Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC87-061 Sterling Paving - AIP Project 3-08-0020-07CONTRACT AGREEMENT
FOR
IMPROVEMENTS TO
EAGLE COUNTY AIRPORT
EAGLE, COLORADO
AIP PROJECT NO. 3-08-0020-07
c$1,61,1�
THIS AGREEMENT made( and entered into this
day of Yh 7 , by and between Eagle
C 9 County Commissioners, he einafter referred to as the
"Sponsor" and STERLING PAVING COMPANY, Second Party, herein-
after referred to as the "Contractor."
WITNESSETH:
Article 1. STATEMENT OF THE WORK. The Contractor
shall furnish all labor and materials and perform all work
for improvements to Eagle County Airport, under AIP Project
No. 3-08-0020-07, in strict accordance with the Plans and
Specifications dated March 9, 1987, prepared by Isbill
Associates, Inc., for improvements to Eagle County Airport.
He shall complete this work within 40 working days from the
effective date of the Notice to Proceed.
Article 2. It is hereby further agreed, that, in consi-
deration of the faithful performance of the. work by the
Contractor, the Sponsor shall pay the Contractor the compen-
sation due him by reason of said faithful performance of the
work, at stated intervals and in the amounts certified by the
Engineer in accordance with the provisions of this Contract.
Article 3. It is hereby further agreed, that, in the
completion of the work and its acceptance by the Sponsor all
sums due the Contractor by reason of his faithful completion
of the work, taking into consideration additions to or
deductions from the contract price by reason of "Force
Account" work authorized under this Contract in accordance
with the provisions of this Contract, will be paid the Con-
tractor by the Sponsor after said completion and acceptance.
Final acceptance cannot be made by the Sponsor until any and
all proper legal advertisements have been made.
Article 4. It is hereby further agreed that any
reference herein to the "Contract" shall include all "Con-
tract Documents" as the same are listed and described in the
Proposal and General Provisions of the Specifications, issued
in connection with the improvements to Eagle County Airport,
under AIP Project No. 3-08-0020-07, and said "Contract Docu-
ments" are hereby made a part of this agreement as fully as
if set out at length herein.
VIII -1
Article 5. Contract Clauses and Requirements for Con-
struction Contracts.
A. General and Labor Clauses for All Construction Contracts
and Subcontracts.
1. Airport Improvement Program Project. The work in
this contract is included in Airport Improvement
Program Project No. 3-08-0020-07 which is being
undertaken and accomplished by the Sponsor in
accordance with the terms and conditions of a grant
agreement between the Sponsor and the United States
under the Airport and Airway Improvement Act of
1982, and FAR Part 152 (14 CFR Part 152), pursuant
to which the United States has agreed to pay a
certain percentage of the costs of the project that
are determined to be allowable project costs under
the Act. The United States is not a party to this
contract and no reference in this contract to the
FAA or any representative thereof, or to any rights
granted to the FAA or any representative thereof,
or the United States, by the contract, makes the
United States a party to this contract.
2. Consent to assignment. The Contractor shall obtain
the prior written consent of the Sponsor to any
proposed assignment of any interest in or part of
this contract.
3. Convict Labor. No convict labor shall be employed
under this contract.
4. Veterans' Preference. In the employment of labor
(except in executive, administrative, and super-
visory positions), preference shall be given to
qualified individuals who have served in the
military service of the United States (as defined
in Section 101 (1) of the Soldiers' and Sailors'
Civil Relief Act of 1940, as amended, 50 App.
U.S.C. 511 (1) and have been honorably discharged
from the service, except that preference may be
given only where that labor is available locally
and is qualified to perform the work to which the
employment relates.
5. Withholding, Sponsor from Contractor. Whether or
not payments or advances to the Sponsor are
withheld or suspended by the FAA, the Sponsor may
withhold or cause to be withheld from the Contrac-
tor so much of the accrued payments or advances as
may be considered necessary to pay laborers and
mechanics employed by the Contractor or any subcon-
tractor on the work the full amount of wages
required by this contract.
VIII -2
6. Non a went of Wages. If the Contractor or any
subcontractor fails to pay any laborer or mechanic
employed or working on the site of the work any of
the wages required by this contract, the Sponsor
may, after written notice to the Contractor, take
such action as may be necessary to cause the
suspension of any further payment or advance of
funds until the violations cease.
7. FAA Inspection and Review. The Contractor shall
allow any authorized representative of the FAA to
inspect and review any work or materials used in
the performance of this contract.
8. Subcontracts. The Contractor shall insert in each
of his subcontracts the provisions contained in
paragraphs 1, 3, 4, 51 6, and 7 of this section and
also a clause requiring the subcontractors to
include these provisions in any lower tier subcon-
tracts which they may enter into, together with a
clause requiring this insertion in any further
subcontracts that may in turn be made.
