400%
200%
100%
75%
50%
25%
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
LC20-18 RA Nelson
AGREEMENT FOR SERVICES BETWEEN LAKE CREEK VILLAGE LLC AND RA NELSON LLC THIS AGREEMENT (“Agreement”) is effective as of the _________________________________by and between RA Nelson LLC., a limited liability company (hereinafter “Contractor”) and Lake Creek Village, LLC, a Colorado limited liability company (“LCV”). RECITALS WHEREAS, LCV desires to have a new Recycling and Trash Redesign constructed in accordance with drawings provided, which shall include, but not be limited to procurement of labor, materials and equipment necessary for completion per the design scope (the “Project”) and where the services are to occur, for example the county building located at 4923 Lake Creek Village Drive, Edwards, Colorado (the “Property”); and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the Services as defined below in paragraph 1 hereof; and WHEREAS, this Agreement shall govern the relationship between Contractor and LCV in connection with the services. AGREEMENT NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and LCV agree as follows: 1.Services or Work. Contractor agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the services or work described in Exhibit A (“Services” or “Work”) which is attached hereto and incorporated herein by reference. The Services shall be performed in accordance with the provisions and conditions of this Agreement. a.Contractor agrees to furnish the Services no later than July 31, 2021, and in accordance with the schedule established in Exhibit A. If no completion date is specified in Exhibit A, then Contractor agrees to furnish the Services in a timely and expeditious manner consistent with the applicable standard of care. By signing below Contractor represents that it has the expertise and personnel necessary to properly and timely perform the Services. b.In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement shall prevail. 2.LCV’s Representative. The Maintenance Supervisor, William Wright, the Housing Department’s designee shall be Contractor’s contact with respect to this Agreement and performance of the Services. 3.Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to the provisions of paragraph 11 hereof, shall continue in full force and effect through the 31st day of July, 2021. 4.Extension or Modification. This Agreement may be extended for up to three additional one year terms upon written agreement of the parties. Any amendments or modifications shall be in writing signed by both parties. DocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 11/11/2020 LC20-18 2 LCV General Services Final 5/14 No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by LCV for such additional services in accordance with LCV’s internal policies. Accordingly, no course of conduct or dealings between the parties, nor verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that LCV has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by LCV for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor’s rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. 5. Compensation. LCV shall compensate Contractor for the performance of the Services in a sum computed and payable as set forth in Exhibit A. The performance of the Services under this Agreement shall not exceed $642,580.00 for both Phases. Phase 1 for Area A will take place in 2020 for a total of $53,499 and Phase 2 for Areas B and C will begin in March/April of 2021 for a total of $589,081.00 per summary and breakdown in Exhibit A. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by LCV. a. Payment will be made for Services satisfactorily performed within thirty (30) days of receipt of a proper and accurate invoice from Contractor. All invoices shall include detail regarding the hours spent, tasks performed, who performed each task and such other detail as LCV may request. b. If, at any time during the term or after termination or expiration of this Agreement, LCV reasonably determines that any payment made by LCV to Contractor was improper because the Services for which payment was made were not performed as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from LCV, Contractor shall forthwith return such payment(s) to LCV. Upon termination or expiration of this Agreement, unexpended funds advanced by LCV, if any, shall forthwith be returned to LCV. c. LCV will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. d. Notwithstanding