Loading...
HomeMy WebLinkAbout20153511.tiff' RESOLUTION RE : APPROVE STANDARD FORM OF AGREEMENT FOR BUILD PHASE OF 822 7TH STREET BUILDING REMODEL ( BID #61500177) AND AUTHORIZE CHAIR TO SIGN - GROWLING BEAR COMPANY, INC. WHEREAS, the Board of County Commissioners of Weld County, Colorado , pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS , the Board has been presented with a Standard Form of Agreement for Build Phase of 822 7th Street. Building Remodel (Bid #B1500177) between the County of Weld , State of Colorado , by and through the Board of County Commissioners of Weld County, on behalf of the Department of Buildings and Grounds , and Growling Bear Company, Inc. , commencing May 9 , 2016, and ending May 8. 2017 , with terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Standard Form of Agreement for Build Phase of 822 7th Street. Building Remodel (Bid #B1500177) between the County of Weld , State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Buildings and Grounds, and Growling Bear Company, Inc. , be and hereby is , approved . BE IT FURTHER RESOLVED by the Board that the Chair be , and hereby is, authorized to sign said agreement. The above and foregoing Resolution was , on motion duly made and seconded, adopted by the following vote on the 9th day of May, A. D. , 2016 . BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: �� G. �I�p.r,�' ��-�K�� �;:--�-- Mike Freeman , Chair Weld County Clerk to e Board EXCUSED � � � an P . Conway, Pro-Tem BY: Dep ty Clerk to the Board ' �e�i � Cozad APP - [� AS TQ�O USED � rbara Kirkmeyer , - �'. ' l�L ounty Attorney ���r�'�-,-�s� Steve Moreno Date of signature: d1�'T4 �'e' ' $G��T'� 2015-3511 BG0017 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 May 2, 2016 To: Board of County Commissioners From: Toby Taylor Subject: 822 7th Street/Design Build; Bid #B1500177 Weld County awarded the bid for the design -build of a remodel for a portion of 822 7th Street building to accommodate the Child Services Division. This project has finished the design portion. Based on the design the contractor has performed a bid process to achieve the Guaranteed Maximum Price (GMP) of $2,767,849.00. This contract is for accepting this GMP price and moving forward with the build phase of the project. Buildings & Grounds is recommending approval of this contract segment. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director EC, bb 17 e Document A101'— 2007 'rsV� _ Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the Twenty-ninth day of April in the year Two Thousand Sixteen (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 822 7th Street Building Remodel 822 7th Street Greeley, CO 80631 Design Build on interior spaces and offices The Architect: (Name, legal status, address and other information) Markley Designs, LLC, Individual 3620 W. 10th Street Greeley, Colorado 80634 Telephone Number: 970 - 673 - 8248 The Owner and Contractor agree as follows. ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. AIA Document A201114-2007, General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. AIA Document A101 TM - 2007. Copyright ® 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of It, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:05:55 on 04/29/2016 under Order No.7848139386 1 which expires on 03/29/2017, and is not for resale. User Notes: (1731285079) 1 A, TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS 10 INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than a Modification, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION § 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs ff•om the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed) (Paragraphs deleted)May 09, 2016 § 3.2 The Contract Time shall be measured from the date of commencement. § 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than 150 Calendar Days ( 150 Calendar Days ) days from the date of commencement, or as follows: (Paragraphs deleted) (Table deleted) , subject to adjustments of this Contract Time as provided in the Contract Documents. (Paragraphs deleted) 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 Two Million Seven Hundred Sixty-seven Thousand Eight Hundred Forty-nine nit. AIA Document A101"r-2007. Copyright O 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result In severe civil and criminal penalties, and will he prosecuted to the maximum extent possible under the law. This document was produced byAlA software at 16:05:55 on 04/29/2016 under Order No.7848139386_1 which expires on 03/292017, and is not for resale. User Notes: (1731265079) 2 Dollars and Zero Cents ($ 2,767,849.00), subject to additions and deductions as provided in the Contract Documents. (Table deleted) (Paragraphs deleted) (Table deleted) (Paragraphs deleted) 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 § 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 certified amount 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 shall be made by the Owner not later than Thirty ( 30 ) days after the Architect receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time.) § 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. § 5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. § 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: .1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of Ten percent (10.00 %). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Section 7.3.9 of AIA Document A201TM-2007, General Conditions of the Contract for Construction; .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of Ten percent ( 10.00 %); .3 Subtract the aggregate of previous payments made by the Owner; and .4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A201-2007. § 5.1.7 The progress payment amount determined in accordance with Section 5.1.6 shall be further modified under the following circumstances: .1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to the full amount of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work, retainage applicable to such work and unsettled claims; and (Section 9.8.5 ofAlA Document A201-2007 requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.) .2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Section 9.10.3 of AIA Document A201-2007. Init. AIA Document A101TM - 2007, Copyright CO 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:05:55 on 04/29/2016 under Order No.7848139386_1 which expires on 03/29/2017, and is not for resale. User Notes: (1731285079) § 5.1.8 Reduction or limitation of retainage, if any, shall be as follows: (Paragraphs deleted) § 5.1.9 Except with the Owner's prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. § 5.2 FINAL PAYMENT § 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when .1 the Contractor has fully performed the Contract except for the Contractor's responsibility to correct Work as provided in Section 12.2.2 of AIA Document A201-2007, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by the Architect. § 5.2.2 The Owner's final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect's final Certificate for Payment ARTICLE 6 DISPUTE RESOLUTION § 6.1 INITIAL DECISION MAKER The Architect will serve as Initial Decision Maker pursuant to Section 15.2 of AIA Document A201-2007, unless the parties appoint below another individual, not a party to this Agreement, to serve as Initial Decision Maker. (Paragraphs deleted) § 6.2 BINDING DISPUTE RESOLUTION For any Claim subject to, but not resolved by, mediation pursuant to Section 15.3 of AIA Document A201 2007, the method of binding dispute resolution shall be as follows: (Check the appropriate box. If the Owner and Contractor do not select a method of binding dispute resolution below, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims will be resolved by litigation in a court of competent jurisdiction.) IniL Arbitration pursuant to Section 15.4 of AIA Document A201-2007 Litigation in a court of competent jurisdiction Other (Specify) ARTICLE 7 TERMINATION OR SUSPENSION § 7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201-2007. § 7.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-2007. ARTICLE 8 MISCELLANEOUS PROVISIONS § 8.1 Where reference is made in this Agreement to a provision of AIA Document A201-2007 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. § 8.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) 8.00 % per annum § 8.3 The Owner's representative: (Name, address and other information) AIA Document A101 "' — 2007. Copyright O 1915. 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA0 Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Alike 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 byAlA software at 16:05:55 on 0429/2016 under Order No.7848139386_1 which expires on 03/29/2017, and is not for resale. User Notes: (1731285079) Toby Taylor § 8.4 The Contractor's representative: (Name, address and other information) Gary Shironaka 2330 4th Ave Greeley, CO 80631 § 8.5 Neither the Owner's nor the Contractor's representative shall be changed without ten days written notice to the other party. (Paragraphs deleted) ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS § 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated in the sections below. § 9.1.1 The Agreement is this executed AIA Document A101-2007, Standard Form of Agreement Between Owner and Contractor. § 9.1.2 The General Conditions are AIA Document A201-2007, General Conditions of the Contract for Construction. § 9.1.3 The Supplementary and other Conditions of the Contract: Init. Document Title Date Pages § 9.1.4 The Specifications: (Either list the Specifications here or refer to an exhibit attached to this Agreement) Section Title Date Pages § 9.1.5 The Drawings: (Either list the Drawings here or refer to an exhibit attached to this Agreement) Title of Drawings exhibit: 822 7th Street Remodel by Markley Designs dated 3/30/16 (Table deleted) (Paragraph deleted) (Table deleted) (Paragraph deleted) § 9.1.7 Additional documents, if any, forming part of the Contract Documents: .1 AIA Document E201TM-2007, Digital Data Protocol Exhibit, if completed by the parties, or the following: AIA Document A101" — 2007. Copyright ©1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:05:55 on 0429/2016 under Order No.7848139386_1 which expires on 03/29/2017, and is not for resale. User Notes: (1731285079) .2 Other documents, if any, listed below: Exhibit A Exhibit B Exhibit C ARTICLE 10 INSURANCE AND BONDS The Contractor shall purchase and maintain insurance and provide bonds as set forth in Article 11 of AIA Document A201-2007. (State bonding requirements, if any, and limits of liability for insurance required in Article 11 of AIA Document A201-2007.) (Table deleted) This Agreement entered into as of the day and year first written above. Init. OW ER (Signature) MAY 0 9 2 016 CONTRACTOR (Signature) Mike Freeman, Chair Gary Shironaka, President (Printed name and title) (Printed name and title) AIA Document A101 TM — 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 16:05:55 on 04/29/2016 under Order No.7848139386_1 which expires on 03/29/2017, and is not for resale. User Notes: (1731285079) 20/ 5- 351/ a) RE: STANDARD FORM OF AGREEMENT (822 7TH ST BUILDING REMODEL - BID #B1500177) - GROWLING BEAR COMPANY, INC. ATTEST: &�h j' �..10• Weld C-- t lerk tot a Beard BY: Deputy Cle ��V� T .Q� Controller APPROVE County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair MAY 0 9 2016 PPROVED ' TO SUBSTANCE: Directeneral Services 01 of 5- 3511 (1) Exhibit A Termination. County has the right to terminate this Agreement, with or without cause on thirty (60) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly; no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Exhibit A Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. Employee Financial Interest/Conflict of Interest—C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5- 102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Exhibit A Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: SEPTEMBER 25, 2015 BID NUMBER: #81500177 DESCRIPTION: 822 7th ST BLDG REMODEL - DESIGN BUILD MANDATORY PRE -BID CONFERENCE DATE: 10/8/15 @ 1:30 PM BID OPENING DATE: 10/26/15 @ 10:00 AM 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: Design -Build Services for the Remodel of 822 7th Street, Greeley CO A mandatory pre -bid conference will be held on Thurs., October 8th, 2015 @ 1:30 pm, at the Weld County Administration Bldg., 822 7th St, Greeley CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids for the above stated merchandise, equipment, and/or services will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: Monday, October 26, 2015 A 10:00 am (Weld County Purchasing Time Clock). PAGES 1 - 12 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 12 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 12. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. 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. Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find bid information on the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasing/index.html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E -Purchasing System. The Rocky Mountain E -Purchasing System (BidNet®) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Rid Delivery to Weld County— 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@w w e I d g o v . c o m . Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. BID NO B1500177 Page 1 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 3. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970- 336-7225 if you have any questions. 3. INSTRUCTIONS TO 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 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. 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. 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. 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. 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. 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. Qualification of Bidders: Qualification statements, attached with this document, are required to be completed by Bidders. If requested by Weld County, a Statement of Qualifications will be completed for the Subcontractors listed by the Contractor within 72 hours of the request. Failure to submit qualifications may be cause for rejection of Bids. The Owner shall consider the following criteria in evaluating the Bidder's qualifications following the opening of Bids: Experience and performance records on similar work. Ability to complete the Work within the Contract Time. BID NO B1500177 Page 2 Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, thesite where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of,a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Director of General Services, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Preparation of the Bid: 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. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Diedcrof Geral Sates may at his sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids. Weld County intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project. The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld BID NO B1500177 Page 3 County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. 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, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, ww sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: Nature and location of the site where the Work is to be performed. Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. General local conditions. Availability of lands as set forth in the General Conditions. BID NO B1500177 Page 4 Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement orenter 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. 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID NO B1500177 Page 5 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, and "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law; and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. 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. BID NO B1500177 Page 6 I. Disadvantaged Business Enterprises: Weld County assures that disadvantagedbusiness 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 faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement. The successful 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 shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, The successful bidder's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. N. Subcontractors: The successful 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. BID NO B1500177 Page 7 O. Warranty, Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. P. Non -Assignment. The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties.' U. Compliance with Davis -Bacon Wage Rates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis- Bacon Wage Rates. V. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. BID NO B1500177 Page 8 W. Compensation Amount. Upon the successful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted 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 Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful 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 10. INSURANCE REQUIREMENTS General Requirements: Successful bidders/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder/Contract Professional. Successful bidder/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful 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 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/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful 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 construction 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, BID NO B1500177 Page 9 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 construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful 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. Types of Insurance: The successful bidder/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder'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 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. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) Statutory $ 500,000 $ 500,000 $ 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured —owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured —owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" and the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire; and $500,000 errors and omissions. $5,000 Medical payments one person BID NO B1500177 Page 10 Automobile Liability: Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Additional Provisions: Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: i. If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Successful bidder shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; Hi. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary' ; and vii. A provision that coverage is non-contributory with other coverage or self- insurance provided by County. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Successful bidders/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the successful bidder/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Successful bidder/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. BID NO B1500177 Page 11 A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the successful bidder as part of the Contract. Successful Bidders Pollution Liability Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 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 NO B1500177 Page 12 WELD COUNTY 822 ADMINISTRATION BUILDING REMODEL DESIGN BUILD BID 822 7th STREET, GREELEY CO 80631 Public Notice is hereby given that Weld County, Colorado, hereinafter referred to as the "County" will receive sealed bids to perform a remodel of the Weld County 822 7TH Street Administration Building remodel. This facility is located at 822 7th Street, Greeley Colorado 80631. The purpose of this RFP is to obtain statements of qualifications and to solicit fee proposals from firms who wish to provide the services requested in this RFP. The County desires to retain a Design Build Team to perform Design, construction and construction management services for all phases of the work consisting of improvements including, without limitation, the following work: • Design Services • Building Construction • Construction Management BUILDING OVERVIEW The Building, which is located at 822 7'" Street, Greeley, CO, consists of essentially two buildings. The main building is a seven -story masonry office building and was built in 1974 and has approximately 101,075 square feet. The second building is referred to as the Annex Building. The Annex building was also built in 1974 and has approximately 18,800 square feet. Weld County is anticipating remodeling the Annex Building in its entirety and approximately 8,242 square feet of the first floor of the main building. Weld County intends to house administrative functions which will consist of Child Welfare functions. It will contain private and open office areas, lobby space, conference rooms, public/employee restrooms, and break room. The project consists of a general remodel to an existing office building to include the following: • Modifying approximately 8,242 square feet of first floor of the main building and the entire Annex building to convert into, general offices, conference rooms, restrooms, break room, and general administrative areas. • Floor finishes will be included with carpet provided by owner. • Demolition of existing interior walls, electrical and plumbing, HVAC and data connections. (Note: demolition of asbestos containing sheetrock and flooring is being conducted via a separate contract concurrently with this bid) • Exterior signage as required. • The County will be responsible for the building permit fee. • All work for building must be completed by October 1, 2016. • 100% of the HVAC will be updated to a VFD design with reheat capability along with appropriate/multiple zoning and will operate on one of the County's control system (either Set Point Systems or Johnsons Controls). • The selected firm will be responsible to attend weekly on -site meetings through the duration of the construction period. • Contractor will provide programming services during the design phase. The programming and design phase could require extended time with multiple revisions. • Building must meet compliance with American's with Disability Standards. BID NO B1500177 Page 13 • Conference spaces need to meet data and audio needs. PRELIMINARY SCHEDULE Date of this RFP Advertisement Date Pre -bid conference Proposals Are Due Contract Award Notice Pre-Const. Services Commence Construction Substantial Completion Final Completion September 25, 2015 September 25,. 2015 October 8, 2015 @ 1:30 pm October 26, 2015 @ 10:00 am November 16, 2015 Immediately upon notice of award February 2, 2016 September 1, 2016 Projected date of October 1, 2016 The successful Bidder will be required to furnish, as part of the Contract Documents, an insurance certificate in the amount specified in the Contract Documents, a Performance Bond and Labor & Materials Payment Bond, each in an amount equal to 100% of its Contract price including Force Account items, said bonds to be issued by a responsible corporate surety approved by the Board of County Commissioners and shall guarantee the faithful performance of the Contract and the terms and conditions therein contained and shall guarantee the prompt payment of all materials and labor and protect and save harmless the County from claims and damages of any kind caused by the operations of the Contractor. The Board of Weld County Commissioners reserves the right to reject any or all bids, to waive any informality in bids, and to accept the bid that, in the opinion of the Board, is in the best interests of the Board and of the County of Weld, State of Colorado. SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. 