Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC01-244 Tree Farm Irrigation and Seeding ProgramCt -`�
,
AGREEMENT
Tree Farm Community Center at El Jebel, Colorado
Irrigation and Seeding Project
THIS AGREEMENT is dated as of the`L4ay of , in the year 2001 by and
between
Board of County Commissioners
Eagle County, Colorado
(hereinafter called OWNER)
and
Randall & Blake, Inc. (RBI)
(hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants set forth, agree
as follows:
ARTICLE 1 - WORK
CONTRACTOR shall complete all work specified in the Contract Documents. The
Work is generally described as providing all labor and services (1) install irrigation
system (2) irrigation seeding of the Tree Farm Community Center field areas, and (3)
non - irrigated seed areas as further described and identified in Specifications hereof.
ARTICLE 2 — OWNERS REPRESENTATIVE
The Project is under the authority of the Eagle County Facilities Management, the
Director of which, or his designee, shall be Owner's liaison with respect to the
performance of the Work.
ARTICLE 3 - CONTRACT TIME
3.1 The work will be substantially completed on or before April 15, 2002, and
completed and ready for final payment in accordance with paragraph 14.13 of
the General Conditions on or before May 1, 2002.
Agreement; Page 1
r
ARTICLE 4 - CONTRACT PRICE
4.1 The funds appropriated for this project are equal to or in excess of the contract
amount. OWNER shall pay CONTRACTOR for performance of the work in
accordance with the Contract Documents in current funds as follows:
Item Description Otv Unit Extended Price Unit Price
1. Irrigation System Installation $164,353.00
2. Irrigated Seeding and fine grading
of Field Area 76,000.00 see attached
3. Non - irrigated Seed Area 71,000.00 bid forms
4. Dust Control of fields. 11,000.00
Total $322,353.00
ARTICLE 5 - PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of
the General Conditions. Applications for Payment will be processed by FACILITIES
MANAGEMENT as provided in the General Conditions.
5.1 PROGRESS PAYMENTS: OWNER shall make monthly progress payments on
account of the Contract Price on the basis of CONTRACTOR's Applications for
Payments as recommended by FACILITIES MANAGEMENT, as provided
below. All progress payments will be on the basis of the progress of the work
measured by the schedule of values provided for in paragraph 14.1 of the
General Conditions.
5.1.1 Prior to Substantial Completion, progress payments will be in an amount
equal to:
90% of the work completed until fifty percent (50 %) of the work is
performed, after which no additional retainage shall be withheld, and
90% of materials and equipment not incorporated in the work but
delivered and suitably stored, less in each case the aggregate of
payments previously made.
Agreement; Page 2
C C.
5.1.2 Upon Substantial Completion, OWNER shall pay an amount sufficient to
increase total payments to CONTRACTOR to 95% of the Contract Price,
less such amounts as FACILITIES MANAGEMENT shall determine in
accordance with paragraph 14.7 of the General Conditions.
5.2 FINAL PAYMENT: Upon final completion and acceptance in accordance with
paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of
the Contract Price as recommended by FACILITIES MANAGEMENT as
provided in said paragraph 14.13. The final payment shall not be made until
after final settlement of this contract has been duly advertised at least ten days
prior to such final payment by publication of notice thereof at least twice in a
public newspaper of general circulation published in Eagle County, and the
Board of County Commissioners has held a public hearing, thereupon and
complied with the Revised Statutes 1973, Section 38 -26 -107 as amended. Final
payment shall be made in accordance with the requirements of aforesaid statute.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the
following representations:
6.1 CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, work, locality, and with all local conditions, and federal,
state, and local laws, ordinances, rules and regulations that in any manner may
affect cost, progress, or performance of the work.
6.2 CONTRACTOR has given FACILITIES MANAGEMENT written notice of all
conflicts, errors, or discrepancies that he has discovered in the Contract
Documents and the written resolution thereof by FACILITIES MANAGEMENT
is acceptable to CONTRACTOR.
ARTICLE 7 - CONTRACT DOCUMENTS
The Contract Documents which comprise the entire Agreement, made a part hereof, and
consist of the following:
7.1 This Agreement.
7.2 Invitation to Bid.
7.3 Instructions to Bidders.
Agreement; Page 3
C
7.4 Performance and other Bonds.
7.5 Notice of Award, Notice to Proceed.
7.6 General Conditions.
7.7 Specifications bearing the title and consisting of three (3) divisions.
7.8 Drawings, consisting of 5 sheets.
7.9 Addenda numbers 1 to 3 , inclusive.
7.10 Documentation submitted by CONTRACTOR prior to Notice of Award (Pages _
_ to _, inclusive).
7.11 As built topographic survey of the project site as left to contractor, provide by
Owner.
7.12 Any modification, including Change Orders, duly delivered after execution of
Agreement.
There are no Contract Documents other than those listed above in this Article 7. The
Contract Documents may only be altered, amended, or repealed by a Modification (as
defined in Section 1 of the General Conditions).
ARTICLE 8 - MISCELLANEOUS
8.1 The terms used in this Agreement which are defined in Article 1 of the General
Conditions shall have the meanings indicated in the General Conditions.
8.2 No assignment by a party hereto of any rights under, or interests in the Contract
Documents will be binding on another party hereto without the written consent
of the party sought to be bound; and specifically, but without limitation, moneys
that may become due and moneys that are due may not be assigned without such
consent (except to the extent that the effect of this restriction may be limited by
law), and unless specifically stated to the contrary in any written consent to an
assignment, no assignment will release or discharge the assignor from any duty
or responsibility under the Contract Documents.
8.3 OWNER and CONTRACTOR each binds himself, his partners, successors,
assigns and legal representatives to the other party hereto, in respect to all
covenants, agreements, and obligations contained in the Contract Documents.
Agreement; Page 4
c c
8.4 ATTORNEY'S FEES: In the event of litigation between the parties hereto
regarding the interpretation of this Agreement, or the obligations, duties or rights
of the parties hereunder, or if suit otherwise is brought to recover damages for
breach of this Agreement, or an action be brought for injunction or specific
performance, then and in such events, the prevailing party shall recover all
reasonable costs incurred with regard to such litigation, including reasonable
attorney's fees.
APPLICABLE LAW: This Agreement shall be governed by the laws of
the State of Colorado. Jurisdiction and venue of any suit, right, or cause of
action arising under, or in connection with this Agreement shall be
exclusive in Eagle County, Colorado.
2. Notice: Notice shall be provided to the respective parties by being given to
the persons at the addresses as follows, until changed by notice:
To CONTRACTOR:
Randall & Blake, Inc.
4901 S.Windermere
Littleton, CO 80120
Director, Facilities Management Dept.
Eagle County
P.O. Box 850, 590 Broadway
Eagle, CO 81631
Phone 970 - 328 -8880; Fax 970 - 328 -8899
Written notices shall be delivered personally, by commercial
messenger service or by prepaid U.S. mail. Notices also may be
given by facsimile transmission provided an original is also
promptly delivered.
[next page is signature page]
Agreement; Page 5
C C
IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate.
One counterpart each has been delivered to OWNER and CONTRACTOR. All portions
of the Contract Documents have been signed or identified by OWNER and
CONTRACTOR.
AT
Me
County Commissioners
M
COUNTY OF EAGLE, STATE OF
COLORADO, By and Through Its BOARD
OF COUNTY COMMISSIONERS
"CONTRACTOR ":
Randall & Blake, Inc (RBI)
My commission expires:
Notary Public
Agreement; Page 6
GENERAL CONDITIONS
1. Contractor shall provide and pay for labor, materials, equipment, tools,
utilities, permits, licenses, transportation, and other facilities and services necessary for
proper execution and completion of the Work.
2. If Contractor fails to obtain the tax exemption(s) applicable to public
works projects from sales, consumer, use and similar taxes, Contractor shall pay the
same. Owner will cooperate with Contractor to obtain tax exemption for this project.
3. Contractor shall be responsible for having taken steps reasonably
necessary to ascertain the nature and location of the Work, and the general and local
conditions which can affect the Work or the cost thereof. Any failure by Contractor to do
so will not relieve him from responsibility for successfully performing the Work without
additional expense to the Owner. Owner assumes no responsibility for any understanding
or representations concerning conditions made by any of its officers, employees or agents
prior to the execution of this Agreement, unless such understanding or representations are
expressly stated in the Agreement.
4. Before commencing activities, Contractor shall: (1) take field
measurements and verify field conditions; (2) carefully compare this and other
information known to Contractor with the Agreement; and (3) promptly report errors,
inconsistencies or omissions discovered to Owner.
5. Contractor shall supervise and direct the Work, using Contractor's best
skill and attention. Contractor shall be solely responsible for and have control over
construction means, methods, techniques, sequences and procedures, and for coordinating
all portions of the Work.
6. Contractor, as soon as practicable, shall furnish in writing to the Owner
the names of subcontractors and suppliers for each portion of the Work.
7. No charge shall be made by Contractor for hindrances or delays from any
cause whatever during the progress of any portion of the Work, unless such hindrance or
delay is caused in whole or in part by acts or omissions within the control of Owner. In
any event, Owner may grant an extension of time for the completion of the Work,
provided it is satisfied that delays or hindrances were due to causes outside Contractor's
control, e.g., weather, or to acts of omission or commission by the Owner, provided that
General Conditions, Page 7
C i
such extensions of time shall in no instance exceed the time actually lost to Contractor by
reason of such causes, and provided further that Contractor shall have given Owner
immediate (as determined by the circumstances, but not exceeding 48 hours) notice in
writing of the cause of the detention or delay.
8. Contractor shall deliver, handle, store and install materials in accordance
with manufacturers' instructions.
9. Contractor warrants to Owner that: (1) materials and equipment famished
under the Agreement will be new and of good quality; (2) the Work will be free from
defects not inherent in the quality required or permitted; and (3) the Work will conform to
the requirements of the Agreement.
10. Contractor shall comply with and give notices required by all federal, state
and local laws, statutes, ordinances, building codes, rules and regulations applicable to
the Work. If the Contractor performs Work knowing it to be contrary to laws, statutes,
ordinances, building codes, rules or regulations without notice to Owner, Contractor shall
assume full responsibility for such Work and shall bear the attributable costs. Contractor
shall promptly notify Owner in writing of any conflicts between the specifications for the
Work and such governmental laws, rules and regulations.
11. Contractor shall keep the premises and surrounding area free from
accumulation of debris and trash related to the Work.
12. Contractor shall furnish performance and payment bonds, each in an
amount at least equal to the contract price as security for the faithful performance and
payment of all Contractor's obligations under the contract documents. These bonds shall
remain in effect at least until one year after the date of final payment, except as otherwise
provided by law. Contractor shall also furnish other bonds as are required by the
supplementary conditions. All bonds shall be in forms satisfactory to Owner, and be
executed by such sureties as (a) are licensed to conduct business in the state where the
project is located, and (b) are named in the current list of "Companies Holding
Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable
Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff
Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be
accompanied by a certified copy of the authority to act.
If the surety on any bond furnished by Contractor is declared bankrupt, or becomes
insolvent, or its right to do business is terminated in any state where any part of the
project is located, or it ceases to meet the requirements of clauses (a) and (b) of the
General Conditions, Page 8
precedeing paragraph, Contractor shall within five days thereafter substitute another bond
and surety, both of which shall be acceptable to Owner.
13. Contractor shall be solely responsible for the protection of the Work until
its final acceptance by Owner. Contractor shall have no claim against Owner because of
any damage or loss to the Work, and shall be responsible for the complete restoration of
damaged Work to its original condition. In the event Contractor's Work is damaged by
another party, not under his supervision or control, Contractor shall make his claim
directly with the party involved. If a conflict or disagreement develops between
Contractor and another party concerning the responsibility for damage or loss to
Contractor's Work, such conflict shall not be cause for delay in Contractor's restoration of
the damaged Work.
14. Contractor's Insurance:
The Contractor shall purchase and maintain such insurance as will protect him from
claims set forth below which may arise out of or result from the Contractor'S operations
under the contract, whether such operations be by himself, or by any subcontractor, or by
anyone directly or indirectly employed by any of them, or by anyone for whose acts any
of them may be liable. All such insurance shall remain in effect until final payment, and
at all times thereafter when Contractor may be correcting, removing, or replacing
defective Work. In addition, Contractor shall maintain such completed operations
insurance for at least one year after final payment, and furnish Owner with evidence of
continuation of such insurance at final payment and one year thereafter.
Insurance coverages shall be as follows:
Claims under Workmen's Compensation, disability benefits, and other similar
employee benefit acts, with coverage and in amounts as required by the laws of
the State of Colorado;
Claims for damage because of bodily injury, occupational sickness or disease, or
death of his employees, and claims insured by usual personal injury liability
coverage;
Claims for damage because of bodily injury, sickness or disease, or death of any
person other than his employees, and claims insured by usual personal injury
liability coverage; and
Claims for damages because of injury to or destruction of tangible property,
including loss of use resulting therefrom.
General Conditions, Page 9
r c
Contractor'S Liability Insurance issued to and covering the liability for damage
imposed by law upon the Contractor and each subcontractor with respect to all
Work performed by them under the agreement (construction contract).
Contractor'S Protective Liability Insurance issued to and covering the liability for
damages imposed by law upon the Contractor and each subcontractor with respect
to all Work under the agreement (construction contract) performed for the
Contractor by subcontractors.
Completed Operations Liability Insurance issued to and covering the liability for
damage imposed by law upon the Contractor and each subcontractor arising
between the date of final cessation of the Work, and the date of final acceptance
thereof out of that part of the Work performed by each.
Comprehensive Automobile Insurance shall be carried in the amount of
$500,000/$1,000,000 for bodily injury and $500,000 for property damage, each
occurrence. All liability and property damage insurance required hereunder shall
be Comprehensive General and Automobile Bodily Injury and Property Damage
form of policy.
The Contractor shall in addition, and in the amounts required under the above,
obtain protective Liability Insurance issued to and covering the liability for
damages imposed by law upon the Owner with respect to all operations under the
construction contract by the Contractor or his subcontractors, including omissions
and supervisory acts by the Owner.
Builder's Risk Insurance: Insofar as the Work to be performed under this contract
consists entirely of new construction removed and separated from any existing
facility used by Owner, Contractor shall procure and maintain, for the duration of
the Work of this project, Builder's Risk Insurance, including the perils of fire,
extended coverage (loss due to vehicles, explosion, wind, flood, riot, etc.),
vandalism and malicious mischief, and special extended coverage (loss due to
falling objects, collapse, water damage from faulty or leaking systems, etc.) in the
full amount of the contract price plus the cost of authorized extras. Said amount
of insurance coverage shall be considered to cover the insurable value of the Work
under this contract which is considered not to exceed one hundred percent (100 %)
of the amount of this contract and authorized extras. Such policy shall not insure
any tools or equipment, or temporary structures erected at the site and belonging
to any person or persons, or their subcontractors who are obliged by contract with
the Owner to do Work on the projects.
Comprehensive Risk Policy Option: In lieu of the several policies specified for
Contractor's Liability Insurance, a comprehensive liability and property damage insurance
policy inclusive of all the insurance and requirements herein set forth, subject to the
approval of the Owner, will be permissible.
General Conditions, Page 10
c c
Insurance covering claims for damages to persons or property required by the preceding
paragraph shall be in the following minimum amounts:
Bodily Injury Liability:
Each Person: $ 500,000
Each Accident or Occurrence: $1,000,000
Property Damage Liability:
Each Accident or Occurrence: $ 500,000
Aggregate: $1,000,000
Insurance shall be placed jointly in the names of the Owner, Contractor, and any and all
subcontractors, and any and all others obliged by contract with the Owner to do Work on
this project, and, at the Owner's option, any other person or persons whom the Owner
deems to have an insurable interest in said property, or any part thereof, payable as their
several interests may appear. Any proceeds obtained from insurance provided for by this
paragraph shall be paid to and held by the Owner as trustee. The Owner shall have the
right to withhold payment of such proceeds until such time as the Work destroyed or
damaged and covered by such insurance shall be reconstructed and shall pay such
proceeds on an installment basis similar to that provided for by progress payments
covering the original Work.
Certificates of Insurance: Certificates of Insurance acceptable to the Owner shall be filed
with the Owner prior to commencement of the Work. These Certificates shall contain
provisions naming the Owner as an additional insured under Contractor's insurance, as
more fully required by the General Conditions herein, and that coverage afforded under
the policies will not be cancelled until at least thirty days prior written notice has been
given the Owner. Contractor and his subcontractors shall not permit any of his
subcontractors to start Work until all required insurance have been obtained and
certificates with the proper endorsements have been filed with the Owner. Failure of the
Contractor to comply with the foregoing insurance requirements shall in no way waive
the Owner'S rights hereunder.
15. The Owner, at his option, may purchase and maintain such liability
insurance as will protect him against claims which may arise from operations under this
contract. Purchasing and maintaining such insurance, however, will not relieve the
Contractor from purchasing and maintaining the insurance hereinbefore specified.
16. Before permitting any of his subcontractors to perform any Work under
this contract, Contractor shall either (a) require each of his subcontractors to procure and
maintain during the life of his subcontracts, Subcontractor's Public Liability and Property
Damage Insurance of the types and in the amounts as may be applicable to his Work,
General Conditions, Page 11
C, J
which type and amounts shall be subject to the approval of the Owner, or (b) insure the
activities of his subcontractors in his own policy.