anything to the contrary contained in this Agreement, LCV shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefor by LCV in accordance with a budget adopted by the Board of LCV in compliance with the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). e. If the Contractor is delayed at any time in the commencement or progress of the Work by (1) an act or neglect of the Owner or Architect, of an employee of either; (2) by changes ordered in the Work; (3) by Force Majeure events such as, labor disputes, fire, unusual delay in deliveries, unavoidable casualties, adverse weather conditions, or other causes beyond the Contractor’s control, then the Contractor may request an equitable adjustment to the Contract Time. The Contractor may also request an equitable adjustment to the Contract Sum in an amount approved by Owner in its reasonable discretion. 6. Subcontractors. Contractor acknowledges that LCV has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the performance of any of the Services or additional services without LCV’s prior written consent, which may be withheld in LCV’s sole discretion. LCV shall have the right in its reasonable discretion to approve all personnel DocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 3 LCV General Services Final 5/14 assigned to the subject Project during the performance of this Agreement and no personnel to whom LCV has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by LCV and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward LCV. LCV shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 7. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and expense, the following insurance coverage with limits of liability not less than those stated below: a. Types of Insurance. i. Workers’ Compensation insurance as required by law. ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined bodily injury and property damage liability insurance, including coverage for owned, hired, and non-owned vehicles. iii. Commercial General Liability coverage to include premises and operations, personal/advertising injury, products/completed operations, broad form property damage with limits of liability not less than $1,000,000 per occurrence and $1,000,000 aggregate limits. b. Other Requirements. i. The automobile and commercial general liability coverage shall be endorsed to include LCV, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached hereto as Exhibit B. ii. Contractor’s certificates of insurance shall include subcontractors, if any as additional insureds under its policies or Contractor shall furnish to LCV separate certificates and endorsements for each subcontractor. iii. The insurance provisions of this Agreement shall survive expiration or termination hereof. iv. The parties hereto understand and agree that the LCV is relying on, and does not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise available to LCV, its affiliated entities, successors or assigns, its elected officials, employees, agents and volunteers. v. Contractor is not entitled to workers’ compensation benefits except as provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax on any moneys paid pursuant to this Agreement. DocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 4 LCV General Services Final 5/14 8. Indemnification. The Contractor shall indemnify and hold harmless LCV, and any of its officers, agents and employees against any losses, claims, damages or liabilities for which LCV 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 or any of its subcontractors hereunder; and Contractor shall reimburse LCV for reasonable attorney fees and costs, legal and other expenses incurred by LCV 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 LCV to the extent that LCV is liable to such third party for such claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination hereof. 9. Ownership of Documents. All documents (including electronic files) and materials obtained during, purchased or prepared in the performance of the Services shall remain the property of the LCV and are to be delivered to LCV before final payment is made to Contractor or upon earlier termination of this Agreement. 