision Maker The Architect will serve as the Initial Decision Maker pursuant to Article 15 of AIA Document A201-2017, unless the parties appoint below another individual, not a party to this Agreement, to serve as the Initial Decision Maker. (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect.) AR Document A101", - 2017. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This 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 17:03:21 on 05/03/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA0D) 1 9 § 6.2 Binding Dispute Resolution For any Claim subject to, but not resolved by, mediation pursuant to Article 15 of AIA Document A201-2017, the method of binding dispute resolution shall be as follows: (Check the appropriate box) [ 1 Arbitration pursuant to Section 15.4 of AIA Document A201-2017 [ X ] Litigation in a court of competent jurisdiction [ 1 Other (Spec) If the Owner and Contractor do not select a method of binding dispute resolution, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims will be resolved by litigation in a court of competent jurisdiction. ARTICLE 7 TERMINATION OR SUSPENSION § 7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201-2017. § 7.1.1 If the Contract is terminated for the Owner's convenience in accordance with Article 14 of AIA Document A201-2017, then the Owner shall pay the Contractor a termination fee as follows: (Insert the amount of or method for determining, the fee, if any, payable to the Contractor following a termination for the Owner's convenience.) § 7.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-2017. ARTICLE 8 MISCELLANEOUS PROVISIONS § 8.1 Where reference is made in this Agreement to a provision of AIA Document A201-2017 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. § 8.2 The Owner's representative: (Name, address, email address, and other information) § 8.3 The Contractor's representative: (Name, address, email address, and other information) Gary Shironaka Init. / AIA Document A101 "' - 2017. Copyright m 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. AU 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 17:03:21 on 05/03/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA0D) 6 / § 8.4 Neither the Owner's nor the Contractor's representative shall be changed without ten days' prior notice to the other party. § 8.5 Insurance and Bonds § 8.5.1 The Owner and the Contractor shall purchase and maintain insurance as set forth in AIA Document A101TM_ 2017, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum, Exhibit A, Insurance and Bonds, and elsewhere in the Contract Documents. § 8.5.2 The Contractor shall provide bonds as set forth in AIA Document A101T1i1-2017 Exhibit A, and elsewhere in the Contract Documents. § 8.6 Notice in electronic format, pursuant to Article 1 of AIA Document A201-2017, may be given in accordance with AIA Document E203Tx1-2013, Building Information Modeling and Digital Data Exhibit, if completed, or as otherwise set forth below: (If other than in accordance with ALA Document E203-2013, insert requirements for delivering notice in electronic format such as name, title, and email address of the recipient and whether and how the system will be required to generate a read receipt for the transmission.) § 8.7 Other provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS § 9.1 This Agreement is comprised of the following documents: .1 AIA Document A101TM_2017, Standard Form of Agreement Between Owner and Contractor .2 AIA Document A 101TM1 _2017, Exhibit A, Insurance and Bonds .3 AIA Document A201TM_2017, General Conditions of the Contract for Construction .4 AIA Document E203TM_2013, Building Information Modeling and Digital Data Exhibit, dated as indicated below: (Insert the date of the E203-2013 incorporated into this Agreement.) .5 Drawings Init Number C0.1 - C4.3 .6 Specifications Section A&H Sepcificattons .7 Addenda, if any: Number 1 Title Date Weld County Centennial 2/22/17 Center Sdiewalks Title Date Pages 32 Date 3/31/17 Pages 4 Portions of Addenda relating to bidding or proposal requirements are not part of the Contract Documents unless the bidding or proposal requirements are also enumerated in this Article 9. .8 Other Exhibits: AIA Document A101", - 2017. Copyright O 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This Allis Document is protected by U.B. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAs 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 17:03:21 on 0 5/0 312 01 7 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA0D) t (Check all boxes that apply and include appropriate information identifying the exhibit where required) [ ] AIA Document E204T"L2017, Sustainable Projects Exhibit, dated as indicated below: (Insert the date of the E204-2017 incorporated into this Agreement.) Init / [ ] The Sustainability Plan: Title Date Pages [ ] Supplementary and other Conditions of the Contract: Document Title Date Pages .9 Other documents, if any, listed below: (List here any additional documents that are intended to form part of the Contract Documents. AIA Document A201T"L2017 provides that the advertisement or invitation to bi4 Instructions to Bidders, sample forms, the Contractor's bid or proposal, portions of Addenda relating to bidding or proposal requirements, and other information furnished by the Owner in anticipation of receiving bids or proposals, are not part of the Contract Documents unless enumerated in this Agreement. Any such documents should be listed here only if intended to be part of the Contract Documents.) Exhibit A - Weld County Request for Bid Exhibit B - Growling Bear Proposal Exhibit C - Weld county Building and grounds Additonal Language This Agreement entered into as of the day and year first written above. OWNER (Signature) Steve Moreno, Pro —Tern, Board of Weld Cnnnty Commissioners (Printed name and title) MAY 1 0 2017 TRACTOR (Signature) Gary Shironaka, President (Printed name and title) AIA Document A101"'-2017. Copyright® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.B. 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 17:03:21 on 05103/2_017 unJer Order No. 5002290870 which expires on 03129/2018, and is not for resale. / 7,� /05-.3 C l User Notes: / (389ADA0D) 8 Additions and Deletions Report for AIA® Document A 1017m — 2017 This Additions and Deletions Report, as defined on page 1 of the associated document, reproduces below all text the author has added to the standard form AIA document in order to complete it, as well as any text the author may have added to or deleted from the original AIA text. Added text is shown underlined. Deleted text is indicated with a horizontal line through the original AIA text. Note: This Additions and Deletions Report is provided for information purposes only and is not incorporated into or constitute any part of the associated AIA document. This Additions and Deletions Report and its associated document were generated simultaneously by AIA software at 17:03:21 on 05/03/2017. PAGE 1 AGREEMENT made as of the Third day of May 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 Centennial Center Sidewalks 915 10th St. Greeley, CO 80631 Remove and Replace Exterior concrete sidewalks per plans by Allen & Hoshall Allen & Hoshall 155 E Boardwalk Suite 400 Fort Collins, CO 80525 PAGE 2 [X] ] Established as follows: July 25th. 2017 Additions and Deletions Report for MA DocunartA101"-2017. Copyright() 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991,1997,2007 and 20171z/11e American Inethrle of Architects. AN ruts reserved. WARNING: This AlA® Document is protected by U.B. 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 17:03:21 on 05/0.3/2017 under Oder No. 5002290870 which expires on 03/29/2018, and is not for resale. User Noes: (389ADA0D) r PAGE 3 [ X ] By the following date: November 30. 2017. § 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 One million four hundred and seventy-six thousand three hundred twenty-one Dollars ($ 1476321 ), subject to additions and deductions as provided in the Contract Documents. PAGE 4 § 5.1.3 Provided that an Application for Payment is received by the Architect not later than the Thirtieth day of a month, the Owner shall make payment of the amount certified to the Contractor not later than the Thirtieth day of the following month. If an Application for Payment is received by the Architect after the application date fixed above, payment of the amount certified shall be made by the Owner not later than Thirty ( 30 ) days after the Architect receives the Application for Payment. 10 PAGE 5 8 % per annum PAGE 6 [ X ] Litigation in a court of competent jurisdiction Gary Shironaka PAGE 7 C0.1 - C4.3 Weld County Centennial 2/22/17 Center Sdiewalks A&H Sepcificaitons 32 3/31/17 4 PAGE 8 Exhibit A - Weld County Request for Bid Additions and Ds4Mbus Report for AR Document A101 a -2017. Copyright0 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Inserts of Architects. Al rights reserved. WARNING: This AIM' Document is protected by US. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAe 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 17:03:21 on 05.O3/2017 under Order No. 5002290870 which expires on 09/29/2018, and is not for resale. User Nobs: (3B9ADA0D) Exhibit B - Growling Bear Proposal Exhibit C - Weld county Building and grounds Additonal Language Gary Shironaka, President Additions and Deletions Report for AlA Document A101", - 2017. Copyright® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. WARNING: Thls AIM` Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAe 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 17:03:21 on 05/03/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA0D) Certification of Document's Authenticity AIA® Document D401 " — 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 17:03:21 on 05/03/2017 under Order No. 5002290870 from AIA Contract Documents software and that in preparing the attached final document I made no changes to the original text of AIA® Document A101T'" - 2017, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum, as published by the AIA in its software, other than those additions and deletions shown in the associated Additions and Deletions Report. S . Celc —, mile) s1/23-7/ (Dated) AIA Document D401", -2003. Copyright © 1992 and 2003 by The American Institute of Architects. All rights reserved. WARNING: This AIM Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIM Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 17:03:21 on 05/03/2017 under Order No. 5002290870 which expires on 03/29/2018, and is not for resale. User Notes: (3B9ADA0D) Agreement for Centennial Center Sidewalks — Growling Bear Company, Inc. ATTEST: date& Weld • tnt Clerk to the =oard BY: puty CI APPROVED AS Controller APPROV ) AS TO FORM. County Attorney BOARD OF COUNTY COMMISSIONERS WELCH COUNTY, COLORADO Steve Moreno, Pro-Tem MAY 1 02017 APPROVED A$TO SUBSTANCE: Elect e3 Official or Department Head �kast Director of general Services �,i7._/6S36) FkHiRta A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: MARCH 16, 2017 BID NUMBER: #81700078 DESCRIPTION: CENTENNIAL CENTER SIDEWALKS DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: MARCH 30TM, 2017 BID OPENING DATE: APRIL 13, 2017 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase the following: CENTENNIAL CENTER SIDEWALKS A mandatory pre -bid conference will be held at 8:00 a.m., on March 30th, 2017, at the Weld County Centennial Center located at 915 10th St, Greeley CO 80631. Meet on west side of the historic courthouse. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids 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: PPM 13, 2017 a 10:00 ant (Weld County Purchasing Time Clock). PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids 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 bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at htto://www.co.weld.co.us/Deoartinents/Purchasino/index.html located under 'Current Requests'. And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of Bi tlet 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. $id Delivery to Weld County — 2 methods: 1. Email. Emailed bids am preferred. Bids may be entailed to: bids@weldgov..coin. Emailed bids must include the following statement on the email: 'I hereby waive my right to a sealed bid'. An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mall hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150O Street, Room #107 Greeley, CO 80631. Please call Purchasina at 970.400.4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated In Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Director of General Services; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it Is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any Informality in the bids, to award the bid to' multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform BID REQUEST #81700078 Page 2 work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 2472-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld County will release the requested information in accordance with CORA. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§2410-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits BID REQUEST i#B1700078 Page 3 through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shal be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. BID REQUEST #61700078 N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 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. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and dear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§2418-201 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 BID REQUEST #B1700078 Page 5 with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, In County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders 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 bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder 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. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate BID REQUEST #B1700078 Page 6 and/or prudent, maintain higher limits and/or broader coverages. The successful bidder 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 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 bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder 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 bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder 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 bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder 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 bidder 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 bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Tvoes of Insurance: The successful bidder 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 bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract and defense costs, with 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; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder 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. Successful bidders 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 Request for Bid. BID REQUEST M31700078 Page 7 Proof of Insurance: County reserves the right to require the successful bidder 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's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder'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 subjectto all of the requirements herein and shall procure and maintain the same coverage's required of Successful bidder. Successful bidder 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 agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #81700078 Page 8 SCOPE OF WORK: This is a request for proposal to remove and replace the concrete within the block that encompasses the Historic Courthouse, Centennial Center and the Plaza West Facility. The address for the Centennial Center is located in the 915 10th Street, Greeley, CO. The Centennial Center has a plaza area that is composed of sidewalks and grass areas. Most of these items are located on top of an underground parking garage. 1. This project will involve replacing the concrete sidewalks for the entire plaza area. 2. Replacing all the sidewalks between the curb & gutter to the grass and/or building. 3. This will require demolition of existing concrete. 4. All demolition must be accomplished AFTER normal business hours. Normal business hours are Monday through Friday, 7:30 AM to 5:30 PM. 5. It is anticipated that re -roofing, pouring concrete, finishing, etc. can be accomplished during business hours. However, there may be some loud work (e.g. saw cutting joints, grinding handrails, etc.) that cannot be performed during business hours due to the disruption to courts. 6. Care must be taken to demolish the concrete, hand rails, steps, etc. that are located above the buried structures. Contractor is required to repair any damage to the buried structure that was created during demolition. 7. Once the old concrete is removed, the contractor will be required to install a new roofing membrane between buried structure and the new concrete. 8. Installation of the new sidewalks, handrails, bollards, and steps are required. 9. The new concrete shall be colored with an integral coloring. Color shall be a tan or buff from Solomon Color, Davis color or equivalent. Contractor shall provide samples to verify color with owner prior to construction. 10. Equipment performing the demolition work must be sized as to not overstress the roof. 11. Although demolition will occur after hours, contractor is required to create and maintain access to the three buildings during all business hours. This includes ADA access and parking garage access. Close coordination on schedule with Building & Grounds is a must. 12. There are deteriorating retaining walls/components that will need repair. 13. In addition, drainage improvements need to be implemented. 14. Sequencing for repair shall account for afterhours work and full access during business hours. 15. Contractor shall develop a constructions schedule for completing this project and coordinate to ensure compatibility with court dates and operations. Project construction delays may be experienced due to noise interference with court operations. Therefore, proper planning by contractor is needed to mitigate any delays. 16. The plans and specifications for the changes of the plaza area are attached. 