9. Contract Termination. A breach of paragraphs 6, 7
and may be grounds for termination of the con-
tract.
B. Miscellaneous Clause Requirements for All Construction
Contracts and Subcontracts unless Otherwise Indicated.
During the performance of this contract, the Contractor,
for itself, its assignees and successors in interest
(hereinafter referred to as the "Contractor") agrees as
follows:
1. Compliance with Regulations. The Contractor shall
comply with the Regulations relative to nondiscri-
mination in federally assisted programs of the
Department of Transportation (Title 49, Code of
Federal Regulations, Part 21), as they may be
amended from time to time, (hereinafter referred to
as the Regulations), which are incorporated by
reference and made a part of this contract.
2. Nondiscrimination. The Contractor, with regard to
the work performed by it during the contract, shall
not discriminate on the grounds of race, sex, age,
color, or national origin in the selection and
retention of subcontractors, including procurements
of materials and leases of equipment. The Contrac-
tor shall not participate either directly or in-
directly in the discrimination prohibited by Sec-
tion 21.5 of the Regulations, including employment
VIII -3
practices when the contract covers a program set
forth in Appendix B of the Regulations.
3. Solicitations for Subcontractors including Procure-
ments of Materials ana tqulpment. in ali solicita-
tions either by competitive bidding or negotiation
made by the Contractor for work to be performed
under a subcontract, including procurements of
materials or leases of equipment, each potential
subcontractor or supplier shall be notified by the
Contractor of the Contractor's obligations under
this contract and the Regulations relative to non-
discrimination on the grounds of race, sex, age,
color, or national origin.
4. Information and Reports. The Contractor shall
provide all information and reports required by the
Regulations or directive issued pursuant thereto,
and shall permit access to its books, records,
accounts, other sources of information and its
facilities as may be determined by the Sponsor or
the FAA to be pertinent to ascertain compliance
with such Regulations, orders and instructions.
Where any information required of a Contractor is
in the exclusive possession of another who fails of
refuses to furnish this information, the Contractor
shall so certify to the Sponsor or the FAA as
appropriate, and shall set forth what efforts it
has made to obtain the information.
5. Sanctions for Noncompliance. In the event of the
Contractors noncompliance with the nondiscrimina-
tion provisions of this contract, the Sponsor shall
impose such contract sanctions as it or the FAA may
determine to be appropriate, including, but not
limited to:
a. Withholding of payments to the Contractor
under the contract until the Contractor
complies, and/or
b. Cancellation, termination or suspension of the
contract, in whole or in part.
6. Incor oration of Provisions. The Contractor shall
include the provisions of paragraphs 1 through 5 in
every subcontract, including procurements of para-
graphs 1 through 5 in every subcontract, including
procurements of materials and leases of equipment,
unless exempt by the regulations or directives
issued pursuant thereto. The Contractor shall take
action with respect to any subcontract or procure-
ment as the Sponsor or the Federal Aviation
Administration may direct as a means of enforcing
VIII -4
such provisions including sanctions for noncom-
pliance: Provided, however, that, in the event a
Contractor becomes involved in, or is threatened
with, litigation with a subcontractor or supplier
as a result of such direction, the Contractor may
request the Sponsor to enter into such litigation
to protect the interests of the Sponsor and, in
addition, the Contractor may request the United
States to enter into such litigation to protect the
interests of the United States.
7. Breach of Contract Terms - Sanctions. Any viola-
tion or breach of the terms of this contract on the
part of the Contractor/ subcontractor may result in
the suspension or termination of this contract or
such other action which may be necessary to enforce
the rights of the parties of this agreement. The
terms and conditions of paragraph 80-09 of the
General Provisions of these Contract Documents are
hereby made a part of this agreement as fully as if
set out at length herein.
8. Contract Termination. (For contracts in excess of
This contract may be terminated by the
Sponsor for default or any other conditions crr
circumstances beyond the control of the Contractor.
Termination conditions, the manner by which it will
be effected and the basis for settlement are as
follows:
"In the event that the Sponsor is prohibited from
completing the project because of conditions or
circumstances beyond the control of either the
Sponsor or the Contractor such as, but not limited
to, an Executive Order of the President with
respect to the prosecution of war or in the
interest of national defense or an order of any
State or Federal Court permanently prohibiting the
construction of the project, the Sponsor, acting by
and through its Airport Manager, may terminate the
Contract or portion thereof by giving at least ten
(10) days' written notice thereof to the Contrac-
tor.