10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv) when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days prior written notice of such change to the other party. LCV: Attention: Kim Williams Lake Creek Village LLC Lake Creek Village Management Office Attn: William Wright 4923 Lake Creek Village Drive Unit 10-101 Edwards, CO 81632 With a copy to: Eagle County Attorney 500 Broadway Post Office Box 850 Eagle, Co 81631 Telephone: 970-328-8685 Facsimile: 970-328-8699 E-mail: atty@eaglecounty.us CONTRACTOR: RA Nelson, LLC: Attn: Mike Cuthbertson 51 Eagle Road #2 P.O. Drawer 5400 Avon, CO 81620 Telephone: 970-949-5152 Facsimile: 970-949-4379 E-mail: mcuthbertson@ranelson.com DocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 5 LCV General Services Final 5/14 11. Termination. LCV may terminate this Agreement, in whole or in part, at any time and for any reason, with or without cause, and without penalty therefor with seven (7) calendar days’ prior written notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide LCV with all documents as defined in paragraph 9 hereof, in such format as LCV shall direct and shall return all LCV owned materials and documents. LCV shall pay Contractor for Services satisfactorily performed to the date of termination. 12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. 13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121. 14. Other Contract Requirements and Contractor Representations. a. Contractor has familiarized itself with the nature and extent of the Services to be provided hereunder and the Property, and with all local conditions, federal, state and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services. b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of the Services. c. To the extent possible, Contractor has correlated the results of such observations, examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement. d. To the extent possible, Contractor has given LCV written notice of all conflicts, errors, or discrepancies. e. Contractor shall be responsible for the completeness and accuracy of the Services and shall correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact that the LCV has accepted or approved the Services shall not relieve Contractor of any of its responsibilities. Contractor shall perform the Services in a skillful, professional and competent manner and in accordance with the standard of care, skill and diligence applicable to contractors performing similar services. Contractor represents and warrants that it has the expertise and personnel necessary to properly perform the Services and shall comply with the highest standards of customer service to the public. Contractor shall provide appropriate supervision to its employees to ensure the Services are performed in accordance with this Agreement. This paragraph shall survive termination of this Agreement. f. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and professional standards, in the performance of this Agreement. Time is of the essence with respect to this Agreement. DocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 6 LCV General Services Final 5/14 g. This Agreement constitutes an agreement for performance of the Services by Contractor as an independent contractor and not as an employee of LCV. Nothing contained in this Agreement shall be deemed to create a relationship of employer-employee, master-servant, partnership, joint venture or any other relationship between LCV and Contractor except that of independent contractor. Contractor shall have no authority to bind LCV. h. Contractor represents and warrants that at all times in the performance of the Services, Contractor shall comply with any and all applicable laws, codes, rules and regulations. i. This Agreement contains the entire agreement between the parties with respect to the subject matter hereof and supersedes all other agreements or understanding between the parties with respect thereto. j. Contractor shall not assign any portion of this Agreement without the prior written consent of the LCV. Any attempt to assign this Agreement without such consent shall be void. k. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties, and not to any third party. l. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. m. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. n. The signatories to this Agreement aver to their knowledge no employee of the LCV has any personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the Services and Contractor shall not employ any person having such known interests. o. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this Agreement. 