Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC09-187 Fee Construction Agreement R.A. Nelson and ECATr;
i' r ~
COST - PLUS - FEE CONSTRUCTION AGREEMENT BETWEEN EAGLE COUNTY
AIR TERMINAL CORPORATION AND R.A. NELSON
THIS AGREEMENT is made this;~ day of June, 2009, by and between the Eagle
County Air Terminal Corparation, a nonprofit corporation of the State of Colorado
("Corporation" ar"Owner"), and RA Nelson, a company organized and existing by viriue
of the laws of the State of Colarado ("Contractor").
WHEREAS, Corporation desires to expand an existing Women's Restroom, add two
emergency generators and associated transfer equipment conduit and wiring, and relocate
existing downspouts at the Eagle County Regional Airport per the Drawings provided by
Menendez Architects P.C. dated April 16, 2009 (the "Facility"); and
WHEREAS, Contractor is authorized to do business in the State of Colarado, has
experience and expertise necessary to provide said services to Corporation; and
WHEREAS, Corporation and Contractor intend by this Agreement to set forth the scope
of the responsibilities of Contractor in connection with the Project and related terms and
conditions to govern the relationship between Contractor and Corporation in connection
with this Agreement.
NOW, THEREFORE, in consideration of the foregoing premises and the following
promises, Corporation and Contractor agree as follows:
ARTICLE 1 - WORK
1.1 Contractor shall complete all work as specified or indicated in the Contract
Documents. The "Work" is generally described as follows: Provide all labor, tools
materials and services to complete construction of the Facility in accordance the plans
and/or specifications provided by Corporation. This work includes the demolition and
expansion of the existing Women's Restroom, the addition of two emergency generators
and associated switchgear, conduit and wire, and the repair and relocation of the existing
roof drain system.
ARTICLE 2 - CORPORATION'S REPRESENTATIVE
2.1 The project is under the authority of the Eagle County Project Management
Department, the Manager of which, ar his designee, shall be Corporation's Project
Manager with Contractor with respect to the performance of the Work.
ARTICLE 3 - CONTRACT TIME
3.1 This Agreement shall commence upon execution of this Agreement by both
parties and, subject to the provisions of Article 11 hereof, shall continue in full
force and effect until the Work has been completed. Contractor will commence
work within ten (10) days of the Corporation's issuance of a Notice to Proceed
~~~U
~
G:\Capital Projects - Active\Airport - Wmns Rshm and Gen Set\RA NelsonWgreemen[\ECAT Agreement 05.27.09.rtf
1' ~ 1
with Construction Services, which Notice will be issued after Corporation obtains
a building permit from the Town of Gypsum. Once a Notice to Proceed has been
issued, Contractor will use its best efforts to complete the Work in a diligent and
expeditious manner. Corporation anticipates a substantial completion date on or
before August 24, 2009 and final completion of the Work in accordance with
paragraphs 20 and 21 of the General Conditions 7 days after substantial
completion, however, these dates will have to be verified by Contractor once
final scope of work is known and a commencement date is established.
3.2 Owner and Contractor recognize that rime is of the essence of this Agreement
and that Owner will suffer financial loss if Project is not substantially completed
within the time specified in Paragraph 3.1 above, plus any extensions thereof
allowed in accordance with the General Conditions. They also recognize the
delays, expense, and difficulties involved in proving, in a legal or arbitration
proceeding, the actual loss suffered by the Owner if Project is not substantially
completed on time. Accordingly, instead of requiring any such proof, Owner and
Contractor agree that as liquidated damages for delay (but not as a penalty)
Contractor shall pay Owner in accordance with the following:
Late Substantial Completion: $500 per day
(ready for Punchlist)
Late Punchlist Complete: $500 per day
ARTICLE 4 - CONTRACT PRICE
4.1 Corporation shall pay Contractor for the direct Cost of the Wark, which shall be
defined as the costs necessarily incurred in the proper performance of the Work,
including the Labor Costs, Subcontractor Costs, Cost of Materials and Equipment
Incorporated in the Completed Construction, and Cost of Other Materials, Temporary
Facilities and Related Items (subject to any limitations provided elsewhere in the
Contract Documents) plus the Contractor's Fee, which shall be equal to 4.0% of the total
Cost of Work.
4.1.1 Cost of the Work and the Contractor's Fee is not to Exceed: Six Hundred
Eighteen Thousand Nine Hundred Forty Eight Dollars ($618,948.00) ("Not to
Exceed Amount"), subject to additions and deductions by Change Order as
provided in the Contract Documents. Contractor shall prepare a Construction
Cost estimate based on project size, its systems, assemblies, components,
construction type and its location. Contractor shall continually monitor the
cost estimates to assure that the Work remains within the applicable budget
and shall have the responsibility to notify the Corporation within thirty (30)
days of reasonably anticipating the cost will exceed the estimated budget.
4.2. LABOR COSTS shall be defined as wages and hourly rates of employees
employed and directed by Contractor for self-performed work at the site, including
G:\Capital Projects - Active\Aitport - Wmns Rstrm and Gen SeflRA NelsonWgreemen[\ECAT Agreement 05.27.09.rtf 2
~
laborers, supervisors and administrative personnel engaged in the construction,
supervision and coordination of expediting the production, installation or transportation
of materials or equipment required for the work, but only for that portion of time required
for the work. Cost paid or incurred by the Contractor far taxes, insurance, contributions,
assessments and benefits required by law as included in wages and hourly rates.
Contractor Fee or profit shall not be included in hourly rates.
4.3 SUBCONTRACTOR COSTS shall be defined as payxnents made by the
Contractor to Subcontractors in accardance with the requirements of the Subcontracts for
the work performed.
4.4. COST OF MATERIALS AND EQUIPMENT INCORPORATED IN THE
COMPLETED CONSTRUCTION shall be defined as costs, including transportation, of
materials and equipment incorporated or to be incorporated in the completed
construction. Unused material in excess of those actually installed but required to
provide reasonable allowance for waste and for spoilage materials, if any, shall be handed
over to the Corporation at the completion of the Work or, at the Corporation's option,
shall be sold by the Contractor; amounts realized, if any, from such sales shall be credited
to the Corporation as a deduction from the Cost of the Wark.
4.5 COST OF OTHER MATERIALS AND EQUIPMENT, TEMPORARY
FACILITIES AND RELATED ITEMS shall be defined as:
4.5.1 Costs, including transportation, installation, maintenance, dismantling and removal
of materials, supplies, temporary facilities, machinery, equipment, which are
provided by the Contractor at the site and fully consumed in the performance of
the Work; and cost less salvage value on such items if not fully consumed,
whether sold to others or retained by the Contractor (Cost for items previously
used by the Contractar shall mean fair market value);
4.5.2 Rental charges for temporary facilities, machinery, equipment, and hand tools not
customarily owned by the construction workers, which are provided by the
Contractor at the site, whether rented from the Contractor or others, and costs of
transportation, installation, minor repairs and replacements, dismantling and
removal thereof. Rates and quantities of equipment rented shall be subject to the
Corporation's prior approval; and
4.5.3 Costs of the removal of construction debris from the site.
ARTICLE 5 - PAYMENT PROCEDURES
5.1 Contractor shall submit Applications for Payment in accordance with paragraph 18
of the General Conditions. The Contractor shall submit applications for payment and
back-up material (e.g. Subcontractor's invoices, vender statements and receipts) as shall
be reasonably required in accordance with the General Conditions. Applications for
G:\Capital Projects - Ac[iveWicport - Wmns Rstrm and Gen Set\RA NelsonlP.greement\ECAT Agreement 05.27.09.rtf 3
~
Payment will be processed by the Eagle County Project Manager as provided in the
General Conditions
5.2 PROGRESS PAYMENTS: Corporation shall make monthly progress payments
on account of the Contract Price on the basis of Contractor's Applications for Payments
as recommended by the Project Manager, as provided below. All progress payments will
be on the basis of the progress of the work measured by the schedule of values provided
for in paragraph 18 of the General Conditions.
5.2.1 Priar to Substantial Completion, progress payments will be in an amount
equal to:
90% of the work completed until fifty percent (50%) of the work
is performed, after which no additional retainage shall be withheld,
and
90% of materials and equipment not incorporated in the work but
delivered and suitably stored less in each case the aggregate of
payments previously made.
5.2.2 Upon Substantial Completion, CORPORATION shall pay an amount
sufficient to increase total payments to CONTRACTOR to 95% of the
Contract Price, less such amounts as PROJECT MANAGER shall
determine in accordance with paragraphs 18 and 19 of the General
Conditions.
