Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC05-166 RA Nelson
(f oS--/46r /,
CM/GC AGREEMENT FOR EAGLE COUNTY CHILD CARE/COMMUNITY CENTER
BUILDING
THIS AGREEMENT made this ItJ day of May in the year 2005 between Eagle
County, Colorado, acting by and through its Board of County Commissioners ("the County") and
R.A. Nelson and Associates Inc., a Colorado corporation organized and existing by virtue of the
laws ofthe State of Colorado and engaged hereby to serve as Construction Manager/General
Contractor ("CM/GC").
\VHEREAS the County intends to design and construct a Childcare/Community Center
Facility on Parcell, Tract D of the Berry Creek Development in Edwards, Colorado, with a gross
square footage of approximately thirteen thousand (13,000) square feet which will house a
community center, chi1dcare facilities, and storage space, at a Project cost not to exceed two
million four hundred fifty-five thousand one hundred dollars and seven cents ($2,455,100.07); and
WHEREAS the Architect for the Project is Shepherd Resources Inc., PO Box 1624,
37347 US Highway 6, Suite 102, Avon, Colorado 81620 (phone 970-949-3302); and
WHEREAS the CM/GC represents to the County that it is authorized to do business in
the sta1:~ of Colorado, and that it has, by virtue of its strong in-house capabilities of budgeting, cost
estimating, management, and personnel: the required technical and professional expertise to work
with the County and the Architect in order to formulate the Project Budget; furnish the Architect
with the information on construction technology and market conditions; assure that the building
design stays within the Project Budget Guaranteed Maximum Price; manage the procurement
effort: undertake and supervise the construction of the Work; and, provide, as required, associated
services to complete the Project.
NOW THEREFORE, the County and the CM/GC, for the consideration hereinafter set
forth, agree as follows:
ARTICLE I - THE WORK
1 1.l. The County intends to design and construct a new Childcare/Community Center building
used by the County with a gross square footage of approximately thirteen thousand (13,000)
estimated not to exceed two million four hundred fifty-five thousand one hundred dollars
~n cents ($2,455,100.07); hereinafter referred to as the "Project."
1.1.2. In the performance ofthe Work under this Agreement, the CM/GC acknowledges that
time is critical for project delivery.
1.1.3. In the perfonnance of the Work under this Agreement, the CM/GC acknowledges that the
approach to construction utilizing the services of an Architect and Construction Manager/General
Contractor requires maximum cooperation between all parties. It further acknowledges that the
services to be rendered by the CM/GC and the interrelationships and coordinative aspects thereof
may not be fully defined. In furtherance thereof, in the event there appears to be a duplication,
overlap, or conflict of responsibilities of or duties between the Architect and CM/GC or an absence
of designation, the question shall be submitted to the County for determination. The CM/GC and
the Architect shall abide by the decision of the County, If the CM/GC claims any increase in the
Work arises by virtue of such decision, it shall follow the procedures as stated in Article 19.
1.1.4. The CM/GC is responsible for determining the quantity and scope of all bid packages and
for breaking apart the contract documents into suitable packages and then coordinating the entire
package. Any lack of coordination or omissions, exclusions among bid packages prepared by
CM/GC shall not be grounds for an increase in the GMP.
1.1 .5. The CM/GC agrees to cooperate fully with the County and Architect in the design and
construction aspects of the Work and not exceed the Guaranteed Maximum Price.
1.1.6. The CM/GC accepts the relationship oftrust and confidence established between it and
the County by this Agreement. The CM/GC covenants with the County to furnish its best skill,
professionalism, and judgment and to cooperate in furthering the interests of the County. The
CM/GC agrees to furnish efficient business administration and superintendence and to complete
the Work in an expeditious, professional, good workmanlike, and economical manner consistent
with the interests ofthe County.
1.1.7. The CM/GC, the Project Manager, and the Architect (hereinafter called the "Construction
Team"), shall work through construction completion. The CM/GC shall provide leadership to the
Construction Team on all matters relating to construction.
1.1.8. The Contract Documents shall not be deemed to create any contractual relationship
between the Architect and the CM/GC or any separate contractors, subcontractors of any tier or
suppliers on the Project; nor shall anything contained in the Contract Documents be deemed to
give any third party any claim or right of action against the County, the Architect or the CM/GC
which does not otherwise exist without regard to the Contract Documents.
1.1.9. The CM/GC shall begin services within five days from execution of the Agreement.
1.1.10. Execution of this Agreement by the CM/GC is a representation that the CM/GC is
cognizant of its responsibilities, has visited the site, become familiar with the local conditions
under which the Work is to be performed, and has correlated personal observations with the
requirements of the Contract Documents.
1.1.11. The intent of the Contract Documents is to include all items, components and services
necessary for the proper execution and completion of all the Work. The Contract Documents are
complementary, and what is required by anyone shall be as binding as if required by all. Words
and abbreviations which have well known technical or trade meanings are used in the Contract
Documents in accordance with such recognized meanings. Ifthere is conflicting variance between
the drawings and specifications, the requirements of the specifications shall control unless the
Architect directs otherwise in writing. Numerous Exhibits developed over a period of time are also
attached to and made a part ofthe Contract Documents, some of which may be in conflict with
other Exhibits or portions of this Agreement. After the GMP is established, in the event of any
conflict between any of the Exhibits or between any of the Exhibits and the other Contract
2
Documents, the greater service, better quality or greater quantity shall be included in the Work,
Contract Sum and Guaranteed Maximum Price, without additional compensation.
1.1.12. The CM/GC shall furnish labor and services (1) which expeditiously, economically and
properly complete its particular scope of the Work in the manner most consistent with The
County's interests and objectives, (2) in accordance with the Construction Documents, and (3) in
accordance with the highest standards currently practiced by persons and entities performing
comparable labor and services on projects similar in size, complexity and cost in the State where
the Project is located.
1.1.13. The CM/GC shall perform services and provide goods so that it complies with all
applicable laws, statutes, rules and regulations of any public authority or agency, and applicable
national and local building codes, in effect at the time it commences its scope of the Work.
1.1.14. The County's consultants (including, but not limited to, all architects and the site civil
engineer), acting as contractors and not agents of the County, will prepare and furnish
Construction Documents for the Project. The County makes no express warranties, and disclaims
all implied warranties, with respect to the Construction Documents. More specifically, and
without limitation:
1. The County's review and/or approval of any construction documents
shall not relieve the County's consultant(s) or the CM/GC of the
responsibility for any error(s) which may exist, and the County's
consultant( s) shall be responsible for the dimensions and design of
adequate connections and details for satisfactory construction of all
Work.
2. It is the CM/GC's expressed responsibility to review all design and construction
documents relating to construct ability and potential conflicts. The purpose of this
review is to minimize change orders due to conflicts in the Construction Documents
to the greatest extent possible.
3. This paragraph applies to all Construction Documents.
1.1.15. The CM/GC shall be solely responsible for and have control over construction means,
methods, techniques, sequences and procedures and for coordinating and constructing its scope of
the Work, including site safety and safety precautions and programs. The CM/GC shall not be
deemed the agent of the County with respect to construction means, methods, techniques or
procedures, or safety precautions and programs, in connection with the Work.
1.1.16. Safety shall be a primary responsibility of the CM/GC at all times. All construction
operations must be conducted so as to insure the safety of, and shall provide protection to prevent
damage, injury or loss to (i) any persons; (ii) the Work, and all goods, products, materials,
equipment and systems to be incorporated therein; and, (iii) other property at or adjacent to the
Site. The CM/GC, its consultants, trade contractors, subcontractors and suppliers, and their
employees and agents shall (i) conduct all construction operations so as to insure complete safety
of all persons who and property which may be on or adjacent to the site or the Work, (ii) comply
3
with all OSHA construction industry safety and health standards applicable to the site and the
Work, and (iii) comply with all state and local construction industry safety and health standards
applicable to the site and the Work.
1.1.17. The organization of the specifications into divisions, sections, and articles, and the
arrangement of drawings shall not control the CM/GC in dividing the Work among subcontractors
or in establishing the extent of Work to be performed by any trade.
ARTICLE 2 - DEFINITIONS
2.1.1. "Agreement" or "Contract" means this written agreement.
2.1.2. "Architect" means Shepherd Resources Inc. or such other professional architect, or group
or association or professional corporation of such approved professional architects, engineers and
consultants, who have contracted with the County to accomplish the architectural and engineering
services necessary to the Work.
2.1.3. "Change Order" means a written order to the CM/GC signed by the Board of County
Commissioners or its authorized agent and the CM/GC, issued after the execution of this
Agreement, authorizing a change in the Work, the method or manner of performance, or an
adjustment in the Guaranteed Maximum Price, Construction Phase Services, or the Contract Time.
2.1.4. "Colorado Labor" means as provided in C.R.S. 8-17-101 et seq. as amended.
2.1.5. "Completion of the Work" means the first date when all of the following have occurred:
the date certified by the Architect when construction is completed in accordance with the Contract
Documents, the date the local jurisdiction has issued a Certificate of Occupancy, and the date the
County can fully occupy or utilize the Work for the purpose for which it is intended.
2.1.6. "Construction Documents" means the drawings and specifications that set forth in detail
requirements for the construction of the Project.
2. 1.7. "Contract Documents" means this Agreement, Conditions ofthe Contract (General,
Supplementary and other Conditions), Drawings, Specifications, Notices to Proceed, Change
Orders, and other documents identified in this Agreement. These form the contract, and are as
fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract
Documents include the exhibits attached hereto:
Exhibit A: CM/GC Fee Structure and Cost Allocations (par. 3.2.1)
Exhibit B: Contract Time/Construction Schedule (par. 2.1.8; 3.6)
Exhibit C Allowances (par. 9.4.4)
2.1.8. "Contract Time" means the period oftime allotted in the Contract Documents for
Completion of the Work as defined in paragraph 2.1.5, including authorized adjustments thereto.
The Contract Time shall be agreed upon by the County and the CM/GC as part of the development
of the Contract Documents. The actual contract time shall be detennined per Article 6.3.1. and
shall be included as an exhibit (Exhibit "B") to this Contract.
4
2.1.9. "Cost" means the total cost of labor, materials, provisions, supplies, fees, tests, expenses,
bonds, equipment rentals, equipment purchases, insurance, supervision, engineering, clerical, and
accounting services, the value of the use of equipment, and reasonable estimates of other
administrative costs which may be reasonably apportioned to this Project to complete it in
accordance with the Contract.
2.1.10. "Day" means calendar day unless specifically designated otherwise.
2.1.11. "Design Development" means the phase in which the architect and other Owner's
consultants prepare the design development documents, from the approved schematic design, for
submission to the Owner for its review; in reference to documents, it means the drawings and other
documents that fix and describe the size and character of the entire project as to architectural,
structural, mechanical, and electrical systems, materials and such other elements of the Project as
may be appropriate.
2.1.12. "Drawings" means all drawings and specifications reviewed by the County (and approved
by the Eagle County Building Department if required by applicable regulations) which have been
prepared by the Architect showing the Work to be done.
2.1.13. "General Conditions/General Requirements" means those items set forth in the Contract
Documents.
2.1.14. "Guaranteed Maximum Price" and "GMP" means that maximum amount for which the
\V ork shall be accomplished and it shall be computed by the CM/GC in accordance with the
provisions of Article 9.4. hereinafter. The GMP shall include the contingencies set forth in Article
3.2.
2.1.15. "Notice" means a communication in writing from either contracting party to the other by
means of either delivery by hand or mailed by certified mail, postage prepaid, return receipt
requested, in which event the return receipt shall be deemed prima facie evidence of delivery on
the date as shown on the return receipt if such delivery was made to the address and person(s) as
named below:
The County: Facilities Management
P.O. Box 850
Eagle, Colorado 81631
with a copy to: County Attorney's Office
P.O. Box 850
Eagle, Colorado 81631
CM/GC: R.A. Nelson and Associates Inc.
P.O. Box 5400
0051 Eagle Road
A von, Colorado 81620
5
Whenever in this section notice is required to be given to more than one person on behalf of a
party, notice is not deemed given unless given to all such persons. The addresses for notice may
be changed by either party by a written notice given to the other party.
2.1.16. The "Project" means the total construction of which the Work performed under the
Contract Documents is a part, and may include construction by the County or by separate
Contractors.
2.1.17. "Project Manager" means the individual designated to act as the owner's representative by
the County Administrator.
2.1.18. "Subcontractor" means a person, fiml, or corporation supplying labor and materials, or
only labor, for the Work, under separate contract or agreement with the CM/GC.
2.1.19. "Supplier" means any manufacturer, fabricator, distributor, material supplier or vendor.
2.1.20. "Value Engineering" means the technical review and analysis of systems and materials
being considered in the design to produce the greatest value for the least cost, the object of which
is to achieve the optimum value for each construction dollar spent and keep the fiscal constraints
set forth throughout the Contract Documents.
2.1.21. "Work" means the construction and services required by the Contract Documents, and
includes all other labor, materials, equipment and services provided or to be provided by the
CM/GC to fulfill the CM/GC's obligations.
2.1.22. "Working Group" is comprised ofa representative from each of the Architect; the
CM/GC; Eagle County Project Manager; and such additional persons as may be designated by the
Project Manager from time to time.
ARTICLE 3 - CM/GC'S SERVICES
The CM/GC shall perform the following services under this Agreement in each of the phases
described below.
3.1. COMPLETION WITHIN FISCAL AND TIME CONSTRAINTS AND VALUE
ENGINEERING
3.1.1. The CM/GC expressly recognizes that this Project must be completed within the time and
fiscal constraints as set forth throughout this Agreement. The CM/GC further represents to the
County that, by executing this Agreement, it has been fully informed and has thoroughly reviewed:
the goals of the Project; the design of the Architect performed to date for the Project; the time
schedule as well as fiscal constraints and contingencies of the Project; all of the Exhibits and
documents attached to this Agreement, and incorporated herein by reference; and, all of the
services to be provided by the CM/GC pursuant to the Contract Documents. Based upon this
review and analysis and recognizing that the contract for design services is between the County
and the Architect, the CM/GC nonetheless represents to the County that it will provide all of the
6
necessary services and perfornl all of the Work within the requirements of the Contract
Documents.
3.1.2. To accomplish the objectives set forth in paragraph 3.1.1., the CM/GC has provided
consultation throughout the Design Service Phases through a separate agreement. Construction
Service Phase including but not limited to the furnishing of all necessary Value Engineering
services. All communications between the CM/GC and representatives of other parties shall be
communicated to the Project Manager. In cooperation with the Architect and County, the CM/GC
shall :
1. Meeting Attendance: Meet regularly with the Working Group to discuss progress,
present material and information and respond to questions regarding the Project.
The CM/GC will be responsible for submitting to County and the Architect, within
five working days, the minutes of all meetings during the construction phase.
Corrections shall be made by the Architect and submitted to the CM/GC within two
days of receipt of the minutes. The CM/GC shall maintain the minutes and
suggested modifications in chronological order in a three-hole punch binder.
2. Scheduling: Develop a Project Time Schedule that coordinates and integrates the
Architect design efforts with construction schedules. Update the Project Time
Schedule incorporating a detailed schedule (showing milestones and the critical
path) for the construction operations of the project, including realistic activity
sequences and durations, allocation of labor and materials processing of shop lead-
time procurement.
3. Project Construction Budget: Review the project budget as soon as major program
requirements have been identified and update budget periodically. Prepare an
estimate based on a quantity survey of drawings and specifications for approval by
the County as the Project Construction Budget. Update and refine this estimate as
the development of the drawings and specifications proceeds and advise the County
and the Architect if it appears that the Project Construction Budget will not be met
and make recommendations for corrective action. The estimated cost of the Work
shall be established based upon schematic design and then design development
drawings and preliminary specifications. The Cost of the Work shall be itemized in
a schedule of values in CSI format and reflect contemplated subcontract distribution
of CSI Divisions. If subsequent estimates of Construction Cost and/or bids received
for the work cause the anticipated cost of the Work to exceed the Guaranteed
Maximum Price, and there is no increase in the scope of Work, the CM/GC shall, at
no additional cost to the County, provide additional Value Engineering services to
bring the bid within the Guaranteed Maximum Price.
4. Value Engineering: Provide technical review and analysis of alternative designs,
systems and materials being considered in the construction to produce the greatest
value for the least cost. Provide cost estimates of the alternatives evaluated. Cost
estimates shall include industry standard operating and maintenance costs (adjusted
for Eagle County mountain cost levels) when appropriate to evaluate life-cycle
costs ofthe alternatives. Evaluate the alternatives on the basis of costs, time
7
schedules, availability of labor and materials, construction feasibility, warranties
and projected life expectancy,
5. Coordination of Contract Documents: Review the drawings and specifications
recommending alternative solutions whenever design details affect construction
feasibility of schedules.
6. Construction Planning: Recommend for purchase and expedite the procurement of
long-lead items to ensure their delivery by the required dates per the CPM schedule.
7. Work Allotment: Make recommendations to the Architect regarding the division of
work in the plans and specifications to include scope of work to facilitate the
bidding and awarding of subcontracts, taking into consideration such factors as time
of performance, availability of labor, overlapping trade jurisdictions, provisions for
temporary facilities and so forth.
8. Plan Review: Review plans and specifications with the Architect and County to
eliminate areas of conflict, for coordination, accuracy and completeness of the plans
and specifications at the end of Design Development drawings and construction
documents.
9. Labor: Analyze the types, quantity and availability of appropriate categories of
labor required for various phases of the Project.
10. Bid Process: Prepare pre-qualification criteria for bidders and develop
subcontractor interest in the project. Establish bidding schedules, pre-qualify
subcontractors and conduct pre-bid conferences to familiarize bidders with bidding
documents, management techniques and any special systems, materials or methods.
Receive competitive bids, to be opened in the presence of the owner and the
architect on the Work from various subcontractors, analyze the bids and award the
subcontracts.
11. Pre-Construction Conferences: Conduct pre-construction conferences with
successful subcontractors.
12. Project Control: Monitor the Work of the subcontractors and coordinate the Work
with the activities and responsibilities of the County and the Architect to complete
the Project in accordance with the construction documents and the County's
objectives of cost, time and quality.
13. Organization: Establish on-site organization and lines of authority in order to carry
out the overall plans of the Construction Documents.
14. Communication: Establish procedures for coordination among the County,
Architect, subcontractors and CM/GC with respect to all aspects of the Project and
implement such procedures,
8
15. Scheduling: Schedule and conduct weekly progress meetings at which
subcontractors, County, Architect and CM/GC can discuss jointly such matters as
progress, problems and scheduling. Provide a detailed schedule for the operation of
the CM/GC and subcontractors on the project, including realistic activity sequences
and durations, allocation of labor and materials, processing of shop drawings and
samples and delivery of products requiring long lead-time procurement.
16. Monitoring: Provide regular monitoring of the schedule as construction progresses.
Identify potential variances with the scheduled Completion Dates. Review schedule
for Work not started or incomplete and recommend to the Architect and
subcontractors adjustments in the schedule to meet the Completion Date. Provide
summary reports of each monitoring and document all changes in schedule.
Determine the adequacy of the subcontractors' personnel and equipment and the
availability of materials and supplies to meet the schedule.
17. Cost Control: Develop and monitor an effective system of project cost control,
showing actual costs for activities in progress and estimates for uncompleted tasks.
Incorporate approved changes as they occur.
18. Change Orders: Develop and implement a system for review and processing
Change Orders. Recommend necessary or desirable changes to the Architect,
review requests for changes, submit recommendations to the Architect and assist in
negotiating Change Orders.
19. Permits and Fees: Obtain all building permits and special permits for permanent
improvements.
20. County Consultants: Assist the County in selecting and retaining professional
services of a surveyor, testing laboratories and special consultants and coordinate
these services.
21. Staffing: The CM/GC shall keep on the Project, during its progress, a competent
superintendent and any necessary assistants, all satisfactory to the Project Manager
and the Architect, to coordinate and provide general direction of the work and
progress of the subcontractors on the Project. The CM/GC superintendent shall not
be changed except with the consent ofthe County's Project Manager and the
Architect, such consent to not be unreasonably withheld. The CM/GC Project
Superintendent shall represent the CM/GC in his/her absence and all direction given
to him/her shall be as binding as if given to the CM/GC. A Project Manager shall
be assigned for facilitating the entire project. The County and the Architect shall not
be responsible for the acts or omissions ofthe CM/GC.
The CM/GC shall provide full-time, qualified and efficient supervision of the Work,
using their best skill and attention. The CM/GC shall carefully study and compare
all drawings, specifications and other instructions and shall at once report to the
Project Manager and the Architect any error, inconsistency or omission which it
may discover. The CM/GC shall inspect the Work of the subcontractors at all stages
9
and at final completion and shall guard the County against defects and deficiencies
in such Work. The CM/GC shall be responsible to the County for the acts and
omissions of all its employees and agents and all other persons performing any of
the Work under a contract with the County, for which the CM/GC has supervisory
or inspection responsibility hereunder. The CM/GC shall also have responsibility
for coordinating the work of and assuring contract compliance by all other persons.
The superintendent shall see that the Work is carried out in accordance with the
Contract Documents and in a thorough and workmanlike manner in every respect,
and shall comply with all federal, state and local building, fire and life safety codes.
The CM/GC shall establish all lines, levels and marks necessary to facilitate the
operations of all concerned in the subcontractor's Work. The CM/GC shall lay out
the Work in a manner compliant with the Construction Documents, making
permanent records of all lines and levels required for excavation, grading and
foundation and for all other parts of the Work. The CM/GC shall, together with the
Architect, certify the proper completion of the various stages of construction. The
CM/GC shall be responsible for all construction means, methods, techniques,
sequences and procedures as well as all necessary inspections, and to carry out the
Work in accordance with the Contract Documents.
22. Safety: The CM/GC shall be responsible for the safety of persons and property and
for compliance with all federal, state and local statutes roles, regulations and orders
applicable to the conduct ofthe Work.
23. Design Interpretations: Refer all questions relative to interpretation of design intent
to the Architect.
24. Shop Drawings and Samples: In collaboration with the Architect, establish and
implement procedures for expediting the processing and approval of shop drawings
and samples.
25. Reports and Project Site Documents: Record the daily progress of the Project in a
daily log available to the County, Project Manager and the Architect. Submit on a
weekly basis written progress reports and summaries of meetings to the County and
the Architect, including information on the subcontractors' Work, the actual cost vs.
budgeted cost, actual construction point vs. projected schedule point, reasons for
any discrepancies, the percentage of completion and the corrective actions to obtain
compliance with time and cost schedules.
26. Record Maintenance: Maintain at the Project site, on a current basis, records of all
necessary contracts, shop drawings, samples, purchases, materials, equipment,
maintenance and operating manuals and instructions and any other documents and
revisions thereto which arise out of the Contract or the Work. Obtain data from
subcontractors and maintain a current set of record drawings, specifications and
operating manuals. At the completion of the Project, submit all such documents to
the Architect for delivery to the Owner along with one complete set of "As Built."
10
27. Project Completion: Detennine Project Completion of designated portions ofthe
Work and prepare for the Architect a list of incomplete or unsatisfactory items and
a schedule for their completion.
28. Start-Up: With the County's maintenance personnel and/or testing personnel and
the Architect, direct the review of utilities, operations systems and equipment for
readiness and assist in their initial start-up and testing by the subcontractors.
29. Final Inspection: Provide written notice to the County and Architect that the Work
is ready for final inspection. Secure and transmit to the Architect required
warranties, certificates, releases, bonds and waivers. Turn over to the County all
keys and maintenance stock.
30. Contingency Management: It is the desire of the County to incorporate as many
alternate bid items into the Project as possible using these funds. All parties
recognize that funds may become available for the alternates through procurement
at less than the CM/GC's estimated cost or through savings of the unexpended
portion of the bidding contingency.
31. Warranty: The CM/GC shall, during the one-year warranty period established in
Article 18, ensure that Work which proves defective or deficient during such time is
corrected either by the subcontractor or other means as shall be required, without
cost to the County.
32. Construction Estimates: The CM/GC shall prepare an estimate of Construction
Cost and shall update periodically as requested by the Architect. This estimate
shall be a quantity take-off cost estimate based on size, building systems,
assemblies, components, etc., and updated periodically. All estimates of
Construction Cost shall make allowance for bidding and price escalation. During
the Construction Documents Phase continually monitor the cost estimates and
develop a cost estimate to assure that the Work remains within the applicable
Project Budget or Guaranteed Maximum Price, whichever is applicable.
Estimates shall be independently prepared but in coordination with the Architect
and shall be based on quantitative take-offs and shall be substantiated in sufficient
depth and organization to be used in preparing budgets based on: sub-trades,
combinations of sub-trades and building systems. Lump sum estimates are not
acceptable. During the preparation of cost estimates, the CM/GC shall notify the
Architect if it appears that the estimate will exceed the Project Budget or
Guaranteed Maximum Price, as may be applicable, satisfactorily demonstrate the
accuracy of its estimate in such detail as shall be reasonably required by the
Architect, and owner and make reasonable recommendations for corrective action
consistent with the Project Budget or Guaranteed Maximum Price, as may be
applicable. The CM/GC shall submit cost estimates to the Architect for approval.
33. Bidding: The CM/GC shall prepare prequalification criteria for bidders and
develop subcontractor interest in the Project; establish bidding schedules;
11
advertise for bids; and conduct pre-bid conferences to familiarize bidders with the
bidding documents and management techniques and with any special systems,
materials, or methods.
34. The CM/GC shall receive bids as advertised to be opened and duly recorded;
prepare bid analyses; and advise Architect and owner of successful bidders; and,
conduct pre-award conferences with successful bidders.
35. The CM/GC shall provide the requirements and assignment of responsibilities for
safety precautions and programs as required for the execution of the Work,
temporary project facilities and for equipment, materials and services for common
use of subcontractors and verify that all are included in the Contract Documents.
3.2 SECTION 3.2 HAS BEEN INTENTIONALLY DELETED BY THE PARTIES.
3.3. CONTROL OF THE WORK
3.3.1. The CM/GC shall supervise and direct the work of its subcontractors and coordinate the
Work with the activities and responsibilities of the County and Architect to complete the Project
in accordance with the County's objectives of cost, time, and quality.
3.3.2. The CM/GC shall establish on-site organization and lines of authority in order to carry
out the overall plans of the Construction Documents.
3.3.3. The CM/GC shall establish procedures for coordination between the Architect and
subcontractors with respect to all aspects of the Work and implement such procedures.
3.3.4. The CM/GC shall schedule and conduct progress meetings at which the Project
Manager, Architect, and CM/GC can discuss jointly such matters as progress and problems.
3.4. SUPERVISION AND CONSTRUCTION PROCEDURES'
3.4.1. The CM/GC shall supervise and direct the Work, using the CM/GC's best skills and
attention. The CM/GC shall be solely responsible for all construction means, methods,
techniques, sequences, and procedures and shall coordinate all portions of the Work under the
Contract Documents.
3.4.2. The CM/GC shall be responsible to the County for the acts and omissions of the
CM/GC's employees, subcontractors of all tiers, their agents and employees, and any other
persons performing any of the Work or furnishing materials under a contract with the CM/GC.
3.4.3. The CM/GC shall not be relieved fi'om the CM/GC's obligations to perform the Work
in accordance with the Contract Documents either by the activities or duties of the Architect in its
administration of this Agreement, or by inspections, tests, or approvals required or performed by
persons other than the CM/GC.
]2
3.4.4. The CM/GC shall at all times enforce strict discipline and good order among the
CM/GC's employees and shall not employ on the Work any unfit person or anyone not skilled in
the task assigned them.
3.5. ADMINISTRA TION OF THE CONTRACT
3.5.1. The Architect will provide administration of this Agreement on behalf of the County
unless otherwise specified by County.
3.5.2. All instructions and communications by the Architect to the CM/GC and by the CM/GC
to the Architect shall be copied to the County.
3.5.3. The CM/GC shall forward all communications to the Project Manager and the Architect
simultaneously.
3.6 SCHEDULE AND COORDINATION
3.6.1. The CM/GC shall schedule and coordinate the work of all of its subcontractors on the
Project including their use of the site. The CM/GC shall keep the subcontractors informed of the
Project construction schedule to enable the subcontractors to plan and perform the work properly.
3.6.2. The CM/GC, immediately after all bids are awarded, shall prepare and submit a
Construction Schedule for the Work which shall provide for the expeditious and practicable
execution of the Work. The schedule shall be consistent with previously issued schedules, not
exceed time limits current under the Contract Documents and shall be related to the entire Project
to the extent required by the Contract Documents. The schedule for the performance of the Work
shall be a Critical Path Method system with reasonable detail including a time-scaled network
and computer printout all as more fully detailed elsewhere in the Contract Documents.
3.6.3. The CM/GC shall prepare and keep current, for the Architect's approval, a time
schedule of submittals which is incorporated in the CM/GC's construction schedule and shall
allow the Architect a reasonable time to review such submittals.
3.6.4. The CM/GC's construction schedules and budgets shall be revised monthly with a copy
thereof to be submitted with each Project Application for Payment. In addition to the monthly
update, the CM/GC's schedules shall also be revised at appropriate intervals as required by the
conditions of the Work and Project with a copy submitted to the Project Manager and Architect.
3.6.5. The CM/GC shall perform the Work within the identified times of the most recent
schedule and consistent with the established Contract Time.
3.7. COST CONTROL
3.7.1. The CM/GC shall develop and monitor an effective system of Project cost control;
incorporate approved changes as they occur; develop cash flow repOlis and forecasts as required;
identify any variance between actual and budgeted costs within Project Budgets, and, consistent
]3
with paragraph 3.2.11., advise the Project Manager and Architect whenever projected costs are
expected to vary from Project Budget or Guaranteed Maximum Price, whichever is applicable.
3.7.2. The CM/GC shall keep full and detailed accounts and exercise such controls as may be
necessary for proper financial management under this contract, and the accounting and control
systems shall be satisfactory to the owner. The CM/GC shall afford the County access to these
records at any reasonable time and preserve them for a period ofthree (3) years after final
payment.
3.8. AMENDMENTS AND CHANGE ORDERS
3.8.1. The CM/GC shall develop and implement a system for the preparation and processing
of Change Orders consistent with these Contract Documents and recommend necessary or
desirable changes to the Architect.
3.9. PERMITS, FEES AND REGULATIONS
3.9.1. The CM/GC shall secure all permits and governmental fees, licenses, and inspections
necessary for the proper execution and completion ofthe Work which are legally required at the
time the Guaranteed Maximum Price is provided to the County. The cost of such permits shall be
paid for by the County.
3.9.2. The CM/GC shall give all notices and comply with all laws, ordinances, rules,
regulations, and lawful orders of any public authority bearing on the performance of the Work.
3.10. SALES AND USE TAXES
3.1 0.1. The Project is being constructed by the County and is exempt from local sales and use
taxes. The CM/GC shall take any and all appropriate action to obtain such exemption or refunds
of taxes paid and shall not charge the County for any such taxes.
3.10.2. In accordance with paragraph 3.10.1., the CM/GC shall require each of its
subcontractors of all tiers to comply with the requirements of paragraphs 3.10. I and to maintain
such records and furnish the CM/GC with such data as may be necessary to obtain refunds of the
taxes paid by such subcontractors.
3.10.3. No State Sales and Use Taxes are to be paid on material to be used in the Work.
3.10.4. The CM/GC shall exclude the amount of any applicable Federal excise or
manufacturer's taxes from its proposal. The County will furnish the CM/GC, on its request, the
necessary exemption certificates to aid the CM/GC in the recovery of any such Federal taxes paid
by the CM/GC for materials and equipment required in the execution of the \V ork or to support
the CM/GC's failure to pay such taxes, as the case may be.
3.11. COUNTY CONSULTANTS
14
3.11.1. Ifrequired, the CM/GC shall assist the Architect in selecting and retaining the
professional services of a surveyor and special consultants, and coordinate these services.
3.12. LABOR AND MATERIALS
3.12.1. Unless otherwise provided in the Contract Documents, the CM/GC shall provide and
pay far all labor, materials, equipment, tools, construction equipment and machinery, insurance,
water, heat, utilities, transportation, and other facilities and services necessary for the proper
execution and completion of the Wark, whether temporary or permanent, and whether or not
incorporated or to be incorporated in the Wark.
3.13. ROY AL TIES AND PATENTS
3.13.1. The CM/GC shall pay all royalties and license fees. The CM/GC shall defend all suits
or claims far infringement of any patent rights, and shall hold the County, its officers, agents and
employees and Architect harmless from loss on account thereof.
3.14. DOCUMENTS AND SAMPLES AT THE SITE
3.14.1. The CM/GC shall:
1. Maintain at the Project site on a current basis, one record copy of all drawings,
specifications, Addenda, Amendments, Change Orders, and other Modifications,
in good order and currently marked to record all changes made during
construction, and approved Shop Drawings, Product Data, and Samples. The
recorded copies shall be documented within fourteen (14) days from the date
performed in the field and be available to the Architect and the Project Manager.
2. Maintain at the Project site on a current basis a log to record receipt of all items
set forth in paragraph 3.14.1.1. so as to record and permit the determination of the
most current copies; and
3. Advise the Project Manager, in writing, on a current basis of all changes in the
Work made during construction.
3.15. LA YOUT OF WORK
The CM/GC shall establish all lines, levels and marks necessary to facilitate the operations of all
concerned in such CM/GC's Work. The CM/GC shall lay out the Wark making permanent
records of all lines and levels required for excavation, grading and foundations and for all other
parts of the Work.
3.16. USE OF SITE
The CM/GC shall confine all operations at the site to areas permitted by law, ordinances,
permits, and the Contract Documents, and shall not unreasonably encumber the site with any
materials or equipment.
15
3.17. CUTTING AND PATCHING OF WORK
3.17.1, The CM/GC shall be responsible for all cutting, fitting, or patching that may be required
to complete the Work or to make its several parts fit together properly.
3.17.2. The CM/GC shall not damage or endanger any portion of the Work or the work of the
County or any separate contractors by cutting, patching, or otherwise altering any work, or by
excavation. The CM/GC shall not cut or otherwise alter the work of the County or any separate
contractor except with the written consent of the County and of such other separate contractor.
No required consents shall be unreasonably withheld.
3.18. CLEANING UP
3.18.1 The CM/GC shall keep the buildings and premises free from all surplus material, waste
material, dirt and rubbish caused by its performance ofthe Work including but not limited to its
subcontractors of all tiers and suppliers. At the completion of the Work shall remove all such
surplus material, waste material, dirt and rubbish; as well as all tools, equipment and scaffolding
and shall leave the Work thoroughly clean unless more exact requirements are specified
elsewhere in the Contract Documents. The CM/GC shall remove all spots from the site concrete,
floors, walls, ceilings, windows and doors, and, where necessary, refit windows, doors and
millwork. The CM/GC shall also replace all broken and scratched glass and clean all window
glass and all plumbing fixtures, also all cracked, broken, and discolored concrete shall be
replaced. The CM/GC shall make such minor repairs and alterations in respect to its Work as
may be necessary to make the buildings and premises ready for occupancy.
3.19. PROTECTION OF PERSONS AND PROPERTY
3.19.1. The CM/GC shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work.
3.19.2. The CM/GC shall take all reasonable precautions for the safety of, and shall provide all
reasonable protection to prevent damage, injury, or loss to the following:
1. All employees on the Work and all other persons who may be affected thereby;
2. All the Work and all materials and equipment to be incorporated therein, whether
in storage on or off the site, under the care, custody or control ofthe CM/GC or
any of the CM/GC's subcontractors of all tiers.
3. Other property at the site or adjacent thereto, Including trees, shrubs, lawns,
walks, pavements, roadways, structures, and utilities not designated for removal,
relocation, or replacement in the course of construction; and
3.19.3. The CM/GC shall give all notices and comply with all applicable laws, ordinances,
roles, regulations, and lawful orders of any public authority bearing on the safety of persons or
property or their protection from damage, injury, or loss and further, shall cooperate and keep the
16
Architect and other separate Contractors informed of all of the CM/GC's precautions for safety
and protection of the Work.
3.19.4. The CM/GC shall erect and maintain, as required by existing conditions and the
progress of the work, all reasonable standards for safety and protection, including but not limited
to, posting danger signs warning against the hazards created by such features of construction as
protruding nails, rebar, hoists, well holes, elevator hatchways, scaffolding, window openings,
stairways and falling materials, promulgating safety regulations, installing fence, and notifying
owners and users of adjacent utilities.
3.19.5. When the use or storage of explosives or other hazardous materials or equipment is
necessary for the execution ofthe Work, the CM/GC shall exercise the utmost care and shall
carryon such activities under the supervision of properly qualified personnel.
3.19.6. The CM/GC shall provide all necessary bracing, shoring, and tying of all decks, framing
and structures or structural elements to prevent the failure of materials or temporary facilities
required in the execution of the Work which could result in damage to property or the injury or
death of persons; take all precautions necessary to insure that no part of any structure of any
description is loaded beyond its carrying capacity or with anything that will endanger its safety at
any time during the execution of the Work; and reasonably provide for the adequacy and safety
of all scaffolding and hoisting equipment. The CM/GC shall not permit open fires within any
building enclosure. The CM/GC shall construct and maintain all necessary temporary drainage
and do all pumping necessary to keep excavations, floors, pits, and trenches free of water. The
CM/GC shall be liable for any errors or omissions related to means, methods, techniques,
sequences, or procedures on the part of the CM/GC or any subcontractors of any tier and its
consultants.
3.19.7. The CM/GC shall take due precautions when obstructing sidewalks, streets or other
public ways in any manner, and shall provide, erect and maintain barricades, temporary
walkways, roadways, trench covers, colored lights or danger signals and any other devices
necessary to assure the safe passage of pedestrians and automobiles.
3.19.8. The CM/GC shall promptly remedy all damage or loss to any property caused in whole
or part by the CM/GC, any subcontractor of any tier, anyone directly or indirectly employed by
any of them, or by anyone for whose acts any of them may be liable, and for which the CM/GC is
responsible.
3.19.9. The CM/GC shall designate a responsible member of the CM/GC's organization at the
site whose duty shall be the prevention of accidents. This person shall be the CM/GC's
superintendent or other designated individual, however denoted.
3.19.10. In any emergency affecting the safety of persons or property the CM/GC shall act to
prevent threatened damage, injury, or loss.
3.20. START-UP
17
3,20.1. ACCESS TO WORK - The Architect, County Project Manager and all other
representatives of the County shall, at all times, have access to the Work wherever it is in
preparation and progress. The CM/GC shall provide any necessary safety equipment and safe and
reasonable facilities for such access so that the Architect, Project Manager and County
representatives may exercise their rights and perforn1 their functions under the Contract
Documents.
3.20.2. NO RESPONSIBILITY FOR ARCHITECT - The CM/GC shall not be responsible for
the failure of the Architect or its consultants to properly discharge its duties and responsibilities
as set forth in the agreement between the County and Architect.
ARTICLE 4 - DRAWINGS AND SPECIFICATIONS
4.1. OWNERSHIP AND USE OF DOCUMENTS
4.1.1. All drawings, specifications, and copies thereof furnished by the County are and shall
remain the property of the County. They are to be used only with respect to this Project and are
not to be used on any other project. With the exception of one contract set for each party to this
Agreement, such documents are to be returned or suitably accounted for to the County on request
at the completion of the Work. Submission or distribution to meet official regulatory
requirements or for other purposes in connection with the Project is not to be construed as
publication in derogation of the County's common law copyright or other reserved rights.
4.2. REVIEW OF THE CONTRACT DOCUMENTS
4.2.1. The CM/GC, its employees, consultants, experts, and subcontractors, if any, shall
carefully study and compare the Contract Documents and shall at once report to the Architect and
owner any error, inconsistency, or omission that may be discovered. The CM/GC shall perform
no portion of the Work at any time without Contract Documents or, where required, approved
drawings, specifications, instructions, Shop Drawings, Product Data, or Samples for such portion
of the Work.
4.2.2. If the CM/GC or any of its subcontractors, of any tier, observes that any of the Contract
Documents are at variance with applicable laws, statutes, building codes, or regulations, in any
respect, the CM/GC shall promptly notify the Architect in writing.
4.2.3. If the CM/GC or any of its subcontractors, of any tier, performs any Work with actual
knowledge or when it should have reasonably known that it is contrary to such laws, statutes,
ordinances, building codes, and rules and regulations, and without such notice to the Architect,
the CM/GC shall assume full responsibility therefore and shall bear all costs attributable thereto.
Any modifications or alterations that have to be made because of the above shall be desibrned by
the Architect and approved by the Project Manager.
4.2.4. The CM/GC is required to fully review all of the drawings and/or specifications for
compliance with all applicable codes with local jurisdictions.
]8
4.2.5. It is not the CM/GC's responsibility to guarantee that the Contract Documents are in
compliance with applicable laws, statutes, ordinances, building codes, and rules and regulations.
However, if the CM/GC observes that pOliions of the Contract Documents are at variance
therewith, the CM/GC shall promptly notify the Architect and Owner in writing, and necessary
changes shall be accomplished by appropriate Modification.
4.3. INTERPRET A nONS
4.3.1. The Architect will be the initial interpreter of the requirements of the Contract
Documents and the initial judge ofthe performance hereunder.
4.3.2. The Architect will render interpretations consistent with the intent of, and reasonably
inferable from the Contract Documents, consisting of additional instructions by means of
drawings or otherwise necessary for the proper execution or progress of the Work, in accordance
with agreed upon time limits and otherwise so as to cause no unreasonable delay. The CM/GC
may make written request to the Architect of such interpretations and decisions. The CM/GC
shall comply with the Architect's interpretation and such interpretation shall be incorporated into
this Agreement, subject to County's review and final determination in those instances deemed
necessary by the County.
4.4. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
4.4.1. Shop Drawings are drawings, diagrams, schedules, and other data specifically prepared
for the work by the CM/GC or any subcontractor of any tier, manufacturer, supplier, or
distributor, to illustrate some portion of the Work.
4.4.2. Product Data are illustrations, standard schedules, performance charts, instructions,
brochures, diagrams, and other information furnished by the CM/GC to illustrate a material,
product, or system for some portion of the Work.
4.4.3. Samples are physical examples which illustrate materials, equipment, or reasonable
workmanship, and establish standards by which the Work will be judged.
4.4.4. The CM/GC shall prepare, review, approve, and submit to the Architect, with
reasonable promptness, and in such sequence as to cause no delay in the Work or in the Work of
the County or any separate contractor, all Samples and four (4) copies of all Shop Drawings and
Product Data required by the Contract Documents. All drawings shall contain identifying
nomenclature and each submittal shall be accompanied by a letter of transmittal identifying in
detail all enclosures.
4.4.5. By preparing, approving, and submitting Shop Drawings, Product Data, and Samples,
the CM/GC represents that the CM/GC has determined and verified all materials, field
measurements, and field construction criteria related thereto, or will do so with reasonable
promptness, and has checked and coordinated the information contained within such submittals
with the requirements of the Work, the Project, the Contract Documents and prior approvals.
19
4.4.6. The CM/GC shall not be relieved of responsibility for any deviation from the
requirements of the Contract Documents by the Architect's approval of Shop Drawings, Product
Data, or Samples unless the CM/GC has specifically informed the Architect in writing of such
deviation at the time of submission and the Architect has given written approval to the specific
deviation. The CM/GC shall not be relieved from responsibility for errors or omissions in the
Shop Drawings, Product Data, or Samples by the Architect's approval of them.
4.4.7. The CM/GC shall direct specific attention to revisions requested by the Architect, in
writing or on resubmitted Shop Drawings, Product Data, or Samples.
4.4.8. No portion of the Work requiring submission ofa Shop Drawing, Product Data, or
Sample shall be commenced until the submittal has been approved in writing by the Architect as
provided in paragraph 4.4.9. Work improperly fabricated, whether through Incorrect Shop
Drawings, faulty workmanship or faulty materials, will not be acceptable unless accepted in
writing by the Architect and the owner.
4.4.9. The Architect will review and approve or take other appropriate action upon the
CM/GC's submittals such as Shop Drawings, Product Data, and Samples, but only for
conformance with the design concept ofthe Work and the information given in the Contract
Documents. Such action shall be taken within fourteen (14) working days so as to cause no delay.
ARTICLE 5 - THE COUNTY'S RESPONSIBILITIES
5.1 RESPONSIBILITIES
5.1.1. The County's Administrator will designate a Project Manager authorized to act on its
behalf with respect to the Project. The CM/GC acknowledges the authority and responsibility of
the County and its subsequent delegation of authority to the Project Manager, and consents to
such changes and delegation.
5.1.2. The County shall retain an Architect for preparation of the design and Construction
Documents for the Project. The architect's services, duties, and responsibilities are described in
the agreement between the County and the Architect.
5.1.3. The County shall furnish the site of the Project, all necessary surveys describing the
physical characteristics, legal limitations, utility locations, and a legal description.
5.1.4. The GM/GC will review the soils report, as soon as it is available, and submit to the
Architect and Owner a list of recommendations to assure the building site and other areas being
utilized are reviewed thoroughly prior to construction and will not cause any delays to the
construction schedule submitted to and accepted by the County. CM/GC is responsible for its
deductions from the reports about means and methods but not for differing site conditions as
defined in section 10.3.
5.1.5. The County shall secure and pay for necessary approvals, permanent easements,
assessments, and charges required for the construction, use or occupancy of permanent structures.
20
5.1.6. The CM/GC recognizes that the County, acting through the Board of County
Commissioners, is a governmental body with certain procedural requirements to be satisfied. The
CM/GC has and will make reasonable allowance in its performance of the Work for such
additional time as may be required for approvals and decisions by the County:
5.1.7. In the review process of the final Design Development Documents and Construction
Documents for each Bid Package, the CM/GC expressly agrees to the following review times by
the County:
1. A period of fourteen (14) days for the review of the Design Development
Documents; and
2. A period of fourteen (14) days for review of construction documents. After receipt
of all bid documents for each Bid Package commencing with the date of receipt by
the Project Manager and any other items which are required to be furnished to the
County by the terms of the County's contract with the Architect.
3. A review will run concurrently with the Architect's and CM/GC's work,
However, the Owner's comments will be incorporated in a timely manner.
If a quicker turn-around time is necessary, the CM/GC shall notify the County that a response is
necessary but in no case shall CM/GC provide County less than eight (8) days.
ARTICLE 6 - TIME OF COMMENCEMENT AND COMPLETION
6.1. COMMENCEMENT
6.1.1. The Contract Time shall commence upon the execution ofthe Agreement but no Work
. shall be performed prior to the delivery of all documents and certificates required to be furnished
to the CM/GC unless otherwise agreed to by the Parties.