15. Prohibitions on Government Contracts. As used in this Section 15, the term undocumented individual will refer to those individuals from foreign countries not legally within the United States as set forth in C.R.S. 8-17.5-101, et. seq. If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. 8-17.5-101, et. seq., and this Agreement. By execution of this Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual who will perform under this Agreement and that Contractor will participate in the E-verify Program or other Department of Labor and Employment program (“Department Program”) in order to confirm the eligibility of all employees who are newly hired for employment to perform Services under this Agreement. a. Contractor shall not: i. Knowingly employ or contract with an undocumented individual to perform Services under this Agreement; or DocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 7 LCV General Services Final 5/14 ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an undocumented individual to perform work under the public contract for services. b. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform Services under this Agreement through participation in the E-Verify Program or Department Program, as administered by the United States Department of Homeland Security. Information on applying for the E-verify program can be found at: https://www.uscis.gov/e-verify c. Contractor 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. d. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required to: i. Notify the subcontractor and LCV within three (3) days that Contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented individual; 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 undocumented individual; except that Contractor shall not terminate the contract with the subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented individual. e. Contractor 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). f. If Contractor violates these prohibitions, LCV may terminate the Agreement for breach of contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor shall be liable for actual and consequential damages to LCV as required by law. g. LCV will notify the Colorado Secretary of State if Contractor violates this provision of this Agreement and LCV terminates the Agreement for such breach. [Rest of page intentionally left blank] DocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 8 LCV General Services Final 5/14 IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above. Lake Creek Village LLC By and through Eagle County Housing and Development Authority, its sole member By: _______________________ Kathy Chandler-Henry, Chair Attest: By: _____________________________ Regina O’Brien, Clerk CONTRACTOR: By:________________________________ Print Name:__________________________ Title: ______________________________ DocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 VP MIke Cuthbertson 9 LCV General Services Final 5/14 EXHIBIT A SCOPE OF SERVICES, SCHEDULE, FEES DocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 Sheet # Version Description Date Issued Prepared By A1.0 Bid/Permit Set w/Addendum 1 Updates COVER SHEET 9/30/2020 LKSM Design A1.1 Bid/Permit Set w/Addendum 1 Updates SITE & LANDSCAPE PLANS 9/30/2020 LKSM Design A2.0 Bid/Permit Set w/Addendum 1 Updates PROPOSED FLOOR & ROOF PLANS 9/30/2020 LKSM Design A3.0 Bid/Permit Set w/Addendum 1 Updates PROPOSED BUILDING ELEVATIONS 9/30/2020 LKSM Design A4.0 Bid/Permit Set w/Addendum 1 Updates BUILDING SECTIONS 9/30/2020 LKSM Design A5.0 Bid/Permit Set w/Addendum 1 Updates DETAILS 9/30/2020 LKSM Design C1.0 Bid/Permit Set w/Addendum 1 Updates COVER SHEET 9/30/2020 Alpine Engineering Inc. C2.1 Bid/Permit Set w/Addendum 1 Updates GRADING PLAN ‐ AREA A 9/30/2020 Alpine Engineering Inc. C2.2 Bid/Permit Set w/Addendum 1 Updates GRADING PLAN ‐ AREA B 9/30/2020 Alpine Engineering Inc. C2.3 Bid/Permit Set w/Addendum 1 Updates GRADING PLAN ‐ AREA C 9/30/2020 Alpine Engineering Inc. C3.1 Bid/Permit Set w/Addendum 1 Updates TURNING MOVEMENTS 9/30/2020 Alpine Engineering Inc. C4.1 Bid/Permit Set w/Addendum 1 Updates GRADING DETAILS 9/30/2020 Alpine Engineering Inc. C4.2 Bid/Permit Set w/Addendum 1 Updates EROSION CONTROL DETAILS 9/30/2020 Alpine Engineering Inc. E1.0 Bid/Permit Set w/Addendum 1 Updates ELECTRICAL LEGEND, SPECS, & DETAILS 9/30/2020 Architectural Engineering Consultants, Inc. E1.1 Bid/Permit Set w/Addendum 1 Updates ELECTRICAL ONE‐LINE DIAGRAM SCHEDULES 9/30/2020 Architectural