17. The perimeter sidewalks adjacent to the street from the curb & gutter to the buildings/grass are not specifically identified on the prints but ARE required to be replaced per this scope. However, the current ADA accesses at the corners of the City blocks and all current curb and gutter shall remain. 18. Independent tests were performed on material exposed during design. The results were negative for asbestos. Asbestos abatement is not expected and should not be part of the contractor's bid. 19. Anticipated contract date is July 10, 2017. Provide proposed start and finish date based on this start date. 20. Project will be permitted through Weld County. Fees for permits will be waived. 21. Installation shall meet all applicable building codes. 22. Davis -Bacon and Buy American requirements are NOT required. 23. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 24. Free or adjacent parking does not exist for this job. Contractor must plan accordingly. 25. Contractor will be required to enter into a contract for this service. BID REQUEST 181700078 Page 9 PRICING: TOTAL $ START DATE FINISH DATE The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700078. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE*' WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- 8. ATTEST: Weld County Clerk to the Board WELD COUNTY, COLORADO BOARD OF COUNTY COMMISSIONERS BY: Deputy Clerk to the Board Julie Cozad, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Director of General Services BID REQUEST #81700078 Page 10 t II t 1 t e t Iiilj , 61 a al ; 1� I t :117! 1 oz i5 • I1,1211 MF 1 1 1 1 I I' I ` a * 1 aalithhi� 1a1111a� 11 I a 1 3 Fi 11�tat1�l11�1I 4 1 1 1 1T.: f'F1 a'1'a'a`�1 I F 7f1'1t1a1`1a a a`.'31p11 tlai a; I� a .,1 i1 s It 'i'$ Ja t ''a I r11a�aa aia1'• ,9i IUSTIIG S►OT flf MT C N NN 1 a I a a a T T 7 1 a 1 a I 1 =t yv g 1 r._ H•: ars 6 ti!! :t ! � [(hi! (err 12 0,ki�E!�1 i !Lifill 1! le OFIg d U T T T— I 1 _. `s` si :} i I I. i I V a lig 1_; k lea' h t X14 �4 7 i1?� �: i ! b% DPI�, I'��� �i'K, Mill l al MOW W• IIII y{ 8 ci U IIII I' 3 U tholoIN15r. 3,113W MIS I I i Lit I Fa � J ♦ s -- —\ i; trees/ .m I i a ,i d d it v A 1- i 7 1 r- -I t-•� 4II rG Vw x 11 0r al I R 6 ; ! i IIiIL. 1 T I I I I I I I T I I I III 11 3 a ADDEN DUM#1 BID REQUEST NO. B1700078 CENTENNIAL CENTER SIDEWALKS Buildings & Grounds Dept. PLEASE NOTE THE FOLLOWING, SIGN AND EMAIL BACK TO bidsaweldgov.com: AMMEND SHEET C0.3 WITH THE ATTACHED. I, 1;11;r 4, e�� !pi ty;i !III in! g; leoh! aPfe �a n SHEET C.01 (Top Hall I SHEET C.O1 - Bottom Half on file. Thank You!""* 0 m -o m c *We need si Addendum received by: l LL U) U) W O Q CITY AND STATE m MARCH 31, 2017 aMil3i+ 6 PRICING: TOTAL $ / 4761 In" START DATE 7 /j/A 7 FINISH DATE ll /7O// 7 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700078. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Growling Bear CO (INC) BUSINESS ADDRESS 2330 4th Ave. CITY, STATE, ZIP CODE Greeley, CO 80631 TELEPHONE NO 970-353-6964 FAX 970-353-6974 PRINTED NAME AND TIT Gary Shironaka, President SIGNATURE rresident t E-MAIL garyshironakal@growlingbear.com DATE 4-13-17 TAX ID# 84-0673636 **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE" WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Julie Cozad, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Director of General Services BID REQUEST #61700078 Page 10 SCOPE OF WORK: This is a request for proposal to remove and replace the concrete within the block that encompasses the Historic Courthouse, Centennial Center and the Plaza West Facility. The address for the Centennial Center is located in the 915 10th Street, Greeley, CO. The Centennial Center has a plaza area that is composed of sidewalks and grass areas. Most of these items are located on top of an underground parking garage. 1. This project will involve replacing the concrete sidewalks for the entire plaza area. 2. Replacing all the sidewalks between the curb & gutter to the grass and/or building. 3. This will require demolition of existing concrete. 4. All demolition must be accomplished AFTER normal business hours. Normal business hours are Monday through Friday, 7:30 AM to 5:30 PM. 5. It is anticipated that re -roofing, pouring concrete, finishing, etc. can be accomplished during business hours. However, there may be some loud work (e.g. saw cutting joints, grinding handrails, etc.) that cannot be performed during business hours due to the disruption to courts. 6. Care must be taken to demolish the concrete, hand rails, steps, etc. that are located above the buried structures. Contractor is required to repair any damage to the buried structure that was created during demolition. 7. Once the old concrete is removed, the contractor will be required to install a new roofing membrane between buried structure and the new concrete. 8. Installation of the new sidewalks, handrails, bollards, and steps are required. 9. The new concrete shall be colored with an integral coloring. Color shall be a tan or buff from Solomon Color, Davis color or equivalent. Contractor shall provide samples to verify color with owner prior to construction. 10. Equipment performing the demolition work must be sized as to not overstress the roof. 11. Although demolition will occur after hours, contractor is required to create and maintain access to the three buildings during all business hours. This includes ADA access and parking garage access. Close coordination on schedule with Building & Grounds is a must. 12. There are deteriorating retaining walls/components that will need repair. 13. In addition, drainage improvements need to be implemented. 14. Sequencing for repair shall account for afterhours work and full access during business hours. 15. Contractor shall develop a constructions schedule for completing this project and coordinate to ensure compatibility with court dates and operations. Project construction delays may be experienced due to noise interference with court operations. Therefore, proper planning by contractor is needed to mitigate any delays. 16. The plans and specifications for the changes of the plaza area are attached. 17. The perimeter sidewalks adjacent to the street from the curb & gutter to the buildings/grass are not specifically identified on the prints but ARE required to be replaced per this scope. However, the current ADA accesses at the corners of the City blocks and all current curb and gutter shall remain. 18. Independent tests were performed on material exposed during design. The results were negative for asbestos. Asbestos abatement is not expected and should not be part of the contractor's bid. 19. Anticipated contract date is July 10, 2017. Provide proposed start and finish date based on this start date. 20. Project will be permitted through Weld County. Fees for permits will be waived. 21. Installation shall meet all applicable building codes. 22. Davis -Bacon and Buy American requirements are NOT required. 23. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 24. Free or adjacent parking does not exist for this job. Contractor must plan accordingly. 25. Contractor will be required to enter into a contract for this service. BID REQUEST #81700078 Page 9 ADDENDUM#1 BID REQUEST NO. B1700078 CENTENNIAL CENTER SIDEWALKS Buildings & Grounds Dept. PLEASE NOTE THE FOLLOWING. SIGN AND EMAIL BACK TO bidsCa;weldnov.com: AMMEND SHEET C0.3 WITH THE ATTACHED. 1• ' ' t OeY ' I._i If e=o 1? xi); ;RA •!}i 1 h _;W iJIUU 112111 b n 114 gill, f� 0 E3 hi i;if ai file ni 1010 SHEET C.01 (Top Half) 6 lit t lit 3 ,3•' MI6 rtirir7 , fopi : b t ,'r 9 ut 4 SHEET C.01 - Bottom Half on file. Thank Yo 0 0 0 ***We need si Addendum received by: w I- MARCH 31, 2017 Exhibit C Termination. County has the right to terminate this Agreement, with or without cause on thirty (60) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. Fund Availability. Financial obligations of the County payable after the current fiscal year are Exhibit C contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5- 102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that a Exhibit C any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and liability assumed under an insured contract. $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $50,000 any one fire; and $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. A s ♦. Exhibit C Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. Indemnity: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contractor in its construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. � A �•DATE `(�JR CERTIFICATE OF LIABILITY INSURANCE ("GROOM/WI 5/3/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: N the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Flood and Peterson PO Box 578 Greeley, CO 80632 CONTACT Rum Case, CIC, CPSR NAME: PHnOa�NE c,,,. (970) 506-3213 I (A/C. No): (970)506-6865 ADDRlEss: RCase@floodpeterson.com INSU RER(S) AFFORDING COVERAGE NAIC0 INSURER A Continental Insurance Company INSURED Growling Bear Co., Inc. 2330 4th Avenue Greeley, CO 80631 INSURER B Continental Casualty Company INSURER C PinnaC01 Assurance INSURER D Great American INSURERE: INSURER F: CERTIFICATE NUMBER:2016-2017 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF ADDL (Rao SUBR vivo POLICY NUMBER POLICY EFF IMM/DDIYYYYI POUCY EXP (MM/DDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY X Y C2095216232 7/1/2016 7/1/2017 EACH OCCURRENCE $ 1,000,000 DAMAGE IO RENTED