5.3 FINAL PAYMENT: Upon final completion and acceptance in accordance with
paragraphs 20 and 21 of the General Conditions, Corporation shall pay the remainder of
the Contract Price as recommended by Project Manager as provided in said paragraphs
20 and 21. The final payrnent shall not be made until after final settlement of this
contract has been duly advertised at least ten days prior to such final payment by
publication of notice thereof at least twice in a public newspaper of general circulation
published in Eagle County, and the Board of County Commissioners has held a public
hearing, thereupon and complied with C.R.S. § 38-26-107, as amended. Final payment
shall be made in accordance with the requirements of aforesaid statute.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
In order to induce Corporation to enter into this Agreement, Contractor makes the
following representations:
6.1 To the extent possible prior to receiving a final set of plans from Corporation,
Contractor has familiarized himself with the nature and extent of the Contract
Documents, work, locality, and with all local conditions, and federal, state, and local
laws, ordinances, rules and regulations that in any manner affect cost, progress, or
performance of the work.
G:\Capital Projects - Active\Aicport - Wmns Rstim and Gen Set~RA NelsonWgreement\ECAC Agreeme~t 05.27.09.rtf 4
~' t
6.2 To the extent possible, Contractor has studied carefully all reports of
investigations and tests of subsurface and latent physical conditions at the site or
otherwise affecting cost, progress, or performance of the work which were relied upon by
Project Manager in the preparation of the Drawings and Specifications, and which have
been identified in the Supplementary Conditions.
6.3 To the extent possible, Contractor has made, or caused to be made, examinations,
investigations, and tests and studies of such reports and related data in addition to those
referred to in paragraph 6.2 as he deems necessary for the performance of the work at the
Contract Price, within the Contract Time, and in accordance with other terms and
conditions of the Contract Documents; and no additional examinations, investigations,
tests, reports, or similar data are, or will be required by Contractor for such purposes.
6.4 To the extent possible, Contractor has correlated the results of all such
observations, examinations, investigations, tests, reports, and data with the terms and
conditions of the Contract Documents.
6.5 To the extent possible prior to receiving a final set of plans from Corporation,
Contractor has given Project Manager written notice of all conflicts, errors, or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by Project Manager is acceptable to Contractor.
ARTICLE 7 - CONTRACT DOCUMENTS
The contract Documents which comprise the entire Agreement, made a part hereof, and
consist of the following:
71 This Agreement.
7.2 Invitation to Bid.
7.3 Instructions to Bidders.
7.4 Notice of Award, Notice to Proceed.
7.5 General Conditions.
7.6 Drawings, as provided by Menendez Architects P.C.
7.7 Eagle County Regional Airport Women's Restroom Expansion and Addition of
Two Emergency Generators Proposal dated Apri129, 2009.
7.8 Any modification, including Change Orders, duly delivered after execution of
Agreement.
G:\Capital Projects - ActiveWicport - Wmns Rstrm and Gen SeftRA NelsonWgreement\ECAT Agreement 05.27.09.rtf 5
r
7.9 Standard Estimate Report dated May 26, 2009.
There are no Contract Documents other than those listed above in this Article 7. The
Contract Documents may only be altered, amended, or repealed by a Modification (as
defined in Section 1 of the General Conditions).
ARTICLE 8 - MISCELLANEOUS
8.1 No assignment by a party hereto of any rights under, or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically, but without limitation, moneys that may
become due and moneys that are due may not be assigned without such consent (except
to the extent that the effect of this restriction may be limited by law), and unless
specifically stated to the contrary in any written consent to an assignment, no assignment
will release or discharge the assignor from any duty or responsibility under the Contract
Documents.
8.2 Corportstion and Contractor each binds itself, its partners, successors, assigns and
legal representatives to the other party hereto, in respect to all covenants, agreements, and
obligations contained in the Contract Documents.
8.3 Notwithstanding anything to the contrary contained in this Agreement,
Corporation shall have no obligations under this Agreement after, nor shall any payments
be made to Contractor in respect of any period after December 31, 2009 without an
appropriation therefore by Corporation in accordance with a budget adopted by the Board
of County Commissioners in compliance with Article 25, Title 30 of the Colorado
Revised Statutes, the Local Government Budget Law (C.R.S. § 29-1-101 et seq.) and the
TABOR Amendment (Colorado Constitution, Article X, Sec. 20).
8.4 Provision Mandated by C.R.S. § 8-17.5-101 et seq. PROHIBITIONS ON
PUBLIC CONTRACT FOR SERVICES
8.4.1 If Contractor/Consultant has any employees or subcontractors,
Contractor/Consultant shall comply with C.R.S. § 8-17.5-101, et seq., regarding Illegal
Aliens - Public Contracts for Services, and this Contract. By execution of this Contract,
Contractor/Consultant certifies that it does not knowingly employ or contract with an
illegal alien who will perform under this Contract and that Contractor/Consultant will
participate in the E-verify Program or other Department of Labor and Employment
program ("Deparhnent Program") in order to confirm the eligibility of all employees who
are newly hired for employment to perform work under this Contract.
8.4.2 Contractor shall not:
(i) Knowingly employ or contract with an illegal alien to perform
work under this contract for services; or
G:\Capital Projects - Active~P.i~por[ - Wmns Rstrm and Gen SetU2A Nelson~,Agreement\ECAT Agreement 0527.09.rtf 6
z~
(ii) Enter into a contract with a subcontractor that fails to certify to the
Contractor/Consultant that the subcontractor shall not knowingly
employ or contract with an illegal alien to perform work under the
public contract for services.
8.4.3. Contractor/Consultant has confirmed the employment eligibility of all employees
who are newly hired for employment to perform work under this Contract through
participation in the E-verify Program ar Deparhnent Program, as administered by
the United States Deparhnent of Homeland Security. Information on applying for
the E-verify program can be found at:
htt~//www dhs.~ov/xprevprobpro r~ ams/gc 1185221678150.shtm
8.4.4 The Contractor/Consultant shall not use either the E-verify program or other
Department Program procedures to undertake pre-employment screening of job
applicants while the public contract for services is being performed.
8.4.5 If the Contractor/Consultant obtains actual knowledge that a subcontractor
performing work under the public contract for services knowingly employs or contracts
with an illegal alien, the Contractor/Consultant shall be required to:
(i) Notify the subcontractor and the Corporation within three days that
the Contractor/Consultant has actual knowledge that the
subcontractor is employing or contracting with an illegal alien; and
(ii) Terminate the subcontract with the subcontractor if within three
days of receiving the notice required pursuant to subparagraph (i)
of the paragraph (D) the subcontractor does not stop employing or
contracting with the illegal alien; except that the
Contractor/Consultant shall not terminate the contracY with the
subcontractor if during such three days the subcontractor provides
information to establish that the subcontractor has not knowingly
employed or contracted with an illegal alien.
8.4.6 The Contractor/Consultant shall comply with any reasonable request by the
Department of Labor and Employment made in the course of an investigation that the
department is undertaking pursuant to its authority established in C.R.S. § 8-17.5-102(5).
8.4.7 If a Contractor/Consultant violates these prohibitions, the Corporation may
terminate the contract for a breach of the contract. If the contract is so terminated
specifically for a breach of this provision of this Contract, the Contractor/Consultant shall
be liable far actual and consequential damages to the Corporation as required by law.
8.4.8 The Corporation will notify the office of the Colorado Secretary of State if
Contractor/Consultant violates this provision of this Contract and the Corporation
terminates the Contract for such breach.
G:\Capital Projects - Active\Airport - Wmns Rstrm and Gen Set\RA NelsonlAgreement\ECAT Agreement 0527.09.rtf
8.5 ATTORNEY'S FEES: In the event of litigation between the parties hereto
regarding the interpretation of this Agreement, or the obligations, duties or rights of the
parties hereunder, or if suit otherwise is brought to recover damages for breach of this
Agreement, or an action be brought for injunction or specific performance, then and in
such events, the prevailing party shall recover all reasonable costs incurred with regard to
such litigation, including reasonable attorney's fees.
8.6 At all times during the term of this Agreement, Contractor shall maintain insurance
on its own behalf in the minimum amounts required by paragraph 14 of the General
Conditions.
ARTICLE 9- JURISDICTION AND VENUE:
9.1 This Agreement shall be interpreted in accordance with the laws of the State of
Colorado and the parties hereby agree to submit to the jurisdiction of the courts thereof.
Venue shall be in the Fifth Judicial District for the State of Colorado.