6.1.2. The commencement of the Construction Phase is expressly conditioned upon and shall
not commence until:
1. The Schedule of Values approved and accepted by the County;
2. The date for Completion of the Work approved and accepted by the County;
3. All required Performance and Labor and Material Payment Bonds have been
approved and accepted by the County; and
4. The insurance to protect the property approved and accepted by the County; and
If any of the preceding conditions to be performed by the County have not been satisfied, by
reason of any act or omission, on the part of the County, the CM/GC shall have the right, in
addition to any other rights and remedies it may have, to terminate this Agreement pursuant to
the provisions of Article 20.2. If any of the preceding material conditions to be performed by the
21
CM/GC, have not been satisfied by reason of any act or omission on the part of the CM/GC
through no fault of the County, the County shall give the CM/GC written notice of any and all
such deficiencies and allow ten (10) days from the date of such notice to correct and cure such
deficiency or deficiencies, and in the event the deficiency or deficiencies are not fully corrected
and cured within the ten (10) day period, the County may declare the CM/GC to be in default of
this Agreement.
6.2. TIME OF ESSENCE
6.2.1. Time is ofthe essence in this Agreement. The CM/GC shall begin the Work within five
(5) days of the execution of this Agreement.
6.2.2. The CM/GC shall carry the Work forward expeditiously with adequate forces and shall
achieve Completion of the Work within the Contract Time.
6.3. COMPLETION DATE
6.3.1. The date of Completion of the Work shall be n.J//a"./o/ /~ ...;?e<J'~Thereafter the same
.
may be revised by mutual agreement of the CM/GC and the County.
6.4. DELAYS AND EXTENSIONS OF DATE OF COMPLETION OF WORK
6.4.1. If the CM/GC is delayed at any time in the progress of the Work by any act or neglect
of the County, the Architect, or by any separate contractor, or by strikes, lockouts, fire, unusual
delay in transportation, directed suspensions of the Work pursuant to paragraph 6.5.1. where the
CM/GC is not at fault, unavoidable casualties, or any other causes beyond the CM/GC's control,
the Contract Time may be extended by the County for such period of time as the County may
determine based upon the CM/GC's showing ofthe delay to the critical path and that it could not
have avoided and cannot avoid the delay by the exercise of due diligence.
6.4.2. Seasonal weather conditions shall be considered and included in the planning and
scheduling of all Work influenced by high or low ambient temperatures, wind, and! or
precipitation to ensure completion of all Work within the Contract Time. If adverse weather
conditions are the basis for a claim for a extension of the Contract Time, such claim shall be
documented by data substantiating that weather conditions were abnormal for the period of time,
could not have been reasonably anticipated and that the weather conditions complained of had an
adverse effect on the critical path which could not be avoided and cannot be cured with due
diligence.
6.4.3. If the CM/GC intends to assert a claim for an extension ofthe Contract Time, the
CM/GC shall give written Notice of Claim for each such delay to the Architect and the County
within five (5) days from the discovery of the delay and shall submit its written claim for
extension to the Contract Time within ten (10) days after the period of delay has ceased. No
claim for extension to the Contract Time shall be valid unless such written Notice of Claim and
written claim are submitted as herein required. In the case of a continuing delay, only one written
Notice of Claim shall be necessary.
22
6.4.4. If no schedule is prepared by the CM/GC fixing the dates on which various detail
drawings and instructions (not Including final Construction Documents to be released for
construction) will be needed; no extension of the Contract Time will be allowed.
6.5 TEMPORARY SUSPENSION OF WORK
6.5.1. The County shall have the authority to suspend the Work, either wholly or in part, for
such period or periods as it may deem necessary due to:
1. Unsuitable weather;
2. Faulty workmanship or material;
3. Improper supervision;
4. CM/GC's material and substantial failure to carry out orders or to
perform any provision of the Contract Documents;
5. Conditions which are considered lmfavorable for the prosecution of
the Work; or
6. Any other reason, with or without cause, including but not limited to
the availability of funding for the Project as well as any other County
construction projects and the need to allocate funds between them.
6.5.2. If it should become necessary to suspend the Work for any reason set forth in 6.5.1 for a
period exceeding thirty (30) days, the CM/GC shall have the right to terminate this Agreement or
renegotiate the Guaranteed Maximum Price to account for increased costs associated with such
suspension. Upon such termination, the CM/GC shall be entitled to payment for work completed
up to the termination date.
6.5.2. If it should become necessary to suspend the Work for an indefinite period, the CM/GC
shall store all materials in such manner that they will not become an attractive nuisance,
obstruction or become damaged in any way; and it shall take every precaution to prevent damage
to or deterioration of the Work, provide suitable drainage, and erect temporary structures where
necessary.
6.5.3. Such Notice of Suspension of Work shall be in writing and the CM/GC shall again
proceed with the Work when so notified in writing.
6.5.4. CM/GC shall be entitled to recover the direct costs incurred due to a delay caused by a
suspension under paragraph 6.5.1. (5) or (6) caused by events outside the control of CM/GC.
6.6. DELA Y DAMAGES
6.6.1. If the CM/GC is delayed at any time in the progress of the Work by the Owner or by
any separate contractor employed by the Owner; or by labor disputes, fire, unusual delay in
23
transportation, or by delay authorized by the Owner; the Contract Time Schedule may be
extended by Change Order for such reasonable time as the Owner may determine. All requests
for extension of time or claims for extra costs occasioned by delays shall be subject to the
Owner's approval and shall be made in writing to the Owner no more than five (5) days after the
OCCUlTence of the delay or event causing the extra cost; otherwise they shall be waived and
barred.
6.7 LIQUIDATED DAMAGES
6.7.1. Time is of the essence in this Agreement and all time frames enunciated in the Contract
Documents shall be adhered to by the CM/GC. Failure of the CM/GC to substantially complete
any portion of the work in conformance with the Contract Documents will result in damage to the
County. The amount of damages suffered by the County, at the time of executing this Agreement
and at the time of any delayed performance by the CM/GC, are difficult to ascertain with any
reasonable certainty. The County has attempted to forecast a reasonable daily estimate of the
damage a delay would cost the County. The CM/GC shall and hereby agrees to pay the County
the sum of$500.00 for each and every calendar day (Saturdays, Sundays, and holidays included)
that the work or a portion of the work is not completed within the time( s) allotted.
6.7.2. The amount of liquidated damages provided in this Agreement is neither a penalty nor a
forfeiture. The liquidated damages shall compensate the County for the value of the actual
damages that a breach or delay would cause, including loss of use, Increased cost of materials,
and rent associated with the inability to utilize the facility.
6.7.3. If the CM/GC fails to substantially complete the Work or any portion of the Work in
conformance with the Contract Documents and the Architect and/or the County nevertheless
permit(s) the CM/GC to continue performance of the Work, such permission shall neither modify
nor waive the County's right to assess and collect and the CM/GC's obligation to pay liquidated
damages.
6.7.4. In the event the County terminates the CM/GC or if the CM/GC abandons performance
of the Work, the resulting damage for any delay in completing all or a portion of the Work will
consist ofliquidated damages plus any additional costs incurred by the County in completing the
Work.
6.7.5. The County shall recover liquidated damages by deducting the amount thereof from any
moneys due or payable to the CM/GC. In the event the remaining balance due the CM/GC is
insufficient to cover the full amount of assessed liquidated damages, the CM/GC or his surety
shall pay the amount due and the County shall be entitled to any and all rights and remedies
available to it in law or equity to recover same.
ARTICLE 7 - SUBCONTRACTS
7.1 SUBCONTRACTING
7.1.1. All portions of the Work that the CM/GC does not perform with its own forces shall be
performed under subcontracts by prequalified subcontractors.
24
7.2 SUBCONTRACTOR PREQUALIFICA TlON
7.2.1. The CM/GC shall use as subcontractors for the various major trades, subcontractors
who have been pre qualified by the CM/GC.
7.3. SUBCONTRACT CONTRACTS
7.3.1. All subcontracts will be between the CM/GC and the subcontractors.
7.4. CM/GC RESPONSIBLE FOR SUBCONTRACTORS
7.4.1. The CM/GC shall be responsible to the County for the acts and omissions of its agents,
employees, suppliers, subcontractors performing work under a contract with the CM/GC, and
such subcontractors' lower-tier subcontractors, agents and employees.
7.5. SUBSTITUTION OF SUBCONTRACTORS
The CM/GC shall make no substitution for any subcontractor, person or entity previously
selected without the prior written approval ofthe County, which approval shall not be
umeasonably withheld.
7.6. SUBCONTRACTUAL RELATIONS
By an appropriate written agreement, the CM/GC shall require the subcontractor, to the extent of
the Work to be perfoffiled by the subcontractor, to be bound to the CM/GC by the terms of the
Contract Documents, and to assume toward the CM/GC all the obligation and responsibilities
which the CM/GC, by these Documents, assumes toward the County. Said agreement shall
preserve and protect the rights of the County under the Contract Documents with respect to the
Work to be performed by the subcontractor so that the subcontracting thereof will not prejudice
such rights. The CM/GC shall require each subcontractor to enter into similar agreements with its
subcontractors. The CM/GC shall make available to each proposed subcontractor, prior to the
execution of the subcontract, copies of the Contract Documents to which the subcontractor will
be bound by this paragraph 7.6. Each subcontractor shall similarly make copies of such
Documents available to its subcontractors.
7.7 ASSIGNMENT OF SUBCONTRACTS TO COUNTY
Each subcontract and material purchase order is hereby assigned to County by CM/GC provided
that: (a) assignment is effective only after termination of the Contract by County for cause and
only for those subcontract agreements which County accepts by notifying the subcontractor and
CM/GC in writing; and (b) assignment is subject to the prior rights of the surety, if any, obligated
under the bond relating to the Project. Each subcontract and material purchase order shall
include this assignment.
7.8. COlJNTY /SUBCONTRACTOR RELATIONSHIP
Nothing contained in the Contract Documents shall be deemed to create any contractual
relationship whatsoever between any subcontractor of any tier and the County.
7.9 SUBCONTRACTOR CHANGES IN WORK
25
7.9.1. Changed work shall be adjusted and considered separately for the Work either added or
omitted. The amount of adjustment for Work omitted shall be estimated at the time it is
authorized. Cost for changes shall be limited to the following: cost of materials, Including cost of
delivery, cost of labor, insurance, and benefits; the rental value of equipment and machinery;
mark up for changes in work shall be labor 5 %, and materials 5 %; no other costs or fees will be
applicable.
ARTICLE 8 - WORK BY COUNTY OR BY SEPARATE CONTRACTORS
8.1. SECTION 8.1 HAS BEEN INTENTIONALLY DELETED BY THE PARTIES.
8.2. COORDINA TION
To the extent separate Contractors are not assigned to the CM/GC for coordination pursuant to
Article 10, the CM/GC will be responsible for the coordination of the Work of the County's own
forces and of each separate Contractor with the Work of the CM/GC, who shall cooperate
therewith as provided in paragraph 8.3.1. through 8.3.3.
8.3. MUTUAL RESPONSIBILITY
8.3.1. The CM/GC shall afford the County and separate Contractors reasonable opportunity
for the introduction and storage of their materials and equipment and the execution oftheir work,
and shall connect and coordinate the Work with theirs.
8.3.2. To insure the proper execution of its subsequent Work, if any part of the CM/GC's
Work depends for proper execution or results upon the work of the County or any separate
Contractor, the CM/GC shall, prior to proceeding with the Work, inspect and promptly report to
the County any apparent discrepancies or defects in such other work that renders it unsuitable for
such proper execution and results. The CM/GC shall also measure such other work already in
place and shall promptly report to the Architect any discrepancy between the executed work and
the drawings. Failure of the CM/GC to so inspect or report shall constitute an acceptance of the
County's or separate Contractor's work as fit and proper to receive the Work, except as to defects
which may develop in the separate Contractor's work after execution of the Work.
8.3.3. Should the CM/GC cause damage to the work or property of the County, or to other
work or propeliy on the site, the CM/GC shall promptly remedy such damage.
ARTICLE 9 - COMPENSATION
9.1. APPROPRIA TIONS
9.1.1. The County has established a Cost Not to Be Exceeded for the entire Work based on
consultation with the Architect and the CM/GC, which shall include contingencies for bidding
and construction and other costs. The funds appropriated for this Project are equal to or in excess
of the Cost Not to Be Exceeded amount. Notwithstanding anything to the Contrary contained
herein, no charges shall be made to County nor shall any payment be made to CM/GC for any
26
work done after December 31, 2005, without the written approval of the County in accordance
with a budget adopted by the Board of County Commissioners in accordance with the provisions
of Article 25 of Title 30 of the Colorado Revised Statutes and the Local Government Budget Law
(C.R.S. S29-1-101 et seq.).
9.1.2. The Cost Not to Be Exceeded is $2,455,100.07 and the CM/GC acknowledges that the
County is limited by this sum to construct the entire Work. Should funding of a lesser amount be
made available for the Project, it is the obligation ofthe County, CM/GC and Architect to revise
the project scope consistent with the ultimate Project appropriation.
9.1.3. For purposes of this Agreement, the Guaranteed Maximum Price will be $2,455,100.07,
as stated in 9.1.2, and such amount shall be incorporated into this Agreement.
9.1.4. Financial obligations of the County payable after the current fiscal year are contingent
upon funds for the purpose being appropriated, budgeted, and otherwise made available.
9.1.5. In accordance with the conditions imposed in the appropriation or allocation authorizing
the construction of the Project herein contemplated, the total cost for the CM/GC's fee and all
sums otherwise due the CM/GC as the cost of construction, as set forth throughout this
Agreement, are expressly subject to the foregoing limitations and nothing herein contained shall
be construed or understood to commit the County to a total expense greater than that which is
provided in the appropriation or allocation. The County agrees to provide evidence of the
appropriation to the CM/GC and will promptly provide notice of any change to the initial
appropriation or allocation. Further, no funds appropriated or allocated for any other purpose
shall be expended for this Project. The County agrees not to issue any directed Change Orders or
Modifications which would cause the sums due the CM/GC pursuant to this Agreement to exceed
the appropriation or allocation for the Work nor shall the CM/GC be required to undertake any
acts that would cause sums due the CM/GC to exceed the appropriation or allocation for the work
unless mutually agreed to by the parties. No change order or other form of order or directive by
the County, and no amendment to this Agreement, requiring additional compensable work to be
performed, which work causes the aggregate amount payable under the Agreement to exceed the
amount appropriated for the original Agreement, shall be of any force or effect unless
accompanied by a written assurance by the County that lawful appropriations to cover the costs
of the additional work have been made or unless such work is covered under a remedy-granting
provision in the Agreement. (In no event shall the failure to appropriate funds subject the
County to any liability for costs, fees or services performed by CM/GC or its subcontractors.)
9.2. CM/GC'S FEE
9.2.1. Subject to the provisions of Articles 9.1 and 20.2, and in consideration ofthe
performance ofthis Agreement, the County shall pay the CM/GC in current funds as
compensation for its services, seven percent (7%) of the Guaranteed Maximum Price (GMP),
which shall be included as a fixed sum in the GMP.
9.2.2. CM/GC's fee shall include all overhead and profit. Overhead shall include all of the
CM/GC's off site costs, Including, but not limited to, those for management, scheduling,
estimating and support of the project. This amount is to include the Cost for key personnel and
27
other off site office staff. Profit means before tax profit. On-site costs of construction will be
considered a part of the costs of the work and these costs are not to be included in the fee. Costs
to be included in the General Contractor's Fee shall include:
. Salaries and other compensation of the General Contractor's personnel stationed at the
Contractor's principal office or offices other than the site office;
. Expenses of the General Contractor's principal office and offices other than the site office;
. Overhead and general expenses;
. The General Contractor's capital expenses, Including interest on the General Contractor's
capital employed for the Work;
. General Contractor profit.
9.3 ADJUSTMENT IN FEE
9.3.1. Adjustments in Fee shall be made as follows:
If, after the initial Guaranteed Maximum Price (GMP) is accepted by the County, the County
directs additions to or other changes made in the Work, the CM/GC's fee shall be 7 %
excluding bonds and insurance for the additional work.
Abandonment or significant reduction in the scope or magnitude of the Project will result in a
negotiated reduction of the fee.
9.3.2. The CM/GC shall also be paid an additional fee at the rate as set forth in paragraph
9.3.1. if the CM/GC is placed in charge ofthe reconstruction of any insured loss.
9.3.3. Compensation paid or due and owing for preconstruction services under that
Preconstruction Services Agreement for the Eagle County Childcare/Community Center Building
between County and CM/GC dated November 16, 2004 shall be considered a part of the
Contractor's fee for the Project and the amount of compensation paid under said Preconstruction
Agreement shall be reimbursed to County in the form of an offset to future Contractor fees that
may become due and owing CM/GC hereunder.
9.4. GUARANTEED MAXIMUM PRICE
9.4.1. It will be the CM/GC's responsibility to maintain a total GMP that does not exceed
$2,455,100.07.
9.4.2. The GMP shall include all of the CM/GC's obligations to be performed pursuant to the
terms of the Contract Documents and include, but not be limited to, all fees as set forth in
Section 9,2. and the actual fees and costs as outlined below:
1. Actual wages paid for labor in the direct employ of the CM/GC in the
are/or other benefits, if any, as may be payable with respect thereto. If these wages
are under applicable collective bargaining agreements the termination date of such
agreements must be included.
28
2. Actual salaries of CM/GC's employees when stationed at the field office, in
whatever capacity employed.
3. Actual cost of pension contributions, hospitalization, vacations, medical
insurance, assessments or taxes for such items as unemployment compensation
and social security, insofar as such cost is based on wages, salaries or other
remuneration paid to employees of the CM/GC and included in the cost ofthe
Work.
4. The proportion of reasonable transportation, traveling and hotel expenses of the
CM/GC or of its officers or employees incurred in discharge of duties connected
with the Work, if approved in advance by the County.
5. Actual cost of all materials, supplies and equipment incorporated in the Work,
including costs of transportation thereof. Also includes any material in excess of
those actually installed but required to provide reasonable allowance for waste
and spoilage.
6. Actual payment made by the CM/GC to subcontractors for work performed
pursuant to contract under this Agreement.
7. Actual cost, including transportation and maintenance, of all materials, supplies,
equipment, temporary facilities and hand tools not owned by the workmen,
which are employed or consumed in performance of the Work and costs less
salvage value on such items used but not consumed which remain property of
the CM/GC.
8. Actual rental charge of all necessary machinery and equipment, exclusive of
hand tools, used at the site of the Work, whether rented from the CM/GC or
other, including installation, repairs and replacement, dismantling, removal,
costs oflubrication, transportation and delivery costs thereof, at rental charges
consistent with those prevailing in the area. Rental charges for tools owned by
CM/GC shall be as stipulated in an exhibit (Exhibit "H") to be completed at time
ofGMP but in no case shall be more than 50% of current blue book prevailing
rates for local area.
9. Cost of the premiums for all bonds and insurance which are required by the
Contract Documents.
10. Permit fees, licenses, tests and royalties.
11. Minor expenses such as telegrams, long distance telephone calls, telephone
service at the site, expressive and similar petty cash items in connection with the
Work.
12. Cost of removal of all debris.
29
13. Cost incurred due to an emergency affecting the safety of person and property,
to the extent not compensated by insurance or otherwise.
14. Other costs Incurred in the performance of the Work if and to the extent
approved in advance in writing by the County.
15. All costs directly incurred in the performance of the Work and not included in
the CM/GC Fee.
16. Cost of construction support activities such as Work items included in the
condition of the contract and in the specifications unless they are provided by
contractors.
17. The installation cost of items to be procured by the County and assigned to the
CM/GC for installation, as defined in the Contract Documents.
18. Contingencies.
19. Indirect costs (General Conditions).
20. CM/GC's fee.
9.4.3. On-site costs of construction will be considered a part of the cost of the Work and these
costs are not to be included in the fee. All savings below the GMP shall be shared equally
between the County and the CM/GC. All costs set forth in 9.4.2 and all other costs ofthe Work
will be provided by the CM/GC at cost, without further markup, and shall be secured through a
competitive process whenever possible. Work performed by the CM/GC's own forces (other
than General Conditions/General Requirements) with the County's prior consent, shall be paid
at actual cost plus 7 % overhead.
9.4.4. The Guaranteed Maximum Price proposal as set forth in paragraph 9.4.1. shall:
1. set forth a stated dollar amount which may not be exceeded;
2. contain no conditions or exceptions;
3. any allowances shall be contained in the GMP, approved by the owner, and be
identified in Exhibit C.
9.4.5. The GMP includes General Conditions/General Requirements. The CM/GC will
submit for review and acceptance by Owner an itemized breakdown of the General
Conditions/General Requirements costs for the Project and a line-item amount will be
established in the Schedule of Values for General Conditions/General Requirements.
9.5, PAYMENTS
30
9.5.1. Construction Phase Services Fee: For the performance of the Construction Phase
Services, the fee therefore as set forth in paragraphs 9.2.1. shall be paid monthly based upon
detailed invoices totaling the aggregate of all work previously performed as submitted by the
CM/GC, with the total payment not to exceed the fee for such services as set forth in paragraph
9.2.1.
9.5.2. Schedule of Values: The CM/GC shall also submit to Architect a complete, detailed and
itemized Schedule of Values allocated to the Work, aggregating the total, such sum to be equal
or less than the GMP, supported by such data to substantiate its accuracy as the Architect or the
Project Manager may require. The CM/GC's fee shall be set forth as a separate line item.
Ten (10) days before submission of the first Project Application for Payment for the
construction phase, a conference attended by the CM/GC, Architect and County will be held to
finalize the Schedule of Values. The CM/GC's fee shall be paid in proportion to the percent of
the Work that is complete. Any balance of the fee shall be paid at the time of final payment.
9.5.3. Applications for Payment: On or before the first day of each month and no more than
three (3) days prior thereto, the CM/GC shall submit to the Architect an itemized Project
Application for Payment covering the portion ofthe Work completed as of the date indicated in
the Application together with the portion of the CM/GC's fee then due, which shall be notarized
and supported by valid lien waivers for the period of time covered in the immediately
preceding Project Application for Payment from all subcontractors and suppliers who may have
lien rights, together with such additional documentation substantiating the CM/GC's right to
payment as the County and Architect may require, including invoices from subcontractors, and
reflecting retainage, if any, as provided elsewhere in the Contract Documents. The form of
Project Application for Payment shall be as furnished by the County. All Project Applications
for Payment, except the final Project Application for Payment, shall be subject to correction
including revision to the next Project Applications for Payment rendered following the
discovery of any error.
9.5.4. Unless otherwise provided in the Contract Documents, payments will be made on
account of materials or equipment not incorporated in the Work but delivered and suitably
stored at the site or an approved off-site location approved by County. Payments for materials
or equipment stored on the site shall be conditioned upon submission by the CM/GC of bills of
sale or such other documents or procedures of verification satisfactory to the County to
establish the County's title to such materials or equipment or otherwise protect the County's
interest.
9.5.5. The CM/GC warrants that title and warranties to all Work, materials, and equipment
covered by a Project Application for Payment will pass to the County either by incorporation in
the construction or upon receipt of payment by the CM/GC, free and clear of all liens, claims,
security interests, or encumbrances, herein referred to in this article 9 as "liens"; and that no
work, materials, or equipment covered by a Project Application for Payment will have been
acquired by the CM/GC, or by any other person perfonning work at the site or furnishing
materials and equipment for the Work, subject to an agreement under which an interest therein
or an encumbrance thereon is retained by the seller or otherwise imposed by the CM/GC or
such other person.