Engineering Consultants, Inc. E1.2 Bid/Permit Set w/Addendum 1 Updates ELECTRICAL PANEL SCHEDULES 9/30/2020 Architectural Engineering Consultants, Inc. E2.0 Bid/Permit Set w/Addendum 1 Updates COMPACTOR POWER & SYSTEMS PLAN 9/30/2020 Architectural Engineering Consultants, Inc. E2.1 Bid/Permit Set w/Addendum 1 Updates TRASH POWER & SYSTEMS PLAN 9/30/2020 Architectural Engineering Consultants, Inc. S1.0 Bid/Permit Set w/Addendum 1 Updates GENERAL NOTES 9/30/2020 Martin/Martin Consulting Engineers S1.1 Bid/Permit Set w/Addendum 1 Updates QA/QC NOTES 9/30/2020 Martin/Martin Consulting Engineers S2.0 Bid/Permit Set w/Addendum 1 Updates FOUNDATION & ROOF PLANS 9/30/2020 Martin/Martin Consulting Engineers S3.0 Bid/Permit Set w/Addendum 1 Updates CONCRETE DETAILS 9/30/2020 Martin/Martin Consulting Engineers S4.0 Bid/Permit Set w/Addendum 1 Updates MASONRY DETAILS 9/30/2020 Martin/Martin Consulting Engineers S5.0 Bid/Permit Set w/Addendum 1 Updates WOOD DETAILS 9/30/2020 Martin/Martin Consulting Engineers Exhibit A List of Plans & Specifications DocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 October 14, 2020 DESCRIPTION TOTAL Direct Cost of Work $42,551 SUBTOTAL $42,551 General Conditions $5,693 SUBTOTAL $48,244 Builder's Risk Insurance By Owner General Liability Insurance (1%)$536 SUBTOTAL $48,780 0.00%Design Contingency By Owner 2.50%Construction Contingency $1,219 SUBTOTAL $49,999 7.00%Overhead/G.C. Construction Fee $3,500 ESTIMATED CONSTRUCTION COST $53,499 1. Add Heat Trace Sensors $4,187 Preconstruction Services Included in the Fee Architectural Design and Engineering Fees By Owner Civil Engineer Design Fees By Owner Structural Engineering Fees By Owner Mechanical / Electrical Engineering Fees By Owner Building Permit Fees By Owner Plan Review Fees By Owner Construction Use Tax By Owner Plan Reproduction Costs By Owner DRB Review Fees By Owner Owner Contingency By Owner OTHER COST CONSIDERATIONS Lake Creek Village Trash Collection - Area A Cost Estimate Summary ALTERNATES Exhibit A Cost BreakdownDocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 Standard Estimate Report Page 1 LCV Trash - Area A Breakout 10/14/2020 8:30 AM Item Description Takeoff Qty Total Unit Cost Amount 001-0000 GENERAL REQUIREMENTS 001-3000 Admin. Requirements 3200 Project Supervision & Administration 0.25 MO 14,620.00 /MO 3,655 3400 Project Coordinator 20.00 HRS 55.00 /HRS 1,100 Ad min. Requirements 4,755 001-5000 Temporary Facilities 5100 Temporary Power & Water Consumption 0.00 NIC Assume use of existing 5400 Field Equipment & Supplies 0.50 MO 250.00 /MO 125 5500 Temporary Sanitary Facilities 1.00 MO 350.00 /MO 350 5700 Telephone / Fax / Modem Charges 0.50 MO 125.00 /MO 63 5800 Temporary Barriers & Signs 1.00 LS 250.00 /LS 250 Temporary Facilities 788 001-7000 Execution Requirements 7100 Postage / UPS / Federal Express 0.50 MO 50.00 /MO 25 7200 Safety / First Aid / OSHA 0.50 MO 250.00 /MO 125 Execution Requirements 150 GENERAL REQUIREMENTS 5,693 002-0000 SITE WORK 002-2000 Site Preparation 2100 Excavator Mobilize / Demobilize 1.00 LS 500.00 /LS 500 2200 Construction Surveying 1.00 LS 1,000.00 /LS 1,000 2300 Geotech Materials Testing 1.00 LS 500.00 /LS 500 2500 AREA A: Site Clearing 1.00 LS 1,294.650 /LS 1,295 2700 AREA A: 4' Construction Fence 233.00 LF 4.00 /LF 932 Site Preparation 4,227 002-4000 Site Earthwork 4100 AREA A: Construct 3' Deep Rock Garden 1.00 LS 8,780.94 /LS 8,781 4100 AREA A: Connect 6" DIP Storm to Rain Garden 1.00 LS 4,111.00 /LS 4,111 4100 AREA A: Concrete Trench Drain Prep 1.00 LS 3,406.41 /LS 3,406 4100 AREA A: Asphalt Patch Back Prep 1.00 LS 1,047.380 /LS 1,047 4100 AREA A: Rock Excavation Allowance 1.00 AL 2,500.00 /AL 2,500 Site Earthwork 19,846 002-7000 Pavement / Curbs 7100 AREA A: Asphalt Mobilization 0.00 NIC Concrete patch 7100 AREA A: 4" Asphalt Patch Back 0.00 NIC Concrete patch 7100 AREA A: T Top Milling at Patch Back 0.00 NIC Concrete patch 002-9000 Landscaping 9100 AREA A: Top Soil Spread 25.00 CY 95.00 /CY 2,375 9100 AREA A: Native Re-Seed 1,920.00 SF 0.30 /SF 576 Exhibit A Cost BreakdownDocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 Standard Estimate Report Page 2 LCV Trash - Area A Breakout 10/14/2020 8:30 AM Item Description Takeoff Qty Total Unit Cost Amount Landscaping 2,951 SITE WORK 27,023 003-0000 CONCRETE 003-3000 Exterior Concrete Slabs 3100 Concrete Patch for 6" DIP 284.00 SF 12.00 /SF 3,408 ILO of Asphalt due to Fall Start Exterior Concrete Slabs 3,408 003-4000 