1. DESIGN SERVICES a. b. c. d. e. f. 9. h. j• k. m. Provide a conceptual design for the project. Civil engineering and site planning, as required. Prepare submittals to governing agencies for approval. Provide a schematic design package. Provide a design development package. Provide full and complete construction documents. Provide construction administration. Attend weekly design and construction meetings. Prepare building permit submittal, and assist in obtaining the permits. Make Building Department requested revisions. Provide an estimate of "reimbursables" that would be required for this project. Provide hourly rates for "additional services." Provide a design schedule Include all costs for architectural design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal. The Design Build Team must have demonstrated the ability to perform a project of this scope. As construction documents are completed, the firm will be expected to provide a construction budget including a Guaranteed Maximum Price ("GMP"). The County believes it is crucial that the firm be BID NO B1500177 Page 14 a member of the project team and participates along with the architect and the consultants in the design process. 2. PRE -CONSTRUCTION SERVICES: a. Conceptual Estimate b. Project Development Schedule established that includes the applicable regulatory, agency, outside entity, project team and County activities. Construction Schedule developed which includes all critical design/engineering and construction activities and identifies delivery issues. Advise the County of a plan to manage such delivery issues. c. Continually review (prepare reports, recommendations, etc.) all design documents in regard to budget, constructability, completeness and coordination. d. Monitor budget and schedule throughout the design phase and advise the County when corrective action is required related to both design progress and costs. e. Provide value engineering during design studies. f. Evaluate the availability and supply of labor and advise the County of potential impacts. g. Develop proposal request packaging/phasing strategy including outreach program for work by trade contractors. h. Develop procedures for issuing proposal requests and prepare documents/scopes for the County Review. i. Conduct pre -proposal conferences j. Review, analyze proposals results and recommend award to successful respondent k. Develop management reporting procedures to be used during construction, (costs/schedules, etc.). I. Establish job site survey controls prior to mobilization. Coordinate surveys, geotechnical investigations and other pre —mobilization activities. m. Provide any other Pre -construction services as may be required by Weld County. n. Contractor will provide programming services during the design phase. The programming and design phase could require extended time with multiple plan revisions 3. CONSTRUCTION PHASE: The Design Build Team will manage and coordinate all construction activities, obtain competitive subcontract and material bids and have the opportunity to competitively bid portions of the work the contractor is qualified to self -perform. During this phase the Design Build will provide without limitation, the following services: a. Design Build Team 1) Monitor costs and prepare monthly project cost reports. 2) Quality control. 3) Coordination of all on -site activities including commercial contractors, subcontractors, utility companies and coordination of all work related to, in close proximity to or adjacent to the site which may impact the work on this project. 4) Vendor drawing administration. 5) Change Order management 6) Preparation of monthly pay application. 7) Preparation and coordination of infrastructure acceptance submittals. 8) Close out documentation Notice of Final Settlement process. 9) Any other construction services as may be required by Weld County. b. General Condition Services. 1) Complete field staff and support, temporary facilities. 2) Equipment and support not in direct cost. 3) Manage permits held by Owner. 4) Issue and manage agreements for testing and inspection services, surveying, etc. BID NO 81500177 Page 15 5) Coordination with utility companies. 6) Support design team. 7) Performance, labor, material & payment bond will be required. PROPOSAL DOCUMENTS Please submit an original and two (2) copies of your proposal signed by a person authorized to bind the party. The proposals shall be organized as outlined below: A. Firm(s) Information: 1) Identify which office (Contact Office) will be responsible for the project. 2) Provide a staffing chart showing proposed organization for this project. 3) Provide a list of proposed firms to be used in design services for the following: HVAC, Electrical, Mechanical, and Plumbing. 4) Provide resumes of personnel who will be involved on the project. Weld County reserves the right to interview designated project personnel. 5) No changes in the approved project personnel will be granted unless agreed to by Weld County. 6) Provide a detailed financial statement of the Firm, including a bank reference and credit available and furnish any other information that may be required by the County. If Firm does not wish its financial information to be a public record, please place in an envelope and label as "Confidential". Failure to do so may result in said financial information being publicly disclosed. 7) Provide copy of certificate of insurance and limits of public liability under insurance. 8) Provide any and all information regarding any lawsuits pending or threatened against, you, your firm or any of the principals or joint ventures. 9) Provide your company's bonding limitations. B. Firm's Experience: 1) Provide a brief summary of like work your firm has undertaken as a Design Build Contractor. Note: Do not use prior projects conducted for Weld County government. 2) List the owner, type of project, address and contact name for references and telephone numbers. 3) Indicate whether your contract was a prime or involved a joint venture with another firm and whether construction management, general contracting, design build, or a combination or other services were involved. C. Current Workload: Provide a list of current project commitments by your proposed team and proposed individuals, including the status of such projects. Identify the owner's representative, address and phone number for each project. D. Services: 1) Indicate if your firm has provided Design Build projects. 2) In addition to the activities listed under "Scope of Services", section "2. Construction Phase" above, provide a list of any additional construction management, general condition and/or coordination services you believe will be necessary to successfully complete this project. E. Construction Methods: Indicate which elements of work or other services your firm is capable of performing with its own forces. Please note Weld County reserves the authority and right to require the Design Build Contractor to bid self -performed work in competition with available qualified BID NO B1500177 Page 16 subcontractors. F. Fee Proposal: The County anticipates entering into a Guaranteed Maximum Price (GMP) Contract plus a fee. Additional phases of work may be amended to the contract. 1) Identify the Fee your firm proposes to provide Design Build services described in this RFP. The fee is to be based on cost of work for the Building. 2) Provide an estimate of general condition costs for the project for the services described in this RFP. 3) Provide a cost estimate for the pre -construction phase services and how you intend to charge for these services. Include an estimate of non -personnel expenses in similar format to formulate the estimate of total cost. 4) Provide a list of salary/wage rates for personnel proposed for this project. Indicate the base wage or salary and applied Direct Personnel Expense to formulate a total hourly billing rate and monthly billing rate for each supervisory/administrative individual proposed for involvement in either the pre -construction phase or construction phase of the project. 5) Provide a schedule of current bond premium rates and confirmation of the current bonding capacity of your firm. G. EVALUATION CRITERIA The following criteria will be used to evaluate the proposal submitted in response to this Request for Proposal: A. Prior experience of firm and key staff on a similar project. B. Quality and experience of people assigned to the project — project manager, superintendent, design team, etc. C. Current workload, organizational depth and ability to deliver the project within the project's time frame. D. Demonstrated ability to work with design team ,providing conceptual estimating, value engineering, constructability, and scheduling services. E. Ability to provide the County a GMP for general conditions and/or the entire project and financial strength of the firm to stand behind the GMP. F. Demonstrated ability to construction a project such as this to meet cost, schedule and quality goals. G. Proven track record with job safety. H. Completeness of the response to this RFP. I. Fee proposals and general conditions estimate. Each response must include all information and documents required by this RFP. Failure to furnish all required information and documents may result in the rejection of the proposal. NOTE: Winning contractor will be expected to enter into a standard AIA contract for this design build. Complete the fee proposal below for your bid. Assumptions are the contractor's assumptions for completing this job. The fee proposal should be provided in either a percentage of the GMP or a Lump Sum. If you have additional fees, provide attachments detailing those fees. BID NO B1500177 Page 17 FEE PROPOSAL A. Bidder Assumptions 1. Construction Budget (including general conditions, fees, contingency, bonds and insurance). Estimated GMP 2. Construction Duration Estimated # of Months B. Fee Proposal 1. Pre -Construction 2. Design Fee 3. General Conditions 4. Construction Management Fee 5. Bonds (Attach schedule) 6. Other (describe on additional sheet) Ok OA 0/0 Or Lump Sum The undersigned, by his or her signature, hereby acknowledges and represents that: 1. 2. 3. 4. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #61500177. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 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 BY BUSINESS ADDRESS DATE (Please print) CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # BID NO 61500177 Page 18 SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 —17. BID NO B1500177 Page 19 Below are the answers to questions that occurred during the pre -bid meeting for the Generator Design Services bid (B1500177) which was held on October 8, 2015. 1. Is this remodel expected to have any LEED certifications? Answer: No 2. Should structural design fees be included in our proposal? Answer: Yes. This is a design build proposal/bid. 3. Is the winning vendor expected to bid the subcontractors? Answer: Yes. Winning vendor is expected to obtain at least three bids from each subcontractor/trade and provide those to the County upon request. 4. How are we supposed to develop an estimated GMP when none of the design work has been accomplished? Answer: Estimated GMP will be deleted as a requirement. An addendum will be published to capture the deletion of that requirement. 5. The preliminary schedule appears tight. What if we cannot meet the schedule? Answer: If you company does not feel the schedule is doable; your proposal should detail your proposed schedule for completing this job. Below are the answers to questions that occurred during the Q&A period for the 822 7'h Street Design -Build Services bid (B1500177). 1. Will Davis -Bacon Wage Rates be required on this project? Answer: No 2. Is a bid Bond required? Answer: No 3. Is Pollution Liability insurance really required? Most general contractors do not carry this insurance, and we must keep it active for at least 2 years after the project, increasing the cost for this project significantly. Answer: This clause was deemed to not be needed. An addendum is forthcoming. 4. What Civil engineering or Site planning will be required? This will be a large cost, if there is none, then we should not include a Civil engineers fee? Answer: There may be the possibility of this due to connecting the two buildings Information Technology via underground conduits and tying into utilities. 5. What Structural engineering will be required? This will be a large cost, if there is none, then we should not include a Structural engineers fee? Answer: Since the Annex will required new Roof Top Units structural will be required for this facet. There may be other needs depending on design. 6. What kind of preferences are used in accordance with section 14-9(3) of the Weld County Home Rule? Answer: There is not a pre -designated set of rules. 7. Are there existing as built drawings? Answer: We had a contractor recently perform an as -built design of the architectural components of the building. And we have copies of the original floor plans. Those will be provided to the winning bidder to use as a starting point as they see fit. However, a full as - built set of all components of architectural, mechanical, plumbing, civil do not exist. 8. Has there been any type of schematic design? Even just a scratch simple layout, this will help us understand what Civil or Structural Engineering will be required. Answer: No 9. Please release the existing as built drawings as soon as possible, if not we will need to include additional fees for site verification. Answer: We had a contractor recently perform an as -built design of the architectural components of the building. And we have copies of the original floor plans. Those will be provided to the winning bidder to use as a starting point as they see fit. 10. The proposal requirements do not match up exactly with the evaluation criteria, how should we prepare the proposal? For example the evaluation criteria list "G". Job Safety howeverJob safety is never mentioned in proposal requirements. Answer: Provide the information requested in bid. 11. On the front sheet it states emailed bids are preferred, then on page 16, it asked for an original and (2) copies. How should the proposal be submitted? Answer: Submission method is up to you. Either method works for us. 12. Does Weld County have a standard design guideline the D/B team needs to follow? Answer: No, each project is different. 13. Will this project be administered, permitted, and inspected solely through Weld County or will the City of Greeley be involved? Answer: Building permits/inspections will be through Weld County. Greeley would be involved should a new sewer/water tap be required. 14. Is the sample AIA contract available for review? If not could you please provide the AIA version that Weld County plans to use? Answer: Yes. An AIA sample contract for design build is available through search engines on the Internet. Contractor is expected to provide the draft with appropriate fields completed. 15. Does the design/build team need to follow specific subcontractor/vendor procurement methods? Answer: Winning vendor is expected to obtain at least three bids from each subcontractor/trade performing construction work. Bid results must be viewable upon request of County. 16. What if any, drawings and /or CAD files are available for the existing building? Answer: We had a contractor recently perform an as -built design of the architectural components of the building. And we have copies of the original floor plans. Those will be provided to the winning bidder to use as a starting point as they see fit. 17. If CAD files are available, may they be utilized by the design team in creation of new base drawings? Answer: We had a contractor recently perform an as -built design of the architectural components of the building. And we have copies of the original floor plans. Those will be provided to the winning bidder to use as a starting point as they see fit. 18. Is the creation of field -measured and verified existing condition plans part of the design scope? Answer: We had a contractor recently perform an as -built design of the architectural components of the building. And we have copies of the original floor plans. Those will be provided to the winning bidder to use as a starting point as they see fit. 19. Will any special green building and/or commission requirements be required for this project? Answer: No � � _ `� a ��t ��. � }�°`'•�� � s�: �u . � � � � a�� � "4 e �t a�' — ��'� 6 e�'�. �' �^�y �ii � / xi� � � �:' S � � � 1 �a 0 u� t�. •�,. �. " ' K � x b'4 � � ' � . � . �, , � � . � ✓_ _ .. . ` - . . � , � • � � . ' _ . , , - , . .r _ � {. i. $ 5 . - . � � _ e. y�".��.. �,�. 49"RPS _ _ / r1 � I . Qi I 4 f . / I,•/ ,. �3 Iv � � � f�� ��� � �i . 9� � �l ! 'ila"t, . :!. ... ' - '�>. ^ l,' . . �� _Ji'. � �B . ..i . � V �� - � s . .�.. . . . �F.. � ' ����� - ls�•j,� \7�+.a �m��=�i� . . _yti�� ' *�'� . + - �. . 4 Yn rc. _. .. ' . .. �. : - .. � � 4 :� 1 ' :. • 6 � 15 '� 41� : { y ._ @ . ' , .e .• �� �6� : @ • - 3's �_ ` � i e i � B • � 6��. r �. ' - � ' � �'- ,. �. .., . , . . �:: � ., _ �.�.a � , . � : i u te �I Growling Bear Co. Inc. A. FIRMS INFORMATION GROWLING BEAR CO. (INC.) A FIERCE COMPETITOR IN THE COMMERCIAT. CONSTRUCTION INI)TJSTR.Y Markley DESIGNS ARCHITECTURE - PLANNING - CONSULTING mirez, hnson, & sociates 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 Growling Bear Co. Inc. A. FIRMS INFORMATION GROWLING BEAR CO. (INC.) A FIERCE COMPETITOR IN THE COMMERCIAL. CONSTRICTION INDUSTRY Markley DESIGNS ARCHITECTURE - PLANNING - CONSULTING mirez, hnson, & sociates 23304th Avenue, Greeley, Colorado 130631 Phone: 970-353-6964 Fax: 970-353-6974 ', 4 Growling Bear Co. Inc. Al- CONTACT OFFICE Growling Bear will be administrating this project from our office located at 2330 4th Avenue, Greeley, CO 80631. A2- STAFFING CHART Pre -Construction/ Estimating Gary Shironaka Project sIanagement 13r radon Munro Superintendent John Engel ubcontractors II VACAI EP Date — Ramirez, Johnson & Associates In IlouseIa: 'Xt5Erx r`.Yti.'2a��$.Y> 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 A3- DESIGN SERVICES- HVAC AND MEP Ramirez, Johnson, and Associates, LLC Statement of Qualifications Firm Profile RJA is a multidisciplinary practice that specializes in engineering design, project management and commissioning for commercial and residential buildings. Our primary goal is to provide our clients with appropriate, high performance design solutions that will meet their goals and requirements. We offer the value and expertise that our clients need to complete projects on time and on budget. Principa Is Darin Ramirez PE, LEED AP, CGD Darin Ramirez provides 10 years of design and systems expertise to the firm's project teams. His design experience includes commercial, multifamily, educational, government facilities and more. With an emphasis on high performance design, Darin has helped shape many of the west's finest projects. Darin is registered engineer in Colorado and Wyoming, and he is an active member of the local US Green Building Council and American Society of Heating, Refrigeration, and Air Conditioning Engineers. Eric Johnson CxA, LEED AP Eric has approximately 12 years of experience as a mechanical engineer and several years before as a mechanical contractor. He has vast experience in many different aspects of the construction Industry. Eric has expertise in the design, commissioning, and operation of mechanical systems for numerous types of facilities, including office buildings, mixed -use, educational, federal, and medical facilities. Eric has a tremendous attention to detail, and adds value to any team. Services and Disciplines • Mechanical Engineering • Plumbing Engineering • Construction Administration • Sustainable Design Assistance • Commissioning and Retro Commissioning • Energy Audits • Building Energy Modeling Certifications and Qualifications • M/WBE, SBE, EBE, and DBE Certified Firm • Commissioning Agent (CxA) • Registered Professional Engineers (CO, UT, and WY) • Certified GeoExchange Designers • LEED Accredited Professional Statement of Qualifications •amirez ohnson, & ssociates amirez _ ohnson, & ssociates R A Recent Projects RESTAURANT • Humble Pie— Denver,CO • Prosper Oats — Denver, CO • Tacone Flavor Grill — El Segundo, CA • Park Burger— Denver, CO • Brazen Restaurant - Lakewood, CO • Moe's BBQ— Aurora, CO • Bacon Restaurant — Denver, CO • Dunkin Donuts —Denver International Airport • Jambe Juice — Denver International Airport • Village Pizza — Denver. International Airport • Sexy Pizza #1,2,3 — Denver, CO • Allegro Coffee — Denver, CO • Lenny's Subs —Aurora, CO • Las Delicias — Denver, CO • 8101 Washington — Denver, CO • Eagle Travel Center — Cameo, CO • Quizno's Subs Prototype Design -Tulsa, OK EDUCATION • Windsor Charter Academy — Windsor,CO • Dawson School — Lafayette, CO • Academy 360 Charter School —Denver, CO • Great Works Montessori — Lakewood, CO • Otis Elementary Addition — Otis, CO • 71 East Panama Dr— Denver, CO • Jefferson County Modulars — Lakewood, CO • Koelbel Library Renovation— Centennial, CO • Douglas County Library —Castle Rock, CO COMMERCIAL and OFFICE • Metro Waste Water Reclamation Dist.