ARTICLE 10 - INDEMNIFICATION:
The Contractor shall, to the fullest extent permitted by law, indemnify and hold harmless
Corporation and any of its officers, agents and employees against any losses, claims,
damages or liabilities for which Corporation or any of its officers, agents, or employees
may become subject to, insofar as any such losses, claims, damages or liabilities arise out
of, directly or indirectly, this Agreement, or are based upon any performance or
nonperformance by Contractor hereunder; and Contractor shall reimburse Corporation far
any and all legal and other expenses incurred by Corporation in connection with
investigating or defending any such loss, claim, damage, liability or action. This
indemnification shall not apply to claims by third parties against the Corporation to the
extent that the Corparation is liable to such third party for such claim without regard to
the involvement of the Consultant.
ARTICLE 11 -TERMINATION:
Corporation may terminate this Agreement, in whole or in part, for any reason, at any
time, with or without cause. Any such termination shall be effected by delivery to
Contractor of a written notice of termination specifying the reason and date upon which
termination becomes effective. Upon termination, Contractor shall deliver all redlined
drawings and other illustrations, or documents entirely or partially completed, whether in
electronic form or otherwise, together with all material supplied by Contractor by
Corporation. In such event, Contractor shall be compensated for all Work satisfactorily
completed up to the date of termination, plus Contractor's Fee for such Work. Final
payment will be due within thirty (30) days after Contractor has delivered the last of the
documents or records due the Corporation.
G:\Capital Projects - Active\Airport - Wmns Rs[rm and Gen Set\RA Nelson~.4greement\ECAT Agreement 05.27.09.rtf
ARTICLE 12 - OWNERSHIP OF DOCUMENTS:
All documents (including electronic files) which are obtained during or prepared in the
performance of the Work shall remain the property of the Corporation and are to be
delivered to Corporation before fmal payment is made to Contractor or upon earlier
termination of this Agreement.
ARTICLE 13 - NOTICE
A~ny notice required under this Agreement shall be personally delivered, mailed in the
United States mail, first class postage prepaid, or sent via facsimile provided an original
is also promptly delivered to the appropriate party at the following addresses:
The County: Eagle County Project Management
Ron Siebert, Project Manager
P.O. Box 850
Eagle, Colorado 81631
(970) 328-8881 (p)
(970) 328-8899 (fj
and a copy to: Eagle County Attorney
P.O. Box 850
Eagle, Colorado 81631
(970) 328-8699 ( fl
The Contractor: RA Nelson
Mike Cuthbertson
P.O. Drawer 5400
Avon, CO 81620
(970) 748-7662 (p)
(970) 949-4379 (fj
Notices shall be deemed given on the date of delivery; on the date a FAX is transmitted
and confirmed received or, if transmitted after normal business hours, on the next
business day after transmission, provided that a paper copy is mailed the same date; or
three days after the date of deposit, first class postage prepaid, in an official depositary of
the U.S. Postal Service.
ARTICLE 14 - INDEPENDENT CONTRACTOR
It is expressly acknowledged and understood by the parties hereto that nothing contained
in this Agreement shall result in, ar be construed as establishing, an employment
relationship. Contractor shall be, and shall perform as, an independent contractor. No
technician, agent, subcontractor, employee, or servant of Contractor shall be, or shall be
deemed to be, the employee, agent or servant of Corporation. Contractor shall be solely
and entirely responsible for its acts and for the acts of its technicians, agents, employees,
G:\Capital Projects - Active~P.irport - Wmns Rstrm and Gen Set~RA Nelson~P.greemen[\ECAT Agreement 0527.09.Rf
and servants during the performance of this agreement. Contractor shall not represent,
act, purport to act ar be deemed the agent, representative, employee or servant of
Corporation.
G:\Capital Projects - Active~Ai~pod - Wmns Rstrm and Gen Set\RA Nelson~Agreement\ECAT Agreemen[ 0527.09.rtf l 0
IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate on
this _ day of June, 2009. One counterpart each has been delivered to Corporation,
Contractor and Project Manager. All portions of the Contract Documents have been
signed or identified by Corporation and Contractor, or by Project Manager on their
behalf.
EAGLE COUNTY AIR TERMINAL
CORPORATION, By and Through Its BOARD OF
COUNTY COMMISSIONERS
ATTEST: ~ r'
~ ~04~'`~
to the Boa~d of
Fisher
County Commissioners ''~+w,;w~fiairman
hv~-+ ; i D~~i~
CONTRAC .
By:
Sharon Jo
Vice President
STATE OF Lal o r~d a )
> ss.
COUNTY OF ~t~ I~ )
The faregoing instrument was acknowledged before me by `j~-Y,~/OY~- `-n-~5, this ~~'
day of ~, 2009.
My commission expires: t..e !
~~'l,l~~
Notary P blic
.~~.a.~.
JA~~I~f B. ~1IARD
r~aTa~Y ~uBLic
STATE OF ~(,~LORADO
My Commissior~ ~xpires ~8/06/2011
G:\Capital Projects - Active\Airport - Wmns Rstrm and Gen Set\RA Nelson~Agreement\ECAT Agreement 05.27.09.rtf 1 1
GENERAL CONDITIONS
l. Contractor shall provide and pay for labor, materials, equipment, tools, licenses,
transportation, and other facilities and services necessary for proper execution and
completion of the Work.
2. If Contractor fails to obtain the tax exemption(s) applicable to public works
projects from sales, consumer, use and similar taxes, Contractor shall pay the same.
County will cooperate with Contractor to obtain tax exemption for this project.
3. Contractor shall be responsible for having taken steps reasonably necessary to
ascertain the nature and location of the Work, and the general and local conditions which
can affect the Work or the cost thereof. Any failure by Contractor to do so will not
relieve it from responsibility for successfully performing the Work without additional
expense to the County. County assumes no responsibility for any understanding or
representations concerning conditions made by any of its officers, employees or agents
prior to the execution of this Agreement, unless such understanding or representations are
expressly stated in the Agreement.
4. Before commencing activities, Contractor shall: (1) take field measurements and
verify field conditions; (2) carefully compare this and other information known to
Contractor with the Agreement; and (3) promptly report errors, inconsistencies or
omissions discovered to County.
5. Contractor shall supervise and direct the Work, using Contractor's best skill and
attention. Contractor shall be solely responsible for and have control over construction
means, methods, techniques, sequences and procedures, and for coordinating all portions
of the Work.
6. Contractor, as soon as practicable, shall furnish in writing to the County the
names of subcontractors and suppliers for each portion of the Work.
7. No charge shall be made by Contractor for hindrances or delays from any cause
whatever during the progress of any portion of the Work, unless such hindrance or delay
is caused in whole or in part by acts or omissions within the control of County. In any
event, County may grant an extension of time for the completion of the Work, provided it
is satisfied that delays or hindrances were due to causes outside Contractor's control, e.g.,
weather, or to acts of omission or commission by the County, provided that such
extensions of time shall in no instance exceed the time actually lost to Contractor by
reason of such causes, and provided further that Contractor shall have given County
immediate (as determined by the circumstances, but not exceeding 72 hours) notice in
writing of the cause of the detention or delay.
1
8. Contractor shall deliver, handle, store and install materials in accordance with
manufacturers' instructions.
9. Contractor warrants to County that: (i) materials and equipment furnished under
the Agreement will be new and of good quality; (2) the Work will be free from defects
not inherent in the quality required or permitted; and (3) the Work will conform to the
requirements of the Agreement.
10. Contractor shall comply with and give notices required by all federal, state and
local laws, statutes, ordinances, building codes, rules and regulations applicable to the
Work. If Contractor performs Work knowing it to be contrary to laws, statutes,
ordinances, building codes, rules or regulations without notice to County, Contractor
shall assume full responsibility for such Work and shall bear the attributable costs.
Contractor shall promptly notify County in writing of any conflicts between the
specifications for the Work and such governmental laws, rules and regulations.
11. Contractor shall keep the premises and surrounding area free from accumulation
of debris and trash related to the Work.
12. Contractor shall furnish performance bond and a separate labor and material
payment bond on forms acceptable to the County and Trustee, each in an amount at least
equal to the contract price as security for the faithful performance and payment of all
Contractor's obligations under the contract documents. In the event of any change order
resulting in the performance of additional work in connection with the Project, the
amounts of such bonds shall be increased by an amount equal to the cost of such
additional work or materials or fixtures to be incorporated in the Project. Copies of the
bonds shall be provided to the County, the Corporation, and the Trustee, and shall be
made payable to the County and Trustee. These bonds shall remain in effect at least until
one year after the date of final payment, except as otherwise provided by law. All bonds
shall be executed by such sureties as (a) are licensed to conduct business in the state
where the project is located, and (b) are named in the current list of "Companies Holding
Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable
Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff
Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be
accompanied by a certified copy of the authority to act. If the surety on any bond
furnished by Contractor is declared bankrupt, or becomes insolvent, or its right to do
business is terminated in any state where any part of the project is located, or it ceases to
meet the requirements of clauses (a) and (b) of the preceding paragraph, Contractor shall
within five days thereafter substitute another bond and surety, both of which shall be
acceptable to County and Trustee.