PREMISES (Ea °canenee) 100,000 $ ICLAIMS-MADE X OCCUR MED EXP (My one person) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS 8 SCHEDULED AUTOS NON -OWNED AUTOS X Y C2095216232 7/1/2016 7/1/2017 COMBINED SINGLE LIMIT (Ea awl/Jere) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ B X UMBRELLALIAB EXCESSUAB X OCCUR CLAIMS -MADE X Y C2095216229 7/1/2016 7/1/2017 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED X I RETENTION$ 10,000 C WORKERS COMPENSATOR AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE (Mandl In NH) EXCLUDED?y II )ea, deacdbe under DESCRIPTION OF OPERATIONS below YIN N IA 1436910 7/1/2016 7/1/2017 X STATUTE I ERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEES 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 A D Property/ Inland Marina Pollution X Y C2095216232 CSE190313403 7/1/2016 7/1/2017 $2,000,000 DESCRIPTION OF OPERATORS / LOCATIONS I VEHICLES (ACORD 101, AddNlenal Remarks Schedule, may be attached If more space Is required) RE: Centennial Center Sidewalks Weld county, Its subsidiary, parent, associated and/or affiliated entities successors or assigns its elected officials, trustees, employees, agents and volunteers are named as additional Insureds as required by written contract but only as respects to liability arising out of work performed by the named insured. The coverage is primary and non-contributory to any other valid and/or collectible insurance to the fullest extent the law allows per policy terms and conditions. Waiver of subrogation applies. CANCELLATION Weld County Government 1150 0 Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE K Case, CIC, CPSR/APR ----;-c-<-1--"- C T C - ACORD 25 (2014/01) INS025 (2014011 01988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A� �® CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDIYYYY) 5/3/2017 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 poliey(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Flood and Peterson PO Box 578 Greeley, CO 80632 CONTACT Kim Case, CIC, CPSR NAME: PHONE (970)506-3213 Bret (970)506-3213atitNC, Not: (970)506-6865 ADDREss: RCase@ floodpeterson. cos INSURER(S) AFFORDING COVERAGE NAICIt INSURER A Continental Insurance Company INSURED Growling Bear Co., Inc. 2330 4th Avenue Greeley, CO 80631 INSURER a Continental Casualty Company INSURER CPinnaC01 Assurance INSURER D Great American INSURERE: INSURER F: RAGE 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 LTRINAD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POUCY EFF IMMDO/YYYY) POLICY EXP IMMIDD/YYYYI UNITS A X COMMERCIAL GENERAL LIABILITY X Y C2095216232 7/1/2016 7/1/2017 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 CLAIMS -MADE X OCCUR MED EXP (My one person) $ 5,000 PERSONAL a ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES PE0 PER: LOC PRODUCTS - COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE X _ X LABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS % SCHEDULED AUTOS NON -OWNED AUTOS 8 Y C2095216232 7/1/2016 7/1/2017 COMBINED SINGLE LIMIT (Ea acadenl) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ B X UMBRELLALAB EXCESS LAB X OCCUR CLAMS -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' LIABILIFY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) N yes, describe under DESCRIPTION OF OPERATIONS below YIN NIA y 1436910 7/1/2016 7/1/2017 X ISTATUTE I I EOTH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 A D Property/ Inland Marine Pollution X Y 02095216232 C85190313403 7/1/2016 7/1/2017 $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be Mashed If more space is required) RE: Centennial Center Sidewalks 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 ® 1988-2014ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 28, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Centennial Center Sidewalks; Bid #B1700078 As advertised, this bid to replace deteriorating sidewalks at the Centennial Center Complex. The low bid is from Growling Bear and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Growling Bear in the amount of $1,476,321.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 5/1 , O(-i-I 053 3Gooti 9 DATE OF BID: APRIL 13, 2017 REQUEST FOR: CENTENNIAL CENTER SIDEWALKS DEPARTMENT: BUILDING & GROUNDS DEPT BID NO: #B1700078 PRESENT DATE: APRIL 17, 2017 APPROVAL DATE: MAY 1, 2017 VENDOR GROWLING BEAR CO (INC) 2330 4T" AVE GREELEY CO 80631 *Toby will review the bid. WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwaltersco.weld.co.us E-mail: reverett(aco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 START FINISH TOTAL DATE DATE $1,476,321.00 7/25/17 11/30/17 2017-1053 aC, o o (9 Hello