— Denver, CO • Coorstek Office — Golden, CO • Green Spaces — Denver, CO • The Hive on 16th — Denver, CO • Inverness Office — Littleton, CO • Coorstek R&D Lab —Golden, CO • SEH Architecture — Denver, CO • Tower Pavillions —Aurora, CO • 9th St Capital —Golden, CO • Denver Health Pavillion H — Denver, CO • Denver Heatlh Pavilion I — Denver, CO • Ditch Witch — Commerce City, CO • JBS Corporate Office — Greeley, CO • Lithia Volkswagen —Thornton, CO • Land Title — Multiple Locations • Denver Book Binding Co — Denver, CO • MAC Cosmetics —Denver International Airport • Massage Envy —Longmont, CO • Uptown Plaza — Ft Collins, CO • Pueblo Muni. Airport Terminal Renovation — Pueblo, CO RESIDENTIAL/MULTIFAMILY • Prospect Lot 1— Longmont, CO • Depot Square — Boulder, CO • Custom Residence — Lakewood, CO • Caribou Ranch — Boulder, CO • Victor Apartments —Victor, CO • Clay St Residences — Denver, CO Contact Information Ramirez, Johnson, and Associates, LLC 10100 W 35th Ave Wheat Ridge, CO 80033 Telephone: Darin Ramirez, PE, LEED AP: Statement of Qualifications 303.557.8634 darin@ria-ene.com Growling Bear Co. Inc. GARY SHIRONAKA - PRESIDENT/PRE-CONSTRUCTION MANAGER/CHIEF ESTIMATOR Gary Shironaka holds a degree in Construction Management from Colorado State University and graduated with honors. He has over 20 years of experience in commercial construction and has an ICC Class A certificate. Gary has successfully negotiated long term contracts with CSU, CU, and NREL through quality of work and the desire to meet the needs of those clients. Education: • Colorado State University Ft. Collins, CO Bachelors of Science in Construction Management Graduated with Honors Training and Certifications: • OSHA 10 Hour Training • OSHA 30 Hour Training • CPR and First Aid Training Boards and Memberships: • 2001-2004 o Building Trades Advisory Committee Member o Weld Board of County Commissioners References: • Toby Taylor Weld County Government 970-304-6531 • Bob Shreve, Architect RSAP Architects 970-346-0151 • John Little Poudre School District 970-490-3198 • Beth Danielson Connection for Independent Living 970-352-8682 • Doug Max Colorado State University Athletics 970-491-2706 • Roger Thorp, Architect Thorp Associates 970-586-9528 • Don Watkins, Architect Belford Watkins Group 970-407-0070 • Jim Orth, Principal Eaton Middle School 970-454-3358 • Greg McGaffin Poudre School District 970-490-3610 • Doug Satterfield Colorado State University 970-491-6080 2330 4th Avenue, Greeley, Colorado 30631 Phone: 970-353-6964 Fax: 970-353-6974 t, 4 Growling Bear Co. Inc. Selected Projects: • East Elementary School • Weld County Community Corrections Design Build • AT&T Regen Huts: Colorado, Wyoming, Nebraska, UT • Weld County Phase 4 Courts • Weld County Alternative Programs Design Build • Heritage Market CMGC • Union Colony Prep Middle/High School Addition Renovations • Balsam Outdoor Pool • Lundvall Office Building CMGC • Birchwood Apartments CMGC • NREL Arroyo Detention Pond • Weld County Administration Building Design Build • Centennial Bank of the West, Windsor Branch • CSU Music and Learning Center • PSD Fort Collins High School Renovation • Surfside Splash Park • PSD Tavelli Elementary School Renovation • PSD Eyestone Elementary School Wellington Middle School • City of Greeley Various Projects Design Build • New West Bank Design Build • PSD Shepardson Elementary School Renovation • NREL Lab 104 Design Build • NREL Building 251 Renovation and Pedestrian Safety • 1st United Methodist Church • Cheyenne Substation Modifications WAPA • Poudre School District, Fort Collins, CO • Colorado State University Service Center Remodel • Peterbuilt Site Work, Kersey, CO • Centennial Bank of the West TF $8,034,433.00 $4,820,040.00 $4,572,000.00 $4,327,112.00 $4,092,892.00 $4,012,695.00 $3,070,949.00 $2,974,086.00 $2,715,897.00 $2,650,929.00 $2,605,810.00 $2,482,018.00 $2,250,000.00 $2,134,242.00 $1,653,060.00 $1,502,365.00 $1,488,274.00 $1,467,508.00 $1,400,000.00 $1,350,573.00 $1,204,036.00 $886,354.00 $750,907.00 $663,000.00 $596,306.00 $500,000.00 $223,995.00 $58,190.00 $54,000.00 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 ', a4 Growling Bear Co. Inc. BRANDON MUNRO, AC - PROJECT MANAGER Brandon Munro has a Bachelor's degree in Construction Management from CSU. He graduated Cum Laude, with a minor in Business Administration. He has worked on multiple schools and municipal projects. Education: • Colorado State University Fort Collins, CO Bachelors of Science in Construction Management Sigma Lambda Chi International Construction Honor Society Training and Certifications: • OSHA 10 & 30 hour card • American Institute of Constructors - Certified Associate Constructor • CPR & First Aid References: • Tonya Malcom Senior Vice President Bank of Colorado 970-229-5550 • Jon Feinman, Project Manager Colorado State University 970-491-0159 • Steve Mager Project Manager National Renewable Energy Laboratory 303-384-7343 • Kelly Deitman Halcyon Design 303-906-2617 Selected Projects: • Altura Elementary School $5,000,000.00 • Glenwood Maintenance Facility Compressed Natural Gas Mods $2,700,000.00 • Jefferson County South Service Center $2,600,000.00 • Jefferson County Courts Addition & Renovation $1,700,000.00 • Bank of Colorado Interior & Exterior Remodel $1,383,128.00 • Glenwood Maintenance Facility Compressed Natural Gas Fueling $1,000,000.00 Station • CSU Moby B Fire Sprinklers $923,000.00 • NREL SERF Toxic Gas Distribution $466,312.00 • Colorado Army National Guard- Watkins Armory Addition $315,000.00 • Montrose Armory Structural Stabilization $300,000.00 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 Growling Bear Co. Inc. • UCD Research 1 Indoor Air Quality • Auraria Higher Education Fire Suppression Upgrade • Denver Public Schools BALARAT Outdoor Learning Center • NREL Huddle Room A212 -C146 -A201 • NREL TTF/IBRF Improvements • Bureau of Reclamation- Window Addition • NREL Jeffco Swale Improvements • UCD Disability Services • NREL Lab 158 FTLB • NREL STM Ingress/ Egress • NREL RSF Gabion Wall Fall Protection $294,984.00 $250,000.00 $250,000.00 $235,279.42 $201,773.00 $110,487.00 $107,759.00 $106,233.19 $105,654.00 $103,137.00 $50,000.00 2330 4thAvenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 kale Growling Bear Co. Inc. JOHN M. ENGEL - SUPERINTENDENT John Engel has over 29 years of experience in the construction industry. He holds multiple certifications and has extensive safety training. John is well versed in all types of construction systems and has assisted in the successful completion of projects of various magnitudes. Education: • University of Colorado Boulder, CO Training and Certifications: • CPR and First Aid • Storm Water Professional • OSHA 30 Hour • Competent Person • MSHA • Hazardous Materials HM 126 —152 • Miller Safety Certified Fall Protection • All Terrain Fork Lift Certification • Class 1 Equipment Operator • Reasonable Suspicion, Reasonable Cause Drug and Alcohol • Confined Spaces • Open Excavation • Haz Mat • Scaffold • Shoring References: • Burt Knight Director of Water & Sewer City of Greeley 970-350-9811 • Mark Martinez Project Manager National Renewable Energy Laboratory 303-384-7979 • Kari Bottom Project Manager National Renewable Energy Laboratory 303-384-7339 • Bret Cummock Project Manager/Civil Engineer National Renewable Energy Laboratory 303-275-4354 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 ', 1, Growling Bear Co. Inc. Selected Projects: • Orchard Town Center • City of Ft. Collins Water Treatment, Phase T4, T5, T6 • City of Greeley Water Treatment Phase I & II • GSA Buildings C&E • Wal-Mart Store #1008-02 • Wal-Mart Store #4719 • Wal-Mart Store #5491 • Wal-Mart Store #4288 • Wal-Mart Store #1532-04 • Cherry Creek Schools Legacy Football Stadium • Sams Club #4718 • Goat Hill Pipeline • Trailhead Housing Development Infra -Structure • GSA Buildings, Open Pen Project • City of Greeley Pump Station & Reservoir • Warren Air Force Base, Cheyenne, WY • NREL SERF Toxic Gas Distribution • NREL TTF/IBRF Improvements • NREL Jeffco Swale • NREL RSF Gabion Wall Fall Protection $102,000,000.00 $67,000,000.00 $62,000,000.00 $28,000,000.00 $24,000,000.00 $19,400,000.00 $18,500,000.00 $17,400,000.00 $17,000,000.00 $17,000,000.00 $13,000,000.00 $7,000,000.00 $5,300,000.00 $4,300,000.00 $3,700,000.00 $1,266,410.00 $466,312.00 $190,569.00 $107,759.00 $50,000.00 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 Markley DFSIGNS MARK MARKLEY - ARCHITECT I am a licensed Architect in the State of Colorado and reconginized by the United States Green Building Council as an Accredited Professional with the LEED rating system. EDUCATION: 2006 — 2009 Colorado University Denver, CO H. ARCH- Masters ofArrhitecture The Master of Architecture program, accredited by the NAAB, is a professional degree in architecture at CU Denver. It enables students to acquire the skills and knowledge needed to practice architecture professionally. It consists of three years of study, including design studios, required course work, and electives. • AIM, American Institute of Architects Associate • National Council of Architectural Registration Board • Leadership in Energy and Environmental Design, Accredited Professional 2002-2006 Colorado University Boulder, CO BENVD- Bachelor of Environmental Design The Environmental Design degree focuses on many complexities of designing buildings, landscapes and planning communities. With a major in environmental design, and emphases in design studies, I worked toward a bachelor of environmental design as preparation for entry into graduate and professional degree programs as well as the workplace. • AIAS, American Institute of Architects Students • Phi Kappa Tau, Psi Chapter Alumni EMPLOYMENT: 2014 —Present- Markley Designs, LLC. Greeley, CO. Licensed Architect, Owner Daily duties involved working in a multi -task environment. Demonstrated the ability to complete moderately complex assignments requiring independent research, problem solving, and cross functional skills within the field of Architecture and construction. • Member of the American Institute of Architects, AIA • Coordinated multiple projects, code studies and submittals • Prepared and presented project conception and design • Created comprehensive development and project plans including; • Custom Residential new builds and remodels • Professional Offices • Storage Facilities • Tenant Finishes 2005 — 2014 Freeman Architects Loveland, CO. Licensed Architect Daily duties involved working in a multi -task environment. Demonstrated the ability to complete moderately complex assignments requiring independent research, problem solving, and cross functional skills within the field of Architecture and construction. Markley DESIGNS • Coordinated multiple projects, code studies and submittals • Construction Document production and presentation • Wrote specifications and review of shop drawings • Created comprehensive development and project plans including; • U.S. General Services Administration project renovations • Commercial, manufacturing, and custom residential design • Tenant improvements and interior finishes • Church additions and renovations • Site plan and landscape plan design 2002- 2005 Lockhart Constructors, Inc. Greeley, CO. Office Assistant Required supervision on a variety of projects, reported to multiple project managers and interacted daily with management, staff, and external contacts. • Developed record drawings and recorded field measurements • Assisted with framing & interior trim • Installed and design landscaping layouts • Surveying, Telephone, billing and various office work VOLUNTEER: 2010 —2014 Greeley Urban Renewal Authority Greeley, CO. Elected Commissioner, Vice Chairman GUM manages a program that provides a wide range of housing and neighborhood assistance to individuals with lower income and manages commercial rehabilitation and development within urban renewal boundaries. • Funding decisions and public hearings considering; • CDBG Program Applications • Neighborhood Stabilization Administrative Programs • Fa�ade Rehabilitation and Housing Rehab mirez, hnson, & sociates Education 2004: B.S. Mechanical Engineering, University of Florida Certifications Registered Engineer: CO, WY, UT LEED Accredited Professional Certified Geoexchange Designer Ramirez, Johnson, and Associates RJA is a multidisciplinary practice that specializes in engineering design, project management and commissioning for commercial and residential buildings. Our primary goal is to provide our clients with appropriate, high performance design solutions that will meet their goals and requirements. We offer the value and expertise that our clients need to complete projects on time and on budget. Darin Ramirez, PE,CGD, LEED AP Mechanical and Building Energy Engineer Expertise • 10 years experience in engineering, architectural and building energy fields • Proficiency in all areas of HVAC and plumbing design, project management, authoring reports and design documents, project budgeting and tracking, project scheduling, client interaction, and design team leadership. • Certified Geoexchange Designer. Design of multiple ground source heat pump systems, including open loop designs, horizontal fields, and traditional vertical bore. • Produced and managed the production of construction documents, coordination with other consultants and preparation of specifications from schematic design through post construction. • Has experience creating project cost estimates of mechanical systems for projects ranging from $40,000 - $1,000,000+. Recent Projects McAda Drilling Fluids Maintenance Facility Ft Lupton, CO RJA provided mechanical and plumbing design for this new state of the art facility. The new maintenance building will centralize administration spaces, wash down bays, small tool repair and weld shops in one central location. _BS Corporate Office Greeley, CO This project will expand the existing JBS corporate headquarters to provide new meeting and office spaces. Working around the existing facility, this 4000sf expansion is currently being completed while the adjacent offices remain occupied. Growling Bear Co. Inc. AS- PROJECT PERSONNEL Growling Bear and the project team understands that no changes in the approved project personnel will be granted unless agreed to by Weld County. A6- CONFIDENTIAL INFORMATION The attached financial statement from Growling Bear Co. (Inc.) is considered confidential information for the use of evaluation only by Weld County and is not to be made public or to be shared with any other entity without our written permission. • See Attached Envelope Marked "Financials" A7- INSURANCE INSURANCE INFORMATION Aaent Flood and Peterson Insurance 4687 W. 18th Street P.O. Box 578 Greeley, CO 80632 Contacts: Kim Parker Contact Phone: 970-506-6865 Insurance Certificate Follows A8- LEGAL Growling Bear has no current, past, or anticipated claims or litigation on any contracts. A9- BONDING Growling Bear is bondable for a single project of $15,000,000.00 with an aggregate of $40,000,000. Bonding letter follows 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 ACO CERTIFICATE OF LIABILITY INSURANCE DATE IMMIODIYYYYI 6/18/2015 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 'EPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. .APORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the teens 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 INSURED Growling Bear Co., Inc. 2330 4th Avenue Greeley CO 80631 COVERAGES CERTIFICATE NUMBER:2015-2016 MC ruuuea tin INSUHANCE 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. IHSR LTR TYPE OF INSURANCE AODL 'NCR SUER 4WD POLICY NUMBER IMIM/DDIIYYYYYY YI IMWODNYYYI LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY C2095216232 7/1/2015 7/1/2016 EACH OCCURRENCE $ 1,000,000 DAMAGE PREMISES (EaC FeOcal S 100,000 I CLAIMS -MADE X OCCUR MEDEXP(Any one person) S 5,000 PERSONAL $ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEM AGGREGATE LIMIT 171 I —1 POLICY ' + APPUES I�PER: I I LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ n AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS 8 SCHEDULED AUTOS NOTpS NED C2095216246 7/1/2015 7/1/2016 COMBINED SINGLE LIMIT (Ea accident $ 1,000,000 BODILY INJURY (Per person) S BODILYINJURY(Peracddont) S PROPERTY DAMAGE (Per accident) $ Uninsured motorist combined $ B X UMBRELLA LIAR EXCESS MAR — OCCUR CLAIMS -MADE 02095216229 7/1/2015 7/1/2016 EACH OCCURRENCE $ 5,000,000 AGGREGATE 5 5,000,000 DED I X I RETENTIONS 10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABIuTY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) Ifyyas, desaiba under o SCRIPTIOR OF OPERATIONSbelow N /A 1436910 - Subcontractors ...,. 7/1/2015 7/1/2016 WC STATU- OTH- X (TORY LIMRSI I FR E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 EL. DISEASE -,POLICY LIMIT $ 1,000,000 A Property/Inland Marine C2095216232 7/1/2015 7/1/2016 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedu alt more space Is required) Additional Insured and Waiver of Subrogation if required by written contract will apply. NAME OT Kim Parker, MC, CPSR (Alt N PHONEo co. (970)506-3213 giD ESs;KParker@floodpeterson-con INSURER(S) AFFORDING COVERAGE I FAX (970)506-6865 AX No. INsuRERAContinental Insurance Company INSURER BContinental Casualty Company INSURER c:Pinnacol Assurance INSURER D: INSURER E : NAIC E 41190 INSURER F: REVISION NUMBER: ERTIFICA I M HOLDER CANCELLATION SAMPLE COI 2330 4th Avenue Greeley, CO 80631-7113 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 Parker, CIC, CPSR/K AC1g—. 'CORD 25 (2010105) VRn75 r?ninncs nt ©1988-2010 ACORD CORPORATION. All rights reserved, The amnion mania and lane are rentetarad m,arl,e of arnon Flood and Peterson Phone: 800.356.2295 Fax; 888.269.3514 CarpmerolYlllnp Addnn, P.O. Box 578 Greeley. Colorado 80632 October 12, 2015 Weld County Purchasing Department Weld County Administrative Building 1150 O Street, Room #107 Greeley, CO 50631 RE: Growling Bear Company, Inc. Request for Proposals Bid Number #B1500177 822 71° St Bldg Remodel — Design Build To Whom it May Concern, Our agency provides surety bonds for Mr. Kevin Shironaka and Growling Bear Company, Inc. We have been acquainted with them for many years. Their reputation and experience in the industry has ranked them as one of the premier contractors in Colorado. Mr. Shironaka has done an outstanding job in establishing a solid organization with an excellent work ethic that performs thoroughly and economically. Growling Bear Co, Inc. has a surety credit line with North American Specialty Insurance Company which authorizes them to bid contracts with performance and payment bond obligations. North American Specialty Insurance Company is rated by AM Best, A+ (Superior -Financial Rating XV) and is on the U.S. Treasury's Listing of Approved Sureties (Department Circular 570). North American Specialty Insurance Company has extended a surety credit line to Growling Bear Company, inc. of single projects up to $25,000,000 with an aggregate work program of $40,000,000. Should a project be awarded to and accepted by Growling Bear Company, Inc. as a result of this RFP, it Is our present intention to provide the Performance and Payment bonds as required. It is understood, of course, that any arrangement for bonds is a matter between Growling Bear Company, Inc. and North American Specialty Insurance Company and the Surety assumes no liability to third parties or to you if for some reason said bonds are not executed. Larger projects or aggregate programs that would be of interest to Growling Bear Company would certainly be considered. Growling Bear's bonding capabilities have been structured by their needs —they are a well run and financially solid organization. They have a complete commercial contractor's insurance package, including a per project aggregate limit of liability to avoid any impairment of limits. If you have any questions or need additional information please contact me at 970.506-3272 or Rebecca Braun at North American Specialty Insurance Company at (303) 386-7252. Sincerely, L�! Carv�c. K'Anne E. Vogel, AFSB Attorney -in -Fact, North American Specialty Insurance Company "Building Relationships Since 1939" A Apr -10 Jun -10 m 4,31210 Jun -10 Aug -11 a 0 1hsg Egg &ova. a4�58 „sgg Egli- AEE 88 tat E s a s" Sran ad a a'� cpg u5 *43.039.96 $ 2262.19 Mar -14 Dec -10 5 Sep -10 Oct -10 8 Eric Morehead 541.579.00 0 410 es ; a$ ECirc„G e 3 „ I n� a gA la rq Esa Mil tg kE E ilk as usPi fiLii '822! 8 Brian Manor Eric Morehead 536,009.00 0 agai IROg r s �s" €m g Hal 2 -au 00, 539.454.00 5 (3.554.00) Maµ10 a UV d N 1,1 0 a B k 6 a ct-ku CIOCV (ales) !i Nit - a 3og sea gas gmn el IFR. aa a2 S 5 Java6amM NN9 on Gene Leach Terry Prnvanae 5194.310.65 Cl'Nf Cl-clad S9OIC*6l S 8 aris' saris' NW z so Nei' mil NN9 ye �'� o8�tlm NE'm 0.0? Pt!! Mil of N=y g Ell3 '=°ly sx �2n N2 G Zing F`ng u�a 0g4 @�3 tI �� o�gas ii P$� Z ng�8 ll IFge g a o hh 3 a' u O m a a 8 d I t as 8 A b 4 0YPO OPIItf x E £ 1.4 8 8 W a a £ n 0 a a .922. CI 3 S X r s32 LL c 3 a g 0 b 0 a 0 n O 0 4O 1 2.0 c 5 ry 0 E; 6, ¢ 6, 0 U O C 2 U 5 J 6 o ti U EQ E d O U '0 Y E A 0 0 0 0 to 3 0 0 c 0 o x 2823 e3 ${C5 o 2t6g2 ongry2 0 0 A I, d o 0 d 0 0 0 69 80 0 y mN8 U d c 0 c O c 0 1-0 E $ g a cc c 5 r EtT,0 i882 2'0d' O 1' d N , U 151 -012t c80,1' > G.›.000 Coo. ut2g'0305 ig a 0 _ m To v Sc 0 c0 ≥ 0 1'2 cc j w 00 a IRO a= 0 Q c O 0 Ud �°m m▪ 'nga0 co0-N g ry E0 car a 50 €i 2 u. rya, v eU {dy0 `00 Ed c 5 g g t c d o o d d Jmml m ULLL0mm ingrain 0 � :988; 9a0u ≤ d g ..!:.0 N O0E� O N=EU0S°wONY; 763 O 0 0 0 o m U= K o n a d m '� J o y V LL d 42 ea m o n V 72:11:15.:: U`o ms 'J O 0 C O e❑ Oe N C U j"jS NN '=U4dry efl %g = Q' C O DE 7 O O d C m O E 'A c U a v�! CO. U> U 8 E 0 0 0 0 8 0 69 N gig ❑ > ° 0 O Q d N 8 o U a m r0 8047,1 a V c ? a �aYroto N LL0 -N a 0 g.25 ¢ 01 E d C > 0= EnE c a_ a t> a E C 3 d o C d g cc c 0 0c c eC 9 C 0 0 0,-00 $1,266,410.00 0 LL o VV0 on 0Q im0 5 05o,'� mcofg �+ °0 TB T n, fa mm• mer. c e c IILLnIILLCC0e)z. 000 wE a a > COE O 00,S E g'10 d d qN d c C d N N t C g;" O sytt c m c m 0 0 c 0-ocd 2 O 9 E Ti an'o Projects in Progress as of 06-05-2015 Projects in Progress as of 06-05-2015 OO SZL'Ob9 L$ @!E wER 0 0 Cu 0 0 7 kk{/rn §!a`, 2■#$+ k|!|0 B, am k5c \ \F} zir jp /a\ 2}()!) N m3,. O $lW W gPgw gm \ aco Co «§0 OO SZZ 6L0'BS O a k ( vets 7unowv 70u+No° Pw \( ((\ Growling Bear Co., Inc., 2330 4th Avenue, Greeley, CO 80631 Phone: (970) 353-6964 Fax: (970) 353-6974 to Growling Bear Co. Inc. D- SERVICES Growling Bear has been providing Design Build services for many years. Follows is our project approach for Design Build projects Design Phase Growling Bear will facilitate all of the design and pre -construction service for the project. To manage this phase we will have the project manager, Estimator, pre - construction services manager, and design professionals involved with the owner. We will contract with Architects and engineers for design. We will meet with the owner to determine the values of the owner on the project and then design the project to those values. We will also perform pre -construction services including budgeting, constructability review, coordination between architect and engineers, cost estimating, product selection, and design reviews. Construction Phase During the construction phase Growling Bear will manage the project with a project manager and superintendent team. The design professional and pre -construction staff will be available on the project as need to provide continuity between design and construction phases. The project superintendent will be on site full time for the project when any work is being done. This person coordinates the subcontractors work on site. They also manage jobsite safety programs, enforce quality control programs, assist in preparing the overall project schedule, provide schedule updates on a weekly basis, develop 3 week schedules, and manage any in house labor. The project manager will be office based and handle the submittals, contracts, RFI's, Change orders pricing, communicate with the subcontractor 's office/project managers, overall schedule development, schedule updates, and handle all communication with the owner/Architect. The project manager coordinates the work with the superintendent and orders the long lead materials for the project. We also have a project coordinator and office staff to assist the project manager and superintendent as needed on the project. Cost Control Growling Bear's method to cost control in a Design Build delivery is to use a three - step process of budgeting, value engineering, and cost estimating. This process would be done during the design phase of the project. Each step can be used as many times as required to reached the outlined cost goals of the project. Through this method Growling Bear has been able to maintain the budgets for our Design Build projects. 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 'a 4 Growling Bear Co. Inc. Budgeting The budget is the cost goal for the project. For this project the owner has determined the estimated budget. In this phase of cost control the goal would be to determine if the budget is feasible for the construction of the project. Growling Bear and the design team would meet with the owner to review the scope of the project. Once we have a schematic design of the project we would put together preliminary budget estimates of the anticipated design. If the preliminary budget estimates were within the cost goals of the project we would precede with a cost estimate at various stages the design completion until the contract documents are finalized. If the preliminary budget estimate were over the cost goals of the project or at any time we provide a cost estimate that will exceed the set budget of the project we would then precede to the value -engineering step of this process. Value Engineering Value engineering is the process of obtaining the greatest value for the least costs. The "value" of the project needs to be defined before it can be engineered. Each project has different values depending on the goals the client wants to achieve. The owner for the project must define the priorities of the project to determine the value rating for each aspect of the project. Value engineering is the most effective when done during the design phase. Candidates for value engineering are items that exceed the projected budget set during our budget phase. Growling Bear would meet with the Architect and the owner to determine the most economical way to construct each value engineered item. Cost Estimating Cost estimating is the process of bidding the project with qualified subcontractors to construct the project. Growling Bear ability to provide an accurate estimate of the costs for the project has been proven over years of bidding hard bid projects. Throughout our experience we have been within 6 percent of the actual costs with our preliminary estimates. During this phase we would evaluate bids from subcontractors and provide the owner a Guaranteed Maximum Price to construct the project. If this price is higher than expected we would then work with the lowest most responsive subcontractors for the project and return to the value -engineering step of this process. If the cost estimates were within the projected budget we would then begin construction of the project. 23304thAaenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 ', lI Growling Bear Co. Inc. Subcontractor Solicitation and Prequalification At the start of the bid phase of a project we review the project documents to determine the scope of work and which trades of subcontractors and suppliers that will be involved in the project. We do reconnaissance to identify the potential bidders for each subcontractor trade and supplier for the project. We will pre -qualify from the subcontractors and suppliers we have identified and solicit bids from them through an invitation to bid for the project. We review bid scope for completeness prior to submitting a bid to ensure that all work for the project has been included. Schedule Growling Bear is currently using Microsoft project to develop project schedules. During the design phase Growling Bear will put together an overall design schedule based upon input from the design team and owner time lines. The overall project schedule is prepared by the project manager and superintendent with input from the selected subcontractors. The project superintendent will manage the subcontractors work to meet the projected schedule. The overall schedule is updated on a monthly basis. In addition to the overall schedule the superintendent prepares 3 week schedule to further detail the work to meet the overall schedule. These 3 week schedules are updated on a weekly basis. Quality Control Growling Bear has a written quality control program and we develop a project specific quality control program for each project. Our quality control program has been developed to meet Corps of Engineers standards. The Quality control program is managed on site by the project superintendent with the project manager being overall responsible for the quality of the project. On larger projects we would have a dedicated quality control officer on the project. Quality control is managed throughout the project from the initial estimating through submittals, installation, and final completion. Safety All potential risks are identified and mitigated thru or site specific EHS program that we implement on every project. This will cover risks to the environment, health, and safety of workers. In our site specific EHS plans potential risk are identified by activity hazard analysis of the activities required to perform the work. Once all of the risks have been identified for a particular task the mitigation procedures are determined and implemented to mitigate the risk from the work activity. All AHA's and mitigation procedures are reviewed and approved prior to work proceeding. Workers are trained in the mitigation procedures for their daily tasks at the plan of the day meeting held every morning. 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 ',al4 Growling Bear Co. Inc. C. CONS I iWerioN M r'ri loDs Growling Bear Co. Inc. has the ability to self -perform rough carpentry, finish carpentry, casework, metal stud framing, and drywall. We have performed these services on several of our previous project and have skilled tradesmen to accomplish these tasks. We typically self - perform these types of work on small projects. On a typical job we normally self -perform 5- 10% of the project. 23304thAvenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 Growling Bear Co. Inc. F. Fi G' PROPOSAL Below are our fees for the project per the RFP based upon the information provided a. Design Build Services Fees a. Construction Services 4% b. Design Services $36,000.00 b. General Conditions Based upon 6 month schedule for substantial completion based upon information to date (for per month fee divide total by) see attached Gernal Conditions Sheet $84,250.00. c. Pre -construction Fees a. Growling Bear is proposing to provide all pre -construction services for this project at a total fee of $1,500.00. d. Bond Schedule a. First $500K - $10 per $1000 b. $500K - $2MM - $7 per $1000 c. Next $2.5MM - $6 per $1000 d. Next $2.5MM - $5 per $1000 Bonding Letter attached 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 ADDENDUM#1 BID REQUEST NO #B1500177 822 7 ST BLDG REMODEL - DESIGN BUILD Buildings & Grounds Department **PLEASE REPLACE THE FEE PROPOSAL ON PAGE 18 WITH THE FOLLOWING: (Estimated GMP cannot be determined without design complete. Therefore, the line item for GMP was deleted.' FEE PROPOSAL A. Bidder Assumptions 1. Construction Duration Estimated # of Months 5 B. Fee Proposal 1. Pre -Construction 2. Design Fee 3. General Conditions 4. Construction Management Fee 5. Bonds (Attach schedule) 6. Other (describe on additional sheet) % Ok 4 Ok See attached% N/A % Or Lump Sum $ 1,500 $ 36,000 $ 84,250 $ $ N/A ***Please email or fax the signed addendum back to Weld County Purchasing. Thank Your bidstd weldgov.com or 970-336-7226 Addendum received by: Growling Bear Co. Inc. FIRM OCTOBER 9, 2015 2330 4th Avenue ADDRESS Greeley. CO 80631 CITY AND STATE Ga Shironaka BY President TITLE ADDENDUM#2 BID REQUEST NO #81500177 822 7 ST BLDG REMODEL - DESIGN BUILD Buildings & Grounds Department *'PLEASE DELETE THE FOLLOWING FROM THE BID DOCUMENTS: (Page 12) Successful Bidders Pollution Liability Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 "*Please email or fax the signed addendum back to Weld County Purchasing. Thank Your" bids{@weldgov.com or 970-336-7226 Addendum received by: Growling Bear Co. Inc FIRM 2330 4th Avenue ADDRESS Greeley, CO 80631 CITY AND STATE Gary Shironaka BY President TITLE OCTOBER 14, 2015 � � � U r- N' dedVeMO� lRy' � dedR Rq �C ]SQ dpe ��J( Y� RvdpRdP �p �C �yde 'RCOdQiR de � 0 � NONn � � amV � 1V000 �'10 \ O, SOOYmNONIP- S O� � LLJP011VOC .- � NnCOO00OOmnpO0O0O0ON1�iNOPO ^ Q ol m m tq 'r° � O T N � w O 0 N O �O Yi � fY N f0 P i'1 � N W, 0, � W O� I`�� r M1 YI 40 (V � O � vi ' 00 � � PI� I� � � I� n O nl � 9 y N m � p O� O O O �F a � D N N N M M N N N M N N N M N N N N w M N N N W N M N N M W F 88 � g „ 88. 888 $ 5 $ 8 � m � �' � � � � e ' � � � � � RB � � . � ee , . , , e � � � � o c�i ry n� � m m � m n m � a � � g n n � W J � N N N N L � I W r � W N W F = U } � x » x �n �nxwwwwwwwwas » wwww �wwwwwaw � Q�' � o � an $�y $ $ $ $ $q $ � � n II OOrn Of � Z aE � � a mn3M � 9i . � , nid � 8 v o o � � g (O � � i � � 000 '� � � Nn � nm �. � n o � „ m 000 P _ ^ � o v ry J 1Il O �- O � H Q � � � wnwaww �nwaxnwwwm �vw w � H W f91fl fA W fp 1q �.� � p O {jJ • • • • � . • • • • � � � . � m ~ O O O O O r O O O O O O ? . . � 3 X ' � Z ,.Wj or: �6uivi W Q N � � � Q 7 ^ K 3 � � o o � w '� � r- i a o � � w w � u � � a � � $ o � O oo � w zm m `� �- z U' W mm � wwawwhwwNNNHNNMMN � JgaviOmn � m U � � � � � 8 8 8 a 8 , , , 8. , 8 yooao � � Q p � ooao � �5 m O 7�i � N O Op O �Qp O �i � m .- in n O O � CJ � '^ O m p O O �[I O N N H Mp M N M N M M p M M q M M M N N � O, O O O O W J � • � � i q i � � � � � n H U ~Q vS � p V J J F � H �h�piR W W NNNMNNMNMNKNNNNNNOOh � W FH {AfAf/� {A O � V u n n n n � 3 0 � � � F �' w � oyw 9 � � � 2 UW �/1 � �' � J � m 9 V 6 O � j0 H m � U w V aZ t~/IZ y�jy � � �j N O C Z yI p U ,W, U � � } � F U' O f.� � � O K W > " � rT � ZyFyZj � U2U � Z y � Wy� Y � �SUO � Nyy� Qaq' z � fw �a � � t�^. xk ryW 2WZ � '- � SOyWJKWZUV W p �' O W � 6C1Ja0 W J � � `�' c9 cWir7ic� s3roLLmwu. inc� Fw �' pU¢ y � QAQ ZW � rvnPmm � mN � � � � � � b O � O � R � d . I � w � � � � 03 � � � . . xxx c� c� cv 'z 'zz 88, 8 $ 53AA � � rrvn ¢ � m �c oi Fry � O F N N N N y 5 . . C i 5 w O N w P q N � � a S � W N p M � ~ . = F � Q � o 2 2 w w 00 � J � a Q � W 2 (7 � W = � ww .� � � Om ' 7 � o K ¢ c3 ? � � � J � Nry ry � e� .° `o n O F w .nn n Uug9iu4 � fINN d m 0 b f 2 J � NMY� NMhVI tKKK 4 ZZZ2 6 Jlff r I �a � g � � 0 �� ii aW � I � 0 m � I wW � a c� g� z � rc aofu FNFF I U W ≥ > N0 00 WJK �' ON6d i I , ! � � � LINE ITEM SUMMARY SHEET ' DIVISION k 2 R G B STR I B22 7TH STREET CHILD WELFARE SERVICES , WRKPrcG. DESCR�PTION MATL LABOR EOLIIP SUB TOTRL � NUMOER � 2101 DEMOLITION S - S - f - $ 145,85800 $ 145,858.00 � 2201 GENERAL LABpR S - f - S - 5 17,J25.00 5 17,325.00 , PJ01 DUMPSTERS E - S - 5 - 5 7,000.00 § 7,000.00 2401 TEMP ENCLOSl1RES S - 5 - f - S 21,197 .00 8 21 7gt00 3501 FORKLIFTRENTAL S - f - f - S 20,000.00 S 20,000.00 2607 DIRECTIONAL BORING f - S - S - E 9,950.00 $ 9,950.00 2602 FINAL CLEANING S • S - S � S 10,000.00 $ 10,000.00 2701 CORING2IEACH S - S - f - f 21,000.00 $ 21 ,000.00 2801 GPR S - S - f - 5 6,000.00 $ 8,000.00 2901 FLOOR LEVELING f - S - f S 11,250.00 3 17 250.00 TOTALS = S ' E " g ' S 270.174.00 $ 270. 174.00 LINE ITEM SUMMARY SHEET oroisioN x s R IN C NSTR I N B22 7TH STREET CHILD WELFARE SERVICES WRKPKG. DESCRIPTION MAPL IABOR EQUIP SUB TpTqL NUMBER 7t07 ROOF/FLOOR INFILLS S - S - f - 5 8.575.00 $ 8,536.00 7T01 FLATWORK S - f - f - 5 a675900 a 46)98.00 J301 REBAR f 7,000.00 S 1,500.00 S - S - S 2,50000 J407 PUMP TRUGK 5 - E - S - S 6,800.00 $ 6,800.00 1501 SHORING S - f - f - S z,00900 $ 2,00000 3601 HOUSE KEEPING P,C�S f � f - f - S 3,BOY.10 $ 3,802. 10 S - s . f - 5 . S E ' S - E - S g _ TOTALS = $ 1 ,00�A0 $ 1,SOODO § - $ 87936.10 $ 70,4$6. 1� LINE ITEM SUMMARY SHEET DIVISION # 4 GR WLIN EAR CONSTRU TION O. 82? 7TH STftEET CHILO WELFAP,E SERVIC[S WRKPKG OESCRiPT10N IN�.TL V.BOR E(]L9P S�B iOUL NUMBER a�oi s s - s - s - a - azoi s . s � s - S $ a�o� s - a - s s s aao+ s s s � s - s asoi s - s - s - s . s 4601 f � f • E • 5 " g ' a7o1 f � 5 - S - f - g - 5 - S - f - S - $ . T0TALS = S - g . g _ $ _ $ _ LINE ITEM SUMMARY SHEET DNISION 8 5 IN ON T C . 822 7TH STREET CHIID WELFARE SERVICES WRHPKG DESCRIGTiON MAPL LABOR EpUIP SUB iOTNL NUMBER 5101 STRUCTURALSTEEL S - S - S - S H,6%.00 $ 11 ,688.00 5201 STEEL FOR INFILLS f - t - S - S J,476.40 $ 3 438A0 S . f , f - f - $ _ S - _ . f - S - 8 S - f - S • f - $ . s ' s ' S � f 8 - TOTAL5 = $ - S - $ - $ 15,73240 $ 15, 132.40 � i LINE ITEM SUMMARY SHEET ' DIVISION Y 8 WLIN BEAR N TI 822 7TH STREET CHILD WELFARE SERVICES WRKPKG. OESCRIPTION MqT'L LP80R E�UIP SUB TOTPL NUMBER 6101 S - f • 5 - 5 - $ - szo� s • s • s - s • a - 6301 S - S - S - t - $ . 6401 FINISHCARPENTRY f - 5 8,694.00 S - 5 20J42.57 $ 29436.51 6501 BLOCKMG S - S - S - S 6,000.00 5 6,000.00 S S - S - 6 - $ - � TOTALS = $ - S 8,69a.00 S - 5 26,74a.5t $ 35.436.57 LINE ITEM SUMMARY SHEET DIVISION Y 7 R AR CON T T 822 77H STREET CHILD WELFARE SERVICES WRKPKG. OESCRIPTION MAT'L LABOR EQUIP SUB TOTAL NUMBER 7101 TEMP ROOf PA7CHE5 f - S - E • S 5,000.00 $ S,OOOAO 7207 = s - E - S ' $ ' 7301 INSULATION S - S - 5 - S 3,240.00 $ 3,240.00 �ao� s - s - E • s • a - 7501 JOINT SEALERS S - S - E - S 6,500.00 $ 6,500.00 7607 FIRE STOPPING S - S - E - S V,906.00 $ 17.906.00 7701 = _ _ . s ' s ' $ - 7601 S - S - s s _ $ TOTAl5 = $ - $ - $ - $ 32,846.00 $ 32,646.00 LINE ITEM SUMMARY SHEET DIVISION % 8 GR WLING R CON TRU TI C0. 822 7TH STREET CHI�D WELfARE SERVICES WRKPKG �ESCRiPT10N MAPL LA80R EQUIP SUB TOTAL NUMBER 8101 DRFRDHR MATERIAL S 64,764.00 f - E - S - $ 54,764.00 8201 INSTALLDRFRHDR f - 5 1,OJ3.0� S - S 7,310.00 $ S,J44.00 8301 S - 5 • S - f - $ - B401 GLASS S - L • E - S 80,Y72.00 $ 80172.00 8501 WINDOW FILM f - S - 5 • f 6,81J.00 $ 6.813.00 8601 DE7EX f 168.00 S - S - S - $ 166.00 s - s - s - s - s - s - s - s - s - s - TOTAL5 = $ 54,930.00 8 1 ,034D0 $ - S 94,395.00 $ 150.359.0D LINE ITEM SUMMARY SHEET DIVISION q 9 R LIN B R CON TR 822 7TH STREET CHIL� WELFARE SERVICES WRKPNG. OESCRIPTION MAT'L IABOR EQUIP SUB TOTlLL NUMBER 9101 PAINT 8 VARNISH S - S - 5 - S 64,605.00 5 84,605.00 9201 PRM DftYWALL S - f - S - 5 214.450-0U $ 214,450.00 9301 FLOORING S - S - S - S 43,578.00 $ 43,578.00 8d01 SACT S - S - S - S N,710.00 E 41710.00 8501 FINISH REPAIRS CHASE BANK S • S - S - S 3,322.00 S 3.322.00 9607 5 - S - S • S - 9 - S - S - L - S - 5 - s - s - s • s - a . s - s - a - s - s - 70TALS = E - $ - $ - S 367,665.00 $ 367,665A0 LINE ITEM SUMMARY SHEET oivisioN z i o G OWLIN AR CON TRU TI N 822 7TH STREET CHILD WELFARE SERVICES WRKPKG. DESCRIPTION MAT'L LABOR E�UIP SUB TOTAL NUMBER 10101 ACCESSORIES E • S - S - E Y3,477.00 $ 23,477.00 70201 SIGNS S - S • S - S 1,070.00 E 1 .030.00 10301 S - S - E - E - S - '� t0401 5 - 5 - S - 5 - 5 - � 10301 s . 5 . S , 5 - � - I 10601 S - S - S - E - E - S - S - S - E • E - S - S - S - S - E - TOTALS = b - S - $ - S 24.507.00 $ 24,507.00 LINE ITEM SUMMARY SHEET DIVISION # 11 WLIN B AR CON TRU TI 822 7TH STREET CHiLD WELFARE SERVICES WRKPKG DESCRIPTION MATI LABOR EOUIP SUB TOTAL NUMBER 113100 APPLIANCES S 6,600.00 S 1,500.00 S - E - S 8. 100.00 s - s - s - s - a s - s - s - s . s s - s s - a - s S - S - S - E - S - S - S 5 - i - $ TOTALS = 3 fi,600.00 $ 1 ,500•00 $ - b - $ $, 100.QQ LINE ITEM SUMMARY SHEET DIVISION tl 12 R N R ON TRU TI 622 TfH STREET CHILD WELFARE SERVICES WRKPKG DESCRIPTION MAT'L LABOR EpUIP SUB TOTAI NtIMBER 123557 $ - s - s - S • y _ 12107 5 - S - S - E - 5 - S • s • S - f - b - S - S - S - f - $ - s - s - a - a - a s - s - s s - s TOTALS = 5 - S - $ - $ . $ - LINE ITEM SUMMARY SHEET oivisioN x i3 GR WLING BEAR CONSTRU TI C . 822 7TH STREET CHILD WELFARE SERVICES WRK PI(G. OESCRIPTION MAPL LABpR EQUIP SUB TOT.4L NUMBER S - S • S - S - $ - s - s - s - s - a - s • s - s - a • a s - s - s - s - a - a - s - s - s . s s • s - s - s - a - TOTALS = $ - § - $ _ y _ $ _ � ' . I . i � LINE ITEM SUMMARY SHEET DIVISION # 14 ROWLIN N TR TI N 822 7TH STREET CHILD WELFARE SERVICES WRN PKG. DESCRIPTION MAT'L LA80R EOUIP SUB TOTAL NUMBER 74101 S - y - y - t - $ - �azoa s • a - s - s - s S - b - E • S • $ - E - 5 - E - f - $ - E - S - E • S • $ - S � S - S - S - $ - Tora�s = s s $ - y . g _ LINE ITEM SUMMARY SHEET DIVISION % 15 R LIN R N T TI 822 7TH STREET CHILD WELFARE SERVICES WRKPKG CESCRIPTION MAPL IABOR EQUIP SUB TOTA� NUMBER 15101 MECHANICAL S - E - E - S 1,052,291 .00 $ 1 ,052,291 .00 15201 SEWER LINE INVESTIGATI S - S 3,800.00 S - f 800.00 5 4,600.00 15701 TEST AND BALANCE S - E 1 ,500.00 S - S 1 ,700.00 $ 3.200 00 15401 S - S - 5 - S - $ - S � S - E - f • $ - s - a - a - s - a TOTALS = $ - $ 5,300-00 $ - $ 1 ,054,791 .00 $ 1 ,060.091 .00 LINE ITEM SUMMARY SHEET DIVISION tl 16 R WLIN EAR C NSTR TI N 822 7TH STREET CHILD WELFARE SERVICES WRKPKG. DESCRIPTION MAT'L LABOR EQUIP SU8 TOTAL NUMBER 16101 ELECTRICAL S - f - f • S 470,797.00 $ 470797.00 16201 FIRE ALARM f • f - S - S - $ - 16301 S - S - f - E - $ - 16401 BOND S - E � f - 5 12,853.00 5 12,853.00 16507 S - f - S � S - 3 - 76601 S - S - S • S - $ - S • E - S - f - S - TOTALS = $ - $ - $ - $ 483,650.00 $ 483,650.00 . , . . � TM �,� -•= Document A101 - 2007 Standard Form of Agreement Between Owner and Contracfor where the basis of payment is a Stipulated Sum I AGREEMENT made as of the Seventeenth day of November in the year Two Thousand Fifteen ADDITIONS AND DELETIONS: (In words, indicate day, month and year.) The author of this document has added information needed for its BETWEEN the Owner: completion.The author may also (Name, legal status, address and other information) have revised the text of the original AIA standard form.An Additions and Weld County Government Deletions Report that notes added 1150 O street information as well as revisions to the Greeley,CO 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 and the Contractor: has added necessary information (Name, legal status, address and other information) and where the author has added to or deleted from the original AIA text. Growling Bear Co Inc This document has important legal 2330 4th Ave consequences.Consultation with an Greeley,CO 80631 attorney is encouraged with respect Telephone Number: 970.353.6964 to its completion or modification. Fax Number: 970.353.6974 AIA Document A201 T""-2007, General Conditions of the Contract for the following Project: for Construction,is adopted in this (Name, location and detailed description) document by reference.Do not use with other general conditions unless Weld County 822 7th Str'eet Building Remodel this document is modified. 822 7th Street Greeley,CO 80631 Design Build on interior spaces and offices The Architect: (Name, legal status, address and other information) Markley Designs,LLC,Individual 3620 W. lOth Street Greeley, Colorado 80634 Telephone Number: 970-673 -8248 The Owner and Contractor agree as follows. / ' � � CTT) /a- /���' AIA Document A101 T"—2007.Copyright�1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Init. Institute of Architects.All rights reserved.WARNING:This AIA�Document is protected by U.S.Copyright Law and Intemational 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 byAlA software at 15:00:23 on 12/02/2015 under Order No.2238572089 1 which expires on 03/25/2016,and is not for resale. / n /� ���f User Notes: /f/� I � �ir'�1 //t+�E,1a� / ) ����,/ �i�� / � {l'>` �_� _ ,�,� ��- ��-- ��' ao�s�� ��� � � J TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS 10 INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General, Supplementary and other Conditions),Drawings,Specifications,Addenda issued prior to execution of this Agreement,other documents listed in this Agreement and Modifications issued after execution of this Ageement,all of which form the Contract,and are as fully a part of the Contract as if attached to this Ageement 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. Design and Pre-construction Services for the 822 7�'St Building Remodel as described in RFP B1500177 dated 9/25/15 ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION § 3.1 The date of commencement of the Wark shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs from the date of this Agreement or,if applicable,state that the date will be fixed in a notice to proceed.) � (Paragraphs deleted)The commencement date will be fixed in a notice to proceed. § 3.2 The Contract Time shall be measured from the date of commencement. § 3.3 The Contractor shall achieve Substantial Completion of the enfve Work not later than One hundred fifty( 150) days from the date of (Paragraphs deleted) commencement 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 Thirty-seven Thousand Five Hundred Dollars and Zero Cents($37,500.00), subject to additions and deductions as provided in the Contract Documents. � (7'able deleted) AIA Document A101 TM—2007.Copyright m 1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Init. Institute of Architects.All rights reserved.WARNING:This AIA�Document is protected by U.S.Copyright Law and Intemational Treaties.Unauthorized 2 reproduction or disVibution 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 underthe law.This documentwas produced byAlA soflware at 15:00:23 on 12/02/2015 under Order No.2236572089_1 which expires on 03/25/2016,and is not for resale. User Notes: (1647262028) � y , � (Paragraphs deleted) (7'able deleted) (Paragraphs deleted) 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. I § 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. § 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 certified amount 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 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 ofvalues submitted by the Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Sum among the various portions of the Work.The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require.This schedule,unless objected to by the Architect,sha11 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 Subject to other provisions of the Contract Documents,the amount of each progress payment shall be computed as follows: .1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values,less retainage of Ten percent( 10.00%). Pending final determination of cost to the Owner of changes in the Work,amounts not in dispute shall be included as provided in Section 7.3.9 of AIA Document A201T"'-2007,General Conditions of the Contract for Construction; .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction(or,if approved in advance by the Owner,suitably stored offthe site at a location agreed upon in writing),less retainage of Ten percent( 10.00%); .3 Subtract the aggregate of previous payments made by the Owner;and .4 Subtract amounts,if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A201-2007. § 5.1.7 The progress payment amount determined in accordance with Section 5.1.6 shall be further modified under the following circumstances: .1 Add,upon Substantial Completion of the Work,a sum sufficient to increase the total payments to the full amount of the Contract Sum,less such amounts as the Architect shall determine for incomplete Work,retainage applicable to such work and unsettled claims;and (Section 9.8.5 ofAlA Document A201-2007 requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.) .2 Add,iffinal completion ofthe Work is thereafter materially delayed through no fault ofthe Contractor, any additional amounts payable in accordance with Section 9.10.3 of AIA Document A201-2007. I (Paragraphs deleted) AIA Document A107T"—2007.Copyright�1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Init. Institute of Architects.All rights reserved.WARNING:This AIA�Document is protected by U.S.Copyright Law and Intemational Treaties.Unauthorized 3 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 documentwas produced by AIA software at 15:00:23 on 12/02/2015 under Order No.2238572089_1 which expires on 03/25/2016,and is not for resale. User Notes: (1647262028) � 1 ! § 5.2 FINAL PAYMENT § 5.2.1 Final payment,constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when .1 the Contractor has fully performed the Contract except for the Contractar's responsibility to correct Work as provided in Section 12.2.2 of AIA Document A201-2007,and to satisfy other requirements,if any,which eactend beyond final payment;and .2 a final Certificate for Payment has been issued by the Architect. I § 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 ARTICLE 6 DISPUTE RESOLUTION § 6.1 INITIAL DECISION MAKER The Architect will serve as Initial Decision Maker pursuant to Section 15.2 of AIA Document A201-2007,unless the parties appoint below another individual,not a party to this Agreement,to serve as Initial Decision Maker. I (Paragraphs deleted) § 6.2 BINDING DISPUTE RESOLUTION For any Claim subject to,but not resolved by,mediation pursuant to Section 15.3 of AIA Document A201-2007,the method of binding dispute resolution shall be as follows: (Paragraphs deleted) [X] Litigation in a court of competent jurisdiction (Paragraphs deleted) ARTICLE 7 TERMINATION OR SUSPENSION § 7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201-2007. § 7.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-2007. ARTICLE 8 MISCELLANEOUS PROVISIONS § 8.1 Where reference is made in this Agreement to a provision of AIA Document A201-2007 or another Contract Document,the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. § 8.