When the Contract, or any portion thereof, is
terminated before completion of all items of work
in the Contract, payment will be made for the
actual number of units or items of work completed
at the Contract price. On items or units which are
only partially completed, payment will be made in
proportion to the completed work as determined by
the Engineer in his sole and absolute discretion,
bears to the total bid price. Acceptable
materials, obtained or ordered in the work at the
VIII -5
time of such termination, shall at the option of
the Sponsor be purchased from the Contractor at
actual cost as shown by receipted bills and actual
cost records at the point of delivery.
The intent of this provision is to provide a
method of equitable settlement with the Contractor
in the event of termination of the Contract
because of conditions or circumstances beyond the
control of either party. Loss of anticipated
profits shall not be considered. It is also the
intent of this provision that a settlement for the
work performed shall not relieve the Contractor or
his surety from responsibility for defective work
and/or materials on the completed portion of the
work, nor for labor and materials as expressed in
the surety bond or bonds. The Airport Manager or
his authorized representatives shall be given full
access to all books, correspondence and papers of
the Contractor relating to this Contract in order
to determine the amounts to be paid on account of
the termination of the Contract."
9. Rights to Inventions - Materials. (For contracts
or agreements invo ling imported products,
processes, methods, etc.) All rights to inventions
and materials generated under this contract are
subject to regulations issued by the FAA and the
recipient of the Federal grant under which this
contract is executed. Information regarding these
rights is available from the FAA and the Sponsor.
C. Access to Documents, Records, etc.
1. For All Cost -reimbursement Type of Contracts.
The Sponsor, the Administrator of the FAA and the
Comptroller General of the United States or an
authorized representative of either shall be
allowed access to the Contractor's records which
are pertinent to the contract for the purpose of
accounting and audit.
2. For All Negotiated Contracts in Excess of $10,000.
The Sponsor, the FAA, the Comptroller General of
the United States, or any of their duly authorized
representatives, shall be allowed access to any
books, documents, papers and records of the
Contractor which are directly pertinent to an AIP
project(s) for the purpose of making audit, exami-
nation, excerpts and transcriptions.
VIII -6
0
J
D. Labor Contract Clauses for All Construction Contracts and
Subcontracts in Excess of $2,006.
1. Minimum Wages.
a. All mechanics and laborers employed or working
upon the site of the work will be paid uncon-
ditionally and not less often than once a
week, and without subsequent deduction or
rebate on any account (except such payroll
deductions as are permitted by regulations
issued by the Secretary of Labor under the
Copeland Act (29 CFR Part 3), the full amounts
due at time of payment computed at wage rates
not less than those contained in the wage
determination decision(s) of the Secretary of
Labor which is (are) attached hereto and made
a part hereof, regardless of any contractual
relationship which may be alleged to exist
between the contractor and such laborers and
mechanics; and the wage determination
decision(s) shall be posted by the Contractor
s at the site of the work in a prominent place
where it (they) can be easily seen by the
workers. For the purpose of this paragraph,
contributions made or costs reasonably antici-
pated under section 1 (b) (2) of the Davis -
Bacon Act on behalf of laborers or mechanics
are considered wages paid to such laborers or
mechanics, subject to the provision of subpar-
agraph d below. Also for the purpose of this
paragraph, regular contributions made or costs
incurred for more than a weekly period under
plans funds, or programs, but covering the
particular weekly period, are deemed to be
constructively made or incurred during such
weekly period. (20 CFR 5.5(a)(1)(i)).
b. Any class of laborers or mechanics, including
apprentices and trainees, which is not listed
in the wage determinations) and which is to
be employed under the contract, shall be clas-
sified or reclassified conformably to the wage
determination (s), and a report of the action
taken shall be sent by the Sponsor to the FAA
for approval and transmittal to the Secretary
of Labor. In the event the interested parties
cannot agree on the proper classification or
reclassification of a particular class of
laborers and mechanics, including apprentices
and trainees, to be used, the question accom-
panied by the recommendation of the FAA shall
be referred to the Secretary of Labor for
final determination. (29 CFR 5.5(a)(1)(iii)).
VIII -7
C. Whenever the minimum wage rate prescribed in
the contract for a class of laborers or
mechanics includes a fringe benefit which is
not expressed as an hourly wage rate and the
Contractor is obligated to pay a cash equiva-
lent of such a fringe benefits, an hourly cash
equivalent thereof shall be established. In
the event the interested parties cannot agree
upon a cash equivalent of the fringe benefit,
the question, accompanied by the recommenda-
tion of the FAA shall be referred to the
Secretary of Labor for determination. (29 CFR
5.5 (a) (1) (iii) ) .
d. If the Contractor does not make payments to a
trustee or other third person, he may consider
as part of the wages of any laborer or
mechanic the amount of any costs reasonably
anticipated in providing benefits under a plan
or program of a type expressly listed in the
wage determination decision of the Secretary
of Labor which is a part of this contract:
Provided, however, the Secretary of Labor has
found, upon the written request of the
Contractor, that the applicable standards of
the Davis -Bacon Act have been met. The
Secretary of Labor may require the Contractor
to set aside in a separate account assets for
the meeting of obligations under the plan or
program. (29 CFR 5.5 (a) (1) (iv)) .
2. Withholding: FAA From Sponsor. Pursuant to the
terms of the grant agreement between the United
States and the Sponsor, relating to AIP Project No.
3-08-0020-07 and Part 152 of the Federal Aviation
Regulations (14 CFR Part 152), the FAA may withhold
or cause to be withheld from the Sponsor so much of
the accrued payments or advances as may be con-
sidered necessary to pay laborers and mechanics,
including apprentices and trainees, employed by the
Contractor or any subcontractor on the work the
full amount of wages required by this contract. In
the event of failure to pay any laborer or mecha-
nics, including apprentices or trainees, employed
or working on the site of the work, all or part of
the wages required by the contract, the FAA may,
after written notice to the Sponsor, take such
action as may be necessary to cause the suspension
of any further payment, or advance of funds, until
such violations have ceased.
VIII -8
3. Payrolls and Basic Records.
a. Payrolls and basic records relating thereto
will be maintained during the course of the
work and preserved for a period of three years
thereafter for all laborers and mechanics
working at the site of the work. Such records
will contain the name and address of each such
employee, his correct classification, rates of
pay (including rates of contributions or costs
anticipated of the types described in section
1(b) (2) of the Davis -Bacon Act), daily and
weekly number of hours worked, deductions made
and actual wages paid. Whenever the Secretary
of Labor has found under 29 CFR 5.5(a) (1)
(iv) (see paragraph d of paragraph 1 above),
that the wages of any laborer or mechanic
include the amount of any costs reasonably
anticipated in providing benefits under a plan
or program described in section 1(b) (2) (B)
of the Davis -Bacon Act, the Contractor shall
maintain records which show that the plan or
program has been communicated in writing to -
the laborers or mechanics affected, and that
the records show the costs anticipated or the
actual cost incurred in providing such
benefits. (29 CFR 5.5(2)(3)(i)).
b. The Contractor will submit weekly a copy of
all payrolls to the Sponsor for availability
to the FAA as required by paragraph 152.59 (a)
of the Federal Aviation Regulations. The copy
shall be accompanied by a statement signed by
the employer or his agent indicating that the
payrolls are correct and complete, that the
wage rates contained therein are not less than
those determined by the Secretary of Labor and
that the classifications set forth for each
laborer or mechanic conform with the work he
performed. A submission of "Weekly Statement
of Compliance which is required under this
contract and*the Copeland regulations of the
Secretary of Labor (29 CFR, Part 3) and the
filing of the initial payroll or any subse-
quent payroll of a copy of any findings by the
Secretary of Labor under 29 CFR 5.5 (a) (1)
(iv) (see subparagraph d of paragraph 1 above)
shall satisfy this requirement. The prime
Contractor shall be responsible for the su-
bmission of copies of payrolls of all sub-
contractors. The Contractor will make the
records required under the labor standards
clauses of the contract available for inspec-
tion by authorized representatives of the FAA
VIII -9
and the Department of Labor, and will permit
such representatives to interview employees
during working hours on the job. Contractors
employing apprentices or trainees under
approved programs shall include a notation on
the first weekly certified payrolls submitted
to the Sponsor for availability to the FAA,
that their employment is pursuant to an
approved program and shall identify the
program. (29 CFR 5.5(a)(3)(ii)).
4. Apprentices and Trainees.
a. Apprentices. Apprentices will be permitted to
work at less than the predetermined rate for
the work they performed when they are employed
and individually registered in a bona fide
apprenticeship program registered with the
U.S. Department of Labor, Manpower Administra-
tion, Bureau of Apprenticeship and Training
or, with a State Apprenticeship Agency recog-
nized by the Bureau, or if a person is
employed in his first 90 -days of probationary
employment as an apprentice in such an appren-
ticeship program, who is not individually
registered in the program, but who has been
certified by the Bureau of Apprenticeship and
Training or a State Apprenticeship Agency
(where appropriate) to be eligible for proba-
tionary employment as an apprentice. The
allowable ratio of apprentices to journeymen
in any craft classification shall not be
greater than the ratio permitted to the Con-
tractor as to his entire work force under the
registered program. Any employee listed on a
payroll at an apprentice wage rate, who is not
a trainee as defined in subparagraph b of this
paragraph or is not registered or otherwise
employed as stated above, shall be paid the
wage rate determined by the Secretary of Labor
for the classification of work he actually
performed. The Contractor or subcontