Loading...
HomeMy WebLinkAboutRFP - 8693 CM/GC FOR STREETS PARKOfficial Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh REQUEST FOR PROPOSAL 8693 CONSTRUCTION MANAGER / GENERAL CONTRACTOR FOR STREETS PARK The City of Fort Collins is requesting proposals from qualified Construction Managers / General Contractors (CM/GC) to provide preconstruction support services and construction services related to the design and construction of Streets Park. As part of the City’s commitment to Sustainable Purchasing, proposals submission via email is preferred. Proposals shall be submitted in a single Microsoft Word or PDF file under 20MB and e-mailed to: purchasing@fcgov.com. If electing to submit a hard copy proposal instead, one (1) hard copy and one (1) electronic copy on a jump drive, will be received at the City of Fort Collins' Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals must be received before 3:00 p.m. (our clock), March 8, 2018 and referenced as Proposal No. 8693. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Please note, additional time is required for bids mailed to the PO Box to be received at the Purchasing Office. The City encourages all Disadvantaged Business Enterprises (DBEs) to submit proposals in response to all requests for proposals. No individual or business will be discriminated against on the grounds of race, color, sex, or national origin. It is the City’s policy to create a level playing field on which DBEs can compete fairly and to ensure nondiscrimination in the award and administration of all contracts. A pre-proposal meeting will be held at 2:00 pm on February 21, 2018 in the Streets Conference Room, located at the Streets Department Building at 625 9th Ave., Fort Collins, CO. Questions concerning the scope of the bid should be directed to Craig Kisling, Project Manager, at (970) 221-6367 or ckisling@fcgov.com. Questions regarding bid submittal or process should be directed to Elliot Dale, Senior Buyer, at (970) 221-6777 or edale@fcgov.com. All questions must be submitted in writing via email to Craig Kisling, with a copy to Elliot Dale, no later than 5:00 PM our clock on February 27, 2018. Questions received after this deadline will not be answered. A copy of the RFP may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins. The City of Fort Collins is subject to public information laws, which permit access to most records and documents. Proprietary information in your response must be clearly identified and will be protected to the extent legally permissible. Proposals may not be marked ‘Proprietary’ in their entirety. All provisions of any contract resulting from this request for proposal will be public information. Firms are allowed to submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this version of the proposal, the firm will redact all text and/or data Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing Page 1 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh that it wishes to be considered confidential and denote the information as “proprietary” or “confidential”. Information considered proprietary is limited to material treated as confidential in the normal conduct of business, trade secrets, discount information, and individual product or service pricing. Summary price information may not be designated as proprietary as such information may be carried forward into other public documents. New Vendors: The City requires new vendors receiving awards from the City to fill out and submit an IRS form W-9 and to register for Direct Deposit (Electronic) payment. If needed, the W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City’s Purchasing website at www.fcgov.com/purchasing under Vendor Reference Documents. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow other state and local governmental agencies, political subdivisions, and/or school districts to utilize the resulting award under all terms and conditions specified and upon agreement by all parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in the current term or in any future terms. Sustainability: Consulting firms/teams participating in the proposal are to provide an overview of the organization’s philosophy and approach to Sustainability. In no more than two (2) pages please describe how your organization strives to be sustainable in the use of materials, equipment, vehicles, fuel, recycling, office practices, etc. The City of Fort Collins incorporates the Triple Bottom Line into our decision process by including economic (or financial), environmental, and social factors in our evaluation. The selected Service Provider shall be expected to sign the City’s standard Agreement without revision prior to commencing Services (see sample attached to this Proposal). Sincerely, Gerry Paul Purchasing Director Page 2 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh REQUEST FOR PROPOSAL 8693 CM/GC FOR STREETS PARK SECTION 1 – OVERVIEW AND PROJECT BACKGROUND This Request for Proposal is issued to provide the selection process for Professional Services to provide Construction Manager / General Contractor (CM/GC) services for City Park Refresh. A. Overview On behalf of the Park Planning and Development Department, the City of Fort Collins (City) is seeking proposals from qualified Construction Managers/General Contractors (CM/GC) to provide preconstruction support services and construction services related to the design and construction of Streets Park in Fort Collins, Colorado. Streets Park is a 5.5 acre park that will construct new park elements located at the corner of 9th Street and Vine Dr. east of the City of Fort Collins – Streets Facility See Attachment A – Map of Limits of Work and Attachment B – Site Layout Plan. Design is currently around 50% complete and will continue as the CM/GC is brought on board (See Attachment C – Architectural Plans for current design. CM/GC is a contracting method that involves the contractor in the design process. The selected CM/GC will be required to enter into a Services Agreement – Work Order type. The City anticipates award of separate Work Orders for Preconstruction Support Services and Construction Services. The intent is to form a partnership with the City of Fort Collins (owner), the entire project design team and the selected CM/GC. The desire is to form a strong partnership and to collaborate through the design process to minimize risk, improve the construction schedule, promote innovation, and a cost-efficient construction. The City currently has contracted and is working with an on call Civil Engineering Consultant and Architecture and Irrigation Design firms on the park design. Park Planning is doing the Landscape Architecture portion of the design in-house. Through a separate RFP processes, the City will select a Playground Designer and Manufacturer. An artist for art-in-public- places for this project has also already been selected and will work with the team on concepts that may or may not be built by the artist. The selected CM/GC is expected to, in collaboration with the City, coordinate the efforts between these groups. B. Background The project site encompasses a total of 5.5 acres. The entrance area to the future park site is also the entrance to the City of Fort Collins Streets Department Facility. The primary function of the current site is to act as a traditional water quality pond and stormwater basin for the entire Streets Department facility. There are currently no sidewalk connections within the site, and the site contains only two amenities – a small shelter and a basketball court. Residents of the Alta Vista, Andersonville, and Buckingham neighborhoods can access the site via outside sidewalk connections and a recently installed signalized crosswalk. These three neighborhoods, commonly known as the Tres Colonias, are some of the oldest neighborhoods in Fort Collins. Tres Colonias originally housed migrant workers of the Great Western Sugar Factory - which is now the home of the City's Streets Department Facility. The site contains a functioning rail spur as well as existing parking that is appropriately Page 3 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh landscaped to facilitate ADA access. The current park site has no restroom, lights, pathways, or other amenities beyond a small basketball court and a simple shelter. Streets Park is a new park that is not listed on the 2008 Policy Plan and on the Parks and Recreation Masterplan but was recently added with the Lincoln Corridor project and outreach from the local community. It is already considered a park but has not been fully developed. It currently has a very small shelter structure and a basketball court. Both will remain in place. The site is currently used as a Stormwater detention area and will require some earth fill to bring the structures portion of the design up out of the pond. The site is currently used mostly by the adjacent neighbors to use for drop-in sports or for planned weekend events. The entrance to the park is also a shared access to the Streets Facility Administration building. SECTION 2 – PROJECT DESCRIPTION AND PROJECT FUNDING A. Project Description The scope of this park was developed with the following in mind: geographic and economic isolation of the historic neighborhoods; the lack of neighborhood amenities such as recreational opportunities; the cultural diversity of the neighborhoods; and the limited environmental education opportunities within the neighborhoods. As a result, the park has been designed to achieve three key objectives: 1) offer access to recreational opportunities in our most underserved communities; 2) offer the unique, new and innovative City-sponsored Nature in the City programming in the