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below,or in the absence thereof,at the legal rate prevailing from time to time at the place where the Project is located. (InseK rate of interest agreed upon, if any.) I8.00%per annum § 8.3 The Owner's representative: (Name, address and other informarion) � Toby Taylor § 8.4 The Contractor's representative: (Name, address and other information) Gary Shironaka 2330 4th Ave Greeley,CO 80631 AIA Document A107T"'—2007.Copyright�1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Init. Institute of Architects.All rights reserved.WARNING:This AIA�Document is protected by U.S.Copyright Law and Intemational Treaties.Unauthorized 4 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 e�ctent possible underthe law.This documentwas produced byAlA software at 15:00:23 on 12/02/2015 under Order No.2238572089_1 which expires on 03/25/2016,and is not for resale. UserNotes: (1647262028) � � § 8.5 Neither the Owner's nor the Contractor's representative shall be changed without ten days written notice to the other party. I (Paragraphs deleted) ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS § 9.1 The Contract Documents,except for Modifications issued after execution of this Agreement,aze enumerated in the sections below. § 9.1.1 The Agreement is this executed AIA Document A101-2007,Standard Form of Agreement Between Owner and Contractor. § 9.1.2 The General Conditions are AIA Document A201-2007,General Conditions ofthe Contract for Construction. (7'able deleted) (Paragraphs deleted) ('I'able deleted) (Paragraphs deleted) (Table deleted) (Paragraph deleted) § 9.1.6 The Addenda,if any: Number Date Pages I 1 10/9/15 1 2 10/14/15 1 Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 9. I § 9.1.7 Additional documents,if any,forming part of the Contract Documents: .1 AIA Document E201T"'-2007,Digital Data Protocol Exhibit,if completed by the parties,or the fol lowing: � 2. Exhibit A—Termination Clauses 3. Exhibit B—County Request for Bid 4. Exhibit C—Contractor Response to Bid This Agreement entered into as of the day and year first written above. ,, ����� � " DFC 14 2QL5 � NER(Signature) CONTRACTOR(Signature) Barbara Kirkmeyer, Chair, Board of Gazy Shironaka,President (Printed name and title) Weld County Commissione(�intedname and title) � (Table deleted)(Paragraphs deleted)(Paragraphs deleted) ��� AIA Document A101T"'—2007.Copyright�1915,1916,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The America� Institute of Architects.All rights reserved.WARNING:This AIA�Document is protected by U.S.Copyright Law and Intemational Treaties.Unauthorized 5 reproduction or distribution of this AIA� Document,or any poriion 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 15:00:23 on 12/02/2015 under Order No.2238572089_1 which expires on 03/25/2016,and is not for resaie. User Notes: (X.C/�`��26�8�l/ C�) r � Additions and Deletions Report for AIA�Documenf A101�"— 2007 This Additions and Deletions Report,as defined on page 1 of the associated document,reproduces below all text the author has added to the standard form AIA document in order to complete it,as well as any text the author may have added to or deleted from the original AIA text.Added text is shown underlined.Deleted text is indicated with a horizontal line through the original AIA text. Note: This Additions and Deletions Report is provided for information purposes only and is not incorporated into or constitute any part of the associated AIA document.This Additions and Deletions Report and its associated document were generated simultaneously by AIA software at 15:0023 on 12/02/2015. PAGE1 AGREEMENT made as of the Seventeenth day of November in the year Two Thousand Fifteen Weld Countv Government 1150 O street Greelev,CO Growline Bear Co Inc 2330 4th Ave Greelev,CO 80631 Telephone Number: 970.353.6964 Fax Number:970.353.6974 Weld Countv 822 7th Street Buildins Remodel 822 7th Street Greelev,CO 80631 Desi�n Build on interior spaces and offices Markley Designs,LLC,Individual 3620 W. lOth Street Greele�Colorado 80634 Telephone Number: 970-673 -8248 PAGE 2 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. Desi�n and Pre-construction Services for the 822 7"'St Building Remodel as described in RFP B1500177 dated 9/25/15 Additions and Deletions Report for AIA Document A101 T""—2007.Copyright m 1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987, 1991,1997 and 2007 by The American Institute of Architects.All rights reserved.WARNING:This AIA�Document is protected by U.S.Copyright Law and � Intemational Treaties.Unauthorized reproduction ordistribution ofthis 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 15:0023 on 12/02/2015 under Order No.2238572089_1 which e�ires on 03/25/2016,and is not for resale. UserNotes: (1647262028) � , , , , n.....,._+,..:..,,... e..«..t,,,ti�.,..,,.c ii,.�:�: The commencement date will be fixed in a notice to proceed. § 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than One hundred fiftv( 150) days from the date of��---�����--��-`,� �`""-"": �e+�} f�ep-s€aAFer� > • commencement § 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 Thirt�seven Thousand Five Hundred Dollars and Zero Cents($37,500.00 l, subject to additions and deductions as provided in the Contract Documents. . , , ..a.. ,.w,...,.w.,.. ,....ea w,..�.o n�,,,,� � ��� 1: A A A Il......,«..e,.: ..1..,�10.7 :..tl,e/''....�..�..t C..... ;Fnv...� . � �2Fti �f1E@ PAGE 3 § 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the > � month. Addkions and Deletions RepoR for AIA Document A101 T"'—2007.Copyright m 1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987, 1991,1997 and 2007 by The American Institute of Architects.All rights reserved.WARNING:This AIA�Document is protected by U.S.Copyright Law and 2 Intemational 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 15:00:23 on 12/02/2015 under Order No.2238572089_1 which e�ires on 03/25/2016,and is not for resaie. User Notes: (1647262028) , � § 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 certified amount 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 shall be made by the Owner not later than Thirty(30,days after the Architect receives the Application for Payment. .1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Wark by the share of the Contract Sum allocated to that portion of the Work in the schedule of values,less retainage of Ten percent(10.00%). Pending final determination of cost to the Owner of changes in the Work,amounts not in dispute shall be included as provided in Section 7.3.9 of AIA Document A201T'"-2007,General Conditions of the Contract for Construction; .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction(or,if approved in advance by the Owner,suitably stored offthe site at a location agreed upon in writing),less retainage of Ten percent( 10.00%); FLS� 4 Do.7....r:.,« .,«1:«.:+.,t:,,« „F«o�.,:.,.,..o :F.,«.. �L..,11 l.o.,.. F 11,,.,,�. . . � � . e PAGE 4 § 5.2.2 The Owner's final payment to the Coniractor shall be made no later than 30 days after the issuance of the Architect's final Certificate for D�.....�-« ,._.,,.r,,,......_ Pavment �FL.�..F�n�.n 4�n.i A..��ni/�i.4 I ' f Add'Rions a�d Deletions Report for AIA Document A101 T"—2007.Copyright�1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987, 1991,1997 and 2007 by The American Institute of Architects.All rights reserved.WARNING:This AIA�Document is protected by U.S.Copyright Law and 3 Intemational 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 underthe law.This documentwas produced by AIA soHware at 15:0023 on 12I02I2015 under Order No.2238572089_1 which expires on 03/25/2016,and is notfor resale. UserNotes: (1647262028) , � r � A«Z..{.�..4�..w.. ..4 4..C....4�..r� �� /� �F A 1 A Tl......�,lil t�i�V i �vv� {—�—f X 1 Litigation in a court of competent jurisdiction 8.00%per annum Toby Tavlor Gary Shironaka 2330 4th Ave Greeley,CO 80631 PAGE 5 Beea� �le Sate Pages Ses�iera �le 9ate Pages #�� �+�le sate 1 10/9/15 1 2 10/14/15 1 Additions and Deletions Report for AIA Document A701'"'—2007.Copyright 81915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987, 1991,1997 and 2007 by The American Institute of Architects.All rights reserved.WARNING:This AIA�Document is protected by U.S.Copyright Law and 4 Intemational 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 documentwas produced by AIA software at 15:0023 on 12/02/2015 under Order No.2238572089_1 which e�ires on 03l25/2016,and is not for resale. User Notes: (1647262028) , � 2. Exhibit A—Termination Clauses 3. Exhibit B—Countv Re4uest for Bid , , • �e�4. Exhibit C—Contractor Response to Bid This A eement entered i to as of the da and ear first written above. ' ' DE� 14 20i'� �� __— cl�- NER(Signature) CONTRACTOR(Si ng ature,� Barbara Kirkmeyer, Chair, Board of Gary Shironaka.President (Printednameandtitle,�Weld County Commissione�-Intednameandtitle) nRTl66€ 19 INSI�f�AN6€-/�NB-�AT:w n�nrrcvz-cvQ�-: A�irtvrzvcrT7 Additions and Deletions RepoR for AIA Document A101 T""—2007.Copyright�1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987, 1991,1997 and 2007 by The American Institute of Architects.All rights reserved.WARNING:This AIA�Document is protected by U.S.Copyright Law and 5 Intematio�al 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 15:00:23 on 12/02I2015 under Order No.2238572089_1 which expires on 03l25/2016,and is not for resale. UserNotes: (1647262028) ` 0�0��-.�I�t�l� I ( Certification of Document's Authenticity AIA� Document D401 T"" — 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 15:00:23 on 12/02/2015 under Order No.2238572089 1 from AIA Contract Documents software and that in preparing the attached final document I made no changes to the original text of AIA�Document Al01T"'-2007,Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum,as published by the AIA in its software,other than those additions and deletions shown in the associated Additions and Deletions Report. (Signed) / �'c�S r' vf � --, �— (Title) ^ j 2 lz /� S (Dated) AIA Document D401 T""—2003.Copyright m 1992 and 2003 by The American Institute of Architects.All rights reserved.WARNING:This AIA�Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA�Document,or any portion of it,may � result in severe civil and criminal penakies,and will be prosecuted to the maximum extent possible underthe law.This document was produced by AIA soHware at 15:00:23 on 12I02I2015 under Order No.2238572089_1 which expires on 03/25/2016,and is not for resale. UserNotes: (1647262028) � � • Exhibit A Termination. County has the right to terminate this Agreement,with or without cause on thirty(60) days written notice. Furthermore,this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials(or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for,and such compensation shall be limited to, (1)the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2)the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3)the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials,equipment,tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and,Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement,together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT-INCOMPLETE." Upon termination of this Agreement by County,Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services,whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable),the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports,test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement,whether or not such materials are in completed form, shall at all times be considered the property of the County.Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. Examination of Records. To the extent required by law,the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement.The Contractor agrees to maintain these documents for three years from the date of the last payment received. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. , � Exhibit A � Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. Employee Financial Interest/Conflict of Interest—C.R.S. §§24-18-201 et seq.and§24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect,that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement,Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. Public Contracts for Services C.R.5. §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 orjob applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3)days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County,a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated,Contract Professional shall be liable for actual and consequential damages. Exhibit A Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. .. �_.�� • _ ___ . . ..�� �: . . .. _ w . r � _-, . _ �k�,� h�t � �-�,_ _--- _ ::�--� REQUEST FOR BID � (� �:.�„'�. 1 g 6l i''°`�,. , I WELD COUNTY, COLORADO � 1150 O STREET � GREELEY, CO 80631 DATE: SEPTEMBER 25, 2015 � �_"�� � �� � �� � � � � BID NUMBER: #B1500177 ���� � �f���..w� �..��i.�.�.��.� DESCRIPTION: 822 7th ST BLDG REMODEL- DESIGN BUILD MANDATORY PRE-BID CONFERENCE DATE: 10/8/15 @ 1:30 PM BID OPENING DATE: 10/26/15 cei 10:00 AM 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 Count�'), wishes to purchase the following: Design-Build Services for the Remodel of 822 7th Street, Greeley CO A mandatory pre-bid conference will be held on Thurs., October 8th, 2015 (a� 1:30 pm, at the Weld County Administration Bldg., 822 7th St, Greeley CO 80631. Bidders must participate and record their presence at the pre-bid conference to be allowed to submit bids. Bids for the above stated merchandise, equipment, and/or services will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: Mondav, October 26, 2015 (a� 10:00 am (Weld Countv Purchasin Time Clock . PAGES 1 - 12 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 12 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAG E 12. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above-listed merchandise, equipment, and/or services. 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. Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find bid information on the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasinq/index.html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E-Purchasing System. The Rocky Mountain E-Purchasing System (BidNet�) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County— 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: b i d s@ w e I d g o v . c o m . Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested,you must submit/mail hard copies of the bid proposal. BID N0 B1500177 Page 1 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile:"I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 3. Mail or Hand Deliverv. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room#107 Greeley, CO 80631. Please call Purchasing at 970- 336-7225 if you have any questions. 3. INSTRUCTIONS TO 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 pa�tnerships 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 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. 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. 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. 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 prror 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. 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. 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. Qualification of Bidders: Qualification statements, attached with this document, are required to be completed by Bidders. If requested by Weld County, a Statement of Qualifications will be completed for the Subcontractors listed by the Contractor within 72 hours of the request. Failure to submit qualifications may be cause for rejection of Bids. The Owner shall consider the following criteria in evaluating the Bidder's qualifications following the opening of Bids: Experience and performance records on similar work. Ability to complete the Work within the Contract Time. BID NO B1500177 Page 2 � � Familiarization with the Work: Before submitting his Bid, each prospective Bidder sha�l familiarize himself with the Work, the site where the Work is to be perFormed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidderthat he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Director of General Services, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Preparation of the Bid: 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. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the mannerthat a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition,subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The DiecGoraf Gene�alServioesmay at his sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded,will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids. W e I d C o u n t y intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perForm work on the project. The use of Subcontractors listed bythe Bidder and accepted by Courity prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld BID N0 B1500177 Page 3 . � County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the Cour�ty may reject all Bids or call for other Bids. The Courity, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. In submitting the bid, the bidde�agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there-under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmen a inspections required by public authorities for performing thelNork,which are applicable at the time Bids are,opened and which are not specified to be obtained by the County, shall be included in the Bid price. �Ro alt�ies: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. Utilities: Unless otherwise specified,.the Bidder shall include in his Bid the cost of all electrical, wa�sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for over ea cos s and profits on account of cash allowances named in the Bid Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: Nature and location of the site where the Work is to be performed. Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. General local conditions. Availability of lands as set forth in the General Conditions. BID N0 B1500177 Page 4 . . Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be perFormed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES-ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perForm work under this Agreement, through participation in the E-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E-Verify Program or State of Colorado program procedures to undertake pre-employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with afl 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. 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID N0 B1500177 Page 5 . � 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, and "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successfu� bidder shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limrtation, 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. BID N0 B1500177 Page 6 � r 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, co�or, 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 faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement. The successful 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 shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, The successful bidder's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. N. Subcontractors: The successful 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. BID NO B1500177 Page 7 r � O. Warranty_ Contractor warrants that construction services perFormed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work perFormed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. P. Non-Assignment. The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perForm services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50- 507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal actrvities 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. Compliance with Davis-Bacon Wage Rates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis- Bacon Wage Rates. V. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. BID N0 B1500177 Page 8 � . � W. Compensation Amount. Upon the successfui bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted 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 Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful 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 10. INSURANCE REQUIREMENTS General Requirements: Successful bidders/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above-described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty(30)days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten(10)days prior. If any policy is in excess of a deductible or self-insured retention, County must be notified by the Successful bidder/Contract Professional. Successful bidder/Contract Professional shall be responsible for the payment of any deductible or self-insured retention. County reserves the right to require Successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self-insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful 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 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/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful 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 construction services provided, the timely delivery of said services, and the coordination of afl 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, BID NO B1500177 Page 9 , . . 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 construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful 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 pertormed 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. Types of Insurance: The successful bidder/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder'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 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 500,000 $ 500,000 $ 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured—owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured—owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities perFormed by, or on behalf of the Successful bidder, including completed operations" and the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire; and $500,000 errors and omissions. $5,000 Medical payments one person BID IV0 B1500177 Page 10 � � } Automobile Liability: Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and$1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non-owned vehicles used in the performance of this Contract. Additional Provisions: Policies for all general liability, excess/umbrella liability, liquor liability and pollution liability must provide the following: i. If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or reserved claims, Successful bidder shall notify County within ten (10) days and reinstate the aggregates required; ii. Unlimited defense costs in excess of policy limits; iii. Contractual liability covering the indemnification provisions of this Agreement; iv. A severability of interests provision; v. Waiver of exclusion for lawsuits by one insured against another; vi. A provision that coverage is primary; and vii. A provision that coverage is non-contributory with other coverage or self- insurance provided by County. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies,if the policy is a claims-made policy,the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Successful bidders/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the successful bidder/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub-vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Successful bidder/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub-vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub-vendors suppliers or other entities upon request by the County. BID NO B1500177 Page 11 � . . A provider of Professional Services(as defined in the Bid or RFP)shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the successful bidder as part of the Contract. Successful Bidders Pollution Liability Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the successful bidder desc�ibed in the Successful bidder's scope of services. Policy shall cover the successful bidder's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims-made basis, the successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 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 NO B1500177 Page 12 � .. � WELD COUNTY 822 ADMINISTRATION BUILDING REMODEL DESIGN BUILD BID 822 7tn STREET, GREELEY CO 80631 Public Notice is hereby given that Weld County, Colorado, hereinafter referred to as the "County" will receive sealed bids to perform a remodel of the Weld County 822 7T" Street Administration . Building remodef. This facility is located at 822 7�' Street, Greeley Colorado 80631. The purpose of this RFP is to obtain statements of qualifications and to solicit fee proposals from firms who wish to provide the services requested in this RFP. The County desires to retain a Design Build Team to perform Design, construction and construction management services for all phases of the work consisting of improvements including, without limitation, the following work: • Design Services • Building Construction � Construction Management BUILDING OVERVIEW The Building, which is located at 822 7th Street, Greeley, CO, consists of essentially two buildings. The main building is a seven-story masonry office building and was built in 1974 and has approximately 101,075 square feet. The second building is referred to as the Annex Building. The Annex building was also built in 1974 and has approximately 18,800 square feet. Weld County is anticipating remodeling the Annex Building in its entirety and approximately 8,242 square feet of the first floor of the main building. Weld County intends to house administrative functions which will consist of Chrld Welfare functions. It will contain private and open office areas, lobby space, conference rooms, public/employee �estrooms, and break room. The project consists of a general remodel to an existing office building to include the following: • Modifying approximately 8,242 square feet of first floor of the main building and the entire Annex building to convert into, general offices, conference rooms, restrooms, break room, and general administrative areas. • Floor finishes will be included with carpet provided by owner. • Demolition of existing interior walls, electrical and plumbing, HVAC and data connections. (Note: demolition of asbestos containing sheetrock and flooring is being conducted via a separate contract concurrently with this bid) • Exterior signage as required. • The County will be responsible for the building permit fee. • All work for building must be completed by October 1, 2016. • 100% of the HVAC will be updated to a VFD design with reheat capability along with appropriate/multiple zoning and will operate on one of the County's control system (either Set Point Systems or Johnsons Controls). • The selected firm will be responsible to attend weekly on-site meetings through the duration of the construction period. • Contractor will provide programming services during the design phase. The programming and design phase could require extended time with multiple revisions. • Building must meet compliance with American's with Disability Standards. BID N0 B1500177 Page 13 , _> • Conference spaces need to meet data and audio needs. PRELIMINARY SCHEDULE Date of this RFP September 25, 2015 Advertisement Date September 25,�2015 Pre-bid conference October 8, 2015 @ 1:30 pm Proposals Are Due October 26, 2015 @ 10:00 am Contract Award Notice November 16, 2015 Pre-Const. Services Immediately upon notice of award Commence Construction February 2, 2016 � Substantial Completion September 1, 2016 Final Completion Projected date of October 1, 2016 The successful Bidder will be required to furnish, as part of the Contract Documents, an insurance certificate in the amount specified in the Contract Documents, a PerFormance Bond and Labor & Materials Payment Bond, each in an amount equal to 100% of its Contract price including Force Account items, said bonds to be issued by a responsible corporate surety approved by the Board of County Commissioners and shall guarantee the faithful performance of the Contract and the terms and conditions therein contained and shall guarantee the prompt payment of all materials and labor and protect and save harmless the County from claims and damages of any kind caused by the operations of the Contractor. The Board of Weld County Commissioners reserves the right to reject any or all bids, to waive any informality in bids, and to accept the bid that, in the opinion of the Board, is in the best interests of the Board and of the County of Weld, State of Colorado. SCOPE OF SERVICES The intent of this section is to highlight in general terms the nature and scope of the work to be performed. 1. DESIGN SERVICES a. Provide a conceptual design for the project. b. Civil engineering and site planning, as required. c. Prepare submittals to governing agencies for approval. d. Provide a schematic design package. e. Provide a design development package. f. Provide full and complete construction documents. g. Provide construction administration. h. Attend weekly design and construction meetings. i. Prepare building permit submittal, and assist in obtaining the permits. Make Building Department requested revisions. j. Provide an estimate of"reimbursables" that would be required for this project. k. Provide hourly rates for"additional services." I. Provide a design schedule m. Include all costs for architectural design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal. The Design Build Team must have demonstrated the ability to perform a project of this scope. As construction documents are completed, the firm will be expected to provide a construction budget including a Guaranteed Maximum Price ("GMP"). The County believes it is crucial that the firm be BID N0 B1500177 Page 14 ' . . . a member of the project team and participates along with the architect and the consuitants in the design process. 2. PRE-CONSTRUCTION SERVICES: a. Conceptual Estimate b. Project Development Schedule established that includes the applicable regulatory, agency, outside entity, project team and County activities. Construction Schedule developed which includes all critical design/engineering and construction activities and identifies delivery issues. Advise the County of a plan to manage such delivery issues. c. Continually review (prepare reports, recommendations, etc.) all design documents in regard to budget, constructability, completeness and coordination. d. Monitor budget and schedule throughout the design phase and advise the County when corrective action is required related to both design progress and costs. e. Provide value engineering during design studies. f. Evaluate the availability and supply of labor and advise the County of potential impacts. g. Develop proposal request packaging/phasing strategy including outreach program for work by trade contractors. h. Develop procedures for issuing proposal requests and prepare documents/scopes for the County Review. i. Conduct pre-proposal conferences j. Review, analyze proposals results and recommend award to successful respondent k. Develop management reporting procedures to be used during construction, (costs/schedules, etc.). I. Establish job site survey controls prior to mobilization. Coordinate surveys, geotechnical investigations and other pre—mobilization activities. m. Provide any other Pre-construction services as may be required by Weld County. n. Contractor will provide programming services during the design phase. The programming and design phase could require extended trme with multiple plan revisions 3. CONSTRUCTION PHASE: The Design Build Team will manage and coordinate all construction activities, obtain competitive subcontract and material bids and have the opportunity to competitively bid portions of the work the contractor is qualified to self-perform. During this phase the Design Build will provide without limitation, the following services: a. Design Build Team 1) Monitor costs and prepare monthly project cost reports. 2) Quality control. 3) Coordination of all on-site activities including commercial contractors, subcontractors, utility companies and coordination of all work related to, in close proximity to or adjacent to the site which may impact the work on this project. 4) Vendor drawing administration. 5) Change Order management 6) Preparation of monthly pay application. 7) Preparation and coordination of infrastructure acceptance submittals. 8) Close out documentation Notice of Final Settlement process. 9) Any other construction services as may be required by Weld County. b. General Condition Services. 1) Complete field staff and support, temporary facilities. 2) Equipment and support not in direct cost. 3) Manage permits held by Owner. 4) Issue and manage agreements for testing and inspection services, surveying, etc. BID N0 B1500177 Page 15 �� 5) Coordination with utility companies. 6) Support design team. 7) Performance, labor, material & pavment bond will be required. PROPOSALDOCUMENTS Please submit an original and two (2) copies of your proposal signed by a person authorized to bind the party. The proposals shall be organized as outlined below: A. Firm(s) Information: 1) Identify which office (Contact Office) will be responsible for the project. 2) Provide a staffing chart showing proposed organization for this project. 3) Provide a list of proposed firms to be used in design services for the following: HVAC, Electrical, Mechanical, and Plumbing. 4) Provide resumes of personnel who will be involved on the project. Weld County reserves the right to interview designated project personnel. 5) No changes in the approved project personnel will be granted unless agreed to by Weld County. 6) Provide a detailed financial statement of the Firm, including a bank reference and credit available and furnish any other information that may be required by the County. If Firm does not wish its financial information to be a public record, please place in an envelope and label as "Confidential". Failure to do so may result in said financial information being publicly disclosed. 7) Provide copy of certificate of insurance and limits of public liability under insurance. 8) Provide any and all information regarding any lawsuits pending or threatened against, you, your firm or any of the principals or joint ventures. 9) Provide your company's bonding limitations. B. Firm's Experience: 1) Provide a brief summary of like work your firm has undertaken as a Design Build Contractor. Note: Do not use prior projects conducted for Weld County government. 2) List the owner, type of project, address and contact name for references and telephone numbers. 3) Indicate whether your contract was a prime or involved a joint venture with another firm and whether construction management, general contracting, design build, or a combination or other services were involved. C. Current Workload: Provide a list of current project commitments by your proposed team and proposed individuals, including the status of such projects. Identify the owner's representative, address and phone number for each project. D. Services: 1) Indicate if your firm has provided Design Build projects. 2) In addition to the activities listed under "Scope of Services", section "2. Construction Phase" above, provide a list of any additional construction management, general condition and/or coordination services you believe will be necessary to successfully complete this project. E. Construction Methods: Indicate which elements of work or other services your firm is capable of performing with its own forces. Please note Weld County reserves the authority and right to require the Design Buifd Contractor to bid self-performed work in competition with available qualified BID NO B1500177 Page 16 �a i subcontractors. F. Fee Proposal: The County anticipates entering into a Guaranteed Maximum Price (GMP) Contract plus a fee. Additional phases of work may be amended to the contract. 1) Identify the Fee your firm proposes to provide Design Build services described in this RFP. The fee is to be based on cost of work for the Building. 2) Provide an estimate of general condition costs for the project for the services described in this RFP. 3) Provide a cost estimate for the pre-construction phase services and how you intend to charge for these services. Include an estimate of non-personnel expenses in similar format to formulate the estimate of total cost. 4) Provide a list of salary/wage rates for personnel proposed for this project. Indicate the base wage or salary and applied Direct Personnel Expense to formulate a total hourly billing rate and I monthly billing rate for each supervisory/administrative individual proposed for involvement in i either the pre-construction phase or construction phase of the project. 5) Provide a schedule of current bond premium rates and confirmation of the current bonding capacity of your firm. G. EVALUATION CRITERIA The following criteria will be used to evaluate the proposal submitted in response to this Request for Proposal: A. Prior experience of firm and key staff on a similar project. B. Quality and experience of peopte assigned to the project — project manager, superintendent, design team, etc. C. Current workload, organizational depth and ability to deliver the project within the projecYs time frame. D. Demonstrated ability to work with design team providing conceptual estimating, value engineering, constructability, and scheduling services. E. Ability to provide the County a GMP for general conditions and/or the entire project and financial strength of the firm to stand behind the GMP. F. Demonstrated ability to construction a project such as this to meet cost, schedule and quality goals. G. Proven track record with job safety. H. Completeness of the response to this RFP. I. Fee proposals and general conditions estimate. Each response must include all information and documents required by this RFP. Failure to furnish all required information and documents may result in the rejection of the proposal. NOTE: Winning contractor will be expected to enter into a standard AIA contract for this design build. Complete the fee proposal below for your bid. Assumptions are the contractor's assumptions for completing this job. The fee proposal should be provided in either a percentage of the GMP or a Lump Sum. If you have additional fees, provide attachments detailing those fees. BID N0 B1500177 Page 17 F� � FEE PROPOSAL A. Bidder Assumptions 1. Construction Budget(including general Estimated GMP conditions, fees, contingency, bonds and insurance). 2. Construction Duration Estimated#of Months B. Fee Proposal % Or Lump Sum 1. Pre-Construction o/a � 2. Design Fee % $ 3. General Conditions % $ 4. Construction Management Fee % $ 5. Bonds (Attach schedule) % $ 6. Other(describe on additional sheet) % $ 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.#61500177. 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 (incfuding, 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 BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID# BID NO B1500177 Page 18 SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 —17. BID NO B1500177 Page 19 , ,. � r Below are the answers to questions that occurred during the pre-bid meeting for the Generator Design Services bid (B1500177) which was held on October 8, 2015. 1. Is this remodel expected to have any LEED certifications? Answer: No 2. Should structural design fees be included in our proposal? Answer: Yes. This is a design build proposal/bid. 3. Is the winning vendor expected to bid the subcontractors? Answer: Yes. Winning vendor is expected to obtain at least three bids from each subcontractor/trade and provide those to the County upon request. 4. How are we supposed to develop an estimated GMP when none of the design work has been accomplished? Answer: Estimated GMP will be deleted as a requirement. An addendum will be published to capture the deletion of that requirement. 5. The preliminary schedule appears tight. What if we cannot meet the schedule? Answer: If you company does not feel the schedule is doable; your proposal should detail your proposed schedule for completing this job. � e � Below are the answers to questions that occurred during the Q&A period for the 822 71h Street Design-Build Services bid(B1500177). 1. Will Davis-Bacon Wage Rates be required on this project? Answer:No 2. Is a bid Bond required? Answer:No 3. Is Pollution Liability insurance really required? Most general contractors do not carry this insurance, and we must keep it active for at least 2 years after the project, increasing the cost for this project significantly. Answer:This clause was deemed to not be needed. An addendum is forthcoming. 4. What Civil engineering or Site planning will be required? This will be a large cost, if there is none,then we should not include a Civil engineers fee? Answer:There may be the possibility of this due to connecting the two buildings Information Technology via underground conduits and tying into utilities. 5. What Structural engineering will be required? This will be a large cost, if there is none,then we should not include a Structural engineers fee? Answer:Since the Annex will required new Roof Top Units structural will be required for this facet. There may be other needs depending on design. 6. What kind of preferences are used in accordance with section 14-9(3)of the Weld County Home Rule? Answer:There is not a pre-designated set of rules. 7. Are there existing as built drawings? Answer:We had a contractor recently perform an as-built design of the architectural components of the building. And we have copies of the original floor plans. Those will be provided to the winning bidder to use as a starting point as they see�t. However,a full as- built set of all components of architectural,mechanical, plumbing,civil do not exist. 8. Has there been any type of schematic design? Even just a scratch simple layout,this will help us understand what Civil or Structural Engineering will be required. Answer: No , ., ► 9. Please release the existing as built drawings as soon as possible, if not we will need to include additional fees for site verification. Answer:We had a contractor recently pe�form an as-built design of the architectural components of the building. And we have copies of the original floor plans. Those will be provided to the winning bidder to use as a starting point as they see�t. 10. The proposal requirements do not match up exactly with the evaluation criteria, how should we prepare the proposal? For example the evaluation criteria list"G".Job Safety however Job safety is never mentioned in proposal requirements. Answer: Provide the information requested in bid. 11. On the front sheet it states emailed bids are preferred,then on page 16, it asked for an original and (2) copies. How should the proposal be submitted? Answer:Submission method is up to you. Either method works for us. 12. Does Weld County have a standard design guideline the D/B team needs to follow? Answer: No,each project is different. 13. Will this project be administered, permitted, and inspected solely through Weld County or will the City of Greeley be involved? Answer: Building permits/inspections will be through Weld County. Greeley would be involved should a new sewer/water tap be required. 14. Is the sample AIA contract available for review? If not could you please provide the AIA version that Weld County plans to use? Answer:Yes. An AIA sampte contract for design build is available through search engines on the internet. Contractor is expected to provide the draft with appropriate fields completed. 15. Does the design/build team need to follow specific subcontractor/vendor procurement methods? Answer: Winning vendor is expected to obtain at least three bids from each subcontractor/trade performing construction work. Bid results must be viewable upon request of County. A 1. 16. What if any, drawings and /or CAD files are available for the existing building? Answer: We had a contractor recently perform an as -built design of the architectural components of the building. And we have copies of the original floor plans. Those will be provided to the winning bidder to use as a starting point as they see fit. 17. If CAD files are available, may they be utilized by the design team in creation of new base drawings? Answer: We had a contractor recently perform an as -built design of the architectural components of the building. And we have copies of the original floor plans. Those will be provided to the winning bidder to use as a starting point as they see fit. 18. Is the creation of field -measured and verified existing condition plans part of the design scope? Answer: We had a contractor recently perform an as -built design of the architectural components of the building. And we have copies of the original floor plans. Those will be provided to the winning bidder to use as a starting point as they see fit. 19. Will any special green building and/or commission requirements be required for this project? Answer: No .� _�� �� , , �-X��b,t � , Growling Bear Co., Inc. :, V' ��I���r�c���.0 �� ���r°,� � �`�erce f ; + y � �,���� �-� ,g� g�, � � ��� �.�.� :r � �� t�,�r � --� � ; ' � . : x ,.�s��'��� � �J i � � i& �Yr,,,y ���1+iJ�m���`�6�� ������ ��{� ' �' i �y,4�=.,�'� �` '�. ./r ��,�'f n �'�`4'E'' ..�a-., `a� k��-r.v�. '.� - � , �.� � � +� ���c� � g�ia Cene � � ns o � � � �, � F �����F��3� 4*�,A��e�ue;C`�r e,�C�?� �'3�i� � � �r�� � £ F '�^�'' xz,�.ar �� �. r � d"r�`.�, �'�^'��-f�'fi'iA'�� �F�s �y�'.�zs+s,yv�c�'� '.F ���„��,c�r� �,d��v' � �, �� ��� ��������o�e: 9�4.�5�.6954• Fa�:��3'��:353,������a�� ������ � � �> y�, ^� � ���"� r ;�A-"�. �:.,7� � � �y�^`�,��-s ,r.�-�q� .'� ,c�-��� ,��,,�.�:_�,)���������5�'�,s`u7 ��.�' � '.�y`°��� �":"�`�.��'�'�t�:� :� 5=; �� x� � �t �s'F" 'x "� E '� <��"� �x a ����� ���� �= �����.�-�� growl�ngbe�r �o�ri�`�����`���x ����� ���>��-��4��-���� 'Y�* '6`?°;.r.h�,�..,'""�-_ ` " ������'���Y"��"�+',�t � ,.,__- v 3_,�,�, 'r' �`�'� � .��sa.. ,. __ .,��r'`�.�r�,.� _.z�,v:,e.�'`a"_ m_�..��_..... ,..._:� .. .�,..... .. „ o � ,� ., � :/ -� - Growling Bear Co. Inc. - , . •� 1 • GROWLING BEAR CO. (INC.) �� A I'�IERGE COMPETITUR IN THE COMMF.RC,IAT.CONSTRiTCTTON TNAi1STRY I�/larkl � y DESIGNS ARCHITECTURE - PLANNING - CONSULTING ' mirez, hnsan, & � sociates 2330 4thAvenue,Greeley, Colorado 8o6gi Phone:970-353-6964 F'�� 970-353-6974 I ` Growling Bear Co. Inc. . . .� � • GROWLING BEAR CO. {INC.) A 1'YERCE G�OhfPETITUR IN THE GOMblF.R(:IAT. GONSTRiIC,T70N TNAlISTRY I�/larki � y DESIGNS ARCHITECTURE - PLANNING - CONSULTING ' mirez, hnson, & ' SOC1�tE'5 2330 4thAvenue,Greeley,Colorado So631 Phone:970-353-6964 F�� 97a-353-6974 �i �_ � Growling Bear Co. Inc. - . � , � Growling Bear will be administrating this project from our office located at 2330 4th Avenue, Greeley, CO 80631. � . , . � 62.I%'s�n. � ,r�'a �O v �:� ��,: a;,: 4 f� s-� �, ;, 9{ �;�f�i ys� F ;G., .'�3;; 'ln ��%'� y� �.��� :s2,� �,�''a,,,'� �� �-� itl! T ' :!y,`, _ I� ' J � ��� �IE�Ary�9 O� ���ti�,��' ! le � �4 � , , � • ' Subcontractors . �: Su�pliers.;< �a In House labor �...���:'°��� ,.�.,. ... �•�, � � , , .,.. :.. � -� 4 �,,. � - :. . ; ,..� . �. _ . �C��011IItf PQ�1NC WOt�D:$ZZ . : �°i Str�� 44�[ �` :l� x ���'� �<,�� 2330 4th Avenue,Greeley,Colorado 8o63i Phone:970-353-6964 F'�� 970-353-6974 , , � � . � , � � Ramirez, Johnson, and Associates, LLC Statement of Qualifications Firm Profile RJA is a multidisciplinary practice that specializes in engineering design, project management and commissioning for commercial and residential buildings. Our primary goal is to provide our clients with appropriate, high performance design solutions that will meet their goals and requirements. We offer the value and expertise that our clients need to complete projects on time and on budget. Principals Darin Ramirez PE, LEED AP,CGD Darin Ramirez provides 10 years of design and systems expertise to the firm's project teams. His design experience includes commercial, multifamily,educational,governmentfacilities and more. With an emphasis on high performance design, Darin has helped shape many of the west's finest projects. Darin is registered engineer in Colorado and Wyoming,and he is an active member of the local US Green Building Council and American Society of Heating, Refrigeration,and Air Conditioning Engineers. Eric Johnson CxA,LEED AP Eric has approximately 12 years of experience as a mechanical engineer and several yea�s before as a mechanical contractor. He has vast experience in many difFerent aspects of the construction industry. Eric has expertise in the design,commissioning, and operation of inechanical systems for numerous types of facilities,including office buildings, mixed-use,educational,federaf,and medical facilities. Eric has a tremendous attention to detail,and adds value to any team. Services and Disciplines � Mechanical Engineering • Plumbing Engineering • Construction Administration • Sustainable Design Assistance • Commissioning and Retro Commissioning � Energy Audits • Building Energy Modeling Certifications and Qualifications • M/WBE,SBE, EBE,and DBE Certified Firm � Commissioning Agent(CxA) • Registered Professional Engineers(CO, UT,and WY) • Certified GeoExchange Designers • LEED Accredited Professional Statement of Qualifications _.. �_. _ - �-� � -,� ' a111�rEZ � ohnson, s� • ssociates � ' amirez ohnson, a� • ssociates Recent Projects RESTAURANT COMMERCIAL and OFFICE � Humble Pie—Denver,CO • Metro Waste Water Reclamation Dist.