13. Contractor shall be solely responsible for the protection of the Work and material.
Contractor shall have no claim against County because of any damage or loss to the
Work (except that caused by negligence of County or those for whom County is
responsible), and shall be responsible for the complete restoration of damaged Work to its
2
original condition. In the event Contractor's Work is damaged by another party, not
under its supervision or control, Contractor shall make its claim directly with the party
involved. If a conflict or disagreement develops between Contractor and another party
concerning the responsibility for damage or loss to Contractor's Work, such conflict shall
not be cause for delay in Contractor's restoration of the damaged Work.
14. Contractor's Insurance:
A. Contractor shall purchase and maintain such insurance as will protect it
from claims set forth below which may arise out of or result from Contractor's
operations under the contract, whether such operations be by itself, or by any of
its subcontractors, or by anyone directly or indirectly employed by any of them,
or by anyone for whose acts any of them may be liable. All such insurance shall
remain in effect until final payment, and at all times thereafter when Contractor
may be correcting, removing, or replacing defective Work. In addition,
Contractor shall maintain such completed operations insurance for at least one
year after final payment.
B. Insurance coverages shall be as follows:
Claims under Workmen's Compensation, disability benefits, and other similar
employee benefit acts, with coverage and in amounts as required by the laws of
the State of Colorado;
Claims for damage because of bodily injury, occupational sickness or disease, or
death of its employees, and claims insured by usual personal injury liability
coverage;
Claims for damage because of bodily injury, sickness or disease, or death of any
person other than its employees, and claims insured by usual personal injury
liability coverage; and
Claims for damages because of injury to or destruction of tangible property,
including loss of use resulting therefrom.
Contractor's Liability Insurance issued to and covering the liability for damage
imposed by law upon Contractor and each subcontractor with respect to all Work
performed by them under this Agreement.
Contractor's Protective Liability Insurance issued to and covering the liability for
damages imposed by law upon Contractor and each subcontractor with respect to
all Work under this Agreement performed for Contractor by subcontractors.
Completed Operations Liability Insurance issued to and covering the liability for
damage imposed by law upon Contractor and each subcontractor arising between
. ,
the date of final cessation of the Work, and the date of final acceptance thereof
out of that part of the Work performed by each.
Comprehensive Automobile Insurance shall be carried in the amount of
$500,000/$1,000,000 for bodily injury and $500,000 for property damage, each
occurrence. All liability and property damage insurance required hereunder shall
be Comprehensive General and Automobile Bodily Injury and Property Damage
form of policy.
Comprehensive Risk Policy Option: In lieu of the several policies specified for
Contractor's Liability Insurance, a comprehensive liability and property damage
insurance policy inclusive of all the insurance and requirements herein set forth,
subject to the approval of the County, will be permissible.
Insurance covering claims for damages to persons or property required by the
preceding paragraph shall be in the following minimum amounts:
Bodily Injury Liability:
Each Person: $1,000,000
Each Accident or Occurrence: $2,000,000
Property Damage Liability:
Each Accident or Occurrence: $1,000,000
Aggregate: $2,000,000
Insurance shall be placed jointly in the names of the County, the Corporation, the
Trustee, Contractor, and any and all subcontractors, and any and all others obliged
by contract with the County to do Work on this project, and, at the County's
option, any other person or persons whom the County deems to have an insurable
interest in said property, or any part thereof, payable as their several interests may
appear. Any proceeds obtained from insurance provided for by this
paragraph shall be paid to and held by the County as trustee. The County shall
have the right to withhold payment of such proceeds until such time as the Work
destroyed or damaged and covered by such insurance shall be reconstructed and
shall pay such proceeds on an installment basis similar to that provided for by
progress payments covering the original Work.
C. Certificates of Insurance: Certificates of Insurance acceptable to the
County, the Corporation and the Trustee shall be filed with the County, the
Corporation and the Trustee with respect to each contractor and subcontractor
prior to commencement of the Work. These Certificates shall contain provisions
naming the County as an additional insured under Contractor's insurance, as more
fully required by the General Conditions herein, and that coverage afforded under
the policies will not be canceled until at least thirty days prior written notice has
been given the County. Contractor and its subcontractors shall not permit any of
its subcontractors to start Work until all required insurance have been obtained
4
~,
and certificates with the proper endorsements have been filed with the County.
Failure of Contractor to comply with the foregoing insurance requirements shall
in no way waive the County's rights hereunder.
15. The County, at its option, may purchase and maintain such liability insurance as
will protect it against claims which may arise from operations under this contract.
Purchasing and maintaining such insurance, however, wi11 not relieve Contractor from
purchasing and maintaining the insurance hereinbefore specified.
16. Before permitting any of its subcontractors to perform any Work under this
contract, Contractor shall either (a) require each of its subcontractors to procure and
maintain during the life of its subcontracts, Subcontractor's General Liability and
Property Damage Insurance of the types and in the amounts as may be applicable to its
Work, which type and amounts shall be subject to the approval of the County, or (b)
insure the activities of its subcontractors in its own policy.
17. To the fullest extent pertnitted by law, Contractor shall indemnify and hold
harmless County, and Eagle County Board of Commissioners, employees and the agents
of any of them, from and against claims, damages, losses and expenses, including but not
limited to attorneys' fees, arising out of or resulting from performance of the Work,
provided that such claim, damage, loss or expense is attributable to bodily injury,
sickness, disease or death, or to injury to or destruction of tangible property (other than
the Work itsel~ including loss of use resulting therefrom, but only to the extent caused in
whole or in part by negligent acts or omissions of Contractor, a subcontractor, anyone
directly or indirectly employed by them or anyone for whose acts they may be liable.
18. Progress Payments:
Not more often than once a month, Contractor shall submit to County an
application for payment filled out and signed by Contractor covering the work
completed as of the date of the application, and accompanied by such supporting
documentation as County may reasonably require. If payment is requested on the
basis of materials and equipment not incorporated in the work, but .delivered and
suitably stored at the site or at another location agreed to in writing, the
application for payment shall also be accompanied by such data, satisfactory to
County, as will establish County's title to the material and equipment, and protect
County's interest therein, including applicable insurance. Each subsequent
application for payment shall include an affidavit of Contractor stating that all
previous progress payments received on account of the work have been applied to
discharge in full all of Contractor's obligations reflected in prior applications for
payment. The amount of retention with respect to progress payments will be as
stipulated in the Agreement.
County wi11, within ten days after receipt of each application for payment, either
indicate in writing a recommendation of payment, or return the application to
Contractor indicating in writing its reasons for refusing to recommend payment.
5
In the latter case, Contractor may make the necessary corrections and resubmit the
application. County shall, within ten days of recommendation of payment, pay
Contractor the amount recommended.
19. Contractor warrants and guarantees that title to all work, materials, and equipment
covered by any application for payment, whether incorporated in the project or not, will
pass to County at the time of payment free and clear of all liens, claims, security interests,
and encumbrances (in these General Conditions referred to as "Liens").
20. Final Payment:
A. Upon written notice from Contractor that the work is complete, County
will make a final inspection with Contractor, and will notify Contractor in writing
of all particulars in which this inspection reveals that the work is incomplete or
defective. Contractor shall immediately take such measures as are necessary to
remedy such deficiencies.
B. After Contractor has completed all such corrections to the satisfaction of
County, and delivered all maintenance and operating instructions, guarantees,
bonds, certificates of inspection, Contractor may make application for final
payment following the procedure for progress payments. The final application for
payment shall be accompanied by all documentation called for in the contract
documents, and such other data and schedules as County may reasonably require,
together with complete and legally effective releases or waivers (satisfactory to
County) of all liens arising out of, or filed in connection with the work. In lieu
thereof, and as approved by County, Contractor may furnish receipts or releases in
full; an affidavit of Contractor that the releases and receipts include all labor,
services, material, and equipment for which lien could be filed, and that all
payrolls, material, and equipment bills, and other indebtedness connected with the
work, for which County or its property might in any way be responsible, have
been paid or otherwise satisfied; and consent of the surety, if any, to final
payment. If any subcontractor, manufacturer, fabricator, supplier, or distributor
fails to furnish a release or receipt in full, Contractor may furnish a bond or other
collateral satisfactory to County to indemnify County against any lien.