17. To the fullest extent permitted by law, Contractor shall indemnify and
hold harmless Owner, its board, commissioners, employees and the agents of any of
them, from and against claims, damages, losses and expenses, including but not limited to
attorneys' fees, arising out of or resulting from performance of the Work, provided that
such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property (other than the Work itself)
including loss of use resulting therefrom, but only to the extent caused in whole or in part
by negligent acts or omissions of the Contractor, a subcontractor, anyone directly or
indirectly employed by them or anyone for whose acts they may be liable, regardless of
whether or not such claim, damage, loss or expense is caused in part by a party
indemnified hereunder.
18. After execution of the Agreement, changes in the Work may be
accomplished by Change Order or by order for a minor change in the Work. Owner,
without invalidating the Agreement, may order changes in the Work within the general
scope of the Agreement consisting of additions, deletions or other revisions.
a. No Change Orders or other form of order or directive which requires
additional compensable work to be performed may be issued or be effective
unless accompanied by a written assurance to the Contractor that lawful
appropriations to cover the costs of the additional work have been made.
b. A Change Order shall be a written order to the Contractor signed by
Owner to change the Work.
C. Owner will have authority to order minor changes in the Work not
involving changes in the Contract Price or the Contract Time. Such changes shall
be written orders and shall be binding on the Contractor and Owner. Contractor
shall carry out such written orders promptly.
19. Progress Payments:
Not more often than once a month, Contractor shall submit to Owner an application for
payment filled out and signed by Contractor covering the work completed as of the date
of the application, and accompanied by such supporting documentation as Owner may
reasonably require. If payment is requested on the basis of materials and equipment not
incorporated in the work, but delivered and suitably stored at the site or at another
location agreed to in writing, the application for payment shall also be accompanied by
such data, satisfactory to Owner, as will establish Owner's title to the material and
General Conditions, Page 12
C C.
equipment, and protect Owner's interest therein, including applicable insurance. Each
subsequent application for payment shall include an affidavit of Contractor stating that all
previous progress payments received on account of the work have been applied to
discharge in full all of Contractor's obligations reflected in prior applications for payment.
The amount of retainage with respect to progress payments will be as stipulated in the
Agreement.
Owner will, within ten days after receipt of each application for payment, either indicate
in writing a recommendation of payment, or return the application to Contractor
indicating in writing its reasons for refusing to recommend payment. In the latter case,
Contractor may make the necessary corrections and resubmit the application. Owner
shall, within twenty days of recommendation of payment, pay Contractor the amount
recommended.
20. Final Payment:
Upon written notice from Contractor that the work is complete, Owner will make a final
inspection with Contractor, and will notify Contractor in writing of all particulars in
which this inspection reveals that the work is incomplete or defective. Contractor shall
immediately take such measures as are necessary to remedy such deficiencies.
After Contractor has completed all such corrections to the satisfaction of Owner, and
delivered all maintenance and operating instructions, schedules, guarantees, bonds,
certificates of inspection, marked -up record documents or as -built drawings covering all
of the Work, Contractor may make application for final payment following the procedure
for progress payments. The final application for payment shall be accompanied by all
documentation called for in the contract documents, and such other data and schedules as
Owner may reasonably require, together with complete and legally effective releases or
waivers (satisfactory to Owner) of all liens arising out of, or filed in connection with the
work. In lieu thereof, and as approved by Owner, Contractor may furnish receipts or
releases in full; an affidavit of Contractor that the releases and receipts include all labor,
services, material, and equipment for which lien could be filed, and that all payrolls,
material, and equipment bills, and other indebtedness connected with the work, for which
Owner or his property might in any way be responsible, have been paid or otherwise
satisfied; and consent of the surety, if any, to final payment. If any subcontractor,
manufacturer, fabricator, supplier, or distributor fails to furnish a release or receipt in full,
Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify
Owner against any lien.
21. Contractor warrants and guarantees that title to all work, materials, and
equipment covered by any application for payment, whether incorporated in the project or
not, will pass to Owner at the time of payment free and clear of all liens, claims, security
interests, and encumbrances (in these General Conditions referred to as "Liens ").
General Conditions, Page 13
1
22. Final payment shall not become due until Contractor submits to Owner
releases and waivers of liens, and data establishing payment or satisfaction of obligations,
such as receipts, claims, security interests or encumbrances arising out of the Work.
Final payment is subject to the Final Settlement requirements and time periods set forth
in C.R.S. §38 -26 -107.
23. Contractor's obligation to perform and complete the Work in accordance
with the contract documents shall be absolute. Neither the recommendation of any
progress or final payment nor the payment by Owner to Contractor under the contract
documents, nor any use or occupancy of the Work or any part thereof by Owner, nor any
act of acceptance by Owner, nor any failure to do so, nor any correction of defective
Work by Owner shall constitute an acceptance of Work not in accordance with the
contract documents or a release of Contractor'S obligation to perform the Work in
accordance with the contract documents.
24. If Contractor fails to correct Work which is not in accordance with the
Agreement, the Owner may direct the Contractor to stop the Work until the correction is
made.
25. If Contractor defaults or neglects to carry out the Work in accordance with
the Agreement and fails within a seven day period after receipt of written notice from the
Owner to correct such default or neglect with diligence and promptness, the Owner may,
without prejudice to other remedies, correct such deficiencies. In such case, the
Agreement may be terminated by Owner or a Change Order shall be issued deducting the
cost of correction from payments due the Contractor.
26. The Contractor shall be responsible for initiating, maintaining and
supervising all safety precautions and programs, including all those required by law in
connection with performance of the Agreement. The Contractor shall promptly remedy
damage and loss to property caused in whole or in part by the Contractor, or by anyone
for whose acts the Contractor may be liable.
27. Contractor shall promptly correct Work rejected by Owner as failing to
conform to the requirements of the Agreement and Contractor shall bear the cost of
correcting such rejected Work.