—Denver,CO • Prosper Oats—Denver,CO • Coorstek Office—Golden,CO • Tacone Flavor Grill —EI Segundo,CA • Green Spaces—Denver,CO � Park Burger—Denver,CO • The Hive on 16th—Denver,CO • Brazen Restaurant -Lakewood,CO • inverness Office—Littleton,CO • Moe's BBQ—Aurora,CO • Coorstek R&D Lab—Golden,CO • Bacon Restaurant—Denver,CO • SEH Architecture—Denver,CO • Dunkin Donuts—Denver International Airport • Tower Pavillions—Aurora,CO • Jamba Juice—Denver International Airport • 9th St Capital—Golden,CO • Village Pizza—Denver International Airport • Denver Health Pavillion H—Denver,CO • Sexy Pizza#1,2,3—Denver,CO • Denver Heatlh Pavilion i—Denver,CO • Allegro Coffee—Denver,CO • Ditch W itch—Commerce City,CO • Lenny's Subs—Aurora,CO • JBS Corporate Office—Greeley,CO • Las Delicias—Denver,CO � Lithia Voikswagen —Thornton,CO • 8101 Washington—Denver,CO • Land Titte—Multiple Locations • Eagle Travel Center—Cameo,CO • Denver Book Binding Co—Denver,CO • Quizno's Subs Prototype Design-Tulsa,OK • MAC Cosmetics—Denver International Airport • Massage Envy—Longmont,CO • Uptown Plaza—Ft Collins,CO EDUCATION • Pueblo Muni.Airport Terminal Renovation— • W indsor Charter Academy—W indsor, CO Pueblo,CO • Dawson School—Lafayette,CO • Academy 360 Charter School—Denver,CO RESIDENTIAL/MULTIFAMILY � Great Works Montessori—Lakewood,CO • Prospect Lot 1—Longmont,CO • Otis Elementary Addition—Otis,CO • Depot Square—Boulder,CO • 71 East Panama Dr—Denver,CO • Custom Residence—Lakewood,CO • Jefferson County Modulars—Lakewood,CO • Caribou Ranch—Boulder,CO � Koelbel Library Renovation—Centennial,CO • VictorApartments—Victor,CO • Douglas County Library—Castle Rock,CO • Clay St Residences—Denver, CO Contact Information Ramirez,Johnson,and Associates, LLC 10100 W 35`h Ave Wheat Ridge,CO 80033 Telephone: 303.557.8634 Darin Ramirez, PE, LEED AP: darin@ria-en�.com Statement of Qualifications ' . Growltng Bear Co. Inc. . . . � . . � • . � � • • . . . . , , . Gary Shironaka holds a degree in Construction Management from Colorado State University and graduated with honors. He has over 20 years of experience in commercial construction and has an ICC Class A certificate. Gary has successfully negotiated long term contracts with CSU, CU, and NREL through quality of work and the desire to meet the needs of those clients. Education: • Colorado State University Ft. Collins, CO Bachelors of Science in Construction Management Graduated with Honors Training and Certifications: • OSHA 10 Hour Training • OSHA 30 Hour Training • CPR and First Aid Training Boards and Memberships: • 2001-2004 o Building Trades Advisory Committee Member o Weld Board of County Commissioners References: • Toby Taylor • Roger Thorp, Architect Weld County Government Thorp Associates 970-304-6531 970-586-9528 • Bob Shreve, Architect • Don Watkins, Architect RSAP Architects Belford Watkins Group 970-346-0151 970-407-0070 • John Little • )im Orth, Principal Poudre School District Eaton Middle School 970-490-3198 970-454-3358 • Beth Danielson • Greg McGaffin Connection for Independent Living Poudre Schoo) District 970-352-8682 970-490-3610 • Doug Max • Doug Satterfield Colorado State University Athletics Colorado State University 970-491-2706 970-491-6080 2330 4thAuenue,Greeley,Colorado 8o63i Phone:970-353-6964 F'�: 970-353-6974 Growling Bear Co. Inc. _ Selected Projects: • East Elementary School $8,034,433.00 • Weld County Community Corrections Design Build $4,820,040.00 • AT&T Regen Huts: Colorado, Wyoming, Nebraska, UT $4,572,000.00 • Weld County Phase 4 Courts $4,327,112.00 • Weld County Alternative Programs Design Build $4,092,892.00 • Heritage Market CMGC $4,012,695.00 • Union Colony Prep Middle/High School Addition Renovations $3,070,949.00 • Balsam Outdoor Pool $2,974,086.00 • Lundvall Office Building CMGC $2,715,897.00 • Birchwood Apartments CMGC $2,650,929.00 • NREL Arroyo Detention Pond $2,605,810.00 • Weld County Administration Building Design Build $2,482,018.00 • Centennial Bank of the West, Windsor Branch $2,250,000.00 • CSU Music and Learning Center $2,134,242.00 • PSD Fort Collins High School Renovation $1,653,060.00 • Surfside Splash Park $1,502,365.00 • PSD Tavelli Elementary School Renovation $1,488,274.00 • PSD Eyestone Elementary School Wellington Middle School $1,467,508.00 • City of Greeley Various Projects Design Build $1,400,000.00 • New West Bank Design Build $1,350,573.00 • PSD Shepardson Elementary School Renovation $1,204,036.00 • NREL Lab 104 Design Build $886,354.00 • NREL Building 251 Renovation and Pedestrian Safety $750,907.00 • ist United Methodist Church $663,000.00 • Cheyenne Substation Modifications WAPA $596,306.00 • Poudre School District, Fort Collins, CO $500,000.00 • Colorado State University Service Center Remodel $223,995.00 • Peterbuilt Site Work, Kersey, CO $58,190.00 • Centennial Bank of the West TF $54,000.00 2330 4thAvenue,Greeley, Coiorado 8063� Phone:g�o-353-6964 F'�� 970-353-6974 1 Growling Bear Co. Inc. : � • �• � � • �•� . . . Brandon Munro has a Bachelor's degree in Construction Management from CSU. He graduated Cum Laude, with a minor in Business Administration. He has worked on multiple schools and municipal projects. Education: • Colorado State University Fort Collins, CO Bachelors of Science in Construction Management Sigma Lambda Chi Internationai Construction Honor Society Training and Certifications: • OSHA 10 & 30 hour card • American Institute of Constructors - Certified Associate Constructor • CPR & First Aid References: • Tonya Malcom • Steve Mager Senior Vice President Project Manager Bank of Colorado National Renewable Energy 970-229-5550 Laboratory 303-384-7343 • Jon Feinman, Project Manager • Kelly Deitman Colorado State University Halcyon Design 970-491-0159 303-906-2617 Selected Projects: • Altura Elementary School $5,000,000.00 • Glenwood Maintenance Facility Compressed Natural Gas Mods $2,700,000.00 • Jefferson County South Service Center $2,600,000.00 • Jefferson County Courts Addition & Renovation $1,700,000.00 • Bank of Colorado Interior & Exterior Remodel $1,383,128.00 • Glenwood Maintenance Facility Compressed Natural Gas Fueling $1,000,000.00 Station • CSU Moby B Fire Sprinklers $923,000.00 • NREL SERF Toxic Gas Distribution $466,312.00 • Colorado Army National Guard- Watkins Armory Addition $315,000.00 • Montrose Armory Structural Stabilization $300,000.00 2330 4th Auenue, Greeley,Colorado 80631 Phone:970-353-6964 F�� 970-353-6974 , Growling Bear Co. Inc. _ • UCD Research 1 Indoor Air Quality $294,984.00 • Auraria Higher Education Fire Suppression Upgrade $250,000.00 • Denver Public Schools BALARAT Outdoor Learning Center $250,000.00 • NREL Huddle Room A212-C146-A201 $235,279.42 • NREL TTF/IBRF Improvements $201,773.00 • Bureau of Reclamation- Window Addition $110,487.00 • NREL Jeffco Swale Improvements $107,759.00 • UCD Disability Services $106,233.19 • NREL Lab 158 FTLB $105,654.00 • NREL STM Ingress/ Egress $103,137.00 • NREL RSF Gabion Wall Fall Protection $50,000.00 2330¢thAvenue,Greeley,Colorado 8o6gi Phone:970 353-6964 F�� 97a-353-6974 ,,•14 Growling Bear Co. Inc. PRoPos;yi Below are our fees for the project per the RFP based upon the information provided a. Design Build Services Fees a. Construction Services 4% b. Design Services $36,000.00 b. General Conditions Based upon 6 month schedule for substantial completion based upon information to date (for per month fee divide total by) see attached Gernal Conditions Sheet $84,250.00. c. Pre -construction Fees a. Growling Bear is proposing to provide all pre -construction services for this project at a total fee of $1,500.00. d. Bond Schedule a. First $500K - $10 per $1000 b. $500K - $2MM - $7 per $1000 c. Next $2.5MM - $6 per $1000 d. Next $2.5MM - $5 per $1000 Bonding Letter attached 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 . Growling Bear Co. Inc. • � � � John Engel has over 29 years of experience in the construction industry. He holds multiple certifications and has extensive safety training. )ohn is well versed in all types of construction systems and has assisted in the successful completion of projects of various magnitudes. Education: • University of Colorado Boulder, CO Training and Certifications: • CPR and First Aid • Storm Water Professional • OSHA 30 Hour • Competent Person • MSHA • Hazardous Materials HM 126— 152 • Miller Safety Certified Fall Protection • All Terrain Fork Lift Certification • Class 1 Equipment Operator • Reasonable Suspicion, Reasonable Cause Drug and Alcohol • Confined Spaces • Open Excavation • Haz Mat • Scaffold • Shoring References: • Burt Knight • Kari Bottom Director of Water & Sewer Project Manager City of Greeley National Renewable Energy Laboratory 970-350-9811 303-384-7339 • Mark Martinez • Bret Cummock Project Manager Project Manager/Civil Engineer National Renewable Energy Laboratory National Renewable Energy Laboratory 303-384-7979 303-275-4354 2330 4th Avenue,Greeley,Colorado So6gi Phone:970-353-6964 F�� 970-353-6974 . Growling Bear Co. Inc. Selected Projects: • Orchard Town Center $102,000,000.00 • City of Ft. Collins Water Treatment, Phase T4, T5, T6 $67,000,000.00 • City of Greeley Water Treatment Phase I &II $62,000,000.00 • GSA Buildings C&E $28,000,000.00 • Wal-Mart Store #1008-02 $24,000,000.00 • Wal-Mart Store #4719 $19,400,000.00 • Wal-Mart Store #5491 $18,500,000.00 • Wal-Mart Store #4288 $17,400,000.00 • Wai-Mart Store #1532-04 $17,000,000.00 • Cherry Creek Schools Legacy Football Stadium $17,000,000.00 • Sams Club #4718 $13,000,000.00 • Goat Hill Pipeline $7,000,000.00 • Trailhead Housing Development Infra-Structure $5,300,000.00 • GSA Buildings, Open Pen Project $4,300,000.00 • City of Greeley Pump Station &Reservoir $3,700,000.00 • Warren Air Force Base, Cheyenne, WY $1,266,410.00 • NREL SERF Toxic Gas Distribution $466,312.00 • NREL TTF/IBRF Improvements $190,569.00 • NREL Jeffco Swale $107,759.00 • NREL RSF Gabion Wall Fall Protection $50,000.00 ► 2330 4thAvenue, Greeley, Colorado 80631 Phone:970-353-6964 F�� 970-353-6974 � r , ' � MarklPy D S I G N 5 . . , . � . I am a licensed Architect in the State of Colorado and reconginized by the United States Green Building Council as an Accredited Professional with the LEED rating system. EDUCATION: 2006— 2009 Colorado University Denver, CO M,ARCH-Masters ofArchitecture The Master of Architecture program, accredited by the NAAB, is a professional degree in architecture at CU Denver. It enables students to acquire the skiils and knowledge needed to practice architecture professionally. It consists of three years of study, including design studios, required course work, and electives. � AIAA, American Institute of Architects Associate � National Council of Architectural Registration Board • Leadership in Energy and Environmental Design, Accredited Professional 2002-2006 Colorado University Boulder, CO BENVD-Bache%�of Environmenta/Design The Environmental Design degree focuses on many complexities of designing buildings, landscapes and planning communities. With a major in environmental design, and emphases in design studies, I worked toward a bachelor of environmental design as preparation for entry into graduate and professional degree programs as well as the workplace. • AIAS, American Institute of Architects Students • Phi Kappa Tau, Psi Chapter Alumni EMPLOYMENT: 20i4—Present- Markley Designs, LLC. Gree%y, CO. Licensed Architect, Owner Daily duties involved working in a multi-task environment. Demonstrated the ability to complete moderately complex assignments requiring independent research, problem solving, and cross functional skills within the �eld of Architecture and construction. • Member of the American Institute of Architects, AIA • Coordinated multiple projects, code studies and submittals • Prepared and presented project conception and design • Created comprehensive development and project plans inc(uding; � Custom Residential new builds and remodels • ProfessionalOffices � Storage Facilities • Tenant Finishes 1005—2014 Freeman Architects Love/and, CO, Licensed Architect Daily duties involved working in a multi-task environment. Demonstrated the ability to complete moderately complex assignments requiring independent research, problem solving, and cross functional skills within the field of Architecture and construction. x � MarklPy D S 1 G N S � Coordinated multipie projects, code studies and submittals • Construction Document production and presentation • Wrote specifications and review of shop drawings • Created comprehensive development and project plans including; • U.S. General Services Administration project renovations • Commercial, manufacturing, and custom residential design • Tenant improvements and interior finishes • Church additions and renovations � Site plan and landscape plan design Z002- 2005 Lockhart Const�uctors, Inc. Gree%y, CO. Office Assistant Required supervision on a variety of projects, reported to multiple project managers and interacted daily with management, staff, and external contacts. • Developed record drawings and recorded field measurements • Assisted with framing &interior trim • Installed and design landscaping layouts • Surveying, Telephone, billing and various office work VOLUNTEER: 2010 2014 Gree%y Urban Renewa/Authority Gree%y, CO. E/ected Commiss�oner, Vice Chairman GURA manages a program that provides a wide range of housing and neighborhood assistance to individuals with lower income and manages commercial rehabilitation and development within urban renewal boundaries. • Funding decisions and public hearings considering; • CDBG Program Applications • Neighborhood Stabilization Administrative Programs • Fa�ade Rehabilitation and Housing Rehab � ' mirez, hnson, & � sociates ' '' Ramirez, Johnson, and Associates RJA is a multidisciplinary practice that specializes in engineering design, project management and commissioning for commercial and residential buildings. Our primary goal is to provide our clients with appropriate, high perfo�rnance design solutions that will meet their goa(s and requirements. We offer the value and expertise that our clients need to complete projects on time and on budget. Darin Ramirez, PE, CGD, LEEDAP Mechanical and Building Energy Engineer Education Expertise ♦� 10 years experience in engineering, architectural and building energy fields 2004: B.S. Mechanical ♦ Proficiency in all areas of HVAC and plumbing design, project management, Engineering, University authoring reports and design documents, project budgeting and tracking, project of Florida scheduling, client interaction, and design team leadership. ♦ Certified Geoexchange Designer. Design of multiple ground source heat pump systems, including open loop designs, horizontal fields, and traditional vertical Certifications bore. Registered Engineer: • Produced and managed the production of construction documents, coordination CO,WY, UT with other consultants and preparation of specifications from schematic design through post construction. LEED Accredited ♦ Has experience creating project cost estimates of inechanical systems for projects Professional ranging from $40,000-$1,000,000+. Certified Geoexchange Designer Recent Projects McAda Drillinq Fluids Maintenance Facilitv Ft Lupton, CO ° +� '� '°� '° 6� RJA provided mechanical and plumbing � ' ''' design for this new state of the art facility. The new maintenance building will centralize administration spaces, wash down bays, small tool repair and weld shops in one central location. _; � '. �,:� �,� � ,, ���"'� �� - ,�,.. JBS Corporate Office Greeley, CO �' € 'y',;,' ',. This project will expand the existing JBS corporate headquarters to provide new z��� ,, meeting and office spaces. Working around ��� � _ the existing facility, this 4000sf expansion is "= Y`�~ currently being completed while the �;. �,� ,�� ,' -&.� adjacent offices remain occupied. R'� ' � _, . � � - Growling Bear Co. Inc. . ..� . . � Growling Bear and the project team understands that no changes in the approved project personnel will be granted unless agreed to by Weld County. � . • � � • • � � The attached financial statement from Growling Bear Co. (Inc,) is considered confidential information for the use of evaluation only by Weld County and is not to be made public or to be shared with any other entity without our written permission. • See Attached Envelope Marked "Financials" . . INSURANCE INFORMATION AQent Flood and Peterson Insurance 4687 W. 18th Street P.O. Box 578 Greeley, CO 80632 Contacts: Kim Parker Contact Phone: 970-506-6865 Insurance Certificate Follows • ; . Growling Bear has no current, past, or anticipated claims or litigation on any contracts. � • :• � Growling Bear is bondable for a single project of $15,000,000.00 with an aggregate of $40,000,000. Bonding letter follows 2330 4th Avenue,Greeley,Colorado So63i Phone:970-353-6964 F�� 970 353-6974 COI'�l�� DATE(MM/OD/YYYY) �.,,; CERTIFICATE OF LIABILITY INSURANCE 6/18/2015 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(Sj, AUTHORIZED �.EPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. .JIPORTANT: If the certiftcate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subJect to the terms and conditions of the policy,certain policles may require an endorsement A statement on thts certificate does not confer rights to the certificate holder in lieu of such endo►sement(s). :ODUCER NAME: T Kim Parker, CIC� CPSR Lood and Peterson PHONE , (g70)506-3213 F� (970)506-6865 C Ne• � Box 578 E•Mai� ,KParker@floodpeterson.com INSURER S AFFORDING COVERAGE NAIC k reeley CO 80632 iNsuRERn�ontinental Insurance Com an iURED iNsuReR e:Continental Casualt Com an rowling Bear Co. , Inc. iNsuRertc:Pinnacol Assurance 41190 330 4 th Avenue INSURER D: INSURER E: :eeley CO 80631 INSURERF: )VERAGES CERTIFICATE NUMBER:2015-2016 REVISION NUMBER: �HIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NDICATED. NOTIMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT 1MTH RESPECT TO WHICH THIS :ERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 8Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, _XCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. � 7YPE OF INSURANCE POLICY Nl1M8ER MMIDDNYVY MM/DDNYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE S S�OOO,OOO X COMMERCIAL GENERAL LIABILITY PREMISES(Ea oxurre�ce S lO0,OOO CtAIM&MADE �OCCUR 2095216232 /1/2015 /1/2016 MEDEXP(Myonepersan) S 5,000 PERSOwu&AOV INJURV S 1,OOO,OOO GENERAL AGGREGATE E 2,000�OOO GEN'L AGGREGATE LIMIT APPUES PER: PROOUCTS•COMP/OP AGG S Z�000�U00 POLICY X PRa LOC s AUTOMOBILE LIABILITY Ee a�deDt INGLE LIMI 1 000 000 X ANY AUTO BODILY INJURY(Per person) S UTOS�ED AUTOSULED 2095216246 /1/2015 /1/2016 BODILYINJURY(Peracddant) S X HIRED AUTOS X AUTOS�ED PROPERTY DAMAG s Per acddent }� UMBRELLA LIAB Uninsured rtwtorist combined s OCCUR EACH OCCURRENCE a 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE S S�00D�OOO DED X RETENTIONS 10,00 2095216229 /1/2015 /1/2016 = WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS'LIAB�LITV ANY PROPRIETOR/PARTNER/EXECUTIVE YrN E.L.EACHACCIDENT S 1 000 Q00 OFFIGERJMEMBER EXCLUDED? � N/A (Mandatory in NH) 436410 - 3ubcontractors /1/2015 /1/2016 E.L.DISEASE-EAEMPLOYE S 1 000 000 If yes,describe under DESCR:PTIOtd OF OAERATlON&bebw E L 41$EAS�•,POUCY LIMIT E S OOO 000 Property/Inland • 2095216232 /1/2015 /1/2016 Marine CRIPTION OF OPERATIONS!LOCAT�ONS!VEHIC�ES(Attaeh ACORO 107,Additional R�mvrks Seh�dul�,if moro spae�is nqulrsd) iitional Insured and Waiver of Subrogation if required by written contract will apply. tTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEPORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN S�iPLE COI ACCORDANCE WITH THE POLICY PROVISION5. 2330 4th Avenue Greeley� C� 80631�7�.13 AUTHORIZEpREPRESENTATIVE K Parker, CIC, CPSR/K /�� Tn. �� )RD 25(2010105) m 1988•2010 ACORD CORPORATtON. All rights reserved. 1?6 r�n+nnF�m Thn Aft�lpll�ama enii Innn e►n ronieinrnel m�r4e nf d(`A17I� Phone: 800.356.2295 ' Flood �nd Peterson �X: eae.269.35�4 Corporae hlNilnq Address P.O.Box 578 Gree[ey.Colorado 80632 October 12,2015 Weld County Purchasing Department Weld County Adminisl�ative Building 1150 O Street,Room#107 Greeley,CO Sd631 RE: Growling Bear Company. Inc. Request tor Propasals Bid Number#81500177 822 7'"St Bldg Remodel—Design Buiid To Whom it May Concern, Our agency provides surety bonds for Mr. Kevin Shironaka and Growling Bear Campany, Inc. We have been acquainted with them for many years. Their reputation and experience in the indusiry has ranked thern as one of the premier contractors in Colorado. Mr. Shironaka has done an outstanding job in establishing a solid organization with an excellent work ethic that pe�forms tho�aughly and economicaily. Growling Bear Co, Inc. has a surety credit line with North American Speciatty Insurance Company which authorizes them to bid contracts with pertormance and payment bond obUgations. North American Specialty tnsurance Company is rated by AM Best,A+ (Supe�ior-Financial Rating XV) and is on the U.S. Treasuryrs Listing of Approved Sureties(Department Circular 570). North American Specialty Insurance Company has extended a surety credit line to Growiing Bear Campany, Inc. of single projects up to $25,000,000 with an aggregate work pragram of $40,000,000. Should a project be awarded to and accepted by Growling Bear Campany, Inc. as a result of thls RFP, it is our p�esent intention to provide the Perfonnance and Payment bonds as required. It is understood, af course, that any arrangement for bonds is a matSer between Growling Bear Company, Inc. and North American Speciatty Insurance Company and lhe Surety assumes no Ifability to thi�d parties or to you if for some reason said bonds are not executed. Larger projects or aggregate programs that wauld be of interest!o Growling Bea�Company would certainly be considered. Growfing Bear's bonding capabilities have been structured by their needs—they are a well run and financially solid organization. They have a complete comme�ciaf contractor's insurance package,including a per project aggregate limit of liability to avoid any impairmeni of limits. If you have any questions ar need additional information ptease contact me at 970-506-3272 or Rebecca Braun at NoKh American Specialty Insurance Company at(303}386-7252. Sincerely, �`�—��.__.�--� � `,t ' � K'Anne E.Vogel,AF56 Attomey-in-Fact, North American Specialty lnsurance Company "HuildIng Reiationships Since t939" � , N N N � N � N N N / N � � � + O O � � $ $ ` u � � o � 0 0 � � � o 0 � -�', � s a h � � � n � '° � � � � Cl ry�p � n N � r !J Nj M N H H N M N N 8 O OG � � O O O N ' p O N � h O p » � „ � � „ „ � » � � tV O � N g � � Yf � O p O � � � N O O O � N O m � Q''• C �}' ' y � N N M 0 � q O Q y � 0 � = W W O� O � E o a W � � W � o w w � � � £ � � c c � � � c c a � g g � � c3 � e o c � � Z $ c � v c � 3 m m �@ m q m m m v E � o � � � g a � � �?s, � o s 0 0 �� a �� � ❑ O � � r� o m y' i/1 !%? o a � m y c N u Tii � _ c a ^= nY ao `� am � q �� �,= � � mem�m ?:m$� �3 ; �3 r m�� �� u � �oo 2� $No 2� `o�o�g o� `�$ �� ��m�p°D q¢N��N 1° ���o ^ u� g�+U tm qA U�m ¢�V'��i K V (!sU�o E �mU 6� �Xu�9U om m<U 2� �a6]p~W a��y�� ��mmn -�c �� �"�� �m�~� e�u��S qv ro Nu�S �pyON o0y6�1 0�OC� .��� 60� �� e' Y�� �' Y � OY � � � - �'o °=a^ w�oo"' �,�a eNm� v o�= a t� qo ��dzo r�E�� �.-�rcm z�c�-,R z�c� v�mo5R� ���&m �.^.�rcm c�Nc�c�� $ �' o 0 0 �' € wa " � � 'e � 'e M � S S S `' J � a m v q m C � .N- C �T A � J� Cl J y� -� � g� a � E '� � q � �^�, � �� �g � �N^y� � � w4� w �a � �'�i �C tj ��� W n�g W N c S a `"�'o � u'� m3 m � °3 F a W3 0 �a,�� m `4'"�' 4 '4';'i o �i� qoa �� ry � 2 �' o � � U Lam �'> n �m� c., � e K�U �� �a0�� a�'�Oao f7J ��O m� E u�p e��qm �m0 p'$ moC rn e o O � o _�� i�Ui V'� o �oUm�E �o�o w� �sc�e� ��$�°' ��� ��og= �a"��� ��m�ry� �� ��� ���¢�m�o` �� �5,_ ��_�� ��mm 8sq^o=.�, gog oqo zm+�ecc� mh�oa�pSm ���gxomou ��at's ��a<`u o�mm �i'Z.-(9UY LLIN�d'm 2.-U' mnm Z�U' at�m 2�U'�QM N4J41 Z.