3 ]
9.5.6. Retainage: Unless otherwise provided in the Contract Documents, an amount equivalent
to ten percent (10%) of the amount shown to be due the CM/GC on each Project Application
for Payment for the Construction Phase only shall be withheld until fifty percent (50%) of the
Work required by the Contract Documents has been performed. Thereafter, the remaining
estimates shall be paid without retaining additional funds if, in the opinion of the Architect and
the County, satisfactory progress is being made in the Work. The withheld percentage of the
Contract Sum shall be administered according to Titles 24-91-101 through 110 et seq. and 38-
26-101 et seq. C.R.S., as amended, and shall be retained until final settlement. Any provision to
the contrary contained in the Contract Documents, or any subcontract or other agreement shall
be null and void as it pertains to the County and its obligations pursuant to this Agreement.
9.5.7. Project Certificate for Payment: The Architect will, within five (5) business days after
the receipt of each Project Application for Payment, review the Project Application for
Payment and either execute a Project Certificate for Payment to the County for such amounts as
the Architect reasonably determines are properly due, or notify the CM/GC in writing.
9.5.8. The issuance of a Project Certificate for payment shall constitute a representation by the
Architect to the County that based on the Architect's observations at the site as provided in
Article 14 and the data comprising the Project Application for Payment, the Work has
progressed to the point indicated; that, to the best of the Architect's knowledge, information and
belief, the quality of the Work is in accordance with the Contract Documents (subject to an
evaluation of the Work for conformance with the Contract Documents upon Completion of the
Work, to the results of any subsequent tests required by or performed under the Contract
Documents, to minor deviations from the Contract Documents correctable prior to completion,
and to any specific qualifications stated in the Project Certificate for Payment); and that the
CM/GC is entitled to payment in the amount certified. However, the issuance of a Project
Certificate for Payment shall not be a representation that the Architect has made exhaustive or
continuous on-site inspections to check the quality or quantity of the Work, has reviewed the
construction means, methods, techniques, sequences, or procedures, or has made any
examination to ascertain how or for what purpose the CM/GC has used the monies paid on
account of the Contract Sum.
9.5.9. Progress Payments: After the Architect has issued a Project Certificate for Payment to
the County, the County shall make payment within twenty (20) days.
9.5.10. The CM/GC shall promptly pay each subcontractor and supplier upon receipt of
payment from the County out of the amount paid to the CM/GC on account of such
subcontractor's or supplier's work or materials furnished, the amount to which said
subcontractor or supplier is entitled, reflecting the percentage actually retained, if any, from
payments to the CM/GC on account of such subcontractor's work or materials furnished. The
CM/GC shall by an appropriate agreement with each subcontractor or supplier, require each
subcontractor or supplier to make payments to their subcontractors or suppliers in similar
manner.
9.5.11. The Architect may, on request and at the Architect's discretion, furnish to any
subcontractor or supplier, if practicable, information regarding the percentages of completion
32
or the amounts applied for by the CM/GC and the action taken thereon by the Architect on
account of work done by such subcontractor or supplier.
9.5.12. Neither the County nor the Architect shall have any obligation to payor to see to the
payment of any monies to any subcontractor of any tier or supplier.
9.5.13. Payments Withheld: The Architect, following consultation with the County, may
decline to certify payment and may withhold execution of the Project Certificate for payment in
whole or in part to the extent necessary to reasonably protect the County, if, in the Architect's
opinion, the Architect is unable to make the representations to the County, as provided in
paragraph 9.5.8. If the Architect is unable to make the representations to the County as
provided in paragraph 9.5.8., and to certify payment in the amount ofthe Project Application
for Payment, the Architect will notify the CM/GC as provided in paragraph 9.5.7. Ifthe
CM/GC and the Architect cannot agree on a revised amount, the Architect will promptly issue a
Project Certificate for Payment for the amount for which the Architect is able to make such
representations to the County. The Architect may also decline to certify payment and the
County may decline to make payment, or because of subsequently discovered evidence or
subsequent observations, the Architect may nullify the whole or any part of any Project
Certificate for Payment previously executed and the County may withhold from any subsequent
payments due to the CM/GC, to such extent as may be necessary to protect the County for loss
because of:
1. defective work or material not remedied;
2. claims filed by third parties or reasonable evidence indicating probable filing of
such claims;
3. failure of the CM/GC to make payments properly to subcontractors, or for labor,
materials, or equipment;
4. a reasonable doubt that this Agreement can be completed for the GMP;
5. damage to the County or any separate Contractor;
6. reasonable evidence that the Work will not be completed within the Contract
Time;
7. failure to carry out the Work in accordance with the Contract Documents;
8. failure to obtain necessary permits or licenses or to comply with applicable laws,
statutes, ordinances, codes, rules or regulations;
9. failure of the CM/GC to keep its Work progressing in accordance with the
construction schedule;
10. failure to keep a superintendent on the site; or
33
11. unauthorized deviations by the CM/GC from the Contract Documents.
The County may also decline to pay and the Architect may also decline to so certify or may
nullify execution of any prior Project Certificate for Payment, for the CM/GC's failure or
refusal to submit any Project schedule or monthly or other periodic update thereto.
9.5.14. When the grounds in paragraph 9.5.14. above are removed, payment shall be made for
amounts withheld because of them within fifteen days (subject to payment procedures pursuant
to the trust indenture for the project financing),
9.5.15. No certification of a progress payment, any progress payment, or any partial or entire
use or occupancy of the Project by the County, shall constitute an acceptance of any Work not
in accordance with the Contract Documents.
9.5.16. Final Payment: Final payment shall be paid by the County to the CM/GC pursuant to
the provisions of Article 17.
ARTICLE 10 - CHANGES IN THE WORK
10.1. AMENDMENTS AND CHANGE ORDERS
10.1.1. The County, without invalidating this Agreement and without notice to any surety, may
order extra Work or make changes by altering, adding to, or deducting from the Work
(changes), the GMP and Contract Time being adjusted accordingly. All such Work shall be
executed under the conditions of this Contract except that any claim for extension of the
Contract Time caused thereby shall be adjusted by Change Order at the time of ordering such
change. The parties further recognize that in making changes, the County may wish to make
substantial increases to the Work to be performed and expressly agree that in making any such
changes, the same shall be permissible under the terms of this Agreement and all adjustments to
the Contract Sum, Guaranteed Maximum Price and Contract Time shall be made in accordance
with this Agreement.
10.1.2. A Change Order is a written order to the CM/GC signed by the Board of County
Commissioners, issued after the execution of this Agreement, authorizing a change in the
Work, the method or manner of performance, and adjustment in the GMP, the CM/GC's Fee or
the Contract Time. Each adjustment in the GMP resulting from a Change Order shall clearly
separate the amount attributable to the Cost ofthe Work and CM/GC's Fee, ifany. The GMP
and the Contract Time may be changed only by Change Order. A Change Order signed by the
CM/GC conclusively establishes the CM/GC's agreement therewith, including the adjustment
in the GMP and the Contract Time.
10.1.3. No extra work or change in the Contract Documents shall be made unless by a written
Change Order approved by the County. No claim for any change to the Guaranteed Maximum
Price or Contract Time shall be valid unless so ordered. No one other than the Board of County
Commissioners, in writing, has authority to require an increase to the Guaranteed Maximum
Price.
34
10.1.4. The value of any change shall be determined by:
Changed work shall be adjusted and considered separately for the Work either added or
omitted. The amount of adjustment for Work omitted shall be estimated at the time it is
authorized, and the. agreed adjustment will be deducted from the subsequent monthly estimates.
10.1.5. The CM/GC shall keep and present a correct account of the items of cost. This
requirement applies equally to work done by subcontractors of all tiers.
10.1.6. The County reserves the right to contract with any person or firm other than the CM/GC
for any or all changed work.
10.1.7. Subject to the provisions of this Article 10.2, cost for changes shall be limited to the
following: cost of materials, including cost of delivery, cost of labor, insurance, and benefits;
the rental value of equipment and machinery; payments made by the CM/GC to subcontractors
for work performed by subcontractors.
10.1.8. The CM/GC shall promptly proceed with the Work involved provided a written Change
Order signed by the County is received.
10.1.9. Notwithstanding the provisions of paragraph 10.1.2. the County's representative with
authority to bind the County to Change Orders involving additions to the GMP up to a total of
$25,000.00 for the Work included in any given Change Order is the Eagle County
Administrator. An addition of Work shall not be broken into subparts for the purpose of fitting
into one or another ofthese authorities.
10.2. ADJUSTMENTS IN GUARANTEED MAXIMUM PRICE
10.2.1. Adjustments in the GMP shall be made at the sole discretion of the County. CM/GC's
failure to discern conditions or circumstances that later increase their cost to complete the
Project shall not be a basis for an adjustment to the GMP.
10.3. DIFFERING SITE CONDITIONS
10.3.1. The CM/GC shall promptly, and before the conditions are disturbed, give notice to the
Architect and County of (1) subsurface or latent physical conditions at the site which differ
materially from those indicated in the Contract Documents, or (2) unknown physical conditions
at the site of an unusual nature, which differ materially from those ordinarily encountered and
generally recognized as inhering in work of the character provided for in the Contract
Documents. Failure to so notify the Architect and the County shall be considered acceptance of
the site conditions and no future claims based on said conditions shall be entertained.
ARTICLE 11 - INSURANCE
11.1. CM/GC'S LIABILITY INSURANCE
35
11.1.1. The CM/GC shall purchase and maintain in a company or companies authorized to do
business in the State of Colorado, such insurance as will protect it from the claims set forth
below which may arise out of or result from the CM/GC's operations under the Contract
Documents whether such operations be by the County or by any subcontractor of any tier or by
anyone directly or indirectly employed by any of them or by anyone for whose acts any of them
may be liable:
1. Claims under workers' compensation, disability benefit and other similar
employee benefit acts which are applicable to the Work to be performed;
2. Claims for damages because of bodily injury, occupational sickness or
disease, or death of CM/GC's employees;
3. Claims for damages because of bodily injury, sickness or disease or death
of any person other than the CM/GC's employees;
4. Claims for damages insured by usual personal injury liability coverage
which are sustained (1) by any person, as a result of an offense directly or
indirectly related to the employment of such person by the CM/GC, or (2)
by another person;
5. Claims for damages, other than to the Work by the County, because of
injury to or destruction of tangible property, Including loss of use resulting
therefore;
6. Claims for damages because of bodily injury or death of any person or
property damage arising out of the ownership, maintenance, or use of any
motor vehicle; and
11.1.2 MINIMUM INSURANCE COVERAGES AND REQUIREMENTS - The CM/GC shall
obtain and maintain the minimum insurance coverages set forth below. By requiring such
minimum insurance, the County shall not be deemed or construed to have assessed the risks
that may be applicable to the CM/GC under this Contract. The CM/GC shall assess its own
risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader
coverages.
1. Commercial General Liability - ISO 1993 Form or equivalent. Coverage to
include:
* Premises and Operations
* Explosion, Collapse and Underground Hazards
* Products/Completed Operations
* Contractual Liability
* Broad Form Property Damage
* Independent Contractors
* Personal/Advertising Injury
2. Automobile Liability Including all:
36
* Owned Vehicles
* Non-Owned Vehicles
* Hired Vehicles
3. Worker's Compensation:
* Statutory Benefits (Coverage A)
* Employers Liability - $100,000/$500,000/$100,000 (Coverage B)
4. Umbrella Liability
*Excess of Commercial General Liability and Automobile Liability. Coverage
should be as broad as primary.
5. Pollution Liability - whenever work under this Contract involves pollution risk
to the environment. This coverage is to include sudden and gradual coverage for
third party liability Including defense costs and completed operations.
11.1.3. LIMITS REQUIRED - The CM/GC shall carry the following limits of liability as
required by paragraphs 11.1.1. and 11.1.2.
1. Commercial General Liability:
* General Aggregate* $2,000,000
* Products/Completed Operations Aggregate $2,000,000
* Each Occurrence Limit $1,000,000
* Personal! Advertising Injury $1,000,000
* Fire Damage (any One Fire) $1,000,000
*Note: General Aggregate to apply per project (ISO Form CG2503 or equivalent)
2. Automobile Liability:
* Bodily Injury/Properly Damage $ 1,000,000 ( Each Accident)
3. Workers' Compensation:
a. Coverage A (Workers' Compensation) Statutory Benefits
b. Coverage B ( Employers' Liability) $100,000
$500,000
$100,000
5. Pollution Liability (Ifrequired): To apply on a per project basis.
* Per Loss $ 1,000,000
* Aggregate $ 1,000,000
11.IA. ADDITIONAL REQUIREMENTS CM/GC shall name the County, and its officers,
offIcials, agents and employees as Additional Insurers, except on the workers' compensation
and employer's liability coverage. CM/GC shall provide County Certificates ofInsurance and
copies of policies prior to commencement of work. Further, all policies of insurance described
above shall:
,~
~ I
1. Be on a primary basis not contributory with any other insurance coverages
and/or the County-insurance calTied by the County
2. Include a Waiver of Subrogation Clause
3. Include a Severability ofInterest Clause (Cross Liability)
4. Provide that it may not be non-renewed, canceled, materially changed or altered
unless sixty (60) days prior written notice is provided to County. Notification
shall be provided to County by certified mail
5. Written on an OCCUlTence basis.
Insurance as stated above shall be maintained throughout the term of this Contract.
11.1.5. The CM/GC shall promptly advise the County in the event any general aggregates or
other aggregates are reduced below the minimum requirements set forth herein for any reason,
and shall reinstate the aggregate at the CM/GC's expense to comply with the minimum limits
and requirements as set forth in paragraph 11.1.3. and shall furnish to the County a new
certificate of insurance showing such coverage is in force.
11.2. WORKERS' COMPENSATION INSURANCE
11.2,1. The CM/GC shall procure and maintain Workers' Compensation Insurance at its own
expense during the life of this Agreement, including occupational disease provisions for all of
its employees. This insurance, if issued by a private calTier, shall contain the same sixty (60)
days' Notice of Cancellation as required in Article 11.1. for the Comprehensive Liability
Insurance.
11.2.2. Evidence of such insurance shall be by the issuance of either a Certificate by the State
Compensation Insurance Fund or, if issued by a private calTier, the completion or a Certificate
of insurance in a form acceptable to the County prior to the commencement of any service by
the CM/OC.
11.2.3. The CM/GC shall also require each subcontractor to furnish to it, Workers'
Compensation Insurance, including occupational disease provisions, for all of the latter's
employees, otherwise it accepts full liability and responsibility for subcontractor's employees.
11.2.4. In cases where any class of employees engaged in hazardous work under the Contract
Documents at the site of the Project is not protected under the Workers' Compensation statute
the CM/OC shall provide, and shall cause each subcontractor to provide, adequate and suitable
insurance for the protection of its employees not otherwise protected.
11.3 BUILDERS' RISK TO PROTECT PROJECT
38
11.3.1. CM/GC shall purchase and maintain Builders' Risk coverage to protect the project.
CM/GC shall provide the County a certificate of insurance naming it an additional insured prior
to the commencement of construction.
ARTICLE 12 - INDEMNIFICATION
12.1.1. To the fullest extent permitted by law, the CM/GC shall indemnify and hold harmless
the County and its respective consultants, agents and employees, from and against all claims,
damages, losses, and expenses, including, but not limited to, attorneys' fees arising out of or
resulting from the performance ofthe Work, provided that any such claim, damage, loss, or
expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or
destruction of tangible property (other than the Work by the County), including the loss of use
resulting therefrom, and (2) is caused in whole or in part by any willful, reckless or negligent
act or omission of the CM/GC, any subcontractor of any tier, anyone directly or indirectly
employed by any of them or anyone for whose acts any ofthem may be liable, regardless of
whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not
be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity
which would otherwise exist as to any party or person described in this paragraph 12.1.1.
12.1.2. In any and all claims against the County or any of its consultants, agents, or employees,
by any employee of the CM/GC, any subcontractor of any tier, anyone directly or indirectly
employed by any of them, or anyone for whose acts any ofthem may be liable, the
indemnification obligation under this Article 12 shall not be limited in any way by any
limitation on the amount or type of damages, compensation, or benefits payable by or for the
CM/GC or any subcontractor of any tier under workers' compensation acts, disability benefit
acts or other employee benefit acts.
12.1.3. The obligations of the CM/GC under this Article 12 shall not extend to the liability of
the Architect, its consultants, agents or employees, arising out of: (1) the preparation or
approval of maps, drawings, opinions, reports, surveys, Change orders, designs or
specifications; (2) the giving of or the failure to give directions or instructions by the Architect,
its consultants, agents or employees, provided such giving or failure to give is the primary
cause of the injury or damage; or (3) any acts of the Architect, its consultants, agents or
employees outside of the scope of their duties pursuant to the Contract Documents.
ARTICLE 13 - CM/GC'S PERFORMANCE AND PAYMENT BONDS
13.1.1. The CM/GC shall secure a Performance Bond and, separately, a Labor and Material
Payment Bond in the amount of 100% of the GMP with a corporate surety approved by the
County and licensed to transact business in the State of Colorado. If, after the Bonds are
furnished with the GMP, subsequent Change Orders are made to this Agreement which
substantially increase the GMP, replacement Performance and Labor and Material Payment
Bonds shall be furnished by the CM/GC forthwith upon the acceptance of the increase in the
GMP, each in the full amount of the then current GMP. The then current Bonds shall apply to
all Work included within the scope of this Agreement, including but not limited to all prior
work which may have been performed when previous Bonds may have been in effect. The
39
CM/GC shall also furnish such other bonds as may be required by the Supplementary
Conditions. Said bonds shall be released at the sole direction of the County.
13.1.2. The Performance and Labor and Material Payment Bonds shall remain in effect one (1)
year after the date when final payment becomes due, except as otherwise provided by law or
regulation or by the Contract Documents. All Bonds shall be executed by such sureties as 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. All Bonds
must be acceptable to the County.
13.1.3. The initial Bonds shall be filed with the County at the time of the County's acceptance
of the GMP pursuant to paragraph 9.4.
13.1.4. If the surety of any bond furnished by CM/GC is declared bankrupt, becomes insolvent,
its right to do business in the State of Colorado is terminated or it ceases to meet the
requirements of paragraphs 13.1.1. and 13.1.2., CM/GC shall within ten (10) days thereafter,
substitute another bond and surety, both of which must be acceptable to the County.
13.1.5. The premiums for all Bonds to be provided by the CM/GC shall be included in the
GMP, and the price of each Change Order, and the CM/GC shall not be entitled to additional
compensation therefore.
ARTICLE 14 - ACCESS TO WORK AND OBSER V A TION
14.1 OBSERVATION
14.1.1. The Architect is, in the first instance, the judge of the performance of the CM/GC as it
relates to compliance with the Contract Documents and quality of workmanship and material.
14.1.2. The Architect and its professional consultants or staff shall make visits to the site
appropriate to the stage of construction to become familiar with the progress and quality of the
Work, and to determine if the Work is proceeding in accordance with the Contract Documents.
Observations may extend to all or any part of the Work and to the preparation, fabrications or
manufacture of materials.
14.1.3. At a minimum, the CM/GC agrees to submit to the Architect for review and
determination for compliance with Contract documents the following:
1. Shop Drawings, Product Data and Samples;
2. Bearing surfaces of excavations before concrete is poured;
3. Reinforcing steel after installation and before concrete is poured;
4. Structural concrete;
40
5. Laboratory reports on all concrete;
6. Structural steel during and after erection and prior to its being covered or
enclosed;
7. Mechanical work following its installation and prior to its being covered or
enclosed;
8. Electrical work following its installation and prior to its being covered or
enclosed;
9. Compaction testing; and
10. Any special testing required in the Contract Documents;
11. Compliance with applicable Building Codes; and
12. Elements of construction relating to the building envelope.
14.1.4. The Architect will have authority to reject Work which does not conform to the
Contract Documents, and to require special inspection or testing whether or not such Work be
then fabricated, installed or completed. However, the Architect's authority to act under this
paragraph (14.1.4.) and any decision made by it in good faith either to exercise or not to
exercise such authority shall not give rise to any duty on the part ofthe Architect to the
CM/GC, any subcontractor of any tier, any of their agents or employees, or any other person
performing any of the Work.
14.2. SAMPLES AND TESTING
14.2.1. Samples: The CM/GC shall furnish the approval, with such promptness as to cause no
delay in its work or in that ofthe County or any separate Contractor. The Architect shall check
and approve such Samples with reasonable promptness, but only for conformance with the
design concept of the Work and for compliance with the information given in the Contract
Documents. The work shall be unifonnly in accordance with approved Samples.
14.2.2. Testing - General: The CM/GC shall provide all tests and collect and forward all
samples called for in the Contract Documents. The CM/GC shall provide such equipment and
facilities as the Architect or the County may require for conducting field tests and for collecting
and forwarding of samples. The CM/GC shall not use any materials or equipment represented
by samples until tests, if required, have been made and the materials or equipment found to be
acceptable. Any materials which become unfit for use after approval thereof shall not be
incorporated into the Work. All materials or equipment proposed to be used may be tested at
any time during their preparation or use. The CM/GC shall furnish the required samples
without charge and shall give sufficient notice of the placing of orders to permit the testing
thereof. Products may be sampled either prior to shipment or after being received at the site of
the Work. Tests shall be made by an accredited testing laboratory. Except as otherwise
41
provided, sampling and testing of all materials, and the laboratory methods and testing
equipment shall be in accordance with the latest standards and testing methods ofthe American
Society of Testing Materials (A.S.T.M.).
14.3. OTHER TESTING
14.3.1. If the Contract Documents, laws, ordinances, roles, regulations or orders of any public
authority having jurisdiction require any portion of the Work to be inspected, tested or
approved, the CM/GC shall give the Architect timely notice of its readiness so the County and
the Architect may observe such inspection, testing or approval. The CM/GC shall bear all costs
of inspections, tests or approvals which were legally required when this Agreement was
executed, whether or not yet effective or merely scheduled to go into effect and such cost shall
be included in the GMP.
14.3.2. If the Architect determines that any Work requires special inspection, testing or
approval which Article 14.2. and paragraph 14.3.1. does not include, the CM/GC will, upon
written authorization from the Architect, order such special inspection, testing or approval, and
the CM/GC shall give notice as provided in paragraph 14.3.1. If such special inspection or
testing reveals a failure of the Work to comply with the requirements of the Contract
Documents, the CM/GC shall bear all direct costs thereof, including compensation for the
Architect's additional services made necessary by such failure.
14.3.3. Required certificates of inspection, testing, or approval shall be secured by the CM/GC
and the CM/GC shall promptly deliver them to the County and the Architect.
14.4. The cost of any sampling or testing shall be included in the cost of the Work. The cost
of such samples and tests shall be the actual cost without any overhead or mark-up and shall be
subject to the provisions of 14.3.1. herein above.
ARTICLE 15 - UNCOVERING AND CORRECTION OF WORK
15.1. COVERING OF WORK
15.1.1. If any portion of the Work should be covered contrary to the reasonable request of the
Architect, or to requirements specifically expressed in the Contract Documents, it must, if
required in writing by the Architect, be uncovered for its observation and shall be replaced at
the CM/GC's expense.
15.1.2. If any other portion of the Work has been covered which the Architect has not
specifically requested to observe prior to its being covered, it may request to see such Work
and it shall be uncovered by the CM/GC. If such Work is found to be in accordance with the
Contract Documents, the cost of uncovering and replacement shall, by appropriate Change
Order, be charged to the County. If such Work is found not in accordance with the Contract
Documents, the CM/GC shall pay such costs.
15.2. CORRECTION OF WORK
42
15.2.1. The CM/GC shall promptly remove from the premises all materials and correct all
Work rejected by the Architect as defective or as failing to conform to the Contract Documents,
whether observed before or after Completion of the Work and whether or not fabricated,
installed or completed. The CM/GC shall bear all costs of correcting such rejected Work,
including compensation for the Architect's additional services made necessary thereby.
15.2.2. If the CM/GC fails to remove rejected materials and/or correct defective or
nonconforming Work, the County may remove the same and/or correct it. In such case, an
appropriate Change Order shall be issued deducting from the payments then or thereafter due
the CM/GC all costs of removing such materials and correcting such deficiencies, including
compensation for the Architect's additional services made necessary by such default, neglect or
failure. If the payments then or thereafter due the CM/GC are not sufficient to cover such
amount, the CM/GC shall pay the difference to the County.
15.2.3. If the CM/GC does not promptly remove from the premises all defective or non-
conforming materials within a reasonable time fixed by written notice from the Architect, the
County may remove it and store the materials or equipment at the expense ofthe CM/GC. If the
CM/GC does not pay the cost of such removal and storage within fourteen (14) days thereafter,
the County may, upon fourteen (14) additional days written notice, sell such work at auction or
at private sale, and shall account for the net proceeds thereof, after deducting all the costs that
should have been borne by the CM/GC, including compensation for the Architect's additional
services made necessary thereby. If such proceeds of sale do not cover all costs which the
CM/GC should have borne, the difference shall be charged to the CM/GC and an appropriate
Change Order shall be issued. Ifthe payments then or thereafter due the CM/GC are not
sufficient to cover such amount, the CM/GC shall pay the difference to the County within thirty
(30) days.
15.2.4 If the CM/GC defaults or neglects to carry out the Work in accordance with the
Contract Documents, and fails within seven (7) days after receipt of written notice from the
County to commence and continue correction of such default or neglect with diligence and
promptness, the County may, after seven (7) days following receipt by the CM/GC of an
additional written notice, and without prejudice to any other remedy the County may have,
make good such deficiencies. In such case, an appropriate Change Order shall be issued
deducting from the payments then or thereafter due the CM/GC all costs of correcting such
deficiencies including compensation for the Architect's additional services made necessary by
such default, neglect or failure. If the payments then or thereafter due the CM/GC are not
sufficient to cover such amount, the CM/GC shall pay the difference to the County.
15.2.5. The CM/GC shall bear the cost of making good all Work of the County or separate
Contractors destroyed or damaged by such correction or removal.
15.2.6. Should any defective Work or material be discovered during the progress of
construction, or should reasonable doubt arise as to whether certain material or Work is in
accordance with the Contract Documents, the value of such defective or questioned material or
Work shall not be included in any Project Application for Payment, or if previously included,
shall be deducted by the Architect from the next Application submitted by the CM/GC.
43
15.2.7. Nothing contained in this Article 15.2 shall be construed to establish a period of
limitation with respect to any other obligation which the CM/GC might have under the Contract
Documents, including Article 18 hereof.
15.3. ACCEPTANCE OF DEFECTIVE OR NONCONFORMING WORK
15.3.1. If the County prefers to accept defective or nonconforming Work, the County may do
so instead of requiring its removal and correction, in which case a Change Order will be issued
to reflect a reduction in the GMP. Such adjustment shall be effected whether or not final
payment has been made.
ARTICLE 16 - COMPLETION OF THE WORK
16.1 WHEN WORK IS COMPLETE
16.1.1. When the CM/GC considers that the Work or a designated portion thereof is complete
as defined in paragraph 2.1, the CM/GC shall notify the Architect of the Completion of the
Work.
16.1.2. Within ten (10) days after receipt of the CM/GC's notice of Completion of the Work,
the Architect, the County, and the CM/GC shall make an inspection of the Work to determine
whether the Work has been completed in accordance with the Contract Documents and to
prepare a punch list. Ifthe Work has not been completed to the required stage, the parties shall
cease the inspection and an appropriate Change Order shall be issued deducting from the
payments then or thereafter due the CM/GC all costs associated with such premature
inspection, including compensation for the Architect's additional services made necessary
thereby. Ifthe payments then or thereafter due the CM/GC are not sufficient to cover such
amount, the CM/GC shall pay the difference to the County. If, however, the Work has been
completed to the required stage, a punch list shall be prepared by the Architect and consist of
those items listed by the CM/GC to be completed or corrected as supplemented by those items
observed and noted during the inspection. The required number of copies of the punch list will
be countersigned by the authorized representative of the County and will then be transmitted by
the Architect to the CM/GC. The failure to include any items on such list shall not alter the
responsibility of the CM/GC to complete all Work in accordance with the Contract Documents.
16.1.3. When the Architect, on the basis of the inspection, determines that the Work or
designated portion thereof is complete, the Architect will also then prepare a Certificate of
Completion of the Work which shall establish the Date of Completion of the Work, shall state
the responsibilities of the County and the CM/GC for security, maintenance, heat, utilities,
property insurance premiums, and damage to the Work, and shall fix the time within which the
CM/GC shall complete the items listed therein. The Certificate of Completion of the Work
shall be submitted to the Project Manager and the CM/GC for their written acceptance of the
responsibilities assigned to them in such Certificate.
16.2. RIGHT OF EARLY OCCUPANCY
44
16.2.1. Subject to the provisions of paragraph 11.4.2., the County shall have the right to take
possession of and to use any completed or partially completed portions of the Work, even if the
time for Completion of the Work or such portions of the Work has not expired and even if the
Work has not been finally accepted. Such possession and use shall not constitute an acceptance
of such portions of the Work.
16.2.2. If the County elects to take possession of and to use any completed or partially
completed portions of the Work prior to the time for Completion of the Work or portion
thereof, prior to any such possession or use, an inspection shall be made by the Architect, the
local jurisdiction, the Project Manager and the CM/GC. Any and all areas so occupied will be
subject to a final inspection when the CM/GC complies with Article 16.1.
16.2.3. At the time of the inspection made pursuant to paragraph 16.2.2., the parties shall also
agree upon the responsibilities of the County and the CM/GC for security, maintenance, heat,
utilities, property insurance premium, and damage to the Work. If the CM/GC can also
satisfactorily demonstrate to the County any actual cost for warranties for the period prior to
the date of Notice of Acceptance, the County shall reimburse the CM/GC for that portion of
such cost attributable to the portion of the Work occupied by the County for the period of time
of such occupancy. In the event the CM/GC believes there will be an additional cost associated
with completion of the Work while the County occupies the Work in whole or in part, the
CM/GC shall advise the County of all such cost at or before the time of the inspection and an
agreement shall be reached on the responsibilities of the County and the CM/GC therefore. If
the CM/GC fails or refuses to furnish such cost information as required, the CM/GC hereby
waives any and all rights to assert any claim therefore at any time thereafter.
ARTICLE 17 - FINAL COMPLETION, ACCEPTANCE, AND FINAL PAYMENT
17.1 CERTIFICATE OF COMPLIANCE
17.1.1 Following the Architect's issuance of the Certificate of Completion of the Work or
designated portion thereof, the issuance or a Certificate of Occupancy from the local
jurisdiction, and the CM/GC's completion of the work on the punch list established pursuant to
paragraph 16.1.2. as may have been supplemented, the CM/GC shall forward to the County a
written notice that the Work is ready for final inspection and acceptance, and shall also forward
to the County a final Project Application for Payment. Upon receipt, the County will forward
the same to the Architect, who will promptly make such inspection. When the Architect finds
the Work acceptable under the Contract Documents, the Architect will issue a Final Certificate
of Completion. This Certificate will constitute a representation that, to the best of the
Architect's knowledge, information and belief, and on the basis of observations and inspections,
the Work has been completed in accordance with the terms and conditions of the Contract
Documents.
17.2. NOTICE OF ACCEPTANCE
17.2.1 When the local jurisdiction has issued a Certificate of Occupancy, Architect has issued
its Final Certificate of Completion, the CM/GC has fully perfonned all of its obligations under
45
the Contract Documents and the same is acceptable to the County, a Notice of Acceptance shall
be issued by the County, which shall establish the acceptance of the Work.
17.3. SETTLEMENT
17.3.1. The County shall not authorize final payment until all items on the punch list have been
completed, the Architect issues its Final Certificate of Completion, the County has received a
Certificate of Occupancy from the local jmisdiction, the Notice of Acceptance is issued, and
the Notice of Contractor's Final Settlement Date is published and at least 30 days have expired
with no claims filed.
17.3.2. Before the County may advertise, the CM/GC shall:
1. deliver to the Architect for review by the Architect and deliver to the County:
a. All guaranties and warranties;
b. Confirmation that sales taxes from which the County is exempt have not
been paid;
c. Three (3) complete bound sets of required operations and maintenance
manuals and instructions;
d. Two (2) sets of as-built drawings;
e. To the extent not already furnished, one copy of all corrected Shop
Drawings;
f. Satisfactory evidence that all payroll, material bills, and other
indebtedness connected with the Work have been paid or otherwise
satisfied;
g. A complete and final waiver and/or release of any and all lien rights and
liens from each subcontractor of all tiers, material, men, supplier,
manufacturer and dealer for all labor, equipment and material used or
furnished by each on the Work;
h. Consent of the surety to final payment; and
1. Any other documents required to be furnished by the Contract
Documents.
2. Demonstrate to the operating personnel of the County the proper operation and
maintenance of all equipment.
17.3.3. Upon completion of the foregoing, the Contractor's Settlement shall be advertised in
accordance with Colorado law. On the date of final settlement thus adveliised, and after the
46
CM/GC has submitted a written notice to the Architect that no claims have been filed, final
payment and settlement shall be made in full.
17.3.4. Pursuant to C.R.S. S38-26-107, if any unpaid claim for labor, materials, rental
machinery, tools, supplies, or equipment is filed before payment in full of all sums due the
CM/GC, the County shall withhold from the CM/GC sufficient funds to insure the payment of
such claim, until the same shall have been paid or withdrawn, such payment or withdrawal to
be evidenced by filing a receipt in full or an order for withdrawal signed by the claimant or its
duly authorized agent or assignee.
17.3.5. The making of final payment, after the Date of the Notice of Contractor Settlement of
the Project, shall constitute a waiver of all claims by the County except those arising from:
1. Unsettled Claims;
2. Faulty or defective work appearing after Completion of the Work;
3. Failure ofthe Work to comply with the requirements of the Contract
Documents; or
4. Terms of any warranties or special warranties required by the Contract
Documents.
17.3.6. The acceptance of final payment, after the Date of the Notice of Contractor Settlement
of the Project, shall constitute a waiver of all claims by the CM/GC except those previously
made in writing and separately identified by the CM/GC as unsettled in the final Project
Application for Payment.
17.3.7. All provisions of the Contract Documents Including without limitation those
establishing obligations and procedures, shall remain in full force and effect notwithstanding
the making or acceptance of final payment.
ARTICLE 18 - WARRANTIES
18.1.1. The CM/GC warrants to the County and the Architect that all materials and equipment
furnished under the Contract Documents will be of good quality, free from faults and defects
and in conformance with the Contract Documents. All work not conforming to these
requirements, including substitutions not properly approved and authorized, may be considered
defective. If required by the Architect, the CM/GC shall furnish satisfactory evidence as to the
kind and quality of materials and equipment. This warranty is not limited by the provisions of
paragraph 18.1.2.
18.1.2. The CM/GC shall warrant and guarantee the Work for a period of one (1) year from the
date of the Notice of Acceptance. If, within one year after the Notice of Acceptance, or within
such longer period of time as may be prescribed by the terms of any applicable special warranty
required by the Contract Documents, if any of the Work is found to be defective or not in
accordance with the Contract Documents, the CM/GC shall correct it promptly after receipt of
47
a written notice from the County to do so unless the County has previously given the CM/GC a
written acceptance of such condition. This obligation shall survive both final payment for the
Work or designated portion thereof and termination of this Agreement. The County shall give
such notice promptly after discovery of the condition and in any event no later than one year
after the issuance of the Notice of Acceptance.
18.1.3. In case of Work performed for which other warranties are required by the Contract
Documents, the CM/GC shall secure the required warranties and deliver the Same to the
County through the Architect. These warranties shall not in any way lessen the CM/GC's
responsibilities under the Contract Documents. Whenever guarantees or warranties are required
by the Contract Documents for a longer period of that one year, such longer period shall
govern.
18.1.4. The establishment of the time periods noted in paragraph 18.1.2., or, such longer period
of time as may be prescribed by law or by the terms of any warranty required by the Contract
Documents, relates only to the specific obligation of the CM/GC to correct the Work, and has
no relationship to the time within which the CM/GC's obligation to comply with the Contract
Documents may be sought to be enforced, nor the time within which proceedings may be
commenced to establish the CM/GC's liability with respect to the CM/GC's obligations other
than specifically to correct the Work.
18.2. GUARANTY INSPECTIONS AFTER COMPLETION
18.2.1. The Architect, the County, and the CM/GC together shall make at least two (2)
complete inspections of the Work after the issuance of the Notice of Acceptance. One such
inspection, the "Six-Month Guaranty Inspection," shall be made approximately six (6) months
after the issuance of the Notice of Acceptance and another inspection, the "Eleven-Month
Guaranty Inspection," shall be made approximately eleven (11) months after the issuance of the
Notice of Acceptance. The County shall schedule and so notify all parties concerned of these
inspections.
18.2.2. Written lists and reports of these inspections shall be made by the CM/GC and
forwarded to the County, Architect, and all of the other participants within ten (10) days after
the completion of each inspection. The CM/GC shall immediately initiate such remedial Work
as may be necessary to correct any deficiencies or defective Work shown by these reports, and
shall promptly complete all such remedial Work in a manner satisfactory to the Architect and
the County.
. 18.2.3. If the CM/GC fails to promptly correct all deficiencies and defects shown by any report,
the County may do so after giving the CM/GC ten (10) days written notice of its intention to do
so and the County shall be entitled to collect from the CM/GC and its surety all costs and
expenses incurred by it in correcting such deficiencies and defects, as well as all damages
directly resulting from such deficiencies and defects.
ARTICLE 19 - CLAIMS FOR ADDITIONAL COSTS AND DAMAGES
19.1. CLAIMS FOR ADDITIONAL COST
48
19.1.1. The GMP constitutes the totals compensation payable to Contractor for performing the
Work. All duties, responsibilities, and obligations assigned to or undertaken by Contractor
shall be at his expense without change in the GMP. The GMP may only be changed by a
change order. Any claim for an increase in the GMP shall be based on written notice delivered
to Owner and Architect within fifteen (15) days of the occurrence of the event giving rise to the
claim and in all cases before proceeding to execute the Work, except in an emergency
endangering life or property. No such claim shall be valid unless so made. Any approved
change in the GMP resulting from such claim shall be authorized by Change Order.
19.1.2. CM/GC claims for additional cost are limited to changes made by written order of the
County in the Work which cause the GMP to be exceeded and such fact is conspicuously noted
on the document approved by the Board of County Commissioners.
19.2. INJURY TO PERSON OR DAMAGE TO PROPERTY
19.2.1 Should either party to this Agreement suffer injury or damage to person or property
because of any act or omission of the other party or of any of the other party's employees,
agents, or others for whose acts such party is legally liable, Notice of Claim shall be made in
writing to such other party within sixty (60) days after the first observance of such injury or
damage.
19.3. COST RECORDS
19.3.1. In all claims for increases to the Contract Sum or GMP, the CM/GC shall keep a correct
account of the extra costs, in such reasonable form as the County may require, and shall present
such account, supported by receipts. The County shall be entitled to reject any claim for extra
costs if such documentation is not provided.
19.3.2. Any payments to the CM/GC with respect to claims for increases in the GMP shall be
limited to reimbursement for the additional expenditure by the CM/GC, with costs to be
determined in accordance with paragraph 10.2.4. and the CM/GC's fee to be determined in
accordance with paragraph 9.3.1.
19.4. RIGHTS AND REMEDIES
19.4.1. The duties and obligations imposed by the Contract Documents and the rights and
remedies available hereunder shall be in addition to, and not a limitation of, any duties,
obligations, rights or remedies otherwise imposed or available by law.
19.4.2. No action or failure to act by the County or the Architect shall constitute a waiver of
any right or duty afforded any of them under the Contract Documents nor shall any such action
or failure to act constitute an approval or acquiescence in any breach hereunder, except as may
be specifically agreed in writing. Nothing herein shall waive or be deemed a waiver of the
County's governmental privileges and immunities under federal or state law.
19.5. WRITTEN NOTICE
49
19.5.1. Written notice shall be deemed to have been duly served if delivered in accordance with
Article 2.1.15. of this Contract.
ARTICLE 20 - COUNTY'S RIGHT TO TERMINATE CONTRACT
20.1. TERMINATION FOR DEFAULT
20.1.1. General: If the CM/GC should be adjudged bankrupt, or ifit should make a general
assignment for the benefit of its creditors, or if a receiver should be appointed to take over its
affairs, or if it should fail to prosecute the Work with due diligence and carry the \V ork forward
in accordance with its work schedule and time limits set forth in the Contract Documents, or if
it should fail to subsequently perform one or more ofthe provisions of the Contract Documents
to be performed by it, the County may serve written notice on the CM/GC and the surety on its
Performance and Labor and Material Payment Bonds, stating its intention to exercise one of the
remedies hereinafter set forth and the grounds upon which the County may, without prejudice
to any other right or remedy, exercise one of such remedies, at once, having first obtained a
statement from the Architect that sufficient cause exists to justify such action.
20.1.2. Conditions and Procedures:
1. The County may terminate the services of the CM/GC, which
termination shall take effect immediately upon service of notice
thereof on the CM/GC and its surety, whereupon the surety shall
have the right to take over and perform the Contract (other than by
CM/GC). If the surety does not commence performance of the
Contract within ten (10) days after service of the Notice of
Termination, the County may take over the Work, take possession
of and use all materials, tools, equipment, and appliances on the
premises, and prosecute the Work to completion by such means as
it shall deem best. In the event of such termination of its service,
the CM/GC shall not be entitled to any further payment under this
Agreement until the Work is completed and accepted.
If the County takes over the Work and if the unpaid balance of the
Guaranteed Maximum Price exceeds the cost of completing the
Work, including compensation for any damages or expenses
Incurred by the County through default of the CM/GC such excess
shall be paid to the County. If, however, the cost, expenses, and
damages as certified by the Architect exceed such unpaid balance
of the Guaranteed Maximum Price, the CM/GC and its surety shall
pay the difference to the County.
2. The County may take control of the Work and either make good
the deficiencies of the CM/GC or employ such additional help as
the County deems advisable. In such event the County shall be
entitled to collect from the CM/GC and its surety, or to deduct from
any payment then or thereafter due the CM/GC, the costs incurred
50
in having such deficiencies made good and any damages or
expenses incurred through the default of the CM/GC, provided the
Architect approves the amount thus charged to the CM/GC.
3. The County may require the surety on the CM/GC's Perfornlance
Bond to take control ofthe Work at once and see to it that all the
deficiencies ofthe CM/GC are made good, with due diligence. As
between the County and the surety, the cost of making good such
deficiencies shall all be borne by the surety. If the surety takes over
the Work, either upon termination of the services ofthe CM/GC or
upon instructions from the County to do so, it shall do so other than
by or through CM/GC; and the provisions of the Contract
Documents shall govern in respect of the Work done by the surety,
the surety being substituted for the CM/GC as to such provision,
Including provisions as to payment for the Work and provisions of
this Article as to the right ofthe County to do the Work or to take
control of the Work.
20.1.3. Termination for Default by County. If County defaults in its
requirement to make payment to the CM/GC in accordance with the provisions
of this Agreement, CM/GC has the right to terminate this Agreement upon
serving County with written notice of its intent to do so and providing County
with a period of no less than ten (10) days to cure said default.
20.2. TERMINA TION FOR CONVENIENCE OF COUNTY
20.2.1. The performance of Work under this contract may be terminated, in whole or from
time-to-time in part, by the County whenever for any reason the County shall determine that
such termination is in the best interest of the County. Termination of Work hereunder shall be
effected by delivery to the CM/GC of a Notice of Termination specifying the extent to which
performance of Work under the Contract is terminated and the date upon which such
termination becomes effective. In the event of such termination, Contractor shall be paid for
Work performed up through the ternlination date.
20.2.2. After receipt of the Notice of Termination, the CM/GC shall cancel its outstanding
commitments hereunder covering the procurement of materials, supplies, equipment, and
miscellaneous items unless otherwise assumed by the County in its Notice of Termination. In
addition, the CM/GC shall exercise all reasonable diligence to accomplish the cancellation and
divert its outstanding commitments covering personal services extending beyond the date of
such tennination to the extent that they relate to the performance of any Work terminated by
the Notice. vVith respect to such canceled commitments, the CM/GC agrees to:
1. Settle all outstanding liabilities and all claims arising out of such
cancellation of commitments, with the approval or ratification of
the County, to the extent it may require, which approval or
ratification shall be final for all purposes of this clause; and
51
2. Assign to the County in the manner, at the time, and to the extent
directed by the County, all of the right, title, and interest of the
CM/GC under the orders and subcontracts so terminated, in which
case the County shall have the right, in its discretion, to settle or
pay any or all claims arising out of the termination of such orders
and subcontracts.
20.2.3. The CM/GC shall submit its final request for payment for work completed to the
County promptly after receipt of a Notice of Termination, but in no event later than one (1)
month from the effective date thereof. Upon failure of the CM/GC to submit its Final Request
For Payment within the time allowed, the County may determine, on the basis of information
available to it, the amount, if any, due to the CM/GC by reason of the termination, and shall
pay to the CM/GC the amount so determined within 60 days of the issuance of the Notice.
20.2.4. The County may from time to time, under such terms and conditions as it may
prescribe, make partial payment against costs Incurred by the CM/GC in connection with the
terminated portion of this Contract, whenever, in the opinion of the County, the aggregate of
such payments is within the amount to which the CM/GC will be entitled hereunder.
20.2.5. The CM/GC agrees to transfer title and deliver to the County, in the manner, at the time,
and to the extent, if any, directed by the County, such information and items which, if this
Agreement had been completed, would have been required to be furnished to The County,
Including:
1. Completed or partially completed plans, drawings, and information;
2. Materials or equipment produced or in process or acquired in connection with
the performance ofthe work terminated by the Notice; and
3. Any records, data, notes or materials maintained in compliance with this
Contract.
Other than the above, any termination inventory resulting from the Termination of this Contract
may, with the written approval of the County, be sold or acquired by the CM/GC under the
conditions prescribed by and at a price or prices approved by the County. The proceeds of any
such disposition shall be applied in reduction of any payments to be made by the County to the
CM/GC under this Contract, or shall otherwise be credited to the price or cost of Work covered
by this Contract, or paid in such other manner as the County may direct. Pending final
disposition of property arising from the termination, the CM/GC agrees to take such action as
may be necessary, or as the County may direct, for the protection and preservation of the
property related to this Contract which is in the possession of the CM/GC, and in which the
County has or may acquire an interest.
ARTICLE 21 - MISCELLANEOUS PROVISIONS
21.1. ARCHITECT
52
It is expressly understood that the County shall be directly retaining the services of an
Architect.
21.2. PREFERENCE OF BIDDERS
The selection of bidders shall be in accordance with the laws of Colorado. In the event of the
CM/GC's non-compliance with the Colorado labor laws, this Contract may be canceled,
terminated or suspended, in whole or in part, without any liability to the County.
21.3 LABOR PREFERENCE
COLORADO LABOR - Contractor acknowledges that the Work is a public work financed in
whole or in part by funds of the state of Colorado and/or a county, and pursuant to section Title
8-17-101, C.R.S. (1973) Colorado labor shall be employed to perform the Work in the extent of
not less than eighty percent (80%) of each type or class oflabor in the several classifications of
skilled and common labor employed in the Work. For purposes of this provision, "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."
21.4. EQUAL OPPORTUNITY, DISCRIMINATION, AND AFFIRMATIVE ACTION
21.4.1. The CM/GC agrees to comply with the letter and spirit of the Colorado Anti-
discrimination Act of 1957, as amended, and other applicable laws respecting discrimination
and unfair employment practices. Pursuant thereto, the following provision shall be contained
in all County contracts or subcontracts: during the performance of this Contract, the CM/GC
agrees as follows:
1. The CM/GC will not discriminate against any employee or
applicant for employment because of race, creed, color, national
origin, sex, marital status, religion, ancestry, mental or physical
disability, or age. The CM/GC will take affirmative action to
insure that applicants are employed and that employees are treated
during employment, without regard to the above mentioned
characteristics. Such action shall include, but not be limited to, the
following: employment, upgrading, demotion or transfer,
recruitment or recruitment advertising; lay-offs or terminations;
rates of payor other fornls of compensation; and selection for
training, including apprenticeship. The CM/GC agrees to post in
conspicuous places, available to employees and applicants for
employment, notices to be provided by the contracting officer
setting forth provisions of this non-discrimination clause.
2. The CM/GC will, in all solicitations or advertisements for
employees placed by or on behalf of the CM/GC, state that all
qualified applicants will receive consideration for employment
53
without regard to race, creed, color, national origin, sex, marital
status, religion, ancestry, mental or physical disability, or age.
3. The CM/GC will include the provisions of paragraphs 1. through 3.
in every subcontract and subcontractor purchase order so that such
provisions will be binding upon each subcontractor or vendor. The
CM/GC will take such action with respect to any subcontracting or
purchase order as the contracting agency may direct, as a means of
enforcing such provisions, including sanctions for non-compliance.
21.4.2. In the event of the CM/GC's non-compliance with the non-discrimination clauses of this
Contract, or with any of such laws, rules, regulations, or order, this Contract may be canceled,
terminated, suspended in whole or in part, without liability to the County.
21.5. LIENS
21.5.1 Colorado Statutes do not provide for any right of lien against public buildings. In lieu
thereof, Title 38-26-107 ct seq. C.R.S., as amended, provides adequate relief for any claimant
having furnished labor, materials, rental machinery, tools, equipment or services toward
construction of the particular public work in that final payment may not be made to a CM/GC
until all such creditors have been put on notice by publication in the public press of such
pending payment and given opportunity to stop payment to the CM/GC in the amount of such
claims.
21.6. GOVERNING LAW
21.6.1 The laws of the State of Colorado and rules and regulations issued pursuant thereto shall
be applied in the interpretation, execution, and enforcement of this Contract. Any provision of
this Contract, whether or not incorporated herein by reference, which provides for arbitration
by an extra-judicial body or person, or which is otherwise in conflict with said laws, rules, and
regulations, shall be considered null and void. Nothing contained in any provision incorporated
herein by reference which purports to negate this or any other special provision in whole or in
part shall be valid or enforceable or available in any action at law, whether by way of
complaint, defense, or otherwise. All actions shall be brought in the Eagle County District
Court.
21.7. EXTENT OF AGREEMENT
21.7.1. This Contract represents the entire agreement between the County and the CM/GC and
supersedes all prior negotiations, representations, or agreements. This Contract may be
amended only by written instrument signed by all signatories hereto.
21.7.2. The invalidity of anyone or more of the covenants, phrases, sentences, clauses or
provisions of this Contract or any part thereof shall not affect the remaining portions of this
Contract or any part thereof and in the event anyone of the same shall be declared invalid, this
Contract shall be construed as if such invalid portion had not been inserted provided the same
does not work substantial injustice.
54
21.8. BENEFIT AND ASSIGNMENT
21.8.1. This Contract shall be binding upon and inure to the benefit of the parties hereto, their
partners, heirs, personal representatives, successors and duly approved assigns. The CM/GC
shall not assign the whole or any pmi of this Contract without the prior written consent of the
County, to be exercised in County's sole discretion. No assigrunent, without said prior
approval, shall be valid. It is agreed that the right of the Assignee in and to any moneys due or
to become due to the CM/GC shall be subject to all claims of all persons, firms or corporations
for services rendered or materials supplied for the performance of the Work called for in this
Contract, whether such service of materials were supplied prior to or after the assigrunent.
21.9. VALIDITY OF AGREEMENT
21.9.1. This Contract shall not be deemed valid until it shall have been approved by the Board
of County Commissioners and the CM/GC.
21.10. INDEPENDENT CONTRACTOR
21.10.1. The CM/GC shall perform its duties hereunder as an independent contractor and not as
an employee. Neither the CM/GC nor any agent or employee of the CM/GC shall be or shall be
deemed to be an agent or employee of the County. CM/GC shall pay when due all required
employment taxes and income tax withholding, shall provide and keep in force workers'
compensation (and show proof of such insurance) and unemployment compensation insurance
in the amounts required by law, and shall be solely responsible for the acts of the CM/GC, its
employees and agents.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in four (4)
counterparts the day and year first above written.
COUNTY OF EAGLE, STATE OF
CO DO, By and Through Its
ATTEST: B AR OF COUNTY COMMISSIONERS
Clerk to the Boa d of
County Commissioners
ATTEST: R.A. Nelson and Associates Inc.
By: By: / ~.~
Name & TItle '.. ?/ .c::>
{%",~;t1~ . /.
agre,mellt -fillal.DOC ?/U/..r
55
Exhibit "A" CM/GC Fee Structure and Cost Allocations
~ RANElSON May 5th, 2005
?
Miller Ranch Child Care & Community Center
Construction Set by Douglas Miller DeChant Architects & SRI, dated 04.04.05
DESCRIPTION TOTAL
BUILDING COST $1,844,332.00
SITEWORK COST $228,009.00
SUBTOTAL $2,072,341.00
INDIRECT COSTS (GENERAL CONDITIONS) $215,099.00
SUBTOTAL $2,287,440.00
1.26% GENERAL LIABILITY INSURANCE $28,821.74
SUBTOTAL $2,316,261.74
7.00% OVERHEAD AND FEE $162,138.32
REDUCTION IN FEE FOR PRECONSTRUCTION SERVICES -$23,300.00
ESTIMATED CONSTRUCTION COST $2,455,100.07
ALTERNATIVES:
'Please note the pricing for these options / alternates includes Fee & Insurance and may be added directly to the ESTIMATED
CONSTRUCTION COST
OTHER COST CONSIDERATIONS
1 Performance & Payment Bond Included in Estimate
2 Prerust Metal Roofing Included in Estimate
3 Tint Upper Community Room Windows $151.00
4 Holy Cross Charge for Permanent Meter Set Included in Estimate
5 Purchase Water Meter from ERWSD (Install Included in Estimate) Included in Estimate
6 K&N Cost for Gas Line & Meter Install - Allowance (Trenching included in estimate) Included in Estimate
7 Aluminium Shades @ Upper Level (None in Office Space) $1,135.00
8 Honeycomb Shades @ Upper Level (None in Office Space) $3,143.00
9 Change Pipe Insulation Specification to Armaflex & Delete Cold Water Insulation Included in Estimate
10 Change Cast Iron Waste Piping to ABS Included in Estimate
11 Add Voice/Data/Video Wiring to Contract Included in Estimate
12 Add Security System Pre-Wire to Contract Included in Estimate
34 Allowance for Preschool Playground Option B Included in Estimate
SUSTAINABLE SYSTEMS AND MATERIALS OPTIONS
13 Use Fly Ash in Concrete Mix (Less C02 Emissions during Curing) Included in Estimate
14 Change Wall Tile to 12X12 Recycled Tile (Recycled Material) Included in Estimate
Exhibit "CM/GC Fee Structure and Cost AII( tions
Standard Estimate Report Page 1
Miller Ranch 5/5/2005
Item Description Takeoff Qty Unit Cost Amount
001-0000 GENERAL REQUIREMENTS
001-3000 Administrative Req.
3100 Project Manager 4.50 MO 12,500.00 IMO 56.250
3200 Project Superintendent 9.00 MO 10,50000 IMO 94,500
Administrative Req. 150,750
001-4000 Weather Conditions
4200 Weather Conditions Allowance 4.00 MO 2,500.00 IMO 10,000
Weather Conditions 10,000
001-5000 Temporary Facilities
5100 Temporary Power Consumption 9.00 MO 300.00 IMO 2,700
5200 Temporary Water Consumption 9.00 MO 250.00 IMO 2,250
5300 Temporary Field Office Fac~ity 9.00 MO 250.00 IMO 2,250
5400 Field OffICe Equipment & Supplies 9.00 MO 450.00 IMO 4,050
5500 Temporary Sanitary Facilities 9.00 MO 400.00 IMO 3,600
5600 Dumpster Charges 13,015.00 SF 0.85 /SF 11.063
5700 Telephone I Fax I Modem Charges 9.00 MO 450.00 IMO 4,050
Temporary Facilities 29,963
001-6000 Transportation
6200 Hauling 9.00 MO 400.00 IMO 3,600
Transportation 3,600
001-7000 Execution Requirements
7100 Postage/Documentation & As-Built 9.00 MO 450.00 IMO 4,050
Reproduction
Plan reproduction by others
7200 Safety / First Aid I OSHA 9.00 MO 550.00 IMO 4,950
7300 Mobilize & Demobilize
Use existing office facilities
7400 Construction Photographs 9.00 MO 225.00 IMO 2,025
7500 Final Cleaning 13,015.00 SF 0.75 ISF 9,761
Execution Requirements 20,786
GENERAL REQUIREMENTS 215,099
002-0000 SITE WORK
002-2000 Site Preparation
2100 Excavator Mobilize & Supervision 1.00 LS 3,500.00 ILS 3,500
2200 Construction Surveying & Staking 1.00 LS 6,950.00 ILS 6,950
2200 Topsoil Strip I Site Prep 1.00 LS 3,465.00 /LS 3,465
2200 Topsoil Export 1.00 LS 9,232.00 ILS 9,232
2300 Sidewalk Demo 880.00 SF 3.00 ISF 2,640
2300 C&G Demo 52.00 LF 8.00 ILF 416
2700 Site Construction Fence 800.00 LF 12.00 /LF 9,600
Chain link with fabric
2800 Laydown Area 1,500.00 SF 1.25 ISF 1,875
2900 Silt Fence 1.00 LS 720.00 /LS 720
Site Preparation 38,398
002-3000 Building Earthwork
3100 Footing Excavation & Backfill 1.00 LS 7,165.00 /LS 7,165
3200 Import Structural Back Fill 1.00 LS 6,500.00 /LS 6,500
3400 SOG Prep Interior 1.00 LS 7.795.00 ILS 7.795
Building Earthwork 21,460
Exhibit;' . CM/GC Fee Structure and Cost Allq '-ions
Standard Estimate Report Page 2
Miller Ranch 5/5/2005 3:17
Item Description Takeoff Qty Unit Cost Amount
002-4000 Site Earthwork
4100 Bollard Excavation 10.00 EA 150.00 lEA 1,500
4100 Site Cut 55.00 CY 8.45 ICY 465
4200 Site Hauling 1.00 LS 7,50000 ILS 7,500
4300 SOG Prep Exterior I Sidewalks 4.95000 SF 1.85 ISF 9.158
4300 Site Grading I Topsoil Re-spread 14,418.00 SF 0.20 ISF 2.884
4300 Site Fill 2.300.00 CY 5.75 ICY 13,225
4300 Excavation Allowance for Toddler 1.00 AL 7.501.45 1At. 7,501
Playground
Allowance for preliminary trxidler playground layout provided by Eagle County. This would include all subgrade prep for concrete paths. earthwork.
sand base course for artificial turf. cencrete bases for playground structures (12" sonotube 3' deep). and topsoil respread for planting area. This does
not include any plantlngs. Assume all playground equipment, rubber tiles, and artificial turf to be supplied and installed by Eagle County.
4300 Excavation Allowance for Preschool 1.00 AL 7,310.45 1At. 7,310
Playground - Option A
Allowance for preliminary preschool option A playground layout provided by Eagle County. This would include all subgrade prep for cencrete paths.
earthwork. sand base course for artificial turf. concrete bases for playground structures (12" sonotube 3' deep), and topsoil respread for planting area.
This does not include any plantings. Assume all playground equipment, rubber tiles, and artificial turf to be supplied and installed by Eagle County.
4300 Additional Excavation Allowance 1.00 AL 7,100.00 IAt. 7,100
Required for Playground Option B
Additional Allowance required for implementation of playground option B as requested by Eagle County.
4400 Temporary Access Driveway 1,200.00 SF 0.68 ISF 810
4500 Dewatering
Assume none required
Site Earthwork 57,454
002-5000 Utility Extensions
5100 4" Domestic Water Service 1.00 LS 3,956.00 ILS 3,956
5100 6" Sewer Service 1.00 LS 2,550.00 ILS 2,550
5100 Water Meter 1.00 LS 3,770.00 ILS 3,770
Water Meter Included per request of Eagle County.
5300 Gas Trenching Only 1.00 LS 840.00 ILS 840
5300 Shallows 1.00 LS 837.00 ILS 837
5500 Gas Line & Meter Installation 1.00 LS 650.00 ILS 650
Gas Une set and meter Installation included per request of Eagle County.
5600 Site Lighting Trenching 400.00 EA 5.50 lEA 2,200
5600 Irrigation Sleeving 140.00 LF 4.00 ILF 560
5600 Electrical Meter 1.00 LS 25.00 ILS 25
Electrical meter costs included per request of Eagle County.
Utility Extensions 15,388
002-6000 Drainage and Containment
6100 Perimeter Drain System 600.00 LF 9.50 ILF 5,700
6100 Drywell System 1.00 LS 4,400.00 ILS 4,400
6300 Underdrain System - Downspout 600.00 LF 9.50 ILF 5,700
Drain Ties
6300 Filter Sock at Existing Inlet 100 LS 500.00 ILS 500
6300 Storm Drainage System
Not Required per drawings.
Drainage and Containment 16,300
002-7000 Pavement I Curbs
7100 Subgrade Prep at Parking Lot 15,500.00 SF 0.35 ISF 5,425
7100 Asphalt Prep (Road Base) 596.00 TONS 27.00 /TONS 16,092
7100 Asphalt Paving 344.00 TONS 55.50 /TONS 19,092
4" layer of asphalt
7100 Parking Striping 100 LS 500.00 ILS 500
7100 Concrete Curb & Gutter I Valley 720.00 LF 1.30 ILF 936
Pan Prep
7100 Asphalt Patchback at New Pans 100 LS 1,419.00 ILS 1,419
7100 Asphalt Mobilization 1.00 LS 1,675.00 ILS 1,675
Exhibit CM/GC Fee Structure and Cost Alld Ions
Standard Estimate Report Page 3
Miller Ranch 5/5/2005 3:17 PM
Item Description Takeoff Qty Unit Cost Amount
Pavement I Curbs 45,139
002-8000 Site Improvements
8100 Parking Lot & Handicap Parking
Signs
Included with Signage Allowance
8100 White Vinyl Fencing Allowance for 000 NIC
Toddler & Preschhol Playground
NIC (Not Included in Contract) Assume to be supplied and installed with Block Grant Funds per Eagle County request.
8100 White Vinyl Fencing Installation 0.00 NIC
Allowance
NIC (Not Included in Contract) Assume to be supplied and installed with Block Grant Funds per Eagle County request.
8100 Vinyl Fencing Panic Devices & 0.00 NIC
Custom Fabrication Allowance
NIC (Not Included in Contract) Assume to be supplied and installed with Block Grant Funds per Eagle County request.
002-9000 Landscaping I lITigation
9100 Landscaping Material & Installation 1.00 LS 23,220.00 ILS 23,220
9100 Irrigation 1.00 LS 7,700.00 ILS 7,700
9100 Relocate Trees 2.00 EA 1,475.00 lEA 2,950
Landscaping I lITigation 33,870
SITE WORK 228,009
003-0000 CONCRETE
003-1000 Foundation Ftgs & Walls
1100 Concrete Foundation (Footings & 150.00 CY 311.34 ICY 46,701
Walls per Plan)
Assumes fly ash in concrete mix is acceptable. This was done as a value engineering exercise as requested by Eagle County
Foundation Ftgs & Walls 46,701
003-2000 Interior Concrete Slabs
2100 5" Interior Slab 7,369.00 SF 5.86 ISF 43,182
2100 3" Topping Slab 684.00 SF 3.16 ISF 2,161
2100 1 1/2" Topping 4,421.00 SF 2.53 ISF 11,179
Interior Concrete Slabs 56,523
003-3000 Exterior Concrete Slabs
3100 Exterior Slabs 1.00 LS 18,760.00 ILS 18,760
Standard gray, broom finish
3100 4" x 4" Curb 16.00 LF 25.00 ILF 400
3100 Colored Exterior Slab at Community 480.00 SF 6.00 ISF 2,880
Deck
Changed to standard gray color per request of Eagle County as value engineering.
3300 Curb & Gutter 647.00 LF 25.00 ILF 16,175
3300 8" thick Cross Pan 294.00 SF 5.25 ISF 1.543
3300 4" Concrete Slab & Sub slab @ 688.00 SF 4.00 ISF 2,752
Toddler Playground - Allowance
3300 4" Concrete Slab & Subslab @ 1,071.00 SF 4.00 ISF 4,284
Preschool Playground Option A -
Allowance
Exterior Concrete Slabs 46,794
003-4000 Concrete Specialties
4800 Concrete Sollards for Site Lighting 10.00 EA 250.00 lEA 2,500
4800 Equipment pads in Mechanical 240.00 SF 4.50 ISF 1,080
Room
Concrete Specialties 3,580
Exhibit CM/GC Fee Structure and Cost Allo( ons
Standard Estimate Report Page 4
Miller Ranch 5/5/2005 3:17 PM
Item Description Takeoff Qty Unit Cost Amount
CONCRETE 153,598
005-0000 METALS
005.1000 Structural Steel
1100 Structural Steel 1.00 LS 28,950.00 ILS 28,950
1400 Pre-fab Metal Stairs 1.00 LS 3,720.00 ILS 3,720
Structural Steel 32,670
005.5000 Specialty Fabrications
5200 Railings 1.00 LS 17,450.00 ILS 17,450
Specialty Fabrications 17,450
METALS 50,120
006-0000 WOODS
006-1000 Framing Materials
1100 Framing & Siding Materials Package 1.00 LS 212,285.00 ILS 212,285
1100 Dumpster Enclosure Materials 1.00 LS 4,400.00 ILS 4,400
Framing Materials 216,685
006-2000 Framing Labor
2100 Framing & Siding Labor 1.00 LS 180,310.00 ILS 180,310
2100 Framing Labor - Dumpster 1.00 LS 1,890.00 ILS 1,890
Enclosure
2100 Framing Labor - Stair Installation 1.00 LS 3,500.00 ILS 3,500
Framing Labor 185,700
006-3000 Finish Carpentry
3100 Window Sills 220.00 LF 7.00 /LF 1,540
Paint Grade MDF
3100 Window Apron 220.00 LF 5.00 ILF 1,100
Paint Grade MDF
3100 Door Casing at Wood Jambs 700.00 LF 5.00 ILF 3,500
Paint Grade MDF
Finish Carpentry 6,140
006-4000 Finish Carpentry Labor
4100 Window Sills 220.00 LF 5.00 ILF 1,100
4100 Window Apron 220.00 LF 5.00 ILF 1,100
4100 Door Installation 1.00 LS 7,500.00 ILS 7,500
4100 Door Hardware Installation 1.00 LS 2,750.00 ILS 2,750
4100 Door Casing Installation 1.00 LS 3,250.00 ILS 3,250
Finish Carpentry Labor 15,700
006-6000 General Labor
6100 General Labor 9.00 MO 4,300.00 IMO 38,700
General Labor 38,700
WOODS 462,925
007-0000 THERMAL & MOISTURE PROT
007.1000 Damp I Waterproofing
1100 Foundation Dampproofing 1.00 LS 780.00 ILS 780
Dissco 540 w/11/2" Drain-n-Dri Board
1300 Deck Waterproofing 1.00 LS 3,078.00 ILS 3,078
Exhibit CM/GC Fee Structure and Cost Allo' ons
Standard Estimate Report Page 5
Miller Ranch 5/5/2005
Item Description Takeoff Qty Unit Cost Amount
007-1000 Damp I Waterproofing
Damp I Waterproofing 3,858
007-2000 Thermal Prot I Insulation
2200 Building Insulation 1.00 LS 19,449.00 ILS 19,449
Thermal Prot I Insulation 19,449
007-3000 Roofing
3100 Asphalt Shingle Roofing 1.00 LS 25,422,00 ILS 25,422
Includes ridge vent
3100 Asphalt Shingle Roofing at 1.00 LS 1,274.00 ILS 1,274
Dumpster Enclosure
Code dry-in only (fen paper throughout)
3300 EPDM Membrane Roofing 1,00 LS 14,874.00 ILS 14,874
3400 Metal Roofing (Non-galvanized) 1.00 LS 9,806.00 ILS 9,806
Cold Rolled Steel
3400 Pre-Rust Metal Roofing 1.00 LS 1,992,00 ILS 1,992
Roofing 53,368
007-4000 Exterior Wall Assemblies
4100 Thincoat Stucco System 1.00 LS 32.800.00 ILS 32,800
Exterior Wall Assemblies 32,800
007-6000 Flashing & Sheetmetal
6100 Flashing & Sheetmetal Trim 13,015,00 GBA 0,35 IGBA 4,555
Galvanized Of' Prefinished metal
6100 Scuppers at EPDM Roofing, 1.00 LS 1,035.00 ILS 1,035
Canopies
6100 Chimney Cap 1.00 LS 2,450,00 ILS 2,450
Flashing & Sheetmetal 8,040
007-7000 Roof Accessories
7100 5" K-style Gutter, Kynar Finish 1.00 LS 10,706.00 ILS 10,706
7200 Heat Tape 630.00 LF 7.00 ILF 4,410
7200 Snowfence 1.00 LS 7,013.00 ILS 7,013
Roof Accessories 22,129
007-9000 Joint Sealers
9100 Caulking & Sealants 13,015.00 GBA 0.25 IGBA 3,254
Joint Sealers 3,254
THERMAL & MOISTURE PROT 142,898
008-0000 DOORS AND WINDOWS
008-2000 Doors
2100 Door & Hardware Package 1.00 LS 93,990.00 ILS 93,990
Doors 93,990
008-3000 Specialty Doors
3100 Access Panels 8.00 EA 200.00 lEA 1,600
Specialty Doors 1,600
008-5000 Windows
5100 Vinyl Windows 1.00 LS 18,343.00 ILS 18,343
Windows 18,343
008-7000 Finish Hardware
7100 Commercial Door Hardware
Included with Door Package
Exhibit' 'CM/GC Fee Structure and Cost Alia ~ions
Standard Estimate Report Page 6
Miller Ranch 5/5/2005 3:17 PM
Item Description Takeoff Qty Unit Cost Amount
008-7000 Finish Hardware
7100 ADA Automatic Openers - 300 EA 250.00 lEA 750
Allowance
7100 Keypad at Main Entry. Allowance 1.00 EA 1,500.00 lEA 1,500
Finish Hardware 2,250
008-8000 Glass & Glazing
8300 Mirrors 1.00 LS 1,785.00 ILS 1,785
8400 Aluminum Storefront Systems 1.00 LS 21.697.00 ILS 21,697
Includes interior windows at Admin. Office & Director's Office
8400 Interior Door Side-lites (small) 4.00 EA 395.00 lEA 1,580
8400 Interior Door Side-lites (large) 4.00 EA 495.00 lEA 1,980
Glass & Glazing 27,042
DOORS AND WINDOWS 143,225
009-0000 FINISHES
009-2000 Drywall & Gypsum Finishes
2100 Drywall 1.00 LS 44,930.00 ILS 44,930
2300 Metal Framing at Soffits, Curtain 1.00 LS 9,150.00/LS 9,150
Walls
2300 Metal Framing at Bathrooms 1.00 LS 5,900.00 ILS 5,900
Drywall & Gypsum Finishes 59,980
009-3000 Tile I Slabs
3100 Tile at Main Level Walls 100 LS 13,446.00 ILS 13,446
3100 Tile at Upper Level Walls 1.00 LS 7,283.00 ILS 7,283
Changed to recycled tile in 12><12 as requested by Eagle County as value engineering.