28. Contractor warrants and guarantees to Owner that all Work will be in
accordance with the Contract Documents and will not be defective. Prompt notice of all
defects shall be given to Contractor. If, within one year after the date of completion, or
such longer period of time as may be set forth in the Agreement (including the Bid),
prescribed by law, prescribed by the terms of any applicable warranty given by a
materials supplier or required by or a part of the Agreement, any Work is found to be
defective, Contractor shall promptly, without cost to Owner, and in accordance with
Owner's written instructions, either correct such defective Work, or, if it has been rejected
General Conditions, Page 14
C
by Owner, remove it from the site, and replace it with nondefective work. If Contractor
does not promptly comply with the terms of such instructions, or in an emergency where
delay would cause serious risk of loss or damage, Owner may have the defective Work
corrected or the rejected Work removed and replaced, and all direct and indirect costs of
such removal and replacement, including compensation for additional professional
services, shall be paid by Contractor.
29. The performance of the Work may be terminated at any time in whole, or
from time to time in part, by Owner for its convenience. Any such termination shall be
effected by delivery to Contractor of a written notice ( "Notice of Termination ")
specifying the extent to which performance of the Work is terminated and the date upon
which termination becomes effective. After receipt of a Notice of Termination, and
except as otherwise directed by Owner, Contractor shall, in good faith, and to the best of
its ability, do all things necessary, in the light of such notice and of such requests in
implementation thereof as Owner may make, to assure the efficient, proper closeout of
the terminated Work (including the protection of Owner's property). Among other things,
Contractor shall, except as otherwise directed or approved by Owner:
a. stop the Work on the date and to the extent specified in the Notice of
Termination;
b. place no further orders or subcontracts for services, equipment or materials
except as may be necessary for completion of such portion of the Work as is not
terminated;
C. terminate all orders and subcontracts to the extent that they relate to the
performance of Work terminated by the Notice of Termination;
d. assign to Owner, in the manner and to the extent directed by it, all of the
right, title and interest of Contractor under the orders or subcontracts so
terminated, in which case Owner shall have the right to settle or pay any or all
claims arising out of the termination of such orders and subcontracts;
e. with the approval of Owner, settle all outstanding liabilities and all claims
arising out of such termination or orders and subcontracts; and
f. deliver to Owner, when and as directed by Owner, all documents and all
property which, if the Work had been completed, Contractor would be required to
account for or deliver to Owner, and transfer title to such property to Owner to the
extent not already transferred.
General Conditions, Page 15
In the event of such termination, there shall be an equitable reduction of the Contract
Price to reflect the reduction in the Work and no cost incurred after the effective date of
the Notice of Termination shall be treated as a reimbursable cost unless it relates to
carrying out the unterminated portion of the Work or taking closeout measures.
30. Contractor shall comply with §8'-17 -101 et seq., CRS. Colorado labor
shall be employed to perform the work to the extent of not less than eighty percent of
each type or class of labor in the several classifications of skilled and common labor
employed on the project. "Colorado labor" means any person who is a resident of the
state of Colorado, at the time of employment, without discrimination as to race, color,
creed, sex, age, or religion except when sex or age is a bona fide occupational
qualification.
SPECIFICATIONS
DRAWINGS
SEP -13 -2001 11:4? R B I 303 795 3249
A �
Ai AnWCan Civil Cwrt wn CamwnV .
September 13, 2001
Design/Build
Heavy/Highway Mr. Richard Cunningham
Eagle County Facilities Management Department
Underground Utilities P.O. Box 850
Eagle, Colorado 81631 -0850
Landscape Installation
Erosion Control Re: Revised Estimate for Mt. Sophris Tree Farm Sport Field Project
Irrigation Dear Richard:
Wetlands Mitigation This letter will restate our bid for the above referenced project. It assumes the
Asphalt Resurfacing conditions /changed scope of work stated in my letter to you of September 10,
Reclamation Base Bid Item A — Irrigated Seed: $76,000.00.
Base Bid Item B — Non - Irrigated Seed: $71,000.00.
Base Bid Item C — Irrigation Improvements: $164,353.00
Additional Item: Covering the field areas with dust control: $11,000.00
This totals $322,353.00.
I have also attached three pages from the standard Eagle County contract with some
comments. My comments reflect some conditions that do not exist for this project.
These are my comments; I am still waiting for comments from RBI's contract
administrator.
Sincerely,
IJA NDALL & BLAKE, INC. (RBI)
'We y. W. Horner, ASLA
Manager, DesigniBuild Team
SENT VIA FAX: (970) 328 -8899 — total offour pages
..w. 0
Randall & Blake, Inc.
4901 S. Windermere
Littleton, CO 80120
RBICompanies.com
Tel: 303- 795 -2582
Fax. 303-795-3249
IJ
BID FORM
TO: Eagle County Department of Facilities Management
Mt. Sopris Tree Farm — Phase One Improvements
FROM:
Bidder)
1.0 AMOUNT:
C,
Payment for all work will be at the contract lump sum price for each Bid Item as delineated on the drawings and
generally described below. The price listed for each item shall include all mobilization, overhead, profit, materials,
equipment, and labor necessary for the construction and warranty/guarantee of the irrigation systems, pump station,
grading, turf replacement, paving, and any other work identified on the plan which is not listed as `By Others ". All
applicable taxes should be included in the Bid.
The above named Bidder hereby proposes and agrees to furnish all the necessary labor, materials, equipment, tools
and services necessary for the Mt. Sopris Tree Farm — Phase One Improvements (project) for the Owner in
accordance with the Drawings and Specifications prepared by HydroSystems, the Owner's Representative and
project designer, and all other Contract Documents pertaining to the Project for the sum of
Bid Items: Provide price for each bid item listed. Each bid item shall include all mobilization, overhead, profit,
materials, equipment, etc, and labor for construction and Warranty/Guarantee.