-GTjUY 2�C7UY fyU' 0 � � G m m Q � a l7 �O p � y ��. p � a o 8 � O ay'+2S C�7 m oS a $u9 6 m Y�� �S� C q y � E F q aC m O m W �� � �� �-C O � L Y O�m � � C � O � qc� ��E �Eao �o� �`�''4$� $c� a�� �yo � ^` v�°�n E��r� S4lme • ���c Um SS2 m@u � .�.� �'b�r�c a�`°�$ EEru` �g� o� '.�c a� ;�o S � ��Eg �Q�� ��$ $o��N".m €,�, �aa e $�'� �m c°�8� e�'a'om a°m dm���' s'� �_i` � ^�c ?a.� Yuo=z y$c,•�' _aa 65=' ao po vi � �&�� Yg°aE a� o ca �yo��� . € ��i�. �c� � ESQ I � � .�Fu� E@ m ��g�'� ya .k'.�'SL�L'5 y° a�(/� L'jE��c � u�o$� � a "�� =C�� 3�°.2'�ac{a .2� � �� ��; d m@c v°e^�E V nd� I � �SL2f E u��Z� 3 E y� �� ��a$�(^i oOaT2�m •v p$c �O c�; Vmao o� 8� mw-L' mE °� m �w� LUm'9�� a._g'w V °mn �<<a c �d c��S �c�@; �e�w c�a�. N c c$ �c��E o �c c 4�'�.2 �'Q°g ° W i� $ .Q' ₹ w'� `m m� w$.P 9 4'c D e�a E ['�10.6� f7' �t��o �a��o aE3 rco88��LL �c'���a i�oo� �c�z"��° � 3 � 0 �N O Y�f N N N � � N � f�`l � Ye. W x a � N . � o � � �7� � � ' E a d> ≥ m ' �' g � O � � � � � � y f � � o � ' a ' �n y � cw �LL O � Q � '-�i �i lL � � Q opp p p O O n Oy ��0, � O •� E � .. YJ m N�p �y O � � N � � � �♦ 49 6p N M t� p� I�i Orl � 17 1D � � �- � C � N w s � N M N H M M N M H M M ;Eg 8 8 g 8 8 8 SQ g 8 <� � g � n ry �i, S � � g �n . � m ' w � o v A m r N � N $� m N N � � M M M M ~ M C � O Q °' � � � � o � � g n o n � � m e � v�i u�i o; I�' o V M l��l N � n � 1� i+l � O g � » » » » ; � = 8 "E A v o � � r E E a � c, a E � W � c .�c 2 m W � c W S c � o N y1 }� 4c a � c � $ g m �i �, �J � � a a ' �' �`� i5 r= m e �' R } m° c c c m ti c � � E � � � g � J f f E � m 'c m S 5 � q o � � c � � a� m m` m` m � m m 'm Y O Vy� � O O L QI m 9 � � � s � � 'n 7; o �3 � L�'i = w P° c w m m O r�i 23 E N b = °c v� c � �� a rn w c �� o_ v7 0 o c� ox u �� d oa � t� U2�m^ ma � g '� '�i � L c�'o m�o� � � � $�^g �yg� � � �3 c 3�$ a�a�c ��'. o �"�c�or �n �+ �- NU o vl ao � O c� o ��m�� � u�r �S V c� � c E' m�n in _wr N �O '� m p mv� U � C4 a � o o≥ w� U�O a r Q q ��v�p o� aoU F��i L� o= O�� i° On -��n c0� wi o �5�2g q cJ m C16U n� �ny 2{p q cy Uto �fa V� K V �C�U.- d co C u(7 a�y �.�U �� v �=p�O Q m �F m �Tr'�O t7 K U O O L (7 'f/1� A O�E� �rJ .� .C �'' q O o V^ p %T m N o tnU3.y � Y`min m $d Ow e 5 ot a iS� c m ry rR �'r ����� in N m o S U� �—�M �1 w—o�n a � m A v$ Cl o c cO o o�- �+o v�� c � bn 6 B �i c o 5 n�o c ��o-�+ �'S$ c�i u�x y c �o o m O�o� � m�vt�On f��Km a�c�'�m SaLLY'4._.'Y KmU'Km w m O� i�U' weQi dN�� 'u�e�i�wn i�U' �M Ual7 Km r o 0 0 n�i o � c `o � � � ^i w � � m 8 q,y, a m -� "'rn E 0 E O � m� m Qm �� q ,�., � � �1° a4, 3�s v y�� �� c' � �p'� m� �� �m� � N`i�$ W C� G � 6 W 0. � > C m � N E 0 W a � � � � C Y.R p M dl P t� �y�ta'!x� n tn C u m o y a �a�n� �Y`�om �o e W��a rn $ < m ��p� �ps �a Se'p�$ �m V(7�$$m o c a m ? ��cV �� X c E' �in =o� �3 ao � � m ��;� mmo�E '�qao AS =m�p o � o� 4om� 040�$ ���$� �m�m �4oEg oRE� gS �$ o�Eo ¢oU`o r p cU�L°oN:. m oL U y�m �Ul U o �Q U.�m K�V oe;�q li mUdr' m ss y K V o`� w LU d v °° a o n� wC V 'f$ IuSI!.J 1�! (�J J���1�f �M m`G 6���� C❑ • N`�' (J W f ��C S —O •�Yl O �e�IL Y O C�' CZ�G� Ml O�O CN C I i J� �e� O J � �f�l O mf�H �� U Q 8 S� o �`su�E ^m�m�B mtomoo� ��m�°e c�° o � m�nA =5�2mri ^VYI�E �'aEi•i ��� Eo � p 1"0"oz ��_r E�nr.. � o�E � ",R o�c �c U�'i � Si ao �n UILL�w Z�U' UY �PU'W Ov ?i�YU'vE.'� �nC7� U�C1�m 2�U' m�im 7�QN�i '�NJ1°)Z Z�U' Yn ZN��m t7 ���5�≥ 9 m `�i� � _ , mm c �r� ms+$� o�L° £�, � m � � ^��c�T-iE 3_^ o� O�o�a �a 3A0 �nL =�" oyv no a � �^n��� �'�r ma Uv's�aa 4 cm :n� e"��' 'G s� t wn' A� �E � Ocb oo c p� 1p °��- tS-m $_- c c ' 5$ CVCV�C4� ptG �A yLEOY 09 OW� y��c5 O� C�y ��O �$m �s e �'w .�� °i�a �� �co�f� '- a�� C� �'� LLEv m E� "� � s =�R�� � °�; ;� �—� tl 9s a�� 8„q s== ��� ��Bg �€�m �� C °icKa� n.�$1 O.L�a� r+�k'o`u w� ��Ea �w� a�E o�° �co �� � � oEnNem'r an.� �.= cn.�.�.D, oo >��tU c�a oQy f-.a� m9"Y�� hsg� �y O.. C � �� N� b C wA.fZ Y D J L Q yj C a a E � (.1 a f W� A a c c a o— p= � eEs $c LL�= K 5rn� � Lm S c � ��� e"c?t mo= oo '"� m t mc mp1 c E �A c$ $ �U Nd c.�T^ � �E a o n U 8 ., . �or� .o •m� � � °$o�e £�a $ eo g.�a� s3m� ��,� 9sE4E� � �,< � °— °5i l7$m a� ;c e 2� ��o u a� `w o�Fi� c p e C U a�o� '�C E��,��,'@ �v� �OE aNU o �n n� Sf-E >S�n`� �i$5.� l7",Q��O g,9y2mggc�? �yw o xV,n�°' in po3 e��a mN 'a� �T� ;a �a� _�.e�� EN�a �e �j�o g E a Yn 4 3 a �� ���—� l c�c' C�o ca �p Q v q. C o$c� a�€ p� m �E c �6 $�mo'gc � n c c ��n 3 V o �Tn:T� �,4m'm F�LL � .4 E of`A�P� N��om � oe 4 O h C Q U'�N C �4 y T a a .E y m i'�' ..m.r� .� `o l7 °��-�w � c� o°'� �w= o oE n � Cc o a S �v o nD u mo$ ?o g a9 c� 9'�- o � `o d ?5 m u m- U' O c p o c�m P o�oc�c 6 �E 8 j'n,��c u- �,5i .�i v � ,^c �'-� o �g�i;� aV�°a °` A � U� m� A t-�. QprD$•C m� � �m C O � O . m up y: ��p tl ��y r m�':y;j o�3 �c m '��w 2�' t9 Eqac o a�� �'-.� � .lu 3`om �c��nc u�t�l1 rn�mo.E� .� zC �ma p.Q�o3cm !'� a� e��nm �'_wFT�e�? pE��rn e�x'y� -� �.�.Q �'�9�n w�`�Q�4c� a mc a r ds c m� o�m-3 0� �n K Sn U ��o �.YbY �o.�o '� a u85��' m o�v� a�� 3oA 8ae sc�¢ma uEa��' z 8�i� > >& �aa r�ccm ZOacO ��� �� t , ' \ ` � , � 7 n e � \ \ s 3� oS o 0 0 0 0 � �3LL � o � � � � � � � � �� �' � 3, c� o, �d � �i �i �i � O�� o � Q � O � � � � U M � M r � � � � � � � � � p � t3 � c c c � � y O Q � � � Q O � � � E o � c a o 0 0 o v e1' � n o 0 4 0 `D � � ^ � � O N � � n � � � T � � � ffl t9 b9 6> V! ff1 � M y � � �� '2 y p N LL � �J � � � E in� � •� � $ o .E �U V � v y � �: �`y � �v> ≥ a�� vi m� « `m r-I 0 � �g� EQ � p � � o � �o � a� �� � N L m p � @� � a Q� o� d `3 U oY ��c o c N c0 m m�mv o, c, O a � i > VN � j af°i > o c � ���a�o EU�ro � o V� v� Q v�Q m�m c t0 � Qa Y dao � � °oQU Q� `� c �� o �VN N � �a� c °� cy ��� O `"� C9 � �� N ¢yy m c� >,tri � o �.= �s o o Q w= m� t m � '�'ir�'i � "' � L C � '�OO � CN p �r� � U �� OpEO�DC mWC� � 7.'p �N � C �^ C y O � Nr' d�Owa�i � r`�i � `°n v�''t �� �'� �n�� m � o�o � wu�iw �ooQ rC 04 Q — �rU� t7 niC9C7rn UO� a� Urn�rnm � r>u. rnU c� tintLmUr�a v� O O �1 � � � d M � �y � � � y � G_�1J y _ NVj C ir O o y � m �. 2 rn o' .E � � �U U � v � o Q N � �y 'C j � � � d � C � N � Ol �� N y •O � � L� E t @) � � � a�'i d S o � ° � �� � a 7 @ v � 'c �' aroo u y a p - U y �� o� y :° o�'p y m0 �.� o � �QQ'p ; g m Sai � `�i °' ' j > V y L 7 V C 0� N ��a �M E V�m �+ �U d p�j� Q N Q ��m D � � U L p� Q � �,rn U m c�v a c C 2� FL-5 �N o t�Q'� � �"�y � E �v� �v c y0/ � � Q' O 00 Ul � C N � � 0 (G � f0 U�M LL �J O J �,pa� �m �U��r f�/1 � C C m �f+�j N C � ��j�u! V �V� � � O O E � C 'O 1fl C� C af � > �> CQ �1� C O � N'- G/� p 0! C C 7 O y p O p �CO �O OC 10 7�'CLO- � O� �r: Q _ .- � .- co� � �mm� ri U�dm rn Urn� rnm aNt�i �rnz uW.� LLmUc�na � � N � V o � � a � � « o r y � � � ° i` � N °' 'i c � rnE F�I �J � V c 3 .+ O� �QN 9 da > � � O C � � a N � �+ N ,� N X p_ U O '� ; � � � � v� o � v � d � wE L,� t� a d � ��n � � '� E � rn E y a w�r C� � �0 �6 � � ��p U � N O�Y y � Q S � � N G� N O J O. U O U N N L 7 � � � O C � � � �� � � O � w 9 �Q1 7 C � � � O � c d'� e .B-Y ayi C o � � 0 � o � a°p C)c Rd' o��' r > �,n d �c c ^� �. o U � m m � 'e i° U �� a N � din a � � c �a�i u� y �v u°, y � E9a�i � R U � d � m � i�. a�i d � c� c a,t,°�, � :a ��v �°' t ° d � � 3 � � a = � 1° = o� � � °� � acccc > > �' o o Q � � � U � L .N vi p c c �� G � c c �-- A d U ;c � > � o � o Q 3 a`�i E y d� N g � � ��� � � x E � �� y � FUa` a`�i � y0 � � �— - c� m m y X � li ui L� d 9 � � � d 2 c U E a �U°� a� � ui mD �v p^ A a 'O n � c'� 7 � �(7 E c � � � ti '>�c a` � � � � vc°�a' c�'.� a � >� 8E a° c°� o 3aa °- N d O1 0�. 03 � o a o 300 � o 0 e`3 LL c d o � d � � � � a c, � � � o Q o � yU Y � � � d' y O Q � � � o M p p � o � E ,ri n �i a o ri rN- � � � � ro � O �° o c � � C�1 0 � �'�'�a � � U ��C�.7 i� � d c � m LL m �p �+a a � g� �E mo N d E � � M � m,., `m �� ,U°�„ �� $ N VJ � �y'o � «� �� t V��� � ^ � o � � QyoQ E Q� oo O � c Q NQ T� � > �� >� 8 �u�..O@� � � a,��, d � y W C N � L�U L O � � ��� O a+ ?Nfd �� �t�d �L T�7�p� LLfn N N � 0� L g tf1� � �n V �����a U� d C�1 �O �"i � W � W c O p C O o �� 2�D O � (p O Q u. n.W¢U r� m � ooC7� rn � m .-�a y a m O � � a � � � .c �LL C O � y � ..N+ O �fn N @ E 3 � � � N'_ N a� � � � � D d o a ''a' mgco � � ° `� d E �m � � U dm ac >.f/) �,«� �7 0J— � � � E C W C� T j N U T� � W Q U l0(�O +.r Y d o t � a �� d mm � •� � �•� U� a�iHo o y� oTi�� � t �03 m c � � y�n �ao m yu�r'i ��o � w�W •c oo•c on o � �-°n � u.� LLQUr� �o �rnC�l-rn� �cvC�Urn � � � c d � �� o .� m c �`o - m i.wo �~ f° � mE � ��U U � c� �� � E �? � �yy'•� �/1 o $v `�� O `� aiN ' O �� O W GI N Lr �'� J V �N M NH � �� •3 ��v d� � d M N N � �� �N C � � � $C N — '.3 u''" ��y �ciQ1 ��'v a N I�p N � O�'�O f� ≤ r3 10 cZ � tN V y Hf n �a Cy`�� Cp d r10-. y Ol 1�I ��j �+., •C N 1`�j,p U Y � ,-�L m °�= L -- d � � = E � ry � � L �.$ y � �a � �' � a�ia� a� L� c U 'C d V N O O � � 'O C'y-�p C ^ C N!�pr ' a 1n p�C C�l6 U� � � " � � C o Y��N N � � ��� `-° � ,C N d�� L C•-.�/1 � J W� � � 8 � � � Q � � E E ��� � o t1 .-y L � m a aO�a Cj N 7 c� C o� ° a � ���N � � � �� o�, ;�c v�c W ��Q= � C � � >dZ � Ucc,°) ma °"c �2°' �� LL � `-° �� �°'v�i v�i'�Q y d c c°�i� m (;� a 3a�' °�n' aE 3�'��c�.>=� 3cg oa� Growling Bear Co. Inc. � � Growiing Bear has been providing Design Build services for many years. Follows is our project approach for Design Build projects Design Phase Growling Bear will facilitate all of the design and pre-construction service for the project. To manage this phase we will have the project manager, Estimator, pre- construction services manager, and design professionals involved with the owner. We will contract with Architects and engineers for design. We will meet with the owner to determine the values of the owner on the project and then design the project to those values. We will also perform pre-construction services including budgeting, constructability review, coordination between architect and engineers, cost estimating, product selection, and design reviews. Construction Phase During the construction phase Growling Bear will manage the project with a project manager and superintendent team. The design professional and pre-construction staff will be available on the project as need to provide continuity between design and construction phases. The project superintendent will be on site full time for the project when any work is being done. This person coordinates the subcontractors work on site. They also manage jobsite safety programs, enforce quality control programs, assist in preparing the overall project schedule, provide schedule updates on a weekly basis, develop 3 week schedules, and manage any in house labor. The project manager will be office based and handle the submittals, contracts, RFI's, Change orders pricing, communicate with the subcontractor's office/project managers, overall schedule devetopment, schedule updates, and handle all communication with the owner/Architect. The project manager coordinates the work with the superintendent and orders the long lead materials for the project. We also have a project coordinator and office staff to assist the project manager and superintendent as needed on the project. , Cost Control Growling Bear's method to cost control in a Design Build delivery is to use a three- step process of budgeting, value engineering, and cost estimating. This process would be done during the design phase of the project. Each step can be used as many times as required to reached the outlined cost goals of the project. Through this method Growling Bear has been able to maintain the budgets for our Design Build projects. 2330 4thAvenue,Greeley, Colorado 8o6gi Phone:970-353-6964 F�: 970 353-6974 . � Growling Bear Co. Inc. Budgeting The budget is the cost goal for the project. For this project the owner has determined the estimated budget. In this phase of cost control the goal would be to determine if the budget is feasible for the construction of the project. Growling Bear and the design team would meet with the owner to review the scope of the project. Once we have a schematic design of the project we would put together preliminary budget estimates of the anticipated design. If the preliminary budget estimates were within the cost goals of the project we would precede with a cost estimate at various stages the design completion until the contract documents are finalized. If the preliminary budget estimate were over the cost goals of the project or at any time we provide a cost estimate that will exceed the set budget of the project we would then precede to the value-engineering step of this process. Value Engineerrng Value engineering is the process of obtaining the greatest value for the least costs. The "value" of the project needs to be defined before it can be engineered. Each project has different values depending on the goals the client wants to achieve. The owner for the project must define the priorities of the project to determine the value rating for each aspect of the project. Value engineering is the most effective when done during the design phase. Candidates for value engineering are items that exceed the projected budget set during our budget phase. Growling Bear would meet with the Architect and the owner to determine the most economical way to construct each value engineered item. Cost Estimaring Cost estimating is the process of bidding the project with qualified subcontractors to construct the project. Growling Bear ability to provide an accurate estimate of the � costs for the project has been proven over years of bidding hard bid projects. Throughout our experience we have been within 6 percent of the actual costs with our preliminary estimates. During this phase we would evaluate bids from subcontractors and provide the owner a Guaranteed Maximum Price to construct the project. If this price is higher than expected we would then work with the lowest most responsive subcontractors for the project and return to the value-engineering step of this process. If the cost estimates were within the projected budget we would then begin construction of the project. 2330¢thAuenue, Greeley,Colorado So63i Phone:970-353-6964 F�� 970-353-6974 � ` � Growling Bear Co. Inc. - Subcontractor Solicitation and Prequalification At the start of the bid phase of a project we review the project documents to determine the scope of work and which trades of subcontractors and suppliers that will be involved in the project. We do reconnaissance to identify the potential bidders for each subcontractor trade and supplier for the project. We will pre-qualify from the subcontractors and suppliers we have identified and solicit bids from them through an invitation to bid for the project. We review bid scope for completeness prior to submitting a bid to ensure that all work for the project has been included. Schedule Growling Bear is currently using Microsoft project to develop project schedules. During the design phase Growling Bear will put together an overall design schedule based upon input from the design team and owner time lines. The overall project schedule is prepared by the project manager and superintendent with input from the selected subcontractors. The project superintendent will manage the subcontractors work to meet the projected schedule. The overall schedule is updated on a monthly basis. In addition to the overall schedule the superintendent prepares 3 week schedule to further detail the work to meet the overall schedule. These 3 week schedules are updated on a weekly basis. Quality Control Growling Bear has a written quality control program and we develop a project specific quality control program for each project. Our quality control program has been developed to meet Corps of Engineers standards. The Quality control program is managed on site by the project superintendent with the project manager being overall responsible for the quality of the project. On larger projects we would have a dedicated quality control officer on the project. Quality control is managed throughout the project from the initial estimating through submittals, installation, and final completion. Safety All potential risks are identified and mitigated thru or site specific EHS program that we implement on every project. This will cover risks to the environment, health, and safety of workers. In our site specific EHS plans potential risk are identified by activity hazard analysis of the activities required to perform the work. Once all of the risks have been identified for a particular task the mitigation procedures are determined and implemented to mitigate the risk from the work activity. All AHA's and mitigation procedures are reviewed and approved prior to work proceeding. Workers are trained in the mitigation procedures for their daily tasks at the plan of the day meeting held every morning. 2330¢thAuenue,Greeley, Colorado 8o63i Photte:970-353-6964 F'�� 970-353-6974 t1, Growling Bear Co. Inc. L. CoV'SI Rt IOV\III II IOOS Growling Bear Co. Inc. has the ability to self -perform rough carpentry, finish carpentry, casework, metal stud framing, and drywall. We have performed these services on several of our previous project and have skilled tradesmen to accomplish these tasks. We typically self - perform these types of work on small projects. On a typical job we normally self -perform 5- 10% of the project. 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 , � , . ' , ADDENDUM #1 BID REQUEST NO#B1500177 822 7 ST BLDG REMODEL-DESIGN BUILD Buildings & Grounds Department **PLEASE REPLACE THE FEE PROPOSAL ON PAGE 18 WITH THE FOLLOWING• (Estimated GMP cannot be determined without desiqn complete. Therefore the line item for GMP was deleted 1 FEE PROPOSAL A. Bidder Assumptions 1. Construction Duration Estimated# of Months 5 B. Fee Proposal % Or Lump Sum 1. Pre-Construction % $ 1,500 2. Design Fee % $ 36,000 3. General Conditions % $ 84,250 4. Construct�on Management Fee 4 % $ 5. Bonds (Attach schedule) See attached% $ 6. Other(describe on additional sheet) N/A % $ N/A ***Please email or fax the sianed addendum back to Weld Countv Purchasinq Thank You!*** bidsCa�weldqov.com or 970-336-7226 �ddendum received by: Growlina Bear Co. Inc. FIRM 2330 4�'Avenue ADDRESS Greelev. CO 80631 CITY AND STATE Ga Shironaka BY President TITLE �CTOBER 9, 2015 , � . , � . ADDENDUM #2 BID REQUEST NO#B1500177 822 7 ST BLDG REMODEL-DESIGN BUILD Buildings &Grounds Department **PLEASE DELETE THE FOLLOWING FROM THE BID DOCUMENTS: (Page 12) Successful Bidders Pollution Liability Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos)that may arise from the operations of the successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims-made basis, the successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 ***Please email or fax the s(aned addendum back to Weld Countv Purchasinu. Thank Youl*** bids(a�weldqov.com or 970-336-7226 Addendum received by: Growlina Bear Co. Inc FIRM 2330 4t''Avenue ADDRESS Greelev, CO 80631 CITY AND STATE Gary Shironaka BY President TITLE )CTOBER 14, 2015 � . �' A DATE(MM/DOMIYY) A�� CERTIFICATE OF LIABILITY INSURANCE 12/3/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on thls certfficate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT R1ID Parker CIC� CPSR NAME: � Flood and Peterson PHONE . (g70)506-3213 aC No:�970)506-6865 PO Box 578 ADDRE :�arkBr@flOOd�te='SOII.COID INSURE S AFFORDING COVERAGE NAIC# Greeley CO 80632 iNsuReRa�ontinental Insurance Com an INSURED INSURER B:COl1t1I1@I1t31 Casualt Com an Growling Bear Co. , Inc. iNsuReRc:Pinnacol Assurance 1190 2330 4th Avenue INSURERD: INSURER E: Greeley CO 80631 INSURER F: COVERAGES CERTIFICATE NUMBER:2015-2016 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. ��7R TYPE OF INSURANCE POLICY NUMBER MMIDDY� MMIDD� LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1�000�000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence S lO0,000 aai CLAIMS-MADE a OCCUR Y 2095216232 /1/2015 /1/2016 MED EXP(Any one pereon) S $,0�� PERSONALBADV INJURY $ 1�000�000 GENERAL AGGREGATE $ Z�000�000 GEN'L AGGREGATE LIMIT APP�IES PER: PRODUCTS-COMP/OP AGG $ 2�000�000 POLICY X PR� LOC $ AUTOMOBILE LIABILITY Ea accideDt IN LE LIMIT 1 000 000 X ANY AUTO BODILY INJURY(Per person) $ p' ALLOWNED SCHEDULED 2095216246 /1/2015 /1/2016 AUTOS AUTOS Y BODILY INJURY(Peracddent) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Peracddent Uninsured motorist combined $ X UMBRELLA LIAB OCCUR EACH OCCURRENCE a 5�000�000 B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5�000�000 DED X RETENTION$ 10,00 Y 2095216229 /1/2015 /1/2016 $ (,` WORKERS COMPENSATION Y X WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACHACCIDENT $ 1 000 000 OFFICER/MEMBER�cCLUDED? ❑ N�A 1436910 — Subcontractora /1/2015 /1/2016 (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 1 �0� ��� If yas,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1 000 000 A Property/Inland 2095216232 /1/2015 /i/2016 Marine DESCRIPTION OF OPERATIONS/LOCATION5/VEHICLES(Attach ACORD 107,Additional Remarks Schedule,if more space is required) RE:822 7th Street Building Remodel - Desiqn Build Bid#B1500177 Weld county, Its subsidiary, parent, associated and/or affiliated entities successors or assiqns its elected officials, trustees, amployees, 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 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS. 1150 O Street Greeley, CD 80631 AUTHORIZED REPRESENTATIVE K Parker, CIC, CPSR/R ���*^ ��-��- ACORD 25(2010/0S) OO 1988-2010 ACORD CORPORATION. All rights reserved. INS025r�mnns�n� Ti�u Af`AR11 n�me�nr!Innn o�o rnnie4nrerl m�r4c nf Af`f1R�l RE: STANDARD FORM AGREEMENT - GROWLING BEAR COMPANY, INC. ATTEST: der-411)o;uk Weld Coy Clerk to the Board BY: Deputy Cler to the Boar APPROVED AS TO FUNDING: Controller APPRED AS County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer Chair D C 1 4 2015 APPROVED AS TO SUBSTANCE: General Services ,24/6-- 367/6 � �861 �`� DEPARTMENT OF BUILDINGS AND GROUNDS � G PHONE : (970) 304-6531 �� ��• FAX : (970) 304-6532 � �.. _--- WEBSITE : www. co . weld . co . us � _G O_�_ .N T -Y-2--� 1105 H STREET P . O . BOX 758 GREELEY, COLORADO 80632 November 10, 2015 To : Board of County Commissioners From : Toby Taylor Subject : 822 7th Street/ Design Build ; Bid # 61500177 As advertised , this bid is to perform design- build services for a remodel of the building located at 822 7tn Street, Greeley. Growling Bear is the low bidder for this project with the following fees : Pre- Design General Construction Bond Schedule Construction Fee Conditions Management Fee Fee $ 84, 250 1st $ 500, 000 = $ 10 .00 per 1,000 $ 1, 500 $ 36, 000 ( 6 months ) 4% $ 500,000 - $ 2, 000,000 = $ 7 .00 per 1,000 Next $ 2, 500, 000 = $ 6 . 00 per 1,000 Therefore, Buildings and Grounds is recommending the bid be awarded to Growling Bear with the fees identified in their bid . If you have any questions, please contact me at extension 2023 . Sincerely, Toby Taylor Director l I a-D,�- ��ll // l-� �� Db � 7 WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E-Mail: mwalters(cc�co.weld.co.us � 1���� E-mail: reverettna,co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 ...���1 U���G O��_i.Y _ - -r DATE OF BID: OCTBER 26, 2015 REQUEST FOR: 822 W 7th ST BLDG REMODEL - DESIGN BUILD DEPARTMENT: BLDGS & GROUNDS DEPT BID NO: #61500177 PRESENT DATE: OCTOBER 28, 2015 APPROVAL DATE: NOVEMBER 16, 2015 VENDORS HITT 15000 W 6t'' AVE SUITE 330 GOLDEN CO 80401 ROCHE CONSTRUCTORS 361 715t AVE GREELEY CO 80634 ELDER CONSTRUCTION 7380 GREENDALE RD WINDSOR CO 80550 SAMPSON CONSTRUCTION 7785 HIGHLAND MEADOWS PKWY FT COLLINS CO 80528 DS CONSTRUCTORS LLC 3780 N GARFIELD AVE SUITE 101 LOVELAND CO 80538 FRANSEN PITTMAN CONSTRUCTION CO INC 23 INVERNESS WAY EAST#250 ENGLEWOOD CO 80112 GROWLING BEAR CO INC 2330 4T" AVE GREELEY CO 80631 MARK YOUNG CONSTRUCTION INC 7200 MILLER PLACE FREDERICK CO 80504 T-BONE CONSTRUCTION INC 1310 FORD ST COLO SPRINGS CO 80915 BASSETT&ASSOCIATES INC 7076 SOUTH ALTON WAY, BLDG C ENGLEWOOD CO 80112 2015-3511 ���b "*TOBY TAYLOR WILL BE REVIEWING THESE BIDS.** � �� � �� � WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 E -Mail: mwalters[a�co.weld.co.us E-mail: reverettco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: OCTBER 26, 2015 REQUEST FOR: 822 W 7th ST BLDG REMODEL - DESIGN BUILD DEPARTMENT: BLDGS & GROUNDS DEPT BID NO: #B1500177 PRESENT DATE: OCTOBER 28, 2015 APPROVAL DATE: NOVEMBER 16, 2015 VENDORS **TOBY TAYLOR WILL BE REVIEWING THESE BIDS. ��g oo Hello