Concrete Specialties 4100 AREA A: 12" Concrete Channel for Trench Drain 14.00 LF 100.00 /LF 1,400 Concrete Specialties 1,400 CONCRETE 4,808 006-0000 WOODS 006-6000 General Labor 6100 General Labor 43.00 HRS 55.00 /HRS 2,365 6200 Weather Conditions 1.00 LS 2,000.00 /LS 2,000 General Labor 4,365 WOODS 4,365 011-0000 EQUIPMENT 011-6000 Tools & Equipment 6500 AREA A: Small Tools 1.00 LS 250.00 /LS 250 Tools & Equipment 250 EQUIPMENT 250 016-0000 ELECTRICAL 016-1000 Electrical Rough & Trim 1100 AREA A: Electrical Rough & Trim 1.00 LS 4,243.16 /LS 4,243 1100 ALT: Provide Heat Trace Sensors 1.00 LS 1,111.860 /LS 1,112 1100 Plans & Permits 1.00 LS 750.00 /LS 750 Electrical Rough & Trim 6,105 ELECTRICAL 6,105 Exhibit A Cost BreakdownDocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 October 14, 2020 DESCRIPTION TOTAL Direct Cost of Work $480,151 SUBTOTAL $480,151 General Conditions $51,068 SUBTOTAL $531,219 Builder's Risk Insurance By Owner General Liability Insurance (1%)$5,897 SUBTOTAL $537,116 0.00%Design Contingency By Owner 2.50%Construction Contingency $13,428 SUBTOTAL $550,543 7.00%Overhead/G.C. Construction Fee $38,538 ESTIMATED CONSTRUCTION COST $589,081 1. Upgrade to Omega 10 Style Fence & Gate System $69 2. Provide Electrical Motor w/ Chain Hoist to Rolling Grates $5,007 Preconstruction Services Included in the Fee Architectural Design and Engineering Fees By Owner Civil Engineer Design Fees By Owner Structural Engineering Fees By Owner Mechanical / Electrical Engineering Fees By Owner Building Permit Fees By Owner Plan Review Fees By Owner Construction Use Tax By Owner Plan Reproduction Costs By Owner DRB Review Fees By Owner Owner Contingency By Owner OTHER COST CONSIDERATIONS Lake Creek Village Trash Collection - Area B & C Cost Estimate Summary ALTERNATES Exhibit A Cost BreakdownDocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 Standard Estimate Report Page 1 LCV Trash - Area B & C Breakout 10/14/2020 8:31 AM Item Description Takeoff Qty Total Unit Cost Amount 001-0000 GENERAL REQUIREMENTS 001-3000 Admin. Requirements 3200 Project Supervision & Administration 2.75 MO 14,620.00 /MO 40,205 3400 Project Coordinator 85.00 HRS 55.00 /HRS 4,675 Ad min. Requirements 44,880 001-5000 Temporary Facilities 5100 Temporary Power & Water Consumption 0.00 NIC Assume use of existing 5400 Field Equipment & Supplies 2.50 MO 250.00 /MO 625 5500 Temporary Sanitary Facilities 2.50 MO 350.00 /MO 875 5600 Dumpster Charges 5.00 EA 575.00 /EA 2,875 5700 Telephone / Fax / Modem Charges 2.50 MO 125.00 /MO 313 5800 Temporary Barriers & Signs 1.00 LS 750.00 /LS 750 Temporary Facilities 5,438 001-7000 Execution Requirements 7100 Postage / UPS / Federal Express 2.50 MO 50.00 /MO 125 7200 Safety / First Aid / OSHA 2.50 MO 250.00 /MO 625 Execution Requirements 750 GENERAL REQUIREMENTS 51,068 002-0000 SITE WORK 002-1000 Demolition & Hazmat 1100 AREA C: Demo Existing Garage Building, Asphalt and Curb & Gutter 1.00 LS 15,261.00 /LS 15,261 Demolition & Hazmat 15,261 002-2000 Site Preparation 2100 Excavator Mobilize / Demobilize 1.00 LS 2,898.00 /LS 2,898 2200 Construction Surveying 1.00 LS 5,250.00 /LS 5,250 2300 Geotech Materials Testing 1.00 LS 1,500.00 /LS 1,500 2500 AREA B: Site Clearing 1.00 LS 1,294.650 /LS 1,295 2500 AREA C: Site Clearing 1.00 LS 1,294.650 /LS 1,295 2700 AREA B: Temp Construction Fence 200.00 LF 7.50 /LF 1,500 2700 AREA C: Temp Construction Fence 393.00 LF 7.50 /LF 2,948 Site Preparation 16,685 002-3000 Building Earthwork 3100 AREA B: Foundation Excavation, Backfill & Compaction 1.00 LS 11,693.00 /LS 11,693 3100 AREA B: Foundation Perimeter Drain 1.00 LS 3,719.00 /LS 3,719 3100 AREA B: Interior SOG Prep 1.00 LS 1,971.27 /LS 1,971 3100 AREA C: Foundation Excavation, Backfill & Compaction 1.00 LS 8,687.00 /LS 8,687 3100 AREA C: Foundation Perimeter Drain 1.00 LS 3,815.00 /LS 3,815 3100 AREA C: Interior SOG Prep 1.00 LS 3,184.00 /LS 3,184 Building Earthwork 33,069 002-4000 Site Earthwork 4100 AREA B: Asphalt Path Prep 1.00 LS 1,092.74 /LS 1,093 Exhibit A Cost BreakdownDocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 Standard Estimate Report Page 2 LCV Trash - Area B & C Breakout 10/14/2020 8:31 AM Item Description Takeoff Qty Total Unit Cost Amount 002-4000 Site Earthwork 4100 AREA B: Rock Excavation Allowance 1.00 AL 3,000.00 /AL 3,000 4100 AREA C: Asphalt Driveway & Pull Off Prep 1.00 LS 6,877.08 /LS 6,877 4100 AREA C: Concrete Curb & Pan Prep 1.00 LS 1,394.00 /LS 1,394 4100 AREA C: Rock