Base Bid Schedule
Base Bid Item A — Irrigated Seed
Contractor shall provide the material, labor and equipment for installation irrigated se ;d as shown on the
construction documents, detail sheets and technical specifications.l�A6414ih l -�-1i�Gj�� G+�
Sub -total $ 1/ 3; - t 00
S1X huNJcrGJ- An—A 01 K_ dollars
and 91,6W 2 cents
Base Bid Item B — Non - Irrigated Seed
Contractor shall provide the material, labor and equipment for installation non - irrigated seed as shown on
the construction documents, detail sheets and technical specifications.
Sub -total $ OW51 00
�/t� � " "` ��tSc�►�i �WD /unlrt�ti�
G(V�� ► ��`�t dollars
and 'jam cents
Mt Sopris Tree Farm
Eagle County, Colorado BF -5
C-It
c
Base Bid Item C - Irrigation Improvements
Contractor shall provide the material, labor and equipment for installation for all irrigation system
improvements as shown on the construction documents, detail sheets and technical specifications.
Improvements shall include all work downstream of existing well pump system.
Sub -total $ 6a �3 6 6, 00
1/t u Vlvi�r -�c j 4A rc-2 — dollars
and cents
Total Base Bid $ `( 7/�I , J) • �Q
Items A, B and C
OWNER'S RIGHTS RESERVED:
The Bidder understands that the Owner reserves the right to accept or reject any or all Bids or any part thereof, to
waive any informality or technicality in any Bid in the best interests of the Owner. The Bidder acknowledges that
all Bid Documents described in the Information for Bidders are filled out completely and attached, and that should
any of the Bid Documents be missing or not completed, the Owner may reject the entire Bid.
1.0 . ADDENDA:
The Bidder acknowledges the receipt of the following Addenda:
Addendum Number Date of Addendum Date Received
-I� 101' Cl 1 411 lot
a
3 �151vi Ci���br
2.0 SUBMISSION:
Company Phone Number V 5 _ -7 --? — lV5 P I—
Company Fax Number Y3031 2557 — -3,1-4-cf
Mt Sopris Tree Farm
Eagle County, Colorado BF -6
C/I CY
SUPPLEMENTARY UNIT PRICE SCHEDULE
All unit prices shall include all labor, materials, services, delivery to project, overhead, profit, insurance and all
other incidental expenses to complete the work specified unless indicated otherwise. All work covered by unit
prices shall be performed in accordance with requirements of the applicable sections of Specifications.
Supplemental unit prices may be used for adding or deleting from Base Bid.
Irrigation System Supplemental Unit Prices
Item
Description
Unit
Unit Price
1.1
4" Pop -up spray head with
Ea
$
30 °°
nozzle and swing joint assembly
SO °o
1.2
Gear driven rotor (5000 series or equal)
Ea
$
with nozzle and swing joint assembly
g °_
1.3
Gear driven rotor (7000 series or equal)
Ea
$
with nozzle and swing joint assembly
1.4
1" quick coupling valve with swing
Ea
$
bO o
joint assembly and valve box
01 C) I)
1.5
1" Control valve with gravel sump,
Ea
$
riser assembly, ball valve and
valve box
a4 S °--
I.6
1 1/2" Control valve with gravel sump,
Ea
$
riser assembly, ball valve and
valve box
`�•� S �_
1.7
2" Control valve with gravel sump,
Ea
$
riser assembly, ball valve and
valve box
O C
I.8
3" Gate valve with sleeve
Ea
$
and valve box
4 O C) o�
1.9
4" Gate valve with sleeve
Ea
$
and valve box
�O S-C) r,
1.10
6" Gate valve with sleeve
Ea
$
and valve box
1.11
8" Gate valve with sleeve
Ea
and valve box
Mt Sopris Tree Farm
Eagle County, Colorado BF -7
END OF IRRIGATION ITEMS
Mt Sopris Tree Farm
Eagle County, Colorado BF -8
C"
Ce
I.12
32 station wall mount electric
Ea
$ al 000. 00,
controller with grounding, 120 volt
power connection and all required sleeving
I.13
#14 AWG UFUL direct burial wire
Lf
$
0" S
I.14
#12 AWG UFUL direct burial wire
Lf
$
0.20
I.15
3" Class 200 RT PVC mainline
Lf
$
od
at 24" depth with manual drain
valves, thrust blocks and fittings
I.16
4" Class 200 RT PVC mainline
Lf
$
s-0
5's-0
at 24" depth with manual drain
valves, thrust blocks and fittings
I.17
6" Class 200 RT PVC mainline
Lf
$
'7, So
at 24" depth with manual drain
valves, thrust blocks and fittings
I.18
8" Class 200 RT PVC mainline
Lf
$
10,00
at 24" depth with manual drain
valves, thrust blocks and fittings
I.19
1" Class 200 BE PVC lateral
Lf
$
1 ' 5'0
I.20
1 1/4" Class 200 BE PVC lateral
Lf
$
1' 15
I.21
1 1/2" Class 200 BE PVC lateral
Lf
$
00
-`
I.22
2" Class 200 BE PVC lateral
Lf
$
I.23
2 1/2" Class 200 BE PVC lateral
Lf
$
I.24
3" Class 200 BE PVC lateral
Lf
$
00
1.25
Irrigated seed including soil preparation
Sf
$
0, a QJ
I.26
Non - Irrigated seed
Sf
$
().016
END OF IRRIGATION ITEMS
Mt Sopris Tree Farm
Eagle County, Colorado BF -8
HUG - 31-101 11:102 FROM =EAGLE COUNTY FACILITIES ID :9703288899
HydroSystemS, lnc
390 Union Blvd., Suite 330
Lakewood, CO 80226
PAGE 1/8
Mt S'opris free Farm
Eagle County, Colorado
.Irrigation System Improvements
Addendum #Y
August 31, 2001
Pale One of nve
V
The Contract Documents for the above tefe renee project shall be mo&,,
addendum. This addendum shall become �' Chang,
O1 CA '"d as listai within this
as part of the Bidders submittal to a Ca= o. the Contract Docanlenta and receipt of the addendum must be acknuw1u,
hr• I ged
Bid bacttments
Item 1 Change -Bid date shall be chat
6bed to 5:00 pm kgtMber 6th ZOt)1 at thQ same
PrQiact manual. Faxed bid fortes are location indicated within
no later tbna two %WdI1 days acceptable but original hard copy of bid firm ttntst be received by Eagle County
$ ys alter bid date.