neighborhoods; and 3) engage local residents by working with community partners such as our Tres Colonias Northside Neighborhood Advisory Committee (NAC) and the Vida Sana: Uniting for Health Equity Coalition. Shelter ▪ A large shelter will be installed adjacent to the playground area that will serve to provide shade and offer a respite area while enjoying the playground. This structure will also offer a place for the surrounding neighborhoods to host events and gatherings. The shelter will have the architectural characteristics related to the exterior design of the main building of the old sugar beet factory. Trellis Structure ▪ This feature offers one of the many historic connections of the park to the sugar beet factory. A trellis structure will be used to provide shade and architectural connectivity between the restroom and shelter. Its design will emulate the old sugar beet overhead transport rail system. Sugar beet rail car sliders will be constructed under the trellis structure and move along tracks, similar to the sugar beet cars sliding under the trellis’s during the working days of the factory. Restroom ▪ The restroom is a needed feature and new addition to this park. It will have architectural similarities, character and characteristics of the Great Western Sugar Page 4 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh Beet Factory, aiming to compact the immense design into the smaller structure. The restroom will be a pre-fabricated structure with the characteristics mentioned above. Playground ▪ Sugar Beet Climbing Structure – A unique design originated from the sugar beet theme, this feature will offer a play structure designed to look like a larger than life sugar beet. This completely custom feature can be climbed on, and will be hollow for children to run through. ▪ Sugar Beet Factory Smoke Stack Climbing Structure – This approximately 18’ tall climbing play structure emulates the old smoke stack, one of the most distinguishing features of the Great Western Sugar Beet Factory. The play structure will be designed to climb up and play through, and will have a slide and other climbing features configured off of the sides. This item is another completely custom play feature. ▪ Sliding Sugar Beet Rail Car Benches – These custom benches will be on rail tracks that will allow visitors to slide the benches into many different configurations to accommodate their seating preference. The benches will be in and adjacent to the playground and the shelter structure. The CM/GC will be responsible for meeting all current state and local licensing requirements in the construction of park components and facilities. The standards referenced and included in this RFP are intended to establish the expectations the City has for this project regarding quality and performance. B. Project Funding Funding for the park is already established and the budget is close to $1.5M for design and construction. SECTION 3 – CM/GC SCOPE OF WORK AND FEES The City expects the CM/GC to provide pre-construction support services during design and construction services related to the completion of construction for Streets Park. The CM/GC will prepare an initial cost estimate based on current design development documents design and then again at 75% and possibly the 95% construction drawings. CM/GC requirements are to include, but are not necessarily limited to the following: A. Preconstruction Support Services Work Order The CM/GC team relies on the expertise of the General Contractor to deliver a better product in less time and at a more cost competitive rate than traditional design-bid-build construction processes. The selected CM/GC will be awarded a Preconstruction Support Services Work Order for each phase of the project, prepared and administered by the City. The cost of the Work Order will be based upon a final negotiated scope, total hours and unit rate for each key employee for “Preconstruction Support Services”. The Preconstruction Support Services Work Order will be issued per Section 9 Sample Agreement. Page 5 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh The CM/GC is required to provide the following expertise during the Preconstruction Support Services Phase of City Park Refresh: 1. Provide a designated representative to participate in the design effort, which will begin upon contract award. 2. The CM/GC is required to bring the following skills, knowledge and expertise during the Preconstruction Support Services phase of the project. Following are minimum requirements: ▪ The skills and knowledge to estimate the quantities of materials, labor, and equipment needed to construct the project. ▪ The skills and knowledge to determine the tasks (work breakdown structure) needed to complete the project and estimate the costs, duration, and sequence of these tasks. ▪ An understanding of the availability, cost, and capacities of materials, labor and equipment. ▪ The skills and knowledge to identify potential risks (including cost risks) and methods to mitigate them during the design process. ▪ The skills and knowledge to determine constructability of various designs and to inform construction phasing and maintenance for various designs. ▪ The skills, knowledge and experience necessary to coordinate the project work with anticipated utilities and stakeholders. ▪ The skill, knowledge and experience to understand and inform team regarding the demolition, cost and construction impacts of existing infrastructure including irrigation. ▪ The skill, knowledge and commitment to provide protection of existing trees throughout construction. ▪ The skill, knowledge and expertise to provide traffic control for a heavily used public space throughout construction. 3. Initial Risk Assessment Workshop: Participation in an initial project introduction, partnering session and risk assessment workshop. The workshop will be conducted in Fort Collins and will include the following tasks: ▪ Introduction to the project; ▪ Introduction of the team members and stake holders; ▪ Project site walk through; ▪ Project status, goals, objectives, funding, etc.; ▪ Presentation of the project elements; ▪ Review of phasing options / development of alternative phasing concepts for construction; ▪ Assessment of primary project risks in terms of cost, quality and schedule. 4. Design Reviews (collaborative design development): Participate in an estimated three formal design reviews. For each review, the CM/GC may be asked to perform any or all of the following tasks: Page 6 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh ▪ Provide constructability reviews; ▪ Work with the team to prepare draft construction phasing; ▪ Develop construction schedules; ▪ Provide construction cost estimates; ▪ Perform a risk assessment in terms of cost, quality and schedule; ▪ Provide value engineering to reduce risk, cost and schedule; ▪ Engage and coordinate with stakeholders and design team. The CM/GC may be asked to perform any of the above tasks throughout the design phase, and not necessarily during formal design reviews. It is anticipated the CM/GC will be fully engaged throughout the design process and be willing to provide input when requested. The CM/GC shall be compensated for time spent providing design assistance as identified above, in accordance with the Preconstruction Support Services Work Order. It is likely that the CM/GC will be required at bi-weekly coordination meetings as identified by the City. The CM/GC may be required to engage and coordinate with stakeholders and design team members prior to construction. B. Construction Services Work Order 1. Construction Contract Price Negotiations: When the City, the Architect-Engineer Design Team, and the CM/GC agree that the first phase of the project has been designed to a sufficient level of detail to allow the CM/GC to accurately price construction elements of the project, Construction Contract Price Negotiations will commence. In order to expedite the project, Construction Contract Price Negotiations may start before the completion of the Preconstruction Support Services. The CM/GC’s work effort for Construction Contract Price Negotiations will be separate from its Preconstruction Support Services, and will not be compensated for by the City. The CM/GC will be compensated for construction cost estimates prepared during the design process prior to Construction Contract Price Negotiations. The City will determine when Construction Contract Price Negotiations have begun. The Construction Contract Price Negotiations will conclude with the establishment of a Guaranteed Maximum Price (GMP) Construction Work Order agreement. The Construction Work Order agreement will incorporate general conditions using the Standard General Conditions of the Construction Contract prepared by the Engineers Joint Contract Document Committee (EJCDC) and other provisions in accordance with the City’s construction contract requirements. A template of the City’s Construction Agreement is available upon written request. Any exceptions to the agreements must be stated with your submission of qualifications for this project. The City makes no guarantees it will change the agreements but may consider the exceptions. 2. Price Negotiation Process: The following procedures will be used for Construction Contract Price Negotiations. ▪ The designer will produce a set of the relevant plans and specifications showing the work to be accomplished; ▪ The CM/GC will prepare a “bid” to perform the work. The bid will include detailed unit line item pricing and may include lump sum items as appropriate; Page 7 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh ▪ As part of the “bid” the CM/GC will obtain a minimum of 3 quotes for all major subcontracted work unless otherwise approved by the City; ▪ The City will develop an independent construction cost estimate for the work or may engage an independent third party to perform the construction cost estimate; ▪ Upon opening the CM/GC’s “bid” the City will determine the acceptability of the “bid” by comparing it to its independent construction cost estimate; ▪ If the City determines the prices are acceptable, the City will prepare a Work Order for construction services. If a previous Work Order for construction services had been entered into, this work may be added to that contract by change order; ▪ If the prices are not acceptable the City and the CM/GC will conduct a price negotiation meeting to discuss the variances between the “bid” and independent construction cost estimates; ▪ Following the price negotiation meeting the Construction Contract Negotiations will enter into subsequent iteration of the above noted process; ▪ The City reserves the right to require the CM/GC to enter into “open book” cost model price negotiations at any time through this process, where the CM/GC will be required to reveal and defend its detailed pricing breakdowns including labor, materials, equipment, subcontractor and supplier quotes, mobilization, and mark-up. See below for the City’s “open book” negotiation requirements; ▪ At any time, if the City determines that an agreement cannot be successfully negotiated, the City reserves the right to terminate Construction Contract Cost Negotiations and the Preconstruction Support Services contract and procure the construction of the project by other means. If the City then offers the project up for public bids the CM/GC will not be eligible to bid on the project. 3. “Open Book” Negotiations Process: Negotiations may require any or all of the following information. The CM/GC shall submit information as requested by the City to the extent necessary to permit the City to determine the reasonableness of the “bid” price. The CM/GC shall provide cost or pricing data, broken down by individual work item, for the CM/GC and each major subcontractor. The CM/GC may also be requested to submit material and subcontractor quotes, anticipated labor and equipment usage, and anticipated production rates. If requested, the CM/GC shall submit a written proposal for the work identifying the major elements of the work, the quantity of the element, and its contribution to the proposed price. Further breakdowns, if requested by the City, shall include: ▪ Material: Furnish quotes and/or material invoices showing the cost of material to be incorporated in the work; ▪ Labor: Show basic hourly rates, fringe benefits, applicable payroll costs (workers compensation, insurance, etc.) paid subsistence, and travel costs for each labor classification and foreman employed in the work; Page 8 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh ▪ Equipment: Provide a complete descriptive listing of equipment to be used in the work including make, model and year of manufacture. Support rented or leased equipment costs with invoices; ▪ Other direct costs: Furnish documentation of invoices to support any other direct costs to be incurred that are not included above (e.g., bonds, mobilization, permits, etc.); ▪ Production Rates: Provide actual hours of performance, on a daily basis, for each labor classification and for each piece of equipment; ▪ Subcontract Costs: Provide supporting data as required above; ▪ Overhead: Identify overhead rates and list the types of costs that are included in overhead; ▪ Profit: Include a reasonable profit reflecting the efficiency and economy of the CM/GC and subcontractors in performing the work, the contract risk type, the work difficulty, and management effectiveness; ▪ Markup: List any markup cost for subcontractors or other items. Provide backup information as requested for a breakdown and justification of markup expenses. 4. Construction Requirements: The City expects the CM/GC to provide full construction services related to the completion of the project. The CM/GC will be required to sign a Work Order for construction services. For the most part, construction services will be contracted and performed in accordance with the City’s standard processes for traditional design- bid-build projects. These services are to include, but not be limited to the following: ▪ Provide qualified full-time site supervision and management of trade subcontractors to meet or exceed the defined project schedule; ▪ Provide open procurement of subcontractors and suppliers that are not assigned by the City. Include the City in the procurement process. A minimum of 3 quotes are required for the subcontractor procurement process unless otherwise approved by the City; ▪ Provide storm water management and BMP maintenance for the site complying with State and City regulations; ▪ Provide construction delivery scheduling, meeting attendance and reporting according to contract document and federal or state requirements. This includes progress reporting and subcontractor work participation as applicable; ▪ Provide site security and protection during construction. Provide all site safety management and compliance with OSHA standards and criteria. Implement a site safety program that is reported on regularly; ▪ Provide for quality control program that meets or exceeds minimum job/contract document and industry standards. Coordinate and perform all quality control testing and inspections. All such tests and inspections shall be subject to the City’s written review; ▪ Report in your proposal to the City how the remaining work will support this goal; Page 9 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh ▪ Meet all licensing requirements as set forth by the City of Fort Collins for both CM/GC and subcontracted work. Provide work that complies with the Larimer County Urban Area Street Standards (LCUASS) as applicable; ▪ Provide services to manage participation in project close out process and needs during the project warranty period. SECTION 4 – PROJECT SCHEDULE (Dates subject to change and should be used for planning purposes only) A. RFP Schedule ▪ Advertise and Issue RFP Week of February 12, 2018 ▪ Pre-proposal Meeting February 21, 2018 at 2:00 pm ▪ Deadline to submit Questions February 27, 2018 at 5:00 pm ▪ Proposal due date March 8, 2018 at 3:00 pm ▪ Notify Short Listed Firms Week of March 12, 2018 ▪ Short List Oral Interviews Week of March 19, 2018 ▪ Selection of CM/GC Week of March 19, 2018 ▪ Notice to Proceed Week of April 2, 2018 B. Project Schedule Work Order #1 – Preconstruction Services ▪ DD Cost Estimate Early April 2018 ▪ Design Support Services April 2018 ▪ 75% Drawing Cost Estimate Early May 2018 ▪ Design Support Services May 2018 ▪ 95% Cost Estimate Early June 2018 Work Order #2 – Construction Services ▪ Final Pricing / GMP June 2018 ▪ Mobilization Late June – Early July 2018 ▪ Construction July - October 2018 SECTION 5 - GENERAL GUIDELINES A. Proposal: The proposer’s authorized signature on Attachment D - Proposal Acknowledgement Form assures the team’s compliance with City of Fort Collins’ purchasing requirements. The City reserves the right to reject any and all proposals and to waive any informalities and irregularities therein. The City reserves the right to select the top ranked firm directly from proposal documents without a formal interview process. In the event it becomes necessary to revise any part of the RFP, a written addendum will be issued. ▪ Each Proposal shall state it is valid for a period of not less than one hundred eighty (180) days from date of proposal submittal; Page 10 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh ▪ No reimbursement will be made by the City of Fort Collins for any costs incurred prior to a formal Notice to Proceed; ▪ The City of Fort Collins has developed a Building Design Standards Manual. Design will follow these standards unless exempted by the City. This manual is available online and can be viewed at: https://www.fcgov.com/opserv/design-standards.php; ▪ The City of Fort Collins in exempt from all state taxation including state sales and use taxes. B. Owner Expectations and Delivery Schedule ▪ Partnering: The City expects a strong partnering relationship with the selected CM/GC. Successful CM/GC project delivery requires an environment where trust and teamwork prevent disputes, fosters a cooperative bond to everyone’s benefit, and facilitates the completion of a successfully project. Adversarial relationships between the CM/GC and the owner will not be acceptable on the project, and could lead to the termination of the contract; ▪ Key Staff: The City expects the CM/GC to commit key staff members to manage the project through attendance of weekly project meetings; preparation of RFIs; management of subcontractors; management of schedule; management of quality and management of cost. Key staff members for this project are expected to include a project manager, superintendent and possibly a field engineer; ▪ Communication: The City expects open and honest communication related to project activities including subcontractor performance, cost control, schedule control, budget and quality issues as they may arise. The City expects communication to occur directly through the established chain of command which may involve working directly, receiving direction and coordinating with City assigned personnel; ▪ Contract Management: The City expects the CM/GC to participate in contract management such that pay applications, work change directives, change orders, RFIs and other documents are managed timely and effectively to avoid delays in project delivery. The City expects the CM/GC to work with its representatives to