Excavation Allowance 1.00 AL 3,000.00 /AL 3,000 Site Earthwork 15,364 002-5000 Utility Extensions 5600 AREA B: Install (2) 2" PVC Electric Conduit 1.00 LS 5,874.00 /LS 5,874 5600 AREA C: Install (2) 2" PVC Electric Conduit 1.00 LS 5,874.00 /LS 5,874 Utility Extensions 11,748 002-7000 Pavement / Curbs 7100 AREA B: 3" Asphalt Path Patch Back 5.00 TNS 205.00 /TNS 1,025 7100 AREA B: T Top Milling at Path 30.00 LF 10.00 /LF 300 7100 AREA B: Asphalt Mobilization 1.00 EA 316.67 /EA 317 7100 AREA C: Asphalt Driveway & Pull Off 64.00 TNS 130.00 /TNS 8,320 7100 AREA C: T Top Milling at Asphalt Driveway & Pull Off 86.00 LF 10.00 /LF 860 7100 AREA C: Asphalt Mobilization 1.00 EA 316.67 /EA 317 Pavement / Curbs 11,138 002-8000 Site Improvements 8500 AREA C: Landscape Island & Boulder Retaining Wall 1.00 LS 6,252.00 /LS 6,252 Site Improvements 6,252 002-9000 Landscaping 9100 AREA B: Top Soil Spread 9.00 CY 95.00 /CY 855 9100 AREA B: Native Re-Seed 722.00 SF 0.30 /SF 217 9100 AREA C: Top Soil Spread 35.00 CY 95.00 /CY 3,325 9100 AREA C: Native Re-Seed 2,835.00 SF 0.30 /SF 851 Landscaping 5,247 SITE WORK 114,764 003-0000 CONCRETE 003-1000 Foundation Ftgs & Walls 1100 AREA B: Foundation Footer 24.40 CY 750.00 /CY 18,300 1100 AREA B: Foundation Wall 8.60 CY 750.00 /CY 6,450 1100 AREA C: Foundation Footer 35.90 CY 750.00 /CY 26,925 1100 AREA C: Foundation Wall 17.30 CY 750.00 /CY 12,975 Foundation Ftgs & Walls 64,650 003-2000 Interior Concrete Slabs 2100 AREA B: 6" Interior Concrete SOG 712.00 SF 10.00 /SF 7,120 2100 AREA C: 6" Interior Concrete SOG 1,051.00 SF 10.00 /SF 10,510 Interior Concrete Slabs 17,630 003-3000 Exterior Concrete Slabs 3100 AREA C: 5" Exterior Concrete SOG 48.00 SF 8.00 /SF 384 Exhibit A Cost BreakdownDocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 Standard Estimate Report Page 3 LCV Trash - Area B & C Breakout 10/14/2020 8:31 AM Item Description Takeoff Qty Total Unit Cost Amount Exterior Concrete Slabs 384 003-4000 Concrete Specialties 4100 AREA B: 5" Concrete Patch at Path 23.00 SF 10.00 /SF 230 4100 AREA C: 6" Concrete Curb 56.00 LF 38.00 /LF 2,128 4100 AREA C: Concrete Pan 365.00 SF 12.00 /SF 4,380 4200 AREA B: Cant Strip at Foundation Wall/Footer 99.00 LF 6.00 /LF 594 4200 AREA C: Cant Strip at Foundation Wall/Footer 118.00 LF 6.00 /LF 708 Concrete Specialties 8,040 CONCRETE 90,704 004-0000 MASONRY 004-2000 Concrete Masonry Units 2100 AREA B: 8" CMU Wall 1,282.00 SF 25.521 /SF 32,718 2100 AREA C: 8" CMU Wall 1,294.00 SF 25.739 /SF 33,306 Concrete Masonry Units 66,024 MASONRY 66,024 005-0000 METALS 005-1000 Structural Steel 1300 AREA B: Misc. Metals/Lintels Allowance 1.00 AL 1,000.00 /AL 1,000 1300 AREA C: Misc. Metals/Lintels Allowance 1.00 AL 1,000.00 /AL 1,000 Structural Steel 2,000 005-5000 Specialty Fabrications 5200 Omega II Fence/Gate 1.00 LS 2,887.80 /LS 2,888 5200 --Install 3.00 EA 500.00 /EA 1,500 Specialty Fabrications 4,388 METALS 6,388 006-0000 WOODS 006-1000 Framing Materials 1100 AREA B: Truss Package 1.00 LS 3,175.33 /LS 3,175 1100 AREA B: Framing Materials 1.00 LS 6,036.93 /LS 6,037 1100 AREA C: Framing Materials 1.00 LS 8,186.03 /LS 8,186 1100 AREA B: Material Contingency 1.00 LS 500.00 /LS 500 1100 AREA C: Truss Package 1.00 LS 3,175.33 /LS 3,175 1100 AREA C: Material Contingency 1.00 LS 500.00 /LS 500 1100 AREA B: Tyvek WRB 209.00 SF 1.25 /SF 261 1100 AREA C: Tyvek WRB 171.00 SF 1.25 /SF 214 Framing Materials 22,049 006-2000 Framing Labor 2100 AREA B Framing Labor 510.00 SF 20.00 /SF 10,200 2100 AREA C: Framing Labor 728.00 SF 25.00 /SF 18,200 Exhibit A Cost BreakdownDocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 Standard Estimate Report Page 4 LCV Trash - Area B & C Breakout 10/14/2020 8:31 AM Item Description Takeoff Qty Total Unit Cost Amount Framing Labor 28,400 006-6000 General Labor 6100 General Labor 215.00 HRS 55.00 /HRS 11,825 6200 Weather Conditions 1.00 LS 8,000.00 /LS 8,000 General Labor 19,825 WOODS 70,274 007-0000 THERMAL & MOISTURE PROT 007-1000 Damp / Waterproofing 1100 AREA B: Foundation Damp / Waterproofing 0.00 NIC None shown on plan 1100 AREA C: Foundation Damp / Waterproofing 0.00 NIC None shown on plan 1400 AREA B: Vapor Barrier 511.00 SF 2.00 /SF 1,022 1400 AREA C: Vapor Barrier 730.00 SF 2.00 /SF 1,460 Damp / Waterproofing 2,482 007-3000 Roofing 3100 AREA B: Asphalt Roofing 700.00 SF 6.051 /SF 4,236 3100 AREA C: Asphalt Roofing 995.00 SF 6.346 /SF 6,314 Roofing 10,550 007-9000 Joint Sealers 9100 AREA B: Caulking & Sealants 510.00 SF 1.25 /SF 638 9100 AREA C: Caulking & Sealants 728.00 SF 1.25 /SF 910 Joint Sealers 1,548 THERMAL & MOISTURE PROT 14,580 008-0000 DOORS AND WINDOWS 008-2000 Doors 2100 HM Doors & Frames 1.00 LS 1,811.52 /LS 1,812 Doors 1,812 008-3000 Specialty Doors 3200 Door Install 3.00 EA 2,000.00 /EA 6,000 3200 Lift Fee 1.00 EA 1,000.00 /EA 1,000 3200 ALT: Operator 3.00 EA 964.41 /EA 2,893 3200 ALT: Operator Install 3.00 EA 500.00 /EA 1,500 3200 AREA B: 10'x14' Overhead Garage Door 1.00 EA 6,297.65 /EA 6,298 3200 AREA C: 12'x14' Overhead Garage Door 1.00 EA 6,877.35 /EA 6,877 3200 AREA C: 12'x8' Overhead Garage Door 1.00 EA 4,479.50 /EA 4,480 3400 AREA C: 3'4"x3'4" Metal Swing Door 0.00 NIC Provided By Owner Specialty Doors 29,048 008-7000 Finish Hardware 7100 Gate Hardware Allowance 1.00 AL 500.00 /AL 500 7100 Rolling Grill Hardware 3.00 INC Exhibit A Cost BreakdownDocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 Standard Estimate Report Page 5 LCV Trash - Area B & C Breakout 10/14/2020 8:31 AM Item Description Takeoff Qty Total Unit Cost Amount 008-7000 Finish Hardware 7100 Door Hardware 1.00 LS 4,447.520 /LS 4,448 Finish Hardware 4,948 DOORS AND WINDOWS 35,807 009-0000 FINISHES 009-9000 Painting 9100 Painting - HM Doors, Frames & Trim 1.00 LS 2,645.00 /LS 2,645 9100 Painting - Exterior CMU Block 1.00 LS 6,780.00 /LS 6,780 9100 Painting - Interior CMU Block 0.00 NIC Assume no finish at interior walls Painting 9,425 FINISHES 9,425 011-0000 EQUIPMENT 011-6000 Tools & Equipment 6100 Hoisting 1.00 LS 1,000.00 /LS 1,000 6500 AREA B: Small Tools 1.00 LS 500.00 /LS 500 6500 AREA C: Small Tools 1.00 LS 500.00 /LS 500 Tools & Equipment 2,000 EQUIPMENT 2,000 013-0000 SPECIAL CONSTRUCTION 013-2000 Specialty Items 2800 AREA B: Solar PV System 1.00 LS 18,970.00 /LS 18,970 2800 AREA B: Solar Interconnection 1.00 LS 475.00 /LS 475 2800 AREA C: Solar PV System 1.00 LS 21,414.00 /LS 21,414 2800 AREA C: Solar Interconnection 1.00 LS 475.00 /LS 475 Specialty Items 41,334 SPECIAL CONSTRUCTION 41,334 016-0000 ELECTRICAL 016-1000 Electrical Rough & Trim 1100 Service Gear 1.00 LS 6,113.20 /LS 6,113 1100 Plans & Permits 1.00 LS 1,340.00 /LS 1,340 1100 ALT: Connection of Rolling Gate Equipment 1.00 LS 180.00 /LS 180 1100 ALT: Provide Heat Trace Sensors for All Buildings 0.00 NIC Existing compactor building only 1100 AREA B: Electrical Rough & Trim 1.00 LS 8,629.49 /LS 8,629 1100 AREA C: Electrical Rough & Trim 1.00 LS 9,516.75 /LS 9,517 Electrical Rough & Trim 25,779 016-3000 Electrical Fixtures 3100 Electrical Fixtures & Penetrations 1.00 LS 3,071.25 /LS 3,071 Exhibit A Cost BreakdownDocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 Standard Estimate Report Page 6 LCV Trash - Area B & C Breakout 10/14/2020 8:31 AM Item Description Takeoff Qty Total Unit Cost Amount Electrical Fixtures 3,071 ELECTRICAL 28,851 Exhibit A Cost BreakdownDocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 10 LCV General Services Final 5/14 EXHIBIT B INSURANCE CERTIFICATE DocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 11/3/2020 Cottingham &Butler Aaron Krogman 800 Main St. Dubuque IA 52001 5635875000 563-583-7339 United Specialty Insurance Company 12537 RANLLC1 Arch Insurance Company 11150RANelsonLLC PHQ Property Services,LLC P.O.Box 5400 Avon CO 81620 The Charter Oak Fire Insurance Company 25615 Travelers Property Casualty Company of America 25674 381293283 B X 2,000,000 X 300,000 10,000 2,000,000 4,000,000 X X ZAPKG6604104 11/1/2020 11/1/2021 4,000,000 B B 2,000,000 X ZACAT6604104 ZAPKG6604104 11/1/2020 11/1/2020 11/1/2021 11/1/2021 D X X 9,000,000ZUP-16N66878-20-NF 11/1/2020 11/1/2021 9,000,000 B XZAWCI660410411/1/2020 11/1/2021 1,000,000 1,000,000 1,000,000 A C C Residential General Liability Property Inland Marine ATN2077050 QT-660-3F705457-COF-20 QT-660-3F705457-COF-20 11/1/2020 11/1/2020 11/1/2020 11/1/2021 11/1/2021 11/1/2021 Occ/Agg Blanket Equipment Rented/Leased Equip $1MM/$2MM $654,653 $1,000,000 Lake Creek Village LLC,its associated or affiliated entities,its successors and assigns,elected officials,employees,agents,and volunteers are additional insured on the General Liability and Auto Liability policies per written contract between the named insured and the certificate holder that requires such a status subject to the terms and conditions of the endorsement attached to the policy. Lake Creek Village,LLC Attention:Kim Williams 500 Broadway PO Box 850 Eagle CO 81631 DocuSign Envelope ID: 0EA47904-1BE0-4C89-877D-DF265300B772