Item 2 Additions - The followin
gs unit prices are to be completed and submitted ;�nth b�'d f'ornt:
a) Pmss'um regulating eve including valve box and gravel sump SutofJt` -00.
b) Pan►p control panel including electrical connections to well
C) Flow Wass; including val box, gravel ump and'came $ trap 1p sum
d) 12ga twismd pair wiring l'GYhed
e) 2" gate va1Ye iuoscluding P -VC stack, valve box and gravel
— l.f.
f) 2" CL200BE PVC mainline at &r $ bn ca.
Pothole Lh with finings S o b 1.f.
118 itrz tiom zrtat� (36° +1- V depth) S ' ?.t j 7
h) Manual i valve Inchading valve box, access stack and gravy S__ — ea.
L r l er1.
Item 3 PrqjWt,;,,hQt1u1e I start date is mid - September, 2001. Completion dale ,s
oompledon rive seedi April 15, 2002. Schedule stall include
J!J ng and installation of irrigation system in raU, 2001. Irrigated scxdi
ixeparetson v ng and S11e p�PS, to 0.a March to April 15, 2002. ng,
including soil
Item 4 Conuactor may bill for materia stored on site.
Item 5 Retaanagc may be reduced over winter period. County'& intent is only to hold Ana o
completed in Spring, 2002 �' on remaining work to be
Flans and See ,f catigns
Item 6
Imm 7
Clarification - General - 4 "-6° not anal depth of topsoil will be spread over site by Cotuuy.
Clarification - Irrigation webs pump control panel Shall include but not limited to NEMA 4 free standing cmclosure
Phone: (303) 980 -5327
Irrigation Consulting
Fax: (303) 980 -5384
E -Mail: hydroc:olo 0 ani -net
AUG -31 -2001 11:50 97, 032e89739 P.01
02/02/1996 16:30 3039331921 DRZ MEDICAL
F
roSystems, Inc //6
390 Union Blvd_, Suite 330
Lakewood. CO 80228
Mit Souris Tree Farm
Eagle County, Colorado
Irrigation System Improvements
.Addendum #Y
August 31, 2001
Page One of Five
C9
J
PAGE 02
IU Contract Documents for the above reference project shall be modified, changed or mnected as listed within this
addendum. This addendum shall become part of the Contract Documents and receipt of the addendum must be acknowledged
as part of the Bidders submittal to Eagle County.
did ]Documents �
Item 1 Change -- Bid date shall be changed to 5:00 PM St9tgember 6th 2001 at they same location indicated within
Project manual. Taxed bid forms are acceptable but original hard copy Of bid form must be received by Eagle County
no later than two working days after bid date.
Item 2 Addition. - The followings unit prices are to be completed and submitted with bid form:
a) Pressure regulating valve including valve box and grave[ sump $ ea
b) Pump control panel including electrical connections to well $ —T�� jump surn
0 Flow sensor mcludtAg valve box, gravel sump and cable $ ea.
d) 12ga twisted pair wiring $rT— l.f.
e) 2" gate valve including PCVC sack, valve box aad gravel $ ea_
f) 2" CL200BE PVC mainline at �4" depth with fittings $ l f
g) Pothole exiting irrigation main (36" +/- 6" depth) $ ea,
h) Manual drAW valve including valve box, access stack and gravel $ ea.
Item 3 Project h.w start date is mid- September, 2001. Completion date is April 15, 2002. Schedule shall include
completion a ktive seeding and installation of irrigation system in fall, 2001. Irrigated seeding, including soil
Preparation,, m thing and fine gradi4 to occur March to April 15, 2002.
Item 4 Contractor may bill for materials stored on site.
Item :5 Retainage may be reduced over winter period_ County's intent is only to hold retainage on remaining work to be
completed in Spring, 2002
Plans and SpecificatiRn,%
Item 6 Clarification — General — 4 "-6" nominal depth of topsoil will be spread over site by County.
I Item 7 Clarifxcatton — Irrigation well pump control panel shall include but not limited to NEMA 4 free standing enclosure
Irrigation Consulting
Phone: (303) 980 -5327 Fax: (303) 980 -5384 E -Mail: hydrocoloirmi.net
02/02,/1996 16:30 3039331921 DRZ MEDICAL PAGE 03
with dead front outer door, magnetic starter for 30 h.p_ /460 volt/throe phase motor, pressure switch, dry -type
electrical transformer for 120 volt irrigation controller power, Data Industrial 1300 flow monitor, HOA switck high
and low pressure safeties. The control panel remains the responsibility of contractor with submittal shop drawings
required. All components shall be new.
Item S Clarification — All contractor shall bid of the following seed quantities:
Irrigated turf grass seed - 14.50 acres
Non irrigated native seed - 26.10 acres.
These quantities take precedence over areas delineated on plans.
Item 9 Clarification — Controllers A & B shall each be 32 station Rain Bird ESP -MC pedestal mount_
Item 10 Addition — Contractor shall include in bid price for 6 potholes (36" depth) for locating e4stiug ACP irrigation
Piping, Pothole locations will be field - staked for contractor by County.
Item 11 Clarification - All cxisting ACP irrigation main is top remain intact and operational during and at completion of
construction.
Item 12 Clarification — There is no preferred seed supplier. Supplier ;must meet or exceed specified seed mixture
specifications.
Item 13 Change - Irrigated turfgrass seed mix is revised as follows:
60% Kentucky Bluegrass - select three varieties from list of Limousine, Unique, Blacksburg, Midnight
or SR2100.
40% perennial ryegrass - select three varieties fmm list of Manhattan 4, Prelude, Pinnacle or Brightstar
Seed application rate shall be 250 lbs. PLS per acre.