3100 Durock Material
Excluded; All tile to be installed on concrete floor or green board at walls.
3100 Floor TIle
Assume sealed concrete floors.
Tile I Slabs 20,729
009-4000 Protection of Finishes
4100 Protection of Rnishes 13,015.00 GBA 0.65 IGBA 8,460
Protection of Finishes 8,460
009-5000 Ceiling Treatments
5100 ACT Ceiling (2 x 2 tiles) 1.00 LS 16,100.00 ILS 16,100
2x2 mineraI fiber tiles by Armstrong; Community Room ceiling tiles to be glued on to surface
Ceiling Treatments 16,100
009-6000 Flooring
6500 Flooring 1.00 LS 52,530.00 ILS 52,530
See Alternates on Cost Estimate Summary Sheet for Wood Flooring Pricing
Flooring 52,530
009-9000 Painting
9100 Painting 13,015.00 GBA 3.91 IGBA 50,889
Painting 50,889
FINISHES 208,687
010-0000 SPECIAL TIES
010-1000 Miscellaneous Specialties
1200 Playground Surfacing
By Owner
Exhibit . CM/GC Fee Structure and Cost Alia ions
Standard Estimate Report Page 7
Miller Ranch 5/5/2005 3:17 PM
Item Description Takeoff Qty Unit Cost Amount
010-1000 Miscellaneous Specialties
1200 Tackable Wall Panels
Excluded
1200 Tackstrips Allowance 1.00 LS 1,000.00 ILS 1,000
1800 Signage Allowance 1.00 LS 5,000.00 ILS 5,000
Includes building & site signage
Miscellaneous Specialties 6,000
010-2000 Louvers & Vents
2100 Special Louvers & Vents 1.00 LS 1,567.00 ILS 1.567
Louvers & Vents 1,567
010-8000 Toilet & Bath Accessories
8100 TP Dispensers 13.00 EA 35.00 lEA 455
8100 Paper T owe! Dispenser & Trash 13.00 EA 295.00 lEA 3,835
Receptacle
8100 Soap Dispensers 15.00 EA 45.00 lEA 675
8100 ADA Grab Bars 16.00 EA 45.00 lEA 720
8100 Splash Guards 1.00 LS 500.00 ILS 500
8100 Paper Towel Dispensers (No 2.00 EA 75.00 lEA 150
Receptacles)
8-262
8100 Paper Towel Dispensers (No 2.00 EA 85.00 lEA 170
Receptacles)
8-263
8100 Mop & Broom Holder 1.00 EA 75.00 lEA 75
8100 Utility Shelf wI Mop & Broom Holder 1.00 EA 100.00 lEA 100
8100 Bath Accessories Installation 1.00 LS 1,440.00 ILS 1,440
8100 Bathroom Partitions at Upper Level 8.00 EA 800.00 lEA 6,400
Bathrooms
8100 Partition Installation 1.00 LS 3,600.00 ILS 3,600
Toilet & Bath Accessories 18,120
SPECIAL TIES 25,687
011-0000 EQUIPMENT
011-4000 Appliances
4100 Community Kitchen & Child Care 1.00 LS 2,849.00 ILS 2,849
Facilities Appliances
Appliances for Community Center Only.
4100 Appliance Installation 1.00 LS 1,500.00 ILS 1,500
Install Owner supplied appliances
Appliances 4,349
011-6000 Tools & Equipment
6300 Scaffolding 3.00 MO 4,050.00 IMO 12,150
6500 Small Tools 9.00 MO 500.00 IMO 4,500
6600 Street Sweeper I Dust Control 9.00 MO 1,250.00 IMO 11,250
Tools & Equipment 27,900
EQUIPMENT 32,249
012-0000 FURNISHINGS
012-3000 Manufactured Casework
3500 Melamine Cabinets, Storage & 1.00 LS 106,257.00 ILS 106,257
Countertops (Material & Installation)
All countertops are Plastic Laminate. Solid Surface Countertops (Corian) are excluded.
Exhibit CM/GC Fee Structure and Cost Allof ons
Standard Estimate Report Page 8
Miller Ranch 5/5/2005 3:17 PM
Item Description Takeoff Qty Unit Cost Amount
Manufactured Casework 106,257
012-4000 Furnishings & Accessories
4600 Windows Coverings
See add al/emates.
FURNISHINGS 106,257
013-0000 SPECIAL CONSTRUCTION
013-1000 Lightning Protection
1100 Lightning Protection Allowance
See add altemates.
SPECIAL CONSTRUCTION 0
014-0000 CONVEYING SYSTEMS
014-2000 Elevator
2100 Elevator - Cimarron 20 1.00 LS 37,075.00 ILS 37,075
2100 Temp use of elevator 6.00 MO 250.00 /MO 1,500
2100 Re-inspection of elevators 1.00 EA 1,500.00 lEA 1,500
Elevator 40,075
CONVEYING SYSTEMS 40,075
015-0000 MECHANICAL
015-3000 Fire Protection
3100 Fire Protection 13,015.00 GBA 3.103/GBA 40,386
3100 Fire Extinguishers 12.00 EA 202.00 lEA 2,424
Wall mounted fire extinguishers; Boxes or Cabinets are not included.
3100 Knox Box 1.00 EA 500.00 lEA 500
Fire Protection 43,310
015-4000 Plumbing
4100 Plumbing & Mechanical Package 1.00 LS 211,456.00 ILS 211,456
Building AlC & Snowmel/ ere not included. Cooling for equipment room is included per addenda. This mechanical quote is based on Buederus Boilers,
Lennox Fumaces. and a Honeywell programmable Thermostat package. See al/emates for DOC control systems. This price assumes armaflex pipe
insulation with no cold water insulation, deletion of the equipment room and its associated HVAC system as described in addenda #2, changing waste
& vent piping to ABS versus cast iron.
Plumbing 211,456
MECHANICAL 254,766
016-0000 ELECTRICAL
016-1000 Electrical Rough & Trim
1100 Electrical Complete System 1.00 LS 169,283.00 ILS 169,283
Assumes County IT department to supply and install all wiring for phone. data. & communications. See add al/emates for equipment not included in
this budget.
Electrical Rough & Trim 169,283
016-4000 Low Voltage
4200 Fire Alarms 1.00 LS 25,996.15 ILS 25,996
4300 Prewire for Security System 1.00 LS 2,231.00 ILS 2,231
Prewire fo building security system, assume all equipment to be included in Child Block Grant Funds Budget. Included per Eagle County request.
4300 Voice/DataNideo Prewire 1.00 LS 3,500.00 ILS 3,500
Exhibit H/," SM/GC Fee Structure and Cost AlloQ"~;ons
Standard Estimate Report Page 9
Miller Ranch 5/5/2005 3:17 PM
Item Description Takeoff Qty Unit Cost Amount
016-4000 Low Voltage
Included per Eagle County request.
Low Voltage 31,727
ELECTRICAL 201,010
017-0000 INDIRECT COSTS
017-1000 Indirect Cost
1120 Performance & Payment Bond 1.00 LS 22,835.00 ILS 22,835
See Altemates on Cost Estimate Summary Sheet
Indirect Cost 22,835
INDIRECT COSTS 22,835
Exhibit "A" CM/CG Fee Structure and Cost Allocations
Miller Ranch Community Center
and Child Care Facility
Edwards, CO
May 5, 2005
Assumption & Clarifications
Per Issued Drawings
DIVISION 1
1-1 This proposal is based on Construction Drawings and Project Manual by Douglas
Miller DeChant Architects, dated April 4, 2005.
1-2 Addendum # 1 & Addendum #2 is included in this estimate.
1-3 Our proposal is based on a Spring 2005 start date.
1-4 All testing, other than performed by the Building Department, is to be by the Owner.
1-5 R.A. Nelson is a "Green Star" recognized company and will implement all possible
recycling of construction materials during the building of this project.
1-7 General Conditions are based on current proposed scope of work. Added scope or
accepted Owner Options may result in an increase of General Conditions.
1-8 Demolition of the existing structure on the Miller Ranch Community Center site is
excluded. This includes capping any existing utilities, removal of any concrete
foundation or paving or earthwork associated with the previous structure.
DIVISION 2
2-1 Any new utility taps are excluded. We have assumed all utility service stubs are in
place.
2-2 Tap Fees are by Owner.
2-3 We have assumed one 4" DIP service line into the building, connecting to an existing
4" DIP service stub. Domestic Water Service & Fire Protection service will branch off
of the 4" DIP in the mechanical room.
2-4 Sewer service to be a 6" service line, tying to an existing 6" service stub.
2-5 Subsoil investigation and compaction testing is excluded.
2-6 Sidewalk prep to be %" washed rock, at 4" depth.
2-7 Assumed all excess structural material will be used on site of Miller Ranch
Development. Excess topsoil to be exported.
2-8 Assumed import of structural material from Miller Ranch Development.
2-9 Large boulder excavation is excluded.
2-10 Removal of unsuitable soils & stabilization of soils below bearing level is excluded.
RA. Nelson & Associates 1 5/5/2005
Exhibit "A" CM/CG Fee Structure and Cost Allocations
2-11 Ground water management or dewatering is excluded.
2-12 Radon Mitigation is excluded.
2-13 Playground Excavation is included as an allowance because plans are very schematic
in nature. We have included this allowance to cover the schematic layout of preschool
playground option B.
2-14 Costs for utility meter installations and associated line sets by local utility companies
are included in our proposal.
2-15 We have removed the vinyl playground fencing allowance from our contract with the
assumption that this will be supplied and installed by others.
2-16 Winter Conditions allowance is based on a notice to proceed no later than 5-10-05.
DIVISION 3
3-1 4" playground slabs and sub slabs are included as an allowance because plans are
very schematic in nature. We have included an allowance for concrete slabs and sub
slabs for preschool option B within the additional excavation allowance.
3-2 We have included value engineering of concrete mix designs to include fly ash.
3-3 We have included value engineering of the concrete on the community center deck to
standard gray concrete as opposed to colored concrete.
DIVISION 5
5-1 Handrails & Railings to be painted with alkyd enamel paint. Powder Coating is
excluded.
DIVISION 6
6-1 Window sill & apron trim figured as paint-grade MDF.
DIVISION 7
7-1 Dampproofing wI 11/2" drain board included at exterior of foundation walls.
7-2 Waterproofing is excluded. Assume none required.
7-3 Copper flashings are excluded; all flashings to be galvanized or paint-Ioc.
DIVISION 8
8-1 Mirrors are figured as ~" clear mirror with shop polish and applied directly to the wall
without frames.
8-2 Keypad Entry included at Main Entry. Security system and integration of this item is
still in question
DIVISION 9
9-1 Skip Trowel Finish figured for all drywall texture.
9-2 2 x 2 Mineral Fiber, lay-in boards by Armstrong are figured for all ACT.
9-3 All wallpaper, faux finishes or venetian plaster are excluded.
9-4 We have value engineered the wall tile to recycled tile in a 12'X12" tile pattern.
DIVISION 1 0
10-1 Bathroom Partitions priced as melamine components.
R.A. Nelson & Associates 2 5/5/2005
Exhibit "A" CM/CG Fee Structure and Cost Allocations
DIVISION 12
12-1 Reception desk is priced as melamine with plastic laminate countertops.
12-2 All countertops priced as plastic laminate. Solid Surfaces (Corian, granite, etc.) are
excluded.
DIVISION 13
13-1 Lightning Protection is priced as an alternate and is an allowance.
DIVISION 14
14-1 Thyssen Krupp Cimarron Hydraulic Elevator with 2 stops is assumed for the elevator.
DIVISION 15
15-1 Trane B.A.S. controls are excluded. Our proposal is based on Honeywell
programmable thermostats see detailed estimate notes for further clarification.
15-2 We have included value engineering of the pipe insulation from fiberglass to armaflex
and also deletion of insulation on the cold domestic water lines.
15-3 We have included value engineering of the waste piping from cast iron to ABS.
15-4 We have included value engineering of equipment room HV AC system as outlined in
addenda #2. Per direction of design team we have deleted the entire equipment room
and it's associated HVAC system, we have assumed this will be storage space as
previously drawn.
DIVISION 16
16-1 All audio I video I security equipment is excluded, assume all equipment required is by
others. We have included pre-wiring for all audio, video, and security systems with
the exception of indoor childcare security cameras which are assumed to be wireless.
DIVISION 17
17-1 Performance & Payment Bond is included in the estimate by RANA only. We are not
currently carrying any costs to bond subcontractors.
17-2 Builder's Risk or All Risk Insurance Policies are by Owner.
17-3 Cost of Building Permit to be by Owner.
17-4 All Field Testing & Inspections (other than standard building inspections by the
governing authority) are excluded. Soils Testing is not included.
17-5 RANA general liability costs for our standard policy are included.
R.A. Nelson & Associates 3 5/5/2005
Exhibit "C" Allowances
Miller Ranch Community Center
5-5-05
List of Allowances:
Note: These allowances are included in the proposal dated 5-2-05.
Excavation Allowance for Toddler Playground $7,501.45
Excavation Allowance for Preschool Playground - Option A $7,310.45
Additional Allowance for Preschool Playground
Option B (As directed per Eagle County Staff) $7,100.00
White Vinyl Fencing for Playgrounds - Assumed Not In Contract
White Vinyl Fencing Installation - Assumed Not In Contract
Vinyl Fencing Panic Devices - Assumed Not In Contract
4" Concrete Slab & Sub Slab Toddler Playground $2,752.00
4" Concrete Slab & Sub Slab Preschool Playground Option A $4,284.00
ADA Automatic Openers $750.00
Keypad @ Main Entry $1,500.00
Tackstrips Allowance $1,000.00
Signage Allowance $5,000.00
Weather Conditions $10,000.00
Total Allowances Included in Proposal $47,197.90
'. d'.' .' Fxhibit lie'.' COQtn~ct til't'l~/CQn,trllctiOQ Sc-beti, Il~
Acti_ ActiYiw. CiI Orig AREA SI.J.BS! Ei~ , Ea. . ! Total Late Late l-r~""""""~'--~'_"-"",, r--......:...................~..t...r..........w_..~d;.."'..:.........+1 .......T._._llm6~f7T...-c.-_._-FJ..
10 DeScription' ID Dur . .! Start ! FmiSllil float Stan Finish 1Al_..__t....."C;.nw.Jlltl~..~.~._~.d....,_AUG.~_.L~~._..........~.._d_.._NO'......Lc'."'J;IIiQ.._..L......"'M__L...F~.~.....,..fMR . i.:A2
=', ,~Rt~l.ust.~RTY L1:~~'"~E-_~- ;: -~c:~~1~i~;:]~yj-~ ];{:;~:MAY05 -i.al=::~-:::::~:- ....-'UUU.. .... · .,Q",4 "~''''... ........ LJ.....i30UU...U j3 .ZUllI.
SW-<JQ()3. i.P~T.':l9.!-.E=,.OPSOILlQ.BS~~~~I1!_..u.._.1c~.1....,.~ r SO'-'j~?~'(.Q~~u17M1\".~ t.1~9MAYOS _ i 19r.-1AYOS... ~'fPOTHOLE TOPSOIUOBSERVE - SITE
:~:~.ii6~:~-}~~~4~r~()~ENTRAN~I~.S!!E.r.utl.~\~f~..=~.j'~.~:~%:'_...~~~~6~ ' '~'li~~~~5:~Jl:~~6~ . ayTO;~~~~~:~~~~E~:~~:~NCE - SITE
SW-0009 . OVERLOT GRADE SURVEY - SITE ! 1 ' 1 T sw . SUR : 24MAYOS . 24MAY05 1 ,25MA YOS : 2SMA YOS /'OVERLOT GRADE SURVEY - SITE
-+ ________ ___ ___________ __,_____ - ---- t - -+---- - +_____-:- _ ----+- --- ~_ _ _____ _1--____ --- -------1-------------- -
SW-0007''IPLACESrrElSILTFENCE-SITE 1 ' 2 'sw j RAN 24MAY05 2SMAYOS 1 :2SMAYOS 26MAYOS LSf'PLACESITE/S1LTFENCE-SITE
SW-0019 +OvER-LOTGRADEl1ripoRT~srrE""'" ,...,.. ~3-SW rUEAR'25MAYOS 27MAYOS 1 '~26MAYOS.31MAY05 LYIJ"~OVERLOT GRADE/lMPORT - SITE
2: ~~~~!~a~~~i~~~iD--: _~I=:J~il!~~,}:2~::r=l1~~~i= I:~~:= :~~':'~=~;'=.FND
SW-0029 SETTEMPELEC.PANEL-SITE . 1 2,00 ELE31MAYOS 01JUNOS S :07JU~OS 09Jl.)NfJS. fS/'~SETTEMPELEC.PANEL-SITE
_l-___ __ __ - - ~________ __ - - __ ---_ -------------- ---+- --- --___ -- -___ - - -(----- - - - ---- ~--
Sw-~9.. i p..10~L!~E_TR.AJ~ER - SIT.E_._ _ . C"., 1. ~..?\^J L~~01J.U~~S 01JUNOS S__~~.UNOS. ~09~llNOS lfJ -"MOBILIZE TRAILER - SITE
S\tV-()OS9. jIN~TALL WAr~Rl.s.E'.'v'I:~!.()~INAL.TERM-.FN_D.lu1L~J~vy ! ~_~~1JUNOS. 03JU.~ll.S-+. 2_.03JUNO~.1.07JUN~S. . L~~INSTALL WATER/SEWER TO FINAL TERM. FND
CC-001.1.EX~!-'''.ATEI=~OTII~G - FN.[)~.____u I 1 J.4.! ~D ., EAR ~~!-lU.t-I.OS. ..~ 06J.LJ~~S.:. 1 iO.2JU.t-I.O~..10~~lJN_0~ raYEXCAVATE FOOTING - FND
PC-1.!. 31. . REVIEW/APPROVE STEEl..~.<?P.S_ 1 : 1CJ. tpc.-r-~C.C>J02JUNOS_c.~6JUNOS-ln? . _t 1~JUN.o~_124JyNOS ,~~REVIEW/APPROVE STEEL SHOPS
CC-0031 [OPEN HO~~ It'lS!,ECTION.-F.ND ,1 ~ +. F[)., S.OI +07JUN05 1 07JUNO~: 1]09JUNOS 109JUNOS &-'OPEN HOLE INSPECTION - FND
CC-0041 ~ ~URVEY FOo.T!NGIPINS 1t-i..I-l9.LE - FND._ . 1 , _1 _ ..."'0 1. SUR _~? JUNO~-l ~~JUt-.lOS J . 1.....~ 09JUNOS. _ ~ 09}.tJIIIOS bl'fSURVEY FOOTlNGIPINS IN HOLE - FND
CC-0051 F<~HMlP0CE/S'!'31f'> i=OOTlNG..-. FND_ _~ ..1. _1 4.. I F.1:l. t.c.9N ~JUN_OS. . 14JU!'I~~....!. 10JU~OS. .1SJUNll.S. /'fiUFORMIPLACE/STRlP FOOTING - FND
CC-0061 [SUR\J~ F~D WAL~INS O~FOO!!NG - FND -L '~-l' 1_IFD+ SUR [~Ur-lOS + 15JUN05.[1 :16~LJN05. 16JU~0S. LYSI.J.RVEYFNDWALUPINS ON FOOTING - FND
CC-0071 ., FO~MIPLAC!fSTRIP f~N.[)ATI()NW~~? - ~l:>~ 1. 8. L~D..-90N~JUNO~ ~JUN~ W' ~ +1s.JUIII0~ =ESJUNOS . LJIIiIBYFORMlPLACE/STRlP FOUNDATION WALLS - FND
p.~ 1141 ~ F ABRICA TElDELJYER.. s:r.!=~L.__ .+_1_-, 2S :. F'.C..J ~TL. ~ 7~LJN.ll.S _ i 2l)J.'-lLO~._i_ S [27 ~.lJNO~.1 0~U<30S. 1 ~FABRlCA TElDELlVER STEEL
~~~~:~. -. '1.' ~.~~~. t..6i:~5LiJ~i-.I~~..~.~.;c....1"l.Q~...=......... '~i }=I'DJ~+,. .~~. 'i~.. ~.~.7.SJ.J..~... ~~~ -tl....~~~~..6:.T. j .~...~.-. ...~,.:.~r...J..~~6.._.~.... .t~~~~~~ .. ~D~~::~~~:~:~:~~~~~:CTlON BOARD - FND
CC-01 01 . _l BACI<FILL/IN~T ALL D~~N.~YSTE:~ - FND. . ._ .. 1. !s _~ i=l:>..~!:AR. 29JUt<l.o~... 06J.U.!-OS 11 ...; 30J.U.IIIOS .. ~ 07 JULOS ~BACKFILUlNST ALL DRAIN SYSTEM - FND
Sy.'-007S_ .lS.lJ~YE:Y TBC.:!'~~IIII<3~..~.__..u_.';.. 1r1..[. ~L 1_~lJR_j.O?JU~0.5...; 07 JULOSl S1 _ '23.SE::PO~.: 23SEPO.S .. iVI ~ .. .--..-.... ....~.._~..._.n. .' '~SURVEY TBC - PARKING
CC-0141 _.'.1',. COMP.!,C.TIO. N_!E~T_U.~. D..E:R.S~~lJ.s.<3RADE...... ~. un. 1 L~..;.. F. D~ I. ?01.L. 07.)UL... OS ..[. 11JU.L.0...S.., ..... 4-i.~ 3JULO....~.1r 1.5J. YLOSu. ,:JI,l ~COMPACTlON TEST UNDERSLAB SI.J.BGRADE - FND
~~:~~ -t ~SG~~~~O~~~;~~~N~~~A~-u ...1 . ~.~l.= ~ .i.~~1~ '15;~~C~~~t~~~~~t ['.T~i ~~~~~S'=~~~0~~. ~Rn '~~~:~~~A~U~~~O~:LEClTVIPHONE/GAS - SITE
SW-. . 0079.. . '.I...p. ~..EP._~. U....B.G....AD.. .... ~....NST.AL. .._L~L. EEV.....ING. .~~~K. ING_~. -~..1......... .8 t p. L]. +. ..EA. R... ....1. .0. SJ._U.LO.. S.....J...... ...19.J. UL. .0~..1...... S.'.1'.1,. 26S. E~O~.. .'. i.O.70C. ..T_O_. S LJIIRI,l_.m. .... .. -~PREP SI.J.BGADE/lNSTALL SLEEVING - PARKING
C<:;.-0121. . ~UNDE~S~~'=E:C~~-...F.Nl:>.. .._L~: 3 ~. FD.,. ELE 12JlJl..OSm..L!4JUL~~n n1.j1~JULOS .~15JULOS LURIIUNDERSLABELECTRlC-FND
CC-0131 1 R/I UNDERSLAB RADON - FND · 1 t 2 : FD . SPE 13JULOS ! 14JULOS 1! 14JULOS i15JULOS ~R11 I.J.NDERSLAB RADON - FND
+ n.n........ ..._._~....... ..... t..._~.. _.;...____n..n.m.+..... ...n .....'-_u..._ .'....nu_ ..