gain approval and processing of these documents in a coordinated fashion; ▪ Performance Standard: The City expects CM/GC performance to a standard that exceeds industry accepted parameters. The City expects a world class CM/GC and project. The City expects to pay fairly for all work performed and expects the CM/GC to be profitable. SECTION 6 – SUBMITTAL REQUIREMENTS CM/GC firms that have the requisite experience and qualifications are encouraged to submit proposals. A. General Company Information Page 11 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh Name of firm, contact person for this proposal, title, phone number, fax number, street and mailing addresses, and previous names of firm in last 10 years; date firm was established. Describe how the firm is organized. Provide general contracting licenses held by firm. B. Profile Projects Provide a brief project description and history of 5-7 projects, similar in scope to this project, completed in the last 10 years. Include the following information: ▪ Project description that includes the project name, firms that comprised the design team, and site location. Please include pictures of the work completed; ▪ Project history that includes the original schedule agreed upon at the time of signing the contract, the actual duration of construction, and any special characteristics of the project that affected delivery; ▪ Type of project delivery model used; ▪ Original contract cost; ▪ Cost at completion and number of change orders; ▪ CM/GC, subcontractor or owner initiated claims and their resolution; ▪ Original contract time and actual completion time. Provide a brief discussion of any unusual factors that affected the project delivery (e.g. owner initiated delays, additions to the work, etc.). Provide both an owner reference and consulting engineer/architect reference for cited projects. At minimum, references shall include contact name, title, email address, and phone number. C. Company Resources Indicate the total number of personnel employed by the company and how many resources are in each category (e.g. Administration, Clerical, Estimating, Project Management, Project Coordinator, Project Engineer, Superintendent, Foreman, Carpenter, Laborer, etc.) Provide an organizational chart for the resources proposed to be used on this project. Indicate the office location this project will be managed through. Provide a full list of equipment on hand owned and managed by the firm. The City values a company’s investment in supporting the industry with apprenticeships, volunteer, or intern opportunities, the use of locally sourced materials and labor, and the ability to recycle materials from generated construction materials. Describe your previous experience emphasizing local labor and materials and utilizing pollution prevention techniques. D. Key Project Staffing Names and resumes of proposed key project staff, including proposed project manager and construction project superintendent. Include references from owners and consulting engineers for the last 3 projects for each assigned person. Detail the availability of proposed staff. (Note: key personnel must be committed to this project for its duration, unless excused by the Owner. This requirement is non-negotiable.) E. Project Budget and Cost Control ▪ Describe your approach to developing a cost to complete this project; Page 12 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh ▪ Describe your approach to developing value engineering ideas through construction delivery to enhance the work product while potentially saving cost; ▪ Describe how the delivery schedule outlined in Section 4 affects your approach to pricing; ▪ Describe your approach to be transparent or open book when developing a cost for this project in cooperation with the project team; ▪ Please note: The City is exempt from all state taxation including state sales and use taxes. F. Construction Sequencing and Scheduling Describe the scheduling software your firm typically uses for sequencing tasks and scheduling subcontractors, materials and equipment. The City will require that an industry recognized software is used to develop and manage the project schedule; fully base-lined, critical path shown and float managed. Describe the way in which your firm develops and maintains project schedules for projects of this size and nature. Describe your process and frequency for updating project schedules and how your firm works to overcome challenges and works to maintain the original completion date. Submit an example of a project schedule for a similar size project. G. Method of Construction Submit a written narrative explaining your approach to completion of this project, while ensuring safe vehicular and pedestrian access to the Streets Facility Building will be important during construction. H. Quality Assurance/Quality Control Provide details on your firm’s quality control program. Explain how your team administers a quality control program during construction, how performance measures are documented and how quality issues are addressed. Provide examples of when your firm exceeded quality standards, gained industry recognition or received quality awards. I. Partnering Experience Describe 3-5 projects completed by your firm where partnering was formally implemented. Provide a listing of key staff who participated in these projects and their roles. Describe in detail what Partnering means to your firm and how it is integral to your business operations. J. Safety Record Provide the firm’s OSHA reportable accident rate and current workman’s compensation insurance multiplier for the last 3 years. Provide the OSHA reportable accident rate on projects managed by the proposed superintendent or project manager over the three year period. Provide a list of all projects in the last 5 years that have received an OSHA citation either to the GC or subcontractor on the jobsite and provide a narrative of the citations. K. Trade Subcontractors Provide a listing of subcontractors for major trades your firm plans to engage to meet the three-bid requirement. Explain your relationship with these firms, how long they Page 13 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh have worked with you on projects, and how your subcontractor procurement process works. Give examples of situations where these firms have performed to tight timeframes and accelerated schedules. L. Financial Statement Provide a recent financial statement (audited if possible) including balance sheet and income statement showing: ▪ Current assets; ▪ Other assets; ▪ Current liabilities; ▪ Other liabilities; ▪ Fixed assets and equipment; ▪ Banking Reference (Provide name, address and phone number). M. Bonding Company Reference Provide the name, address and phone number of the firm’s bonding agent. Provide a letter from the bonding agent indicating the firm’s bonding capacity is adequate to undertake this work. N. Insurance Company Provide the name, address and phone number of the firm’s insurance agent(s). Provide an example certificate of insurance outlining coverage and policy limits. Provide statements to answer the following questions (See also Insurance Requirements in Section 9 - Sample Agreement). ▪ Does coverage meet minimum project requirements? ▪ Does coverage include builder’s risk? ▪ Can this coverage be extended for work on this project? ▪ Can coverage be increased? ▪ Can the City be listed as an additional insured? ▪ Are there any current claims that will affect coverage limits available for this project? O. CM/GC Fees Provide a list of construction cost factors that will be used to develop the cost of work. Provide the following. 1. Pre-Construction Services Work Order: Cost estimate for pre-construction services (meetings, cost estimating, value engineering and related tasks), including personnel hourly rates and estimated time per task. 2. Construction Services Work Order: ▪ Provide CM/GC Fee, expressed as a percentage to be added to all materials, labor, equipment and subcontractors cost. ▪ Provide change order markup fee for labor, materials, and subcontractors, expressed as a percentage if different from CM/GC Fee. ▪ Provide personnel hourly rates for Site Supervision and Administration during construction. Page 14 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh ▪ Provide a cost for the General Conditions anticipated per the breakout in Attachment E - CM/GC General Conditions Checklist. Provide a list of the items included in the General Conditions. Note that General Conditions are not subject to the CM/GC fee. ▪ Provide a list of items your company typically self-performs and an estimate for the percent of the construction project you plan to self-perform. ▪ Describe in detail how your firm uses the markups and cost of work to develop the Guaranteed Maximum Price for the project. The City anticipates working with the CM/GC to develop this cost for all known quantities of the project. The final project cost will be established as a Guaranteed Maximum Price (GMP) including a detailed bid schedule. Page 15 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh SECTION 7 – REVIEW AND ASSESSMENT CM/GC firms will be evaluated on the following qualification criteria. These criteria will be the basis for review of the written proposals, as well as for the oral interviews (if necessary) of the top ranked firms. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and a 5 being an outstanding rating. Weighting factors for the criteria are listed adjacent to the qualification. Weighting Factor Qualification Standard 2.0 Scope of Proposal Does the proposal show an understanding of the project objective, methodology to be used in the completion of construction and the results that are desired from the project? 2.0 Assigned Project Team Does the proposed team have the necessary skills and experience to fulfill the requirements of the project, including CM/GC delivery? Is the key staff available to do the work? 1.0 Safety Record “OSHA Illness/Injury Rate”, “OSHA Lost Work Day Incidence Rate” and Workers Compensation Experience Modification Rate Insurance Multiplier. 3.0 Firm Experience Has the firm worked on projects similar in scope to this project? Has partnering been used on other projects? Does the firm have the experience necessary for this project? Does this contractor have previous CM/GC or alternate delivery experience? 2.0 Cost Are the cost factors presented in the proposal reflective of industry standards? Do they offer a reasonable way to approach development of the GMP? 2.0 Firm Capability Does the firm have experience, equipment, manpower and finances to complete the work? Has the firm demonstrated the ability to complete the project on schedule and in budget? 2.0 Construction Performance Do the referenced projects reflect favorably in respect to completion within the contract schedule, cost and number of change orders and claims? 2.0 Method of Construction Does the written project approach reflect a good balance between construction efficiency and ability to complete the project during the short season? Does the method of construction and project approach reflect innovation and potential for significant cost savings measures? Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh timetable, completeness, budget and job knowledge of selected project/references. A satisfactory/unsatisfactory rating shall be given to each reference contacted. If references check out for the top firm, then the City of Fort Collins will work to negotiate a contract for CM/GC services with the top firm. If the top firm references do not check out, then the selection committee will look to the second ranked firm and check their references. QUALIFICATION STANDARD Overall Performance Would you hire this CM/GC again? Timetable Was the original Scope of Work completed within the specified time? Were interim deadlines met in a timely manner? Completeness Was the CM/GC responsive to client needs; did they anticipate problems? Were problems solved quickly and effectively? Budget Was the original Scope of Work completed within the project budget? Job Knowledge Did CM/GC personnel exhibit the knowledge and skills necessary for the efficient completion of the scope or work? Page 17 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh SECTION 8 – LIST OF ATTACHMENTS ▪ Attachment ‘A’ – Map of Limits of Work ▪ Attachment ‘B’ –Site Layout Plan ▪ Attachment ‘C’ – Architectural Plans ▪ Attachment ‘D’ – Proposal Acknowledgment Form ▪ Attachment ‘E’ – CM/GC General Conditions Checklist Page 18 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh SECTION 9 – SAMPLE AGREEMENT SERVICES AGREEMENT WORK ORDER TYPE THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Services to be Performed. a. This Agreement shall constitute the basic agreement between the parties for services for . The conditions set forth herein shall apply to all services performed by the Service Provider on behalf of the City and particularly described in Work Orders agreed upon in writing by the parties from time to time. Such Work Orders, a sample of which is attached hereto as Exhibit A, consisting of one (1) page and incorporated herein by this reference, shall include a description of the services to be performed, the location and time for performance, the amount of payment, any materials to be supplied by the City and any other special circumstances relating to the performance of services. No Work Order shall exceed $ . A general scope of services is attached hereto as Exhibit C, consisting of ( ) page(s), and incorporated herein by this reference. The only services authorized under this Agreement are those which are performed after receipt of such Work Order, except in emergency circumstances where oral work requests may be issued. Oral requests for emergency actions will be confirmed by issuance of a written Work Order within two (2) working days. Irrespective of references in Exhibit A to certain named third parties, Service Provider shall be solely responsible for performance of all duties hereunder. b. The City may, at any time during the term of a particular Work Order and without invalidating such Work Order, make changes to the scope of the particular services. Such changes shall be agreed upon in writing by the parties by Change Order, a sample of which is attached hereto as Exhibit B, consisting of one (1) page and incorporated herein by this reference. 2. Changes in the Work. The City reserves the right to independently bid any services rather than issuing work to the Service Provider pursuant to this Agreement. Nothing within this Agreement shall obligate the City to have any particular service performed by the Service Provider. 3. Time of Commencement and Completion of Services. The services to be performed Page 19 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh pursuant to this Agreement shall be initiated as specified by each written Work Order or oral emergency service request. Oral emergency service requests will be acted upon without waiting for a written Work Order. Time is of the essence. 4. Contract Period. This Agreement shall commence , 20 and shall continue in full force and effect until , 20 , unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed ( ) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. Written notice of renewal shall be provided to the Service Provider and mailed no later than thirty (30) days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without is fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 6. Early Termination by City/Notices. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be mailed at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following address: Service Provider: City: Copy to: Attn: City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522 City of Fort Collins Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the termination date, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. This is an open-end indefinite quantity Agreement with no fixed price. The actual amount of work to be performed will be stated on the individual Work Orders. The City makes no guarantee as to the number of Work Orders that may be issued or the actual amount of services which will in fact be requested. 8. Payments. a. The City agrees to pay and the Service Provider agrees to accept as full payment for all work done and all materials furnished and for all costs and expenses incurred in performance of the work the sums set forth for the hourly labor rate and material costs, Page 20 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh with markups, stated within the Bid Schedule Proposal Form, attached hereto as Exhibit , consisting of ( ) page(s), and incorporated herein by this reference. Payment shall be made by the City only upon acceptance of the work by the City and upon the Service Provider furnishing satisfactory evidence of payment of all wages, taxes, supplies and materials, and other costs incurred in connection with the performance of such work. 9. City Representative. The City's representative will be shown on the specific Work Order and shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the work requested. All requests concerning this Agreement shall be directed to the City Representative. 10. Independent Contractor. It is agreed that in the performance of any services hereunder, the Service Provider is an independent contractor responsible to the City only as to the results to be obtained in the particular work assignment and to the extent that the work shall be done in accordance with the terms, plans and specifications furnished by the City. 11. Subcontractors. Service Provider may not subcontract any of the Work set forth in the Exhibit A, Statement of Work without the prior written consent of the city, which shall not be unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of the City), then the following provisions shall apply: (a) the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Service Provider. 12. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the city. 13. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights under the Agreement or of any cause of action arising out of the performance of this Agreement. 14. Warranty. a. Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. Page 21 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. c. Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City-furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 15. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this Agreement, such party may be declared in default thereof. 16. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. 17. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire Agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representative, successors and assigns of said parties. 18. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever, brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Page 22 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh Exhibit , consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder shall deliver to the City's Purchasing Director, P. O. Box 580, Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the city. 19. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 20. Law/Severability. This Agreement shall be governed in all respect by the laws of the State of Colorado. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction such holding shall not invalidate or render unenforceable any other provision of this Agreement. 21. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1) Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2) Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the “e-Verify Program”) or the Department Program (the “Department Program”), an employment verification program established pursuant to Section 8- 17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. c. Service Provider is prohibited from using the e-Verify Program or Department Program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1) Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and Page 23 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh 2) Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the “Department”) made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider’s violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. 22. Dust Control. The Service Provider shall abide by the City of Fort Collins “Dust Control and Prevention Manual,” which is available for public download at https://www.fcgov.com/airquality/pdf/dust-prevention-and-control-manual.pdf, and is incorporated herein by this reference. The City of Fort Collins has implemented this manual for all projects performed for the City of Fort Collins or located within the City of Fort Collins City limits. 23. Haul Routes. All trucks used for work contracted by the City utilizing asphalt from the asphalt plant located at 1800 North Taft Hill Road may only enter North Taft Hill Road from the North using CR 54 G and only exit the site on North Taft Hill Road to the North to CR 54G. 24. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit - Confidentiality, consisting of one (1) page, attached hereto and incorporated herein by this reference. Page 24 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh THE CITY OF FORT COLLINS, COLORADO By: Gerry Paul Purchasing Director DATE: ATTEST: APPROVED AS TO FORM: SERVICE PROVIDER'S NAME By: Printed: Title: CORPORATE PRESIDENT OR VICE PRESIDENT Date: Page 25 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh EXHIBIT A WORK ORDER FORM PURSUANT TO A MASTER AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND SERVICE PROVIDER'S NAME WORK ORDER NUMBER: PROJECT TITLE: ORIGINAL BID/RFP NUMBER & NAME: MASTER AGREEMENT EFFECTIVE DATE: Original Contract Date WORK ORDER COMMENCEMENT DATE: WORK ORDER COMPLETION DATE: MAXIMUM FEE: (time and reimbursable direct costs): PROJECT DESCRIPTION/SCOPE OF SERVICES: Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Master Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement and this Work Order (including the attached forms) the Master Agreement shall control. The attached forms consisting of ( ) page(s) are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this document. SERVICE PROVIDER: Date: Name, Title ACCEPTANCE: Date: Name, Project Manager REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) Page 26 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh EXHIBIT B CHANGE ORDER NO. PROJECT TITLE: SERVICE PROVIDER: Company Name WORK ORDER NUMBER: PO NUMBER: DESCRIPTION: 1. Reason for Change: Why is the change required? 2. Description of Change: Provide details of the changes to the Work 3. Change in Work Order Price: 4. Change in Work Order Time: ORIGINAL WORK ORDER PRICE $ .00 TOTAL APPROVED CHANGE ORDER .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGINAL WORK ORDER % ADJUSTED WORK ORDER COST $ .00 SERVICE PROVIDER: Date: Name, Title ACCEPTANCE: Date: Name, Project Manager REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) Page 27 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh EXHIBIT C GENERAL SCOPE OF SERVICES Page 28 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh EXHIBIT (BID SCHEDULE/COMPENSATION) Page 29 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh EXHIBIT INSURANCE REQUIREMENTS 1. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: “The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins.” In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider 's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this Agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. Page 30 of 44 Official Purchasing Document Last updated 10/2017 RFP 8644 CMGC for City Park Refresh EXHIBIT CONFIDENTIALITY IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to this Agreement (the “Agreement”), the Service Provider hereby acknowledges that it has been informed that the City has established policies and procedures with regard to the handling of confidential information and other sensitive materials. In consideration of access to certain information, data and material (hereinafter individually and collectively, regardless of nature, referred to as “information”) that are the property of and/or relate to the City or its employees, customers or suppliers, which access is related to the performance of services that the Service Provider has agreed to perform, the Service Provider hereby acknowledges and agrees as follows: That information that has or will come into its possession or knowledge in connection with the performance of services for the City may be confidential and/or proprietary. The Service Provider agrees to treat as confidential (a) all information that is owned by the City, or that relates to the business of the City, or that is used by the City in carrying on business, and (b) all information that is proprietary to a third party (including but not limited to customers and suppliers of the City). The Service Provider shall not disclose any such information to any person not having a legitimate need-to-know for purposes authorized by the City. Further, the Service Provider shall not use such information to obtain any economic or other benefit for itself, or any third party, except as specifically authorized by the City. The foregoing to the contrary notwithstanding, the Service Provider understands that it shall have no obligation under this Agreement with respect to information and material that (a) becomes generally known to the public by publication or some means other than a breach of duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the request for such disclosure is proper and the disclosure does not exceed that which is required. In the event of any disclosure under (b) above, the Service Provider shall furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and shall promptly advise the City in writing of each such disclosure. In the event that the Service Provider ceases to perform services for the City, or the City so requests for any reason, the Service Provider shall promptly return to the City any and all information described hereinabove, including all copies, notes and/or summaries (handwritten or mechanically produced) thereof, in its possession or control or as to which it otherwise has access. The Service Provider understands and agrees that the City’s remedies at law for a breach of the Service Provider’s obligations under this Confidentiality Agreement may be inadequate and that the City shall, in the event of any such breach, be entitled to seek equitable relief (including without limitation preliminary and permanent injunctive relief and specific performance) in addition to all other remedies provided hereunder or available at law. Page 31 of 44 TRACT A - DRAINAGE AND ACCESS EASEMENT LOT 1A LOT 2A TRACT A - DRAINAGE AND ACCESS EASEMENT LOT 1A LOT 2A LEMAY AVENUE PROPOSED RESTROOM FFE=52.3 1218 W. Ash, Suite A Windsor , Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 I N T E R W E S T C O N S U L T I N G G R O U P PREPARED FOR PROJ. NO. DATE: SCALE (H): SCALE (V): CHECKED BY: DESIGNED BY: PROJECT NAME STREETS PARK UTILITY PLAN 01/31/2018 1"=40' N/A SB MPO 1165-012-92 5 of 14 PARK PLANNING & DEVELOPMENT 215 NORTH MASON STREET FORT COLLINS, CO 80524 970-416-2192 NOTES: 1. ALL STORM SEWER, SANITARY SEWER, AND WATER CONSTRUCTION, AS WELL AS POWER AND OTHER "DRY" UTILITY INSTALLATIONS, SHALL CONFORM TO THE CITY OF FORT COLLINS STANDARDS AND SPECIFICATIONS CURRENT AT THE DATE OF APPROVAL OF THE PLANS BY THE LOCAL ENGINEER. 2. STORM SEWER PIPE SHALL BE RCP OR PVC WITH WATER TIGHT JOINTS. ALL STORM SEWER SHALL BE INSPECTED BY THE CITY OF FORT COLLINS. 3. LENGTH OF PIPE IS MEASURED FROM CENTER OF STRUCTURE TO CENTER OF STRUCTURE AND INCLUDES THE FLARED END SECTION UNLESS OTHERWISE NOTED. 4. ALL WATER SERVICES SHALL BE INSTALLED AT A MINIMUM OF 5-FEET BELOW FINISHED FLOOR ELEVATION AND SHALL BE TYPE K COPPER OR HDPE WITH TRACER WIRE AS NOTED. 5. ALL SANITARY SEWER PIPE SHALL BE PVC (SDR 35) UNLESS OTHERWISE NOTED ON THE PLAN. SEWER PIPE SHALL BE AS SPECIFIED BY THE CITY OF FORT COLLINS STANDARD PLANS AND SPECIFICATIONS. 6. SEE ARCHITECTURAL DRAWINGS FOR WALL LOCATION DETAILS OF GAS METERS, ELECTRIC METERS, AND TELEPHONE TERMINALS. 7. LIMITS OF STREET CUT SHOWN ARE APPROXIMATE. FINAL LIMITS ARE TO BE DETERMINED IN THE FIELD BY CITY ENGINEER INSPECTOR. ALL REPAIRS TO BE IN ACCORDANCE WITH CITY STREET REPAIR STANDARDS. 8. ANY DAMAGED CURB, GUTTER AND SIDEWALK EXISTING PRIOR TO CONSTRUCTION, AS WELL AS STREETS, SIDEWALKS, CURBS AND GUTTERS, DESTROYED, DAMAGED OR REMOVED DUE TO CONSTRUCTION OF THIS PROJECT, SHALL BE REPLACED OR RESTORED TO CITY OF FORT COLLINS STANDARDS AT THE DEVELOPER'S EXPENSE PRIOR TO THE ACCEPTANCE OF COMPLETED IMPROVEMENTS AND/OR PRIOR TO THE ISSUANCE OF THE FIRST CERTIFICATE OF OCCUPANCY. 