Item 14 Clarification — Seeding methods for native and turfgrass areas are to be performed per plan I -5 notes. Plan notes
take preference over specifications if/where any conflict or contradiction exists.
Item 15 Clarification -- Approved organic matter is to be applied at rate of 4 cubic yards per 1000 s.£ in irrigate turfgrass
areas.
Item 16 Clarification. - 4" gate valve and new 4" irrigation piping is to be connected to existing ACP piping (sheet I -3_
Item 17 Clarification - All irrigation piping and wiring shown under future walks are to be sleeved. County will provide
survey stakes of walk centerline for sleeving coordination.
Item 18 C1ari 3cation — Specified fertilizer application rate of 41bs. per 1000 s.f. refers to product application rate, not
actual nitrogen.
Item 19 Clarification - Method of measuring success or failure of acceptable stand of native grass is unchanged from that
stated on plan note.
Item 20 Clarification - Native and turfgrass seed shall be drilled in two perpendicular passes of seeding equipment at a
combined seed rate per project documents, including any addenda.
4
Item 21 Clarification - Ilydromulch is not acceptable in native seeded areas in lieu of crimped straw.
Item 22 Clarification - Pressure reducing valve shall have 150 lbs. flanges.
Item 23 Clarification - Space is available on -site for contractor yard/storage.
Item 24 Clarification - No irrigations backflow preventer is required on project.
02/02/1996 16:30 3039331921 DRZ MEDICAL PAGE 04
Cl
Item 25 Clarification - IncIude mainline stub -outs at sizes indicated on Attachments A & B.
Item 26 Clarification - Contractors shall include in bid installation of eight manual drains valves at locations determined in
field by County or Consultant.
EFTA OF ,AJ)I)FNDUM #1
_ �+ci i��•+ i .�v.��.i.it mac♦ LrtL 1`ICULI.HL
E
1
r � r
r�
00 w ui
co
C/
4 + b L
���0 III
VAUL un
cu
w
u
*.3
ti
.Q
C.J
c�
rg
II.n JC Avswa n
Lam JC
MMM Dun
ii. e
MM ant n
lice chm Iupl
bd6tam PLv
kt ■mmc
_ I -I
ri
*.v A +
+ H +
y x -r
":�, T�;5
.,I, I Ii/
I 1-- 1 14/ \Ll %J/ 14, q, I
SO
-f-
WN
fiw)w
POND
+ ►
COMM-Y
141,
+
Pi
�3 Nil
L C ; r pv Nil,
14-
+
1Y lie
14�
AJkT/r'H,-AT4
A.A
EJ41 rJ4/'1 770 1 0 . iti juo-i-IjInzi
UNZ MLUIUAL
0
rn,cp
0 O l
C%j
D
w
-Aui
m
+
ui
+ z
M
X:
+
0 40 BO 120 NORT"
immo4mme
PAGE 07
15 0
d
Q. U
0
cin R
� ■i
PR= MAM DAB
Aupst V.
VVZNM ic
UUNL X .
omm ow I
rm
c"
ADDENDUM # 2
v.�� • �L./1 VHL
rrat�t• bl
Hydro§ystems, Inc
380 Union Blvd., Sulte 330
Lakewood. CO 80228 FAX TRANSMITTAL
I
To: Eagle County Facilties Managemmt Dcaprtment
Attic: Janet Renzelman -
Fax No. 970- 328 -7720
Total Pages: Six total -
From: HydroSymms, Inc.
David Zickerman
Date: August 31, 2001
Project: Mt_ 9opris-Tree Fam
Janet :
,Attached are fivb pages to be incl in Addendum #1,
It is my UwWst=009 that you will fax the.addendum to tlu plain Holders. .
Two questions remain unresolved will likely need to be addregsed in another addendum:
I) To what extent if any, is Eagle ty exempt from taxes for matterials used at site?
YES BY .EAGLE COUNTY
�) Does it remain the intent of the County to issue an as -built grading plan to- the successful contractor
for grade verifciation purposes
YES,.BY EAGLE COUNTY
Thanks,
DCZ:dcz
F0329 -AJI -01
Irrigation Consulting
Phone: (303) 980 -5327 Fax: (303) 980 -5384 E -Mail: hydrocol0 @rmi.net
Sep -05 -01 01:17P hydr systems 1
HydroSystems, Inc
390 Union Blvd., Suite 330
Lakewood, CO 80228
Mt. Sopris Tree Farm
Eagle County, Colorado
Addendum #3
August 5, 2001
Page One of One
P -01
The Contract Documents for the above reference project shall be modified, changed or corrected as listed within this
addendum. This addendum shall become part of the Contract Documents and receipt of the addendum must be acknowledged
as part il f the Bidders submittal to Eagle County.
i
Bid Documents and Specifications '
fItem 1 12 ga. twisted pair wiring specification is Paige'P7313 or equal.
Item 2 Site soil will be suitable for backfilling of irrigation trenches as long as irrigation backfilling specification is achieved.
Backfilling with material less than 1" diameter will need to be placed covering piping/wiring within trench with 6" of
cover required. Remaining backfilling of trenclIIcs may be accomplished with material exceeding I" in diameter to
immediately below finish grade.
Item 3 Contractor will be responsible for removing any rock and/or vegetative material from topsoil as part of preparation
for seeding in native and irrigated turf areas. This will include materials contained in the spread topsoil and. /or
introduced by irrigation trenching operations.
Item 4 Site grading will be provided to contractor at +/, 0.10 R.
Item 5 Refer to Paragraph #7, page S for weather delay provisions.
Questiors will no longer be accepted after 5:00 p.m., August 5, 2001.
No Plan, Sheets or Details Issued as part of this addendum.
END O,F ADDENDUM #t'3
I
i
Irrigation Consulting
Phone: (30�) 980 -5327 Fax: (303) 980 -5384 E -Mail: hydr000lo ®rmi.net
i