CC:0151~P~E l!..N'rJER?'lAB G~\'Et..- FND. . 1_ . _2_J.-FDj EAR l.SJ.UL~~ .~~SJULll.S ~ .1.. '1SJULOS!19JULOS_. l"PLACE UNDERSLAB GRAVEL - FND
CC-0161 ,p'LlJ~E!.INFLOOR HEA"T.L1NES -Fr.i.D .... 1 I.u 3. L~.. : MEC ~ 19JULOS...l..~J_l.)~OS.~.1.. j21JULOSu.]2SJUl.OS... ~PLUMB INFLOOR HEAT LINES - FND
SW-0089....: ~OAD... BASE:.<gl CU..~B. ".&. ..<3. .UTI.. .E:~ -PAR.t<'. .NG '.. 1( '.. 2......... . i. ...P..L..t.. AP~.i ~1...JULO. S .nll. 22J...ULO~ ..1.. ~1 ..11.0. OC.!OS... nt11 O~..T. 0.5 t'Sl. .~. ..~_.~.m. . .~ROADBASE @CURB&GUTTER-PARKlNG
SW-0081_1 !OLE::CTR1c.l".0 ~ITELIG~Tlt<l~- SITE . _ !._j' 3 -LSW J. ~_12.1.JULO.S__. .2S.JlJ_L.o.s~.t. y~ I 170CTOS 19o.c;Tll.S LII?.n . -- un~ELECTRIC TO SITE LIGHTING. SITE
CC-0171 SLAB PREP/STEEL - FND 1 2 I FD ' CON +2SJULOS t26JULOSI 1 126JULOS 27 JULOS (:WSLAB PREP/STEEL - FND
SW-0099._[F()R~LAC~~JRIPE.Q.RB &.G.UTIER-::'FNO' 1_rs.-cp~~CON i25~'QL.~5. ...~[0-o~=tSfJ13~CT~....rr9.~CY()~": /..."..- ... . ~.--...... ~FORMIPLACE/STRlP CURB & GUTTER.. FND
SW-009.1u I INSTALL ?~""EJ.~GHTIN~~~~~=~I'!.E_._ nu1.1 . L 3.J..~,^,uL.CO!" t~Jl.ILOSj 28.JUL95. .10S12'<>JA.N~~2.t\J,4.r.l..06 ~.. nu... .-. . ___un - . . .. ....-......INSTALL SITE LIGHTING BASES - SITE
CC-018~_. I FOR~/l~L~CI:ISTRIP 1r.l..r.E:~()~ SLABS -. ~l:>_~L~.+- 4. ..; FD i. c.O~.;.2?J.LJl()5 ... +-,<l1~LJGOS r ~ 1.._J.28JULOS 'TO~U.<30~~ "":ORMIPLACE/STRlP INTERIOR SLABS - FND
SW-0.!01. lINs.T!,~~S'!.~ 1.1(~HTIN~ -~ITE un. n... .. n 1 1 I 4 ,_SI/II J ~LE .:.29JUl.~S un L ~3AlJ~S1. 10S i 26JA.f'.l06....~ ~1 JAI>IOl5 LSf. ..-- -- ---.--. -..-.' ---.. . ....~._~~ .___.n ~ "INSTALL SITE LIGHTING - SITE
SW...01.0.9...~ Rf\()DBA. ~~ A._ SF'.HAL. T A. R.~.. p. ~~I.~<3.. ..... 1..~.1..~.......p..LI.......AP....... ~ j..~.1!'~GOS ,03AUGO.S.-+--.'. 4~. 1209.CT.<l..~ . i 240CT05 gJ;I ~RAODBASE ASPHALT AREA. PARKING
CC-0191 SETGRIDLlNES-1STFLOOR 11 t 1 11F ,RAN !02AUGOS i 02AUGOS' 1.j~~AUGOS103AUGOS EWSETGRlDLlNES-1STFLOOR
ri~1i~1-J~~~~t~[t~~~.~6~~,~tOOR.~~ ~. ....~~~~. ~..fJ~ ~~-I~~J ~t~~~:=F~~~0*1fi~4~j~~~i6}._I~~~~: ~~~.~TEEL COLUMNS. 1ST FLOOR "~SURVEY BLUETOPS. PARKING
SW-0129 jf'>R()~F-~OLL~()~~SE: - ~ARI<ING 4 1. PL., EAR:04p.UGO.s .~.04A_UGOS'f ..49l2S()CT05 t2.SOCTOs" lr.n m.. .... ~PROOF-ROLL ROADBASE - PARKING
CC-0211_,~~Evv.AL~ -.!~T FL()<:>.R......._. ....... .1. ~_+-1F.I..F~.~!-UGO~..L.1.SAUGOs..1 1 n..oSA~<3.0S~~~~",~GOS i'lllIIlUFRAME WALLS -1ST FLOOR
SW-0139PLACE_ASPHALT~ONS~.UC'J'I<:>.N.L1FT- 4 ~ i PLJAPC .05AU<3~S.:09AUGOS ~H4!l."27()~TOS 310CT05 LaV. m~PLACEASPHALTCONSTRUCTIONLIFT-PARKlNG
SW-0149. P'RE:." FIRS!..t-IF!.-.!'~K1N_c;... u 4 ~ _I.. Pl..nlE.6.R, 1.1A.U.<3.ClS.. d..11~l.J90S' 49.l 01NO\fOS._ 01 NOVOS El un -. "PREP FIRST LIFT - PARKING
SW-0141 INSTALL IRRIGATION SLEEVlNG-SITE 1 2; SW: EAR 11AUGOS 12AUGOS 91 116JAN06 ,17JAN06 fS/'nn... ~INSTALLIRRIGATlONSLEEVING-SITE
SW-014S j PREP SUBGRADE@SIDEWALKS&PATICS - 1 S T SW" EAR I11AUGO-5 22AUG05.~ 6snl01DECOS . 1 13DECOS L~ n .n.. ....... n. - . ~PREP SUBGRADE @ SIDEWALKS & PATIOS - SITE
SW-01SS' ~ PLACE ASHPALTJFINAlLIFr -::PARKING-.....4 +-1 ~~PL nn APC 112AUGOS 12AUGOS -49 -103NOVOS'r03NOVOS" .ry ~PLACE ASH PAL TIFINAL LIFT - PARKING
j- --- -- - - ---- --- -- t - ----1 --- ----- --- -1 - ~
SW-0169 STRIPING-PARKING 4 1 PL 1 APC15AUGOS 1SAUGOS 49 .04NOVOS I04NOV05 id~STRIPING-PARKlNG
SW~016"" 'INSTALL BLOO&-SITESIGNAGE - SITE 1 1 SY'/[S.PE 11'SAU<30S ...15AUG0598":31JAN06~=h1JANoo-=.~. n.n INSTA~L~L[)G & SITE SIGNAGE - SITf.it'n m.. .... . n ...' ._.u~
Start Date 17MA YOS ...'."1 ''';} E r1 B CC01 Sheet 1 of 2 , DRAFT SCHEDULE
! ;ayar '
Finish Date 14FEB06 ' _
Data Date 17MA YOS .... Float Bar RA NELSON & ASSOCIATES.
Run Date 13MA Y05 13:20 .i T Progress Bar MILLER RANCH COMMUNITY CENTER
Critical ActMty
PRELIMINARY CREATION SCHEDULE
@ Primavera Systems, Inc.
. fvribit "e" Contr~ct TjrPE"Conitn IGtion Sched! lIE'
~ A~ Cat .Orn. AREA SUBS! ~ ! ei I Total Late Late tA.I,.--.C.T.--...._.....r~~.-..r--~-.-~---&. --r--"'--'r"'---':~r-'c-._...cl-'-\'.-~T-._.gfi._!-_._._----'.-r-~
10 DelI~ ID OUt j start i Finish ! float Statt Finish l- .._~._MAl____..___..Mt._.~L__. ._._=Lc._AUG___L_._~,.::___J.~'-c~T..___..____N.Q~L__~_._D!!~__.2l__~__=_._J:13L___t~..1M8___~2A
CC-0221 "-SETSTEEl BEAM~2ND FLOOR- ... . -, __u. . -1' .. 2 ,- 21=' , FRA'-!16AUGO-S 4' 17AUGos.;.....1---17AUG0518AUGOS -~ .JtUt., 6 .t23. .30, '..13 J20~0A.."t1 ....t8 ..25GL1S;~:,.;S,;E(:e1:si2~::D;~O~~_t24_;3L;L ,'4.~1l2(ULf12.,'9_i2IL2a_.a_1J.;I3.3D.I__,'3_ .to.....21L.L.i1aJBiZl....3.
CC-0231 INSTALLJOIST/SHEATHING-2NDFLOOR '1: 8 2F FRA 18AUGOS 30AUG051 1 19AUG05 !31AUGOS i ,~"'INSTALLJOISTISHEATHING-2NDFLOOR
._ ______ ______ _ ___ _____ _ __, _ __ _ __ __ . _ ___ ___I ____
SW-D1SS -(GRAVEL SiDEWALKS & PATIOS - SITE 1 . 3 . SW EAR 23AUG05 1- 26AUG05 T 68 1SDECOS19DECOS f)J\l-- "'GRAVEL SIDEWALKS & PATIOS -SITE
SW-0165 I PLACE SNOWMELT-@ SIDEWALKS 8. PATIOS -1--4-'sw-MEc129AUG()S-j 01SEPOS'- 68"20DECOS 29DECOS - .CJi,:''''PLACE SNOWMELT@SIDEWALKS & PATIOS - SITE
CC-0241- 'sETsiEEl-COLU-~NS- 2~~ FLOC)R---n ~_(-~t2EIFR6T31A~G05' ~1~UGOS 1 _J01~SE~qS_=-01~~f>OS l~SET STEEL COLUMNS - 2ND FLOOR
CC-0281 ,R11 PLUMBINGIMECHANICAL_-1STFLOOR '2. 4 1F! MEC31AUGOS 06SEPOS 16 !23SEPOSj28SEP05 ~- --~R11 PLUMBINGIMECHANICAL-1STFLOOR
CC-D2S1 FRAME WAlLS ~ 2ND FLOOR ____ - - m_ 1.5._ 2F' FAA -01 SEP050aSEPOS . 1 . ~ 02SEPOS - lo9sEPos till. FRAME WALLS - 2ND FLOOR
t --------- ___u_ ---- -- -- -- -- ----------- -----r--- -----+--- -- ----- ~ -- '- --- -;-- -- -
SW-0172 'FORM/PLACE/STRIPSIDEWALKS&PATIOS- 1 10 SW CON02SEPOS 19SEP05 68 30DECOS'17JAN06 FORMIPLACE/STRlPSIDEWALKS&PATIOS-Slv 1 '"
CC-0331__~R11 ~NDL~L f>:LUMBi~GIM~~HANIC_AL_ u _ ___.~. 2' . m 7 21' MEC !ll7S!=POS u m 1SSEPOS_==16_. 29SEPO~. }7C)CT05 L--.r-- .. "'R11 2ND LEVEL PLUMBINGlMECHANICAL
CC-D261 SETSTE:ELI:l~~-ROOF_____ n _u___, 1 2 .u~F FRA..!09S5f>OS., 12SEJ)()SI6_f20SEP05__j21~EP05 , ~.nETSTEELBEAMS-ROOF
CC-0271 .IN~~ALL_1'RUSSE~~H~!HINGII'"~SCIp,_~1~T 1, ~ 2F F~m~9SEPOS. 21~Ef>0~J 1_J12SEP()S 122~!=POS ' c.......INSTALL TRUSSESlSHEATHINGlFASCIA -1STFLOOR
CC-0291 ll."lSTAL'-.~~~E~l>HEA!I-tI~<>IF!,~C~A~R()_OF 1 8. RF FR!'..!~SEPOS 29~~f>Q.Sm1__i3()SE:f>,<>S_j3.c>SEPOS ,,-INSTALL TRUSSES/SHEATHINGlFASCIA -ROOF
S~107S il~STALL_SITE~Hp,N!lRAILS-SITE:.. 1 4 L s",! ST1-_i20SI:~05_ 23SEPOS 72 _26JANO_6_21J_AN~u_ /'1V _n_ - mm____ ""INSTALL SITE HANDRAILS-SITE
SVV-0173INS!~LPE:R~.E:.NT_FEIllc:IIIl<3..-_~l"E:~_~ 8! SW RANj20SEf>()~_ ~OS~POS___68 i 19JAf\l06__3JJ!,N06 INSTALL PERMANENT FENCING - SI~-u---- - - - -- . ~
CC-D321_ -.t' .R11 E.mL.E:<:;.l'. RICII..Q",! V()_L !.AG. .EIF.. _-'-RE. ALAR........... _fv1.:-1S.. T 2 S, .1 ~ _I, . EL.E. m !. 3.0S. EPO. .~. ...-..;.-06. _OC. TOS. !.,u_.1 .._1. ().3()C'f0._S t' 0.. 70c:TO~ .i !;B....R11 ELECTRlCILOW VOLT AGElFIRE ALARM - 1ST FLOOR
CC-0301 DRY-IN ICE&WATERlMETAL FLASHING - ROOF 1 3' RF ROF30SEPOS i 040CTOS! 4 1070CTOS 11OCTOS ' lfii' -"'DRY-IN ICE&WATER/METAL FLASHING - ROOF
CC-0311- SErEXTERIORDOORSIWINDowsNAPoR:--- 1 S -00' FRA-OOoCTOSJ 130CTO-S r 4--13{)CT05 '190CTOS , !JIIIti?"'SET EXTERIOR DOORSlWINDOWSNAPOR BARRIER
-- - -- :- ---- -- --,-------------------- ----- - -- - -- -~-- - ---- - 1- - --- - -, --- j- ---- -t---- ----- - -- -- -
CC-06S1 jINS!.ALL Sf-II~<3..LES~()()FI~G - ROOF_ _ '! 6 RF f{'OF_.L060<:;!0~_L14.<:>c:T'OS 7 ,1~()0_0S..n~.2~()CTOS-, !'JIIK! -""INSTALL SHINGLES/ROOFING - ROOF
CC-0341 _~ ELEC:1'RICILOW VOLT AGElFIRE ALARM - 2ND 2 3 2F _ ELE.. i070C'f()S_ u~ 11 O~T()S _1. __jJO.OC;'fOS _ .120CTO~_ LlIWRII ELECTRlClLOW VOLT AGElFIRE ALARM - 2ND FLOOR
CC-0361MEP R11INSPECTION 1 00 MUL: 120CTOS i 120CTOS 2 I 14OCTOS i 140CTOS fWMEP R11INSPECTION
~~~~j:}j~~~;iN~~~~~~~U~~=-__-_u~~~~ -:_ i~:-~:~: ~.~ " ~~~~i~F+~~~~r~~_~~~1i~~j6:uk~~~i~: ~'::=:::~:C~~~NG PUNCH
CC-0371 __ eC()Mf>L~'fE_ELECTI~ l>Ef{yl(~EIPEf{_~NE:NT 2.. b_~_oo EL~ T!.30C'fOS _~149~ _3.!l_+ o.8~ECo~_jO~DECOS !fX!L.. - - u_____ "'COMPLETE ELECTIC SERVICE/PERMANENT POWER
CC-0401 !INSTALL TRIM/SOFFIT/SIDING-EXT 1 I 6 . 00 FRA140CTOS ,21OCTOS I 4 i200CT05 i280CTOS ~~INSTALL TRlMlSOFFIT/SIDING-EXT
~E:: - j~~~~:;jc~~J~~~~~~~--r:- : E r~:~{;f~~[-f;~~iir~l~:~l~~~i- ~~~.;A~~~:~~~:::A-T,::::UCTION
CC-0431 HANGDRYWALL-1STFLOOR 2 S 1F! DRW 1210CTOS . 270CTOS i 1004NOVOS .10NOVOS l~u --~HANGDRYWALL-1STFLOOR
1-___ -__________ - -- -- - _-+-___ -----~---------t- _+__ ________1_____________-+________
CC-0441INS.YLATE_~EILIN<3..S.._.!~'T'~LOO"R... . _ ...' 2 1 00: ~NS_,2S()C!0~_L35~CTOSi 1_i260C!OS_i~~e>.~T05 L'WINSULATECEILINGS-1STFLOOR
CC-0661 '1INSTALLSTUCCO-EXT 4 4 00 DRW:240CTOS I 280CTOS~ 4310CTOS ~04NOVOS ~' ~INSTALLSTUCCO-EXT
CC-04S1-HANGDRYWALL- 2ND FLOOR 2. S 21' DRWI260CT05 ". 01 NOVOS ~i -"1 ..... 270CTOS.... 02NOVOS lWWHANG DRYWALL - 2ND FLOOR
~~~-{~~~~1i~:'~~'~~FL.:oR ; i- t-~! ri:ff::~: -I Z~6:-=~ ~:ff~J':,- -I ~;~';,";;- ":~~P ~~;;-.;;s _~~~~..;;; - -'lPAINT EXlERJOR - EXT
CC-0471 : COMPLETE DRYWAlL HANGn 2~3- too !DRW' 07NOVOS .~ 09NOVOS" 1u-T08NOVOS10NOV05ct'1'COMPLETE DRYWALL HANG
) -- -- -- - -- - -------- ------ ---- ----- ------:-- -- - L_ -- -I- -------1------ -- -1-- -- ---, - - -e-
CC-0481,TAPE/TEXTURE/PRIME-1STFLOOR. 2 .8 t1F ..' DRW 10NOVOS I 21 NOVOS 1 j11NOV05 . 22NOVOS /~TAPE/TEXTURE/PRIME-1STFLOOR
CC-O. S01_:: TRIMtHA.N. G._ ir-l.~ TER.IORDOOR. S - .1.S.T.. F....LOOR _ 2 . [-S -.. . ~...1 ~.trIN. T.. -.l 22NOYOS [30...NO.VOS~ _.11-. 10. 9D!=COS ...' 1SD. EGOS L1IIilt.. . -"'TRlMlHANG INTERIOR DOORS - 1ST FLOOR
CC-0491 :TAPE/TEXTURE/PRIME - 2ND FLOOR 2 I 7 . 2F DRW I22NOVOS ! 02DECOS 1 f23NOVOS 10SDECOS ~TAPE/TEXTURE/PRIME. 2ND FLOOR
~~~~:~~ .. t~~~)~~~EF~;~O~~~-F~~~;LO~~-- -} .- L{=~=J-~i:J~~~~~ri~-~D~ci~~~: '~~t~~~~~~~ID6}~~F , LS1=I~:~~:R~::~~:S~2~~O~L:OR
CC-OS31PAlNTINTERIOR-1STFLOOR 2 S 111' . PNT 11SDECOS 21DECOS 1 '16DECOS I 22DEC05 I L'IJIlQ'PAINTINTERlOR-1STFLOOR
CC-OSS1-u~INSTALL FLOORINGIHAADSURFACE-1ST 2 4-ToO-i-FLR--22DEC05 29DECOS. ' . 1-T27DEcos-130DEGOS-l lJII!IU'lNSTALL FLOORINGlHARD SURFACE -1ST FLOOR
~~~~~ - if~~~~c-~J\~ii~~~~~~~ivMILLWORK _ . ~- ~ . :~J16 ~I~}1f~1~~_~j ~~~~~+_~\7 j~~~~.; ~~~::~ . INSTALL CABINETS/SPECIAL TV MILLWORK. 1ST F~::7--- ~ "'PAINT INTERIOR- 2ND FLOOR
CC-OS71 : INSTALL 2ND TRIMS THROUGHOUT 2 4 00: MUL 112JAN06 : 17JAN06: 1 113JAN06 18JAN06 ~INSTALL2NDTRlMSTHROUGHOUT
CC-0581MEP-TRIMS 2 4 00TMlii.!-18JAN06; iiJ.ANOO --1 -mI19JAN06 124JANOO-- l"-MEP TRIMS
CC-DS91 i-SET SPECIAL TV HARWARE 2 3 00 INT -'19JANOO ~ L2iiAN06 1n+20JAN06! 24JAN06 l....SET SPECIAL TV HARWARE
i -- -- t
CC-0601! MEf>..FI~S u2 1 00 MUL24JAN~ 24JAN06 1un_2SJAfII06__;~~!,N06 ,,'Y'MEP FINALS
CC-0611 :CARPET 2 3 00 FLR 12~J~~ 27JAN06_ 1 J26JA.N()6m]OJAN06 _~ ~"'CARPET
CC-0621 TOUCH-UP PAINT 2 I 2 00 PNT !30JAN06 31JAN06 1 :31JAN06 01FEB06 ' /'wTOUCH-UP PAINT
CC-0631 !PREPAREOVVNERiAR,CHITECT PUNCH LIST 1 'm 2 ~_ ~O_~ ECO-;02FEB06 ~j O~FEB06 0 f02FEB~_ .03FE=.B06. PREPARE OWNER/ARCHITECT PUNCHUstY
CC-9990 : TCO INSPECTION 2 2 I 00 ECO 01 FEB06 02FEB06 1 02FEB06 ~ 03FEB06* /\"'TCO INSPECTION
CC-0641 r COMPEL TE OWNER/ARCHITECT PUNCHLlST ... - 1 5 !-OO' RAN 06FEB06u-13FEB06 O~~06FEB06 .. t 13FEB06 COMPEL TE OWNER/ARCHITECT PUNCHLI~
I __ _, _____ _____~ ___+_______J
CC-9998 CO INSPECTION 1 1 I 00 . ECO ,14FEB06 14FEB06 0 14FEB06 : 14FEB06 (YCO INSPECTION
CC-9999 PROJECT COMPLETE 3 o-i-OriTECO-r u --. 14FEBOO--- 0- C . n '14FEBOO; +PROJECT COMPLETE
___ __L I ____u_ ___ _ __________
Sheet 2 of 2