21. Final payment shall not become due until Contractor submits to County releases
and waivers of liens, and data establishing payment or satisfaction of obligations, such as
receipts, claims, security interests or encumbrances arising out of the Work. Final
payment is subject to the Final Settlement requirements and time periods set forth in
C.R.S. §38-26-107.
21.1 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 jurisdiction, 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.
6
21.2. Before the County may advertise, Contractor shall:
A. Deliver to the Eagle County Project Manager for review:
1. All guaranties and warranties;
2. A letter confirming that sales taxes from which the County is
exempt have not been paid;
3. Three (3) complete bound sets of required operations and
maintenance manuals and instructions plus One (1) electronic copy
placed on an archival quality compact disk;
4. Two (2) full size sets of as-built drawings plus One (1) electronic
copy placed on an archival quality compact disk;
5. To the extent not already furnished, one copy of all corrected Shop
Drawings;
6. Satisfactory evidence that all payroll, material bills, and other
indebtedness connected with the Work have been paid or otherwise
satisfied;
7. A complete and final waiver andJor 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;
8. Consent of the surety to final payment; and
9. Any other documents required to be furnished by the Contract
Documents.
B. Demonstrate to the operating personnel of the County the proper operation
and maintenance of all equipment.
21.3. Upon completion of the foregoing, Contractor's Settlement shall be advertised in
accordance with Colorado law. On the date of final settlement thus advertised,
and after Contractor has submitted a written notice that no claims have been filed,
final payment and settlement shall be made in full.
21.4. Pursuant to C.R.S. §38-26-107, if any unpaid claim for labor, materials, rental
machinery, tools, supplies, or equipment is filed before payment in full of all
sums due Contractor, County shall withhold from Contractor sufficient funds to
insure the payment of such claim, until the same shall have been paid or
7
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.
21.5. 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:
A. Unsettled Claims;
B. Faulty or defective work appearing after Completion of the Work;
C. Failure of the Work to comply with the requirements of the Contract
Documents; or
D. Terms of any warranties or special warranties required by the Contract
Documents.
21.6. 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 Contractor
except those previously made in writing and separately identified by Contractor as
unsettled in the final Project Application for Payment.
21.7. 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.
22. Contractor's obligation to perform and complete the Work in accordance with the
contract documents shall be absolute. Neither the recommendation of any progress or
final payment nor the payment by County to Contractor under the contract documents,
nor any use or occupancy of the Work or any part thereof by County, nor any act of
acceptance by County, nor any failure to do so, nor any correction of defective Work by
County shall constitute an acceptance of Work not in accordance with the contract
documents ar a release of Contractor's obligation to perform the Work in accordance with
the contract documents.
23. Any work in accordance with the Contract Documents that the County finds
improper, Contractor will correct said work in a timely manner so as not to delay
completion of the project.
24. If Contractor defaults or neglects to carry out the Work in accordance with the
Agreement and fails within a ten (10) day period after receipt of written notice from the
County to correct such default or neglect with diligence and promptness, the County may,
without prejudice to other remedies, correct such deficiencies and Contractor shall be
responsible for the cost of such correction.
25. Contractor shall be responsible for initiating, maintaining and supervising all
safety precautions and programs, including all those required by law in connection with
performance of the Agreement. Contractor shall promptly remedy damage and loss to
property caused in whole or in part by Contractor, or by anyone for whose acts
Contractor may be liable.
26. Contractor shall promptly correct Work rejected by County as failing to conform
to the requirements of the Agreement and Contractor shall bear the cost of correcting
such rejected Work.
27. Contractor warrants and guarantees to County that all Work will be in accordance
with the Contract Documents and will not be defective. Prompt notice of all defects shall
be given to Contractor. If, within two years after the date of completion, or such longer
period of time as may be prescribed by law, prescribed by the terms of any applicable
warranty given by a materials supplier or required by or a part of the Agreement, any
Work is found to be defective, Contractor shall promptly, without cost to County, and in
accordance with County's written instructions, either correct such defective Work, or, if it
has been rejected by County, remove it from the site, and replace it with non-defective
work. If Contractor does not promptly comply with the terms of such instructions, or in
an emergency where delay would cause serious risk of loss or damage, County may have
the defective Work corrected or the rejected Work removed and replaced, and aIl direct
and indirect costs of such removal and replacement, including compensation for
additional professional services, shall be paid by Contractor.
28. The performance of the Work may be terminated at any time in whole, or from
time to time in part, by County for its convenience. Any such termination shall be
effected by delivery to Contractar of a written notice ("Notice of Termination")
specifying the extent to which performance of the Work is terminated and the date upon
which termination becomes effective. After receipt of a Notice of Termination, and
except as otherwise directed by County, Contractor shall, in good faith, and to the best of
its ability, do all things necessary, in the light of such notice and of such requests in
implementation thereof as County may make, to assure the efficient, proper closeout of
the terminated Work (including the protection of County's property). Among other things,
Contractar shall, except as otherwise directed or approved by County:
A, stop the Work on the date and to the extent specified in the Notice of
Termination;
B. place no further orders or subcontracts for services, equipment or materials
except as may be necessary for completion of such portion of the Work as is not
terminated;
C. terminate all orders and subcontracts to the extent that they relate to the
performance of Work terminated by the Notice of Termination;
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.
B. Contractor will, in all solicitations or advertisements for employees placed by or
on behalf of Contractor, state that all qualified applicants will receive
consideration for employment without regard to race, creed, color, national
origin, sex, marital status, religion, ancestry, mental or physical disability, or
age.
32. 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 Contractor 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 Contractor in the amount of such claims.
11
.L ~
(b) BIDDER has examined the site
performed, the legal requirements
rules, and regulations), and the
performance of the work, and ha:
BIDDER deems necessary;
and locality where the work is to be
(federal, state, and local laws, ordinances,
conditions affecting cost, progress, or
made such independent investigations as
(c) This bid is genuine, and not made in the interest of, or on behalf of, any
undisclosed person, firm, or corporation, and is not submitted in confornuty
with any agreement or rules of any group, association, organization, or
corporation; BIDDER has not, directly or indirectly, induced nor solicited
any other bidder to submit a false or sham bid; BIDDER has not solicited nor
induced any person, firm, or corporation to refrain from bidding; and
BIDDER has not sought by collusion to obtain for himself any advantage over
any other bidder or over OWNER. .
4. The funds appropriated for this project are $500,000. A Cost-Plus-Fee Contract
will be initiated where the OWNER shall pay CONTRACTOR for the direct Cost
of the Work, including the cost of subcontracts, labor and materials and subject to
any limitations provided elsewhere in the Contract Documents. CONTRACTOR
proposes that the OWNER shall pay CONTRACTOR a Fee in current funds as
follows:
This Fee shall compensate Contractor in full for all home office, general, and
administrative overhead expense, small tools, on site secure storage for small
tools, cell phones and radios, vehicles (including fuel, tires and maintenance),
safety equipment and profit. The Fee shall be calculated monthly and be included
in each Application for Payment.
The following is to be based on a Cost of Work of $500,000.
Fee equal to percent of the Cost of the Work ~. a %_ $ Zo~ o 0 0~
Umbrella & General Liability Insurance Rate: /~ 3 %_ $ G~ ~'o a-
Builders Risk Insurance Rate NA %_ $ 0.00
Performance & Payment Bond Rate /• z %_ $ G, o 0 0~
TOTAL = $ 3L~ s~o -
List by Title, Hourly Rate and Estimated Hours of all employees the Contractor
proposes to utilize for self performed work. Overhead may be included in this
Hourly Rate. Profit shall not be included in this Hourly Rate. Owner shall have
the right to receive any and all back up information from Contractor to verify
Profit is not included in this Hourly Rate.
Estimated
Title - Description Hourly Rate Hours TOTAL
f~IL~G 6/JS?PN Ul o r~ M~4f.lfit. $ SS ~ ~p~o $ Zi 20 0~
Pi~~~-r- ~r.ti.~accQ- s~P~.~~-~$ Gr - ~3v $ Z~, ~rn _
C~E2N~t C.~oi2 $ 7j2-' 3~~'{ $ /~, a o~S ~
~D ~
G:\Capital Projects - Active~Airport - Wmns Rstrm and Gen SeflBid Docs~Bid Form 04.07.09.rtf
If BIDDER is:
An Individual
By:
(Individual's Name)
Doing business as:
Business address:
Phone Number:
A Partnership
By:
(Firtn Name)
General Partner:
Business address:
Phone Number:
A Corporation
/2 . +~ _ /tilfi~S on~ ~ ~455 a L! A'T~S ~nl ~ .