9. COORDINATE WITH LIGHT & POWER (970.224.6167) ON THE RELOCATION OF THE EXISTING ELECTRIC LINE, TRACT A - DRAINAGE AND ACCESS EASEMENT LOT 1A LOT 2A PROPOSED RESTROOM FFE=52.3 100 YR WSEL=50.3 1218 W. Ash, Suite A Windsor , Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 I N T E R W E S T C O N S U L T I N G G R O U P PREPARED FOR PROJ. NO. DATE: SCALE (H): SCALE (V): CHECKED BY: DESIGNED BY: PROJECT NAME STREETS PARK OVERALL GRADING PLAN 01/31/2018 1"=40' N/A SB MPO 1165-012-92 6 of 14 PARK PLANNING & DEVELOPMENT 215 NORTH MASON STREET FORT COLLINS, CO 80524 970-416-2192 0 40' 40 20 40 80 SCALE: 1" = NOTES: 1. ANY DAMAGED CURB, GUTTER AND SIDEWALK EXISTING PRIOR TO CONSTRUCTION, AS WELL AS STREETS, SIDEWALKS, CURBS AND GUTTERS, DESTROYED, DAMAGED OR REMOVED DUE TO CONSTRUCTION OF THIS PROJECT, SHALL BE REPLACED OR RESTORED TO CITY OF FORT COLLINS STANDARDS AT THE DEVELOPER'S EXPENSE PRIOR TO THE ACCEPTANCE OF COMPLETED IMPROVEMENTS AND/OR PRIOR TO THE ISSUANCE OF THE FIRST CERTIFICATE OF OCCUPANCY. 2. SEE LANDSCAPE PLAN FOR REVEGETATION METHODS AND DETAILS. Page 33 of 44 PROPOSED RESTROOM FFE=52.3 100 YR WSEL 1218 W. Ash, Suite A Windsor , Colorado 80550 Phone: (970) 674-3300 Fax: (970) 674-3303 I N T E R W E S T C O N S U L T I N G G R O U P PREPARED FOR PROJ. NO. DATE: SCALE (H): SCALE (V): CHECKED BY: DESIGNED BY: PROJECT NAME STREETS PARK DETAILED GRADING PLAN 01/31/2018 1"=40' N/A SB MPO 1165-012-92 7 of 14 PARK PLANNING & DEVELOPMENT 215 NORTH MASON STREET FORT COLLINS, CO 80524 970-416-2192 0 40' 40 20 40 80 SCALE: 1" = NOTES: 1. ANY DAMAGED CURB, GUTTER AND SIDEWALK EXISTING PRIOR TO CONSTRUCTION, AS WELL AS STREETS, SIDEWALKS, CURBS AND GUTTERS, DESTROYED, DAMAGED OR REMOVED DUE TO CONSTRUCTION OF THIS PROJECT, SHALL BE REPLACED OR RESTORED TO CITY OF FORT COLLINS STANDARDS AT THE DEVELOPER'S EXPENSE PRIOR TO THE ACCEPTANCE OF COMPLETED IMPROVEMENTS AND/OR PRIOR TO THE ISSUANCE OF THE FIRST CERTIFICATE OF OCCUPANCY. 2. SEE LANDSCAPE PLAN FOR REVEGETATION METHODS AND DETAILS. CITY OF FORT COLLINS BIORETENTION SAND MEDIA SPECIFICATION RAIN GARDEN NTS Page 34 of 44 Page 35 of 44 STUD WALL (WOOD OR METAL) CONCRETE (SMALL SCALE) CONCRETE BLOCK (SMALL SCALE) BRICK GRAVEL OR SAND BATT INSULATION (FRAMING QUALITY) WOOD (FRAMING QUALITY) WOOD (FINISH QUALITY GYPSUM BOARD (LARGE SCALE) STEEL INSULATED STUD WALL CONCRETE (LARGE SCALE) CONCRETE BLOCK (LARGE SCALE) STONE EARTH RIGID INSULATION WO0D BLOCKING PLYWOOD PLASTIC LAMINATE WIRE FABRIC SECTION CUT ELEVATION INDICATION DRAWING SHEET NO. OFFICE SECTION INDICATION DRAWING SHEET NO. SECTION CUT DETAIL REFERENCE DETAIL INDICATION DRAWING SHEET NO. 190F INDICATES CONTROL DIMENSION DIMENSION STRING ROOM NAME/NUMBER D WINDOW TYPE 1 A7 2 DOOR NUMBER A A5 D A6 A.B. ALUM . Anchor Bolt Aluminum BM. B.M. B.O. BRG. SYSTEMNOTES SYSTEM NOTES--WWWWAAAALLLLLLLLSSSS DDDDEEEESSSSIIIIGGGGNNNNAAAATTTTIIIIOOOONNNN DDDDEEEESSSSCCCCRRRRIIIIPPPPTTTTIIIIOOOONNNN W1 EXISTING WALL W2 2 1/2" (25 GAUGE) MTL STUDS AT 16" O.C. W3 3 5/8" (25 GAUGE) MTL STUDS AT 16" O.C. W4 4" (25 GAUGE) C H MTL STUDS AT 16" O.C. W6 6" (25 GAUGE) MTL STUDS AT 16" O.C. C8 8" CONCRETE WALL, REF. STR'L. M4 STANDARD CONCRETE MASONRY UNIT WALL M6 COLOR/SPLIT FACE CONCRETE MASONRY UNIT WALL GENERAL WALL NOTES 1. ALL WALLS TO BE W3-A UNLESS OTHERWISE NOTED 2. PROVIDE DOUBLE 20 GA. STUDS (MIN.) AT ALL DOOR JAMBS 3. ALL DIMENSIONS ARE TO GRID LINES, FACE OF STUDS OR MASONRY WALL UNLESS OTHERWISE NOTED 4. EXTEND GYPSUM BOARD ON WALLS TO 2" ABOVE ALL ADJACENT CEILINGS AND TO UNDERSIDE OF GYPSUM CEILINGS UNLESS OTHERWISE NOTED 5. PROVIDE GYPSUM CONTROL JOINTS IN WALLS OVER 25' IN LENGTH SYSTEMNOTES SYSTEM NOTES--FLOORS DDDDEEEESSSSIIIIGGGGNNNNAAAATTTTIIIIOOOONNNN DDDDEEEESSSSCCCCRRRRIIIIPPPPTTTTIIIIOOOONNNN F2 4" REINFORCED CONCRETE SLABS, REF: STR'L F3 WOOD DECKING ON WD TRUSS JOISTS (REF: STR'L) F1 EXISTING CONCRETE FLOORS TO REMAIN P2 EXISTNG CONCRETE WALKS TO REMAIN, PATCH & REPAIR AS NEEDED P3 NEW CONCRETE WALKS P1 EXISTING ASPHALT TO REMAIN, PATCH & REPAIR AS NEEDED UTILITY / JJJJAAAANNNNIIIITTTTOOOORRRR 16' - 0" CLERESTORY ABOVE 1 A7.1 2 A7.1 4" 2' - 0" 3' - 4" D. E. G. H. H. 4" 8" 12' - 0" 8" 4' - 6" 8" I. W1 W5 W5 W1 W1 W5 W1 W2 W1 W2 W2 4" W5 J. SSSSTTTTOOOORRRRAAAAGGGGEEEE 8" SYSTEMNOTES SYSTEM NOTES--ROOFS DDDDEEEESSSSIIIIGGGGNNNNAAAATTTTIIIIOOOONNNN DDDDEEEESSSSCCCCRRRRIIIIPPPPTTTTIIIIOOOONNNN ROOF GENERAL NOTES 1. VERIFY ALL EXISTING ROOF ASSEMBLIES AND CONDITIONS AS REQUIRED 2. VERIFY & COORDINATE ALL DIMENSIONS WITH EXISTING CONDITIONS. 3. NOTIFY ARCHITECT IMMEDIATELY WITH ANY DISCREPENCIES REGARDING THE CONTRACT DOCUMENTS. R1 NEW P.F. METAL STANDING SEAM OVER ____ STRUCTURE (REF: STR'L) SYSTEMNOTES SYSTEM NOTES--WWWWAAAALLLLLLLLSSSS DDDDEEEESSSSIIIIGGGGNNNNAAAATTTTIIIIOOOONNNN DDDDEEEESSSSCCCCRRRRIIIIPPPPTTTTIIIIOOOONNNN W1 EXISTING WALL W2 2 1/2" (25 GAUGE) MTL STUDS AT 16" O.C. W3 3 5/8" (25 GAUGE) MTL STUDS AT 16" O.C. W4 4" (25 GAUGE) C H MTL STUDS AT 16" O.C. W6 6" (25 GAUGE) MTL STUDS AT 16" O.C. C8 8" CONCRETE WALL, REF. STR'L. M4 STANDARD CONCRETE MASONRY UNIT WALL M6 COLOR/SPLIT FACE CONCRETE MASONRY UNIT WALL GENERAL WALL NOTES 1. ALL WALLS TO BE W3-A UNLESS OTHERWISE NOTED 2. PROVIDE DOUBLE 20 GA. STUDS (MIN.) AT ALL DOOR JAMBS 3. ALL DIMENSIONS ARE TO GRID LINES, FACE OF STUDS OR MASONRY WALL UNLESS OTHERWISE NOTED 4. EXTEND GYPSUM BOARD ON WALLS TO 2" ABOVE ALL ADJACENT CEILINGS AND TO UNDERSIDE OF GYPSUM CEILINGS UNLESS OTHERWISE NOTED 5. PROVIDE GYPSUM CONTROL JOINTS IN WALLS OVER 25' IN LENGTH SYSTEMNOTES SYSTEM NOTES--FLOORS DDDDEEEESSSSIIIIGGGGNNNNAAAATTTTIIIIOOOONNNN DDDDEEEESSSSCCCCRRRRIIIIPPPPTTTTIIIIOOOONNNN F2 4" REINFORCED CONCRETE SLABS, REF: STR'L F3 WOOD DECKING ON WD TRUSS JOISTS (REF: STR'L) F1 EXISTING CONCRETE FLOORS TO REMAIN P2 EXISTNG CONCRETE WALKS TO REMAIN, PATCH & REPAIR AS NEEDED P3 NEW CONCRETE WALKS P1 EXISTING ASPHALT TO REMAIN, PATCH & REPAIR AS NEEDED 1 A7.1 2 A7.1 I. J. L. P.F. METAL FLASHING/GUTTER & DOWNSPOUT METAL SIDING 12" PRECAST CAP & FLASHING BRICK VENEER ON CMU STRUCTURAL SLAB P.F. METAL TRELLIS 4" CONCRETE SLAB ON GRADE INT. COLORED CMU MASONRY (GROUND FACES) K. RAISED ROOF ABOVE 8"x8" TYP. 19' - 6" 6' - 6" 6' - 6" 6' - 6" 20' - 0" 20' - 0" LOW ROOF A B C D 2 1 EQ (TYP.) TRELLIS ABOVE 3 LEGEND R1 - 12" P.F. METAL STANDING SEAM ROOF P1 - 4" CONCRETE SLAB ON GRADE PLAN NOTES A. TRANSLUCENT POLYCARBONATE TRANSOM WINDOWS W/ METAL FRAME B. P.F. METAL GUTTER AND DOWNSPOUT FORT COLLINS, COLORADO 160 PALMER DRIVE (970) 207-0424 FORT COLLINS, CO. 80525 STREETS PARK PL1.5 01.1801.25.18 SHELTER FLOOR PLAN CITYCOLLINS CITY OF FORT COLLINS PARKDEVELOPMENT PARK AND PLANNING DEVELOPMENT 215ST 215 N. MASON ST FORTCOLORADO FORT COLLINS, COLORADO PL1.5 1/2" = 1'-0" 1 FLOOR PLAN NORTH PROJECT NO. FC08050-125 SEPTEMBER 29, 2017 Page 39 of 44 RAISED ROOF ABOVE ROOF BELOW ROOF BELOW B. A B C D 2 1 TYP. 1' - 6" 6' - 10 7/8" 1' - 6" PFM. LOUVER 3 R1 R1 R1 C. C. SLOPE DOWN 1/4" / 12" SLOPE DOWN 1/4" / 12" A B C D 2 1 1' - 6" 1' - 6" 1' - 6" 3 PLAN NOTES A. TRANSLUCENT POLYCARBONATE TRANSOM WINDOWS W/ METAL FRAME B. P.F. METAL GUTTER AND DOWNSPOUT LEGEND R1 - 12" P.F. METAL STANDING SEAM ROOF P1 - 4" CONCRETE SLAB ON GRADE FORT COLLINS, COLORADO 160 PALMER DRIVE (970) 207-0424 FORT COLLINS, CO. 80525 STREETS PARK PL1.6 11.1711.14.17 SHELTER CLERESTORY & ROOF PLAN CITYCOLLINS CITY OF FORT COLLINS PARKDEVELOPMENT PARK AND PLANNING DEVELOPMENT 215ST 215 N. MASON ST FORTCOLORADO FORT COLLINS, COLORADO PL1.6 1/4" = 1'-0" 1 UPPER CLERESTORY PLAN PL1.6 1/4" = 1'-0" 2 ROOF PLAN NORTH NORTH Page 40 of 44 B. TRANSLUCENT POLYCARBONATE GLAZING P.F. METAL FRAME 1 R1 2 R1 P1 19' - 4" 3 P.F. METAL STANDING SEAM ROOF P.F. METAL FLASHING/GUTTER & DOWNSPOUT STRUCTURAL SLAB 4" CONC. ON GRADE A B C D C. C. R1 R1 R1 A. P1 P1 8' - 4" B. 2 1 P1 R1 R1 C. 3 M. M. M. N. N. R1 R1 R1 D C B A PLAN NOTES A. TRANSLUCENT POLYCARBONATE TRANSOM WINDOWS W/ METAL FRAME B. P.F. METAL GUTTER AND DOWNSPOUT LEGEND R1 - 12" P.F. METAL STANDING SEAM ROOF P1 - 4" CONCRETE SLAB ON GRADE FORT COLLINS, COLORADO 160 PALMER DRIVE (970) 207-0424 FORT COLLINS, CO. 80525 STREETS PARK PL1.7 11.1711.14.17 SHELTER ELEVATIONS CITYCOLLINS CITY OF FORT COLLINS PARKDEVELOPMENT PARK AND PLANNING DEVELOPMENT 215ST 215 N. MASON ST FORTCOLORADO FORT COLLINS, COLORADO 1/4" = 1'-0" NORTH ELEVATION 1/4" = 1'-0" EAST ELEVATION 1/4" = 1'-0" SOUTH ELEVATION 1/4" = 1'-0" WEST ELEVATION NORTH RENDERING Page 41 of 44 ATTACHMENT D PROPOSAL ACKNOWLEDGEMENT FORM The CM/GC hereby acknowledges receipt of the City of Fort Collins Request for Proposal and acknowledges that it has read and agrees to be fully bound by all of the terms, conditions and other provisions set forth in the RFP. Additionally, the CM/GC hereby makes the following representations to the City: a. All of the statements and representations made in this proposal are true to the best of the CM/GC’s knowledge and belief. b. The CM/GC has obtained all necessary authorizations and approvals that will enable the CM/GC to commit to the terms provided in this proposal. c. This proposal is a firm and binding offer, for a period of 180 days from the date hereof. d. I further agree that the method of award is acceptable to my company. e. I also agree to complete the proposed Agreements with the City of Fort Collins within 30 days of notice of award. f. If contract is not completed and signed within 30 days, City reserves the right to cancel and award to the next highest rated firm. g. I acknowledge receipt of addenda. CM/GC Firm Name: Physical Address: Remit to Address: Phone: Authorized Agent of Firm Name: Signature of Authorized Agent: Primary Contact for Project: Title: Email Address: Phone: Cell Phone: Page 42 of 44 ATTACHMENT E CM/GC GENERAL CONDITIONS CHECKLIST (These items are not considered part of the CM/GC Fee or Cost of Work) 1. PROJECT COORDINATION A. Site Supervision and Administration 1. Project Field Superintendent 2. Project Field Engineers 3. Project General Superintendent 4. Project Managers B. Postage C. Holiday D. Vacation E. Subcontractor Coordination F. Oil and Fuel (Mileage to and from project or office) G. Travel Expenses (Motel, meals, etc.) 2. FIELD ENGINEERING A. Surveying B. Project Layout C. Layout Equipment & Supplies 3. REGULATORY REQUIREMENTS A. Special Inspections B. Stormwater Management C. Plan Review & Building Permit (Paid by Owner) D. Use or Special Taxes (Paid by Owner) 4. INSURANCE AND BONDS A. Performance Bond B. Payment Bond C. Liability Insurance D. Auto Insurance E. Equipment Insurance 5. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS A. Mobilization & Demobilization B. Field Offices & Storage Trailers C. Temporary Utilities (Tap, Hookup, Service) 1. Electricity & Lighting 2. Heating & Ventilation 3. Telephone 4. Internet & Computer 5. Water 6. Sanitary Facilities 7. Fire Protection D. Construction Aids 1. Elevators, Hoist, Lifts, Etc. 2. Scaffold and Platforms 3. Stairways & Ladders for work access 4. Weather Protection Page 43 of 44 E. Barriers & Enclosures 1. Temporary Enclosures 2. Safety & Security Enclosures 3. Tree & Plant Protection 4. Cold Weather Protection F. Access Roads & Temporary Parking 1. Gates & Barriers 2. Tracking from site 3. Snow Removal G. Temporary Controls 1. Jobsite Cleanup 2. Recycling 3. Trash Removal 4. Dump Fees 5. Dust, Erosion & Noise Control 6. Protection of Finished Work 6. MATERIAL AND EQUIPMENT A. Transportation & Handling B. Storage & Protection C. Small Tools D. Equipment Rental E. Fuel for Equipment F. Vehicles 7. SAFETY AND SECURITY A. Safety Supplies B. Fire Protection (Fire Extinguishers) C. First Aid Supplies D. Required Safety Equipment E. Safety Officer F. Drug Testing 8. CONTRACT CLOSE OUT A. Final Cleaning B. Commissioning C. Systems Training D. Project Record Documents E. Operation & Maintenance Data F. Project Warranty Management Page 44 of 44 3' - 0" 1' - 4" 4' - 0" A7.1 5 3' - 9" 8" 2' - 10" 1' - 4" 1 A7.1 2 A7.1 P.F. METAL STANDING SEAM ROOF 4" BRICK PTD. H.M. DOOR AND FRAME CMU MASONRY TRANSLUCENT POLYCARBONATE GLAZING P.F. METAL FRAME 11" 2' - 10 1/2" 11" K. F. K. K. SLOPE DN H. 2' - 0" 2' - 0" 2' - 8" 2' - 0" 8" 8" 1' - 4" 2' - 0" 7' - 4" 2' - 8" 1' - 4" 8" A7.1 6 SHEET NUMBER SHEET NAME ISSUE DATE REVISIONS CHECKED BY JOB NUMBER DRAWN BY THESE PLANS ARE COPYRIGHTED AND ARE SUBJECT TO COPYRIGHT PROTECTION AS AN 'ARCHITECTURAL WORK' UNDER THE COPYRIGHT PROTECTION ACT OF 1990. - ALL CONSTRUCTION SHALL CONFORM TO CURRENT UNIFORM BUILDING CODE AND ALL OTHER APPLICABLE CODES. - DO NOT SCALE DRAWINGS FOR DIMENSIONS. CONSTRUCTION MANAGERS, SUB- CONTRACTORS AND ALL OTHER SUPPLIERS TO THIS PROJECT, HAVE THE COMPLETE RESPONSIBILITY TO NOTIFY ENGINEERS, ARCHITECTS AND ALL OTHER DESIGN PROFESSIONALS OF ANY DIS- CREPANCIES, CONFLICTS, BUILDING OR OTHER CODE REQUIREMENTS AS REP- RESENTED BY THESE CONSTRUCTION DOCUMENTS. ANY PROFESSIONAL LIABILITY CLAIMS SHALL BE LIMITED TO THE EXTENT OF SAID DESIGNERS FEE, ONLY AND IS HEREBY RECOGNIZED AS SUCH BY ANY CLAIMANTS, OWNERS, LIEN HOLDERS OR OTHERS. A5.1 ELEVATIONS 10.10.17 SJS BKT Project Number FORT COLLINS PARK AND PLANNING DEVELOPMENT 215 N. MASON ST FORT COLLINS, COLORADO STREETS PARK KEY NOTES NO. DESCRIPTION 1.01 OWNER PROVIDED EQUIPMENT 2.01 EXISTING TO REMAIN 3.01 CONCRETE FOUNDATION, (REF: STRUCTRUAL) 4.01 4" BRICK VENEER WITH METAL TIES AT 16" ON CENTER HORIZ. & VERT. 5.01 PRE-FINISHED METAL FLASHING, GUTTERS & DOWNSPOUTS 5.02 CONT. P.F.M. SNOW GUARD 6.04 COUNTERTOP 7.01 SKYLIGHT / LITE TUBE 7.03 THERMAL / MOISTURE PROTECTION 9.01 FLOOR BASE 22.01 FLOOR DRAIN -( REF: PLUMBING DRWG) 22.02 MOP SINK - (REF: PLUMBING) 22.03 DRINKING FOUNTAIN (REF: PLUMBING) 23.01 ROOF PENETRATION - (REF: MECHANICAL) 23.02 RTU - (REF: MECHANICAL) 23.03 EXHAUST FAN - (REF: MECHANICAL) 26.01 LIGHTING - (REF: ELECTRICAL) A5.1 1/4" = 1'-0" 1 NORTH ELEVATION A5.1 1/4" = 1'-0" 2 EAST ELEVATION A5.1 1/4" = 1'-0" 3 SOUTH ELEVATION A5.1 1/4" = 1'-0" 4 WEST ELEVATION A5.1 12" = 1'-0" 5 SOUTH RENDERING Page 38 of 44 3' - 4" 2' - 0" 4' - 4" 11' - 8" 4" 4" 13' - 4" 4' - 6" 10' - 0" 4" 27' - 10" H. W3 W3 W3 W3 W4 W4 4" B. B. P. 8" 7' - 2" 6" 7' - 0" 1' - 0" 6" 3' - 4" 8" 4" 10' - 4" 8' - 8" 1' - 0" 1' - 10" 6" 8' - 10" 6" 5' - 2 3/4" 1 1/4" (CLEAR) 5' - 0" D. E. 1' - 0" 5' - 9" 1 1/4" (CLEAR) 5' - 0" 11' - 8" WITH BRICK 13' - 8" 4' - 6" WITH BRICK 10' - 4" EQ (TYP.) TRELLIS ABOVE WWWWOOOOMMMMEEEENNNN''''SSSS RRRREEEESSSSTTTTRRRROOOOOOOOMMMM MMMMEEEENNNN''''SSSS RRRREEEESSSSTTTTRRRROOOOOOOOMMMM 10" 3' - 4" 4" A. A6.3 5 A6.3 6 01 02 03 04 SHEET NUMBER SHEET NAME ISSUE DATE REVISIONS CHECKED BY JOB NUMBER DRAWN BY THESE PLANS ARE COPYRIGHTED AND ARE SUBJECT TO COPYRIGHT PROTECTION AS AN 'ARCHITECTURAL WORK' UNDER THE COPYRIGHT PROTECTION ACT OF 1990. - ALL CONSTRUCTION SHALL CONFORM TO CURRENT UNIFORM BUILDING CODE AND ALL OTHER APPLICABLE CODES. - DO NOT SCALE DRAWINGS FOR DIMENSIONS. CONSTRUCTION MANAGERS, SUB- CONTRACTORS AND ALL OTHER SUPPLIERS TO THIS PROJECT, HAVE THE COMPLETE RESPONSIBILITY TO NOTIFY ENGINEERS, ARCHITECTS AND ALL OTHER DESIGN PROFESSIONALS OF ANY DIS- CREPANCIES, CONFLICTS, BUILDING OR OTHER CODE REQUIREMENTS AS REP- RESENTED BY THESE CONSTRUCTION DOCUMENTS. ANY PROFESSIONAL LIABILITY CLAIMS SHALL BE LIMITED TO THE EXTENT OF SAID DESIGNERS FEE, ONLY AND IS HEREBY RECOGNIZED AS SUCH BY ANY CLAIMANTS, OWNERS, LIEN HOLDERS OR OTHERS. A2.1 FLOOR PLAN- MAIN LEVEL 01.25.18 SJS BKT Project Number FORT COLLINS PARK AND PLANNING DEVELOPMENT 215 N. MASON ST FORT COLLINS, COLORADO STREETS PARK KEY NOTES NO. DESCRIPTION 1.01 OWNER PROVIDED EQUIPMENT 2.01 EXISTING TO REMAIN 3.01 CONCRETE FOUNDATION, (REF: STRUCTRUAL) 4.01 4" BRICK VENEER WITH METAL TIES AT 16" ON CENTER HORIZ. & VERT. 5.01 PRE-FINISHED METAL FLASHING, GUTTERS & DOWNSPOUTS 5.02 CONT. P.F.M. SNOW GUARD 6.04 COUNTERTOP 7.01 SKYLIGHT / LITE TUBE 7.03 THERMAL / MOISTURE PROTECTION 9.01 FLOOR BASE 22.01 FLOOR DRAIN -( REF: PLUMBING DRWG) 22.02 MOP SINK - (REF: PLUMBING) 22.03 DRINKING FOUNTAIN (REF: PLUMBING) 23.01 ROOF PENETRATION - (REF: MECHANICAL) 23.02 RTU - (REF: MECHANICAL) 23.03 EXHAUST FAN - (REF: MECHANICAL) 26.01 LIGHTING - (REF: ELECTRICAL) NORTH A2.1 1/2" = 1'-0" 1 FLOOR PLAN Page 37 of 44 B.S. BD. Beam Bench Mark Bottom Of Bearing Both Sides Board CAB'T. CLG. C.L. C.M.U. CONC. COL. CONT. CPT. C.T. Cabinet Ceiling Centerline Concrete Masonry Unit Concrete Column Continuous Carpet Ceramic Tile DBL. DIA. DIM. D.L. DRW'G. DTL. DWL. Double Diameter Dimension Dead Load Drawing Detail Dowel EA. ELEC. ELEV. EXIST. EXP. EXT. Each Electrical Elevation Existing Expansion Exterior F.D. FDN. F.E. FIN. FLR. FTG. Floor Drain Foundation Fire Extinguisher Finish Floor Footing GA. GALV. G.C. GL. GR. GYP. BD. Gauge Galvanized General Contractor Glass Grade Gypsum Board HDBD. HDWD. H.M. H.B. Hardboard Hardwood Hollow Metal Hose Bibb I.D. INSUL. INT. Inside Diameter Insulation Interior JAN. JT. JST. Janitor Joint Joist L.L. Live Load MANF'R MECH. MET. M.O. MSRY. MTL. Manufacturer Mechanical Metal Masonry Opening Masonry Material N.I.C. N.T.S. Not in Contract Not to Scale O.C. O.D. OPG. OPP. On Center Outside Diameter Opening Opposite PFP PNT. PL. P.LAM PLYWD. Pre Fabricated Panel Paint Plate Plastic Laminate Plywood Q.T. Quarry Tile R. R.D. REINF. REV. RM. R.O. Riser Roof Drain Reinforced Revision Room Rough Opening SHTG. SIM. SPEC. SST. STD. STL. STG. STRUCT. Sheathing Similar Specification Stainless Steel Standard Steel Storage Structural T. T. & B. T. & G. TEL. T.O. TYP. Tread Top & Bottom Tongue & Groove Telephone Top Of Typical V.C.T. Vinyl Composition Tile W/ W/O WD. W.W.F. With Without Wood Welded Wire Fabric OWNER ARCHITECT: CIVIL ENGINEER: SOILS: ARCHITECTURE WEST, L.L.C. 160 PALMER DRIVE FORT COLLINS, COLORADO 80525 970.207.0424 FORT COLLINS PARKS 413 SOUTH BRYAN AVE, FORT COLLINS, CO 80521 970.221.6660 INDEX OF SHEETS FORT COLLINS PARKS STREETS PARK W1 SYSTEM NOTE 3 KEYNOTE 4 TOILET ACCESSORY NOTE FLOORING C1 B1 BASE ABBREVIATIONS SYMBOLS JANUARY2018 JANUARY 25, 2018 INTERWEST CONSULTING 1218 W ASH ST, WINDSOR, CO 80550 970.674.3300 CTL THOMPSON 400 N LINK LN, FORT COLLINS, CO 80524 970.206.9455 VICINITY MAP NTS NORTH APPLICABLE CODES PROJECT LOCATION: BUILDING: TOTAL AREA: BUILDING HEIGHT: CONSTRUCTION TYPE: OCCUPANCY GROUP: OCCUPANCY LOAD: EXITS REQUIRED/PROVIDED: EGRESS WIDTH REQUIRED/ PROVIDED: CONSTRUCTION TO COMPLY WITH THE FOLLOWING CODES AS AMENDED: 2012 INTERNATIONAL BUILDING CODE (IBC) 2012 INTERNATIONAL ENERGY CONSERVATION CODE (IECC) 2012 INTERNATIONAL MECHANICAL CODE (IMC) 2012 INTERNATIONAL FUEL GAS CODE (IFGC) 2012 INTERNATIONAL PLUMBING CODE (IPC) AS AMENDED BY THE STATE OF COLORADO 2014 NATIONAL ELECTRICAL CODE (NEC) AS AMENDED BY THE STATE OF COLORADO ACCESSIBILITY: STATE LAW CRS 9-5 & ICC/ANSI A117.1-2009 2012 IECC CHAPTER 4 COMMERCIAL PROVISIONS FORT COLLINS AMENDMENTS 2/17/2014 CODE ANALYSIS DDDDEEEESSSSCCCCRRRRIIIIPPPPTTTTIIIIOOOONNNN CODE CHAP./SEC./TBL. FORT COLLINS GREEN CODE AMENDMENTS EFFECTIVE STARTING 1-1-2012. FORT COLLINS, COLORADO RESTROOM _____________ S.F. _____' ± II-B B-BUISINESS (1:100 S.F.) _________________ OCCUPANTS ___________/______________ _________"/___________" Sheet No. Sheet Name 0.0 COVER SHEET ARCHITECTURAL A0.1 CODE PLAN A1.1 SITE PLAN A2.1 FLOOR PLAN- MAIN LEVEL A3.1 CEILING & CLERESTORY A4.1 ROOF PLAN A5.1 ELEVATIONS A6.3 RESTROOM PLANS & INTERIOR ELEVATIONS A7.1 SECTIONS- BUILDING A8.1 DETAILS A8.2 DETAILS A9.1 DOOR & WINDOW SCHEDULES A9.2 SPECIFICATIONS CIVIL C1.0 CIVIL STRUCTURAL S1.0 STUCTURAL Page 36 of 44 VAULTS, AND STREET LIGHTS. 0 40' 40 20 40 80 SCALE: 1" = Page 32 of 44 Reference evaluation process (top rated firm) After the interviews (if necessary) have been conducted, the evaluation committee will select the top rated firm and the Project Manager will check references for overall performance, Page 16 of 44