Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutLC20-18 RA NelsonAGREEMENT 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