(Corparation Name) ~
G%pGo 'r~-p v
(State of Incorporation)
By:
(Person Authorized to Sign) r~~~~-S Sossa ~,a
~~€sifl
(Title)
G:\Capital Projects - ActiveWicport - Wmns Rstrm and Gen Set~Bid Docs~Bid Form 04.07.09.rtf
. ~ ,
$ $
$ $
$ $
BIDDER NOTES AND OR CLARIFICATIONS TO BID:
Attach additional notes and clarifications to this form if more space is needed.
5. BIDDER proposes and agrees that work will be substantially completed within
~a calendar days of start date, OR on or before
, and completed by
BIDDER accepts the provisions of the Agreement as to liquidated damages of
$500/day in the event of failure to complete the work on time.
6. The following documents are attached to and made a condition of this bid:
a) Instructions to bidders
7. Communication concerning this bid shall be addressed to the address of BIDDER
indicated below:
~
R.4 NEc~Sar~ E Asto u f+'-~S A~7tt1 ' T7~t cAsL~~.~7 +F1L
t~o. D~f~~ S"y~oo d~.w - 970 _`/~ /- az.o /
~,~ca,~~L - `hv _ 7y~9 _ 7G.r4 ~
.4V~,c./ ~ co S/.6 2,c G.-n~a~ ~- Z`~cr~n'~'~i'~ /~rl~~so~ , c o~
8. The terms used in this bid which are defined in the General Conditions of the
construction contract included as part of the Contract Documents have the
meanings assigned to them in the General Conditions.
SUBMITTED ON f~PF-i~- 24 ~ , 2009.
G:\Capital Projects - Active~Airport - Wmns Rstrm and Gen Set\Bid Docs~Bid Fotm 04.07.09.rtf
~L ~
(b) BIDDER has examined the site
perfortned, the legal requirements
rules, and regulations), and the
performance of the work, and ha:
BIDDER deems necessary;
and locality where the work is to be
(federal, state, and local laws, ordinances,
conditions affecting cost, progress, or
made such independent investigations as
(c) This bid is genuine, and not made in the interest of, or on behalf of, any
undisclosed person, firm, or corporation, and is not submitted in confornuty
with any agreement or rules of any group, association, organization, or
corporation; BIDDER has not, directly or indirectly, induced nor solicited
any other bidder to submit a false or sham bid; BIDDER has not solicited nor
induced any person, firm, or corporation to refrain from bidding; and
BIDDER has not sought by collusion to obtain for hixnself any advantage over
any other bidder or over OWNER. .
4. The funds appropriated for this project are $500,000. A Cost-Plus-Fee Contract
will be initiated where the OWNER shall pay CONTRACTOR for the direct Cost
of the Work, including the cost of subcontracts, labor and materials and subject to
any limitations provided elsewhere in the Contract Documents. CONTRACTOR
proposes that the OWNER shall pay CONTRACTOR a Fee in current funds as
follows:
This Fee shall compensate Contractor in full for all home office, general, and
administrative overhead expense, small tools, on site secure storage for small
tools, cell phones and radios, vehicles (including fuel, tires and maintenance),
safety equipment and profit. The Fee shall be calculated monthly and be included
in each Application for Payment.
The following is to be based on a Cost of Work of $500,000.
Fee equal to percent of the Cost of the Work ~{. a %_ $?-o, o 00 ~
Umbrella & General Liability Insurance Rate: /~ 3 %_ $ G~ ~'o o-
Builders Risk Insurance Rate NA %_ $ 0.00
Performance & Payment Bond Rate I• z. %_ $ G, o 0 0~
TOTAL = $ 3z~ s'oo -
List by Title, Hourly Rate and Estimated Hours of all employees the Contractor
proposes to utilize for self performed work. Overhead may be included in this
Hourly Rate. Profit shall not be included in this Hourly Rate. Owner shall have
the right to receive any and all back up information from Contractor to verify
Profit is not included in this Hourly Rate.
Estimated
Title - Description Hourly Rate Hours TOTAL
I~iu co~s~ r~-a.~ ~r~,4~c,c.c. $ ss - ~10 $ Z: u~ `
Pnfl~a~r ~~a~ue. ~ s~P~.~~$~ G r- ~3~ $ Z~. 9rn --
CE.vEet~t-s- c.~t6o.2 $ ~~ 3~`f $ //, o o G`"
~ ~
G:\Capital Projects - Active~.A"uport - Wmns Rstrm and Gen Set~Bid Docs~Bid Form 04.07.09.rtf
If BIDDER is:
An Individual
By:
(Individual's Name)
Doing business as:
Business address:
Phone Number:
A Partnershin
By:
(Firm Name)
General Partner:
Business address:
Phone Number:
A Corporation
By:
/2 • ~ . /~Fz~ S D/J ~ .4~55 a L/ A~T~S ~nl ~ .
(Corporation Name) !
C~Go ~-fl v
(State of Incorporation)
(Person Authorized to Sign) ~~~~s sorsa ~
P~sio~
(Title)
G:\Capital Projects - Active~.Airport - Wmns Rstrm and Gen Set~Bid DocslBid Form 04.07.09.rtf
~A '
(CORPORATE SEAL)
Attest:
Business address: ~a v~~~R- s'f~°
f~i/o ~..1 , Lo Q /G ~t.o
PhoneNumber: 97~ - `>'~a - s~ sz
G:\Capital Projects - Active~Auport - Wmns Rstrm and Gen Set~Bid Docs~Bid Form 04.07.09.rtf
~~ i
f~A R.A. N E L S 0 N
/ 1 BUILDING MOUNTAIN RESORT COMMUNITfES
May 26, 2009
Eagle Airport Renovation
Cost Estimate Summary
DESCRIPTION
T~TAL
General Conditions
Direct Construction Costs
SUBTOTAL
Performance & Payment Bond (1.2%)
General Liability Insurance (1.30%)
SUBTOTAL
2.00% Contractor's Contingency
SUBTOTAL
4.00% G.C. Construction Fee
ESTIMATED CONSTRUCTION COST
$56,833
$511,799
$568,632
$6,824
$8,018
5583,473
$11,669
a595,143
$23,806
$618,948
OTHER COST CONSIDERATIONS
Preconstruction Services InGuded in Number
Transient Voltage Surge Suppression (NSS) $7,148.00
Replace CT & Main Sections $5,230.00
Builders Risk Insurance By Owner
Architectural Design and Engineering Fees ~ By Owner
Geotechnical & Materials Testing By Owner
Building Permit Fees By Owner
Plan Review Fees By Owner
Plan Reproduction Costs By Owner
DRB Review Fees By Owner
Communications Service Fees By Owner
Platting & Recordation Fees By Owner
Owner Contingency By Owner
,, „
~`~w R.A. N E L S O N Standard Estimate Report Page 1
/` BUIIDING MOUNTAIN PESORT COMMUNITIES Eagle Airport Renovation 5/27/2009 11:37 AM
Item Description TakeoH Qty Untt Cost Amount
001-0000 GENERAL REQUIREMENTS
001-3000 Admin. Requirements
3100 Project Manager/Superintendent 430.00 HRS 65.00 /HRS 27,950
3200 General Labor 344.00 HR 32.00 /HR 11,008
Admin. Requirements 38,958
001-5000 Temporary Facllltles
5100 Temporary Power Consumption 0.00 NIC
Assumed to be by owner
5200 Temporary Water Consumption 0.00 NIC
Assumed fo be 6y owner
5300 Field Trailer 0.00 NIC
Assumes use of on-site (acilities
5400 Field Office Equipment & Supplies 2.50 MO 650.00 /MO 1,625
5500 Temporary Sanitary Facilities 0.00 NIC
Assumes use of onsite facili6es
5600 Dumpster Charges 3.00 Pull 750.00 /Pull 2,250
5700 Telephone / Fax / Modem Charges 2.50 MO 350.00 /MO 875
5800 Temporery Barriers & Signs 7.00 LS 2,500.00 /LS 2,500
Temporary Facllltles 7,250
001-7000 Executlon Requirements
7100 Postage / UPS / Federal Express 0.00 MO
Included in fee%verhead
7200 Safety / First Aid / OSHA 2.50 MO 1,500.00 /MO 3,750
7300 Mobilize & Demobilize 1.00 LS 2,500.00 /LS 2,500
7400 Construction Photographs 2.50 MO 150.00 /MO 375
7500 Final Cleaning & Window Washing 1.00 LS 1,500.00 /LS 1,500
7800 Warranty Reserve 1.00 LS 2,500.00 /LS 2,500
Execution Requirements 10,625
GENERAL REQUIREMENTS 56,833
002-0000 SITE WORK
002-1000 Demolition 8 Hazmat
1100 Misc Building DemolKion 1.00 LS 3,570.00 /LS 3,570
1100 Demo/Removal of Concrete 1,157.00 SF 3.174 /SF 3,673
Includes saw cutting and dump fees
1100 Saw Cutting of Concrete for Electrical Work 70.00 LF 25.50 /LF 1,785
1100 Saw Cutting for Bollards 108.00 LF 25.50 /LF 2,754
7100 Demo/Saw Cutting for Above Ground Tank Piping 100.00 SF 3.18 /SF 318
1100 Misc Demo/Patch at West Generator 1.00 LS 5,700.00 /LS 5,100
1400 Hazardous Materials/Abatement 0.00 NIC
AsbesfosMazard Material abatement is not inc/uded
Demolttion & Hazmat 17,200
002-2000 Site Preparation
2100 F~ccavator Mobilize / Demobilize 1.00 LS 653.00 /LS 653
Site Preparation 653
002-4000 Site Earthwork
4100 Excavation For Footers 40.00 LF 14.55 /LF 582
4100 Excavation for Bollards 9.00 EA 153.00 /EA 7,377
4300 Slab on Grade Prep 1,157.00 SF 1.33 /SF 1,535
Assumes 4" of 3/4" screened rock
4300 Slab on Grade Prep For ElectricaUPlumbing 100.00 SF 1.33 /SF 133
Assumes 4" of 3/4" screened rock
4400 Underslab Vapor Barrier 1,757.00 SF 2.041 /SF 2,361
Site Earthwork 5,988
002-6000 Drainage and Contalnment
6300 Underground Downspout Piping 110.00 LF 71.73 /LF 1,290
PVC piping assumes 4" (not specified 2)
~ ~~ •
~`~w R.A. N E L S O N Standard Estimate Report Page 2
/\ BUILOING MOUNTAIN RESO0.T COMMUNITIES Eagle Airport Renovafion 5/27/2009 11:37 AM
Item Descrlption Takeoff Qty Unlt Cost Amount
Drainage and Containment 1,280
002-5000 Site Improvements
8300 Bollards 9.00 EA 561.00 /EA 5,049
Site Improvements 5,049
SITE WORK 30,179
003-0000 CONCRETE
003•10UU Foundatlon Ftgs 8 Walls
1100 Concrete Foundation - Footer 3.00 CY 567.00 /CY 1,683
1100 Concrete Foundation - Stem Wall 5.00 CY 561.00 /CY 2,805
Foundation Ftgs 8 Walls 4,488
003-3000 Exterior Concrete Slabs
3100 New Concrete Stoop 31.00 SF 6.13 /SF 190
Assumes B" stoop on grade
3700 Patch/Repair Concrete for Drain/VVall 389.00 SF 16.13 /SF 6,273
Assumes 4" slab on grade
3700 New Concrete Slab at Storage Room 357.00 SF 16.13 /SF 5,660
Assumes 4" slab on grade
3100 Replacement of Concrete at Bathrooms 372.00 SF 16.73 /SF 5,999
Assumes 4" slab on grade
3100 Replacement af Concrete For Electrical Work 300.00 SF 16.73 /SF 4,838
Assumes 4" slab on grade
3100 Replacement of Concrete For Above Ground Tank 100.00 SF . 16.13 /SF 1,613
Assumes 4" slab on grade
3100 Generator Pads 100.00 SF 15.30 /SF 1,530
Assumed 6" with #4 rebar
3100 Pad for Above Ground Tank 40.00 SF 15.30 /SF 612
Assumed 6" with #4 rebar
3100 Concrete Pump 1.00 lS 969.00 /LS 969
Exterior Concrete Slabs 27,684
CONCRETE 32,172
006-0000 WOODS
006•1000 Framing Materials
1100 2x6 E~erior Wall 550.00 LF 0.571 /LF 281
1100 2x4 Interior Wall 975.00 LF 0.36 /LF 348
1100 2x6 Sill Plates 100.00 LF 0.87 /LF 87
1100 2x4 Blocking 125.00 LF 0.36 /LF 45
1100 2x4 Sill Plates 320.00 LF 0.563 /LF 180
1100 2x4 Dropped Ceiling 1,500.00 LF 0.36 /LF 536
1100 (3) 2x6 Column 40.00 LF 0.53 /LF 27
1100 (3) 14" LVL 48.00 LF 5.704 /LF 245
1100 (3) 2x8 Door Framing 108.00 LF 0.66 /LF 71
1100 Misc Backing/Blocking 7.00 LS 306.00 /LS 306
1100 Exterior Wall Sheathing 450.00 SF 0.663 /SF 299
1700 (1) 18" LVL 76.00 LF 7.19 /LF 115
7700 Full Height Blocking Allowance 16.00 LF 7.19 /LF 115
7200 Fastners and Adhesives 1.00 LS 204.00 /LS 204
1200 Misc Metal Plates for Framing Allowance 1.00 LS 2,550.00 /LS 2,550
Framing Materials 5,403
006-2000 Framing Labor
2700 Framing Labor 750.00 SF 8.16 /SF 6,120
2100 Temporary Shoring 9.00 EA 150.00 /EA 1,350
Assumes use of screw jacks
Framing Labor 7,470
006-3000 Finlsh Carpentry Material
3100 Rubber Base - Storage/Janitors Closet 120.00 LF 1.12 /LF 134
4"Rubberbase
!~ ~
~`~w R.A. N E L S O N Standard Estimate Report Page 3
/\ BUILDING MOUNTAIN RESORT COMMUN~TIES Eagle Airport Renovation 5/27/200911:37 AM
O ,,' , :
Item Descriptlon Takeoff Qty Unit Cost Amount
006-3000 Fintsh Carpentry Material
3100 Wood Chair Rail to Match Existing 51.00 LF 5.10 /LF 260
Assumes existing chairrail in terminal is pine
3100 2" Wood Mirror Surtounds 60.00 LF 6.12 /LF 367
Assumes mirror suiround is knotty a/der
Finish Carpentry Material 767
006-4000 Finish Carpentry Labor
4100 Rubber Base - Install 120.00 LF 1.383 /LF 166
4100 Wood Chair Rail - Install 57.00 LF 5.10 /LF 260
4100 Mirror Surround - Install 60.00 LF 6.12 /LF 367
4700 Door Hardware - Install 2.00 EA 204.00 /EA 408
4100 Misc Hardware - Install 26.00 EA 76.50 /EA 1,989
4100 Toilet Partitions - fnstall 9.00 EA 255.00 /EA 2,295
Flnish Carpentry Labor 5,485
WOODS 19,119
007-0000 THERMAL & MOISTURE PROT
007-1000 Damp / Waterprooflng
1100 Foundation Damp/ Waterproofing 175.00 SF 2.551 /SF 447
Damp l Waterprooflng 447
007-2000 Thermal Protl Insulation
2200 Building Insulation - Exterior Wall R-19 450.00 SF 1.801 /SF 811
2200 Sound Attentuation Insulation - Interior Walls 660.00 SF 7.29 /SF 848
2200 Building Insulation - Storage Room Lid R-38 283.00 SF 2.553 /SF 723
Thermal Prot I Insulation 2,381
007-4000 Exterior Wall Assemblles
4100 Stucco-EFFIS 450.00 SF 9.18 /SF 4,131
Exterlor Wall Assemblies 4,131
007-6000 Flashing & Sheetmetal
6100 Flashing & Sheelmetal Trim 1.00 LS 50.00 /LS 50
Flashing 8 Sheetmetal 50
007-7000 Roof Aceessories
7100 Gutters 8 Downspouts 30.00 LF 25.50 /LF 765
Assumes adding full round kynar downspouts and fhat existing gufter does nof need to 6e replaced
7100 Downspout Protection - Steel Plates 3.00 EA 459.00 /EA 1,377
Roof Accessories 2,142
007.9000 Jolnt Sealers
9100 Caulking & Sealants at New Concrete Joints 390.00 LF 3.57 /LF 1,392
Joint Sealers 1,392
THERMAL & MOISTURE PROT 10,543
008-0000 DOORS AND W/NDOWS
008-2000 Doors
2100 Hollow Metal Doors a~d Frames 2.00 EA 511.00 /EA 1,022
Doors 1,022
008-7000 Flnish Hardware
7100 Door Hardware 2.00 FA 561.00 /EA 1,122
Assumes re-use of exis6ng security hardware
Flnish Hardware 1,122
008-8000 Glass 8 Glazing
8300 Mirrors 25.00 SF 11.22 /SF 281
y r~ .
~`~w R.A. N E L S O N Standard Estimate Report Paqe a
/\ BUIl01NG MOUNTAIN RESORT COMMUNITIES Eag/e Airport Renovation 5/27/2009 11:37 AM
Item Description TakeoH Qty Unit Cost Amount
Glass 8 Glazing 281
DOORS AND W/NDOWS 2,425
009-0000 FINISHES
009-2000 Drywall & Gypsum Finishes
2100 Drywall 1,756.00 SF 1.84 /SF 3,223
2100 FRP - Janitor Floor Sink 1.00 LS 229.00 /lS 229
Assumes max of 8'
Drywall 8 Gypsum Finishes 3,452
009-3000 Tlle I Slabs
3100 Ceramic Wall Tile - 5' 6" High 600.00 SF 75.70 /SF 9,419
3100 IntegralCove Base 110.00 LF 7.764/LF 854
Specified Innovative /ntegral Base is a plastic (not tile) cove base
3100 Ceramic Tile Flooring 520.00 SF 14.433 /SF 7,505
3100 Tile Flooring Replacement in Tertninal 130.00 SF 11.223 /SF 7,459
Assumes all replacement tiles provided 6y owner
3100 Tile Base Replacement in Terminal 40.00 LF 3.45 /LF 138
Assumes all replacement tiles provided by owner, also assumes dle will 6e cut to creaf 6ase (not 6ullnosed)
3100 Anti-Fracture Membrane 650.00 SF 1.801 /SF 1,171
Protecto Wrap
3100 Durarock 600.00 SF t.122 /SF 673
3100 Pencil Liner/Bullnose Tile 1.00 LS 553.00 /LS 553
3100 Floor Leveling 783.00 SF 1.02 /SF 799
3500 Quartz Engineered Luggage Shelves 25.00 SF 66.32 /SF 1,658
Assumes only 1 she/f has a 6" apron
3500 Quartz Enginereed Changing Table - 9" Apron 25.00 SF 66.32 /SF 7,658
3500 Quartz Enginereed Countertops - 9" Rounded Apran 53.00 SF 66.321 /SF 3,515
Tile I Slabs 29,402
009-4000 Protection of Flnishes
4100 Protection of Finishes 1.00 LS 2,500.00 /LS 2,500
Protectlon o( Plnlshes 2,500
009-6000 Flooring
6500 Resilient Flooring 283.00 SF 2.30 /SF 650
Assumed to 12x12 VCT
6800 Carpet - Install Only 7.00 LS 551.00 /LS 551
Assumes all carpet 61es to be provided 6y owner (accent and base)
Flooring 1,207
009-8000 Acaustical Treatments
8100 Accoustical Ceiling - Storage Room 283.00 SF 5.10 /SF 7,443
Acoustical Treatments 1,443
009-9000 Painting
9100 Painting - Interior Painting 750.00 SF 4.597 /SF 3,443
9100 Exterior Touch-Up 1.00 LS . 765.00 /LS 765
Assumes sfucco will 6e integral color
Painting 4,208
FINISHES 42,205
010-0000 SPECIALTIES
010-1000 Mlscellaneous Specialties
1800 Misc Signage 1.00 LS 500.00 /LS 500
Miscellaneous Specialties 500
010-8000 7oilet & Bath Aecessorles
8200 Paper Tawel Dispenser/Trash - Allowance 1.00 EA 500.00 /EA 500
Assumes re-use of 1 existing and 1 new
8200 Toilet Seat Cover Dispenser - Allowance 9.00 EA 200.00 /EA 1,800
~`~w R.A. N E L S O N Standard Estimate Report Page 5
I~ ` BUILDING MOVNTAIN RESORT COMMUNITIES Eagle Airport Renovation 5/27/2009 11:37 AM
Item Descriptlon
070-8000 Tailet & Bath Accessories
8200 SanitaryDispenser-Allowance
8200 Toilet Paper Dispenser - Allowance
8200 Vertical Grab Bar(18"?) - Allowance
Per counry plan comments
8200 42" Grab Bar - Allowance
8200 24" Grab Bar - Allowance
8200 Toilet Partitions - Allowance
Toilet & Bath Accessories
SPECIALTIES
011-0000 EQUIPMENT
tat
Takeotf Qty Unit Cost Amount
1.00 EA 250.00 /EA 250
9.00 EA 150.00 /EA 1,350
2.00 EA 50.00 /EA 100
2.00 EA 75.00 /EA 150
2.00 EA 50.00 /EA 100
9.00 EA 1,200.00 /EA 10,800
15,050
15,550
011-6000 Tools & Equlpment
6500 Small Tools
InGuded in /ee
EQUIPMENT
015-0000 MECHANICAL
015-3000 Fire Protection
3100 Fire Protection - Allowance
Fire Protectlon
015-4000 Plumbing and Heating
4100 Plumbing Rough & Trim
4700 Wall Hung Toilet - Allowance
4700 Undermount Sinks - Allowance
4700 Floor Sink - Janitor Room
Plumbing and Heating
015-7000 Alr Dlstrlbution
7200 Mechanical Rough & Trim
Alr Distribution
0.00 LS
0
750.00 SF 4.59 /SF 3,443
3,443
1.00 LS 24,990.00 /LS 24,990
9.00 EA 612.00 /EA 5,508
6.00 EA 357.00 /EA 2,142
1.00 EA 357.00 /EA 357
32,997
1.00 LS 7,650.00 /LS 7,650
7,650
MECHANICAL
016-0000 ELECTRICAL
44,090
016-1000 Electrical Rough & Trim
1100 Generators
1100 UL 2085 Tank
1100 Electrical Rough & Trim
Assumes leaving existing equipment as is
1100 Mechanical Wiring
1200 Heat Tape
Electrical Rough & Trim
016-2000 ElecMcal Service
2100 Electrical Service And Distribution
2200 Temporary Generator
Includes fuel cosfs
Electrical Service
016-4000 LowVoltage
4200 Fire Alarm
4400 Telephone/Data Raceways
Low Voltage
1.00 LS 214,595.00 /LS 214,595
1.00 LS 5,783.00 /LS 5,753
1.00 LS 6,042.00 /LS 6,042
1.00 LS 7,170.00 /LS 1,170
268,00 LF 12.24 /LF 3,280
230,870
1.00 LS 34,043.00 /LS 34,043
1.00 LS 38,337.00 /LS 38,337
72,380
1.00 LS 6,327.00 /LS 6,327
1.00 LS 240.00 /LS 240
6,567
AGENDA
EAGLE COUNTY AIR TERMINAL CORPORATIaN MEETING
June 2, 2009
1. Approval of minutes of January 27, 2009 meeting
2. Approval of minutes of March 24, 2009 meeting
3. Consideration for execution: COST - PLUS - FEE CONSTRUCTION
AGREEMENT BETWEEN EAGLE COUNTY AIR TERMINAL CORPO TION
AND R.A. NELSON
4. New Business
5. Adj ourn
j . ,~ , (~'~~~ ;
;~~~ ~~ ~, ~~f;~''i~lL~l ~:~" ;
~ f ~ ~ i ,
l~ ~~ ~ ~ .~ .
~ ;; /~ -~-~~~~,
~ ~ . '~/' ~' ' l(,~~1~'~~,~~'~ ! ~ ~~~~~'
~ ~ ~ V ~' `,, ~ J , r-~r//
l ; • / ~.. ~ ~ r ~ ~~;1 ~.,~~'L ° ~,' Li L'l~' ~
~c~ t ~`~~~'' '~~~-~~`~ '~
(
~~~ ~ ~~;~
.!,
~ _ ;`,r
~~~~~~€~;vTY~ f ~. oRnn
APP
° ~r3f~~` ~
8y~ Ea le County Attorney's Office
~~~ ~s~ ~rity ~~minissfenare' Af iee
''~<<, .
fw~ R.A. N E L S O N Standard Estimate Report Page s
~` BUItDING MOVNTAIN RE500.T COMMUNITIES Eagle Airport Renovation 5/27/2009 11:37 AM
T
Item Descrtptlon Takeo(f Qty Unit Cost Amount
ELECTRICAL 309,817
017-0000 IND/RECT COSTS
017-1000 Indirect Cost
1050 SIDA Badging Costs - Allowance 35.00 EA 700.00 /EA 3,500
1050 Speciallnspections 0.00 NIC
1090 Preconstruction Services 40.00 HRS 55.00 /HRS 2,200
Indirect Cost 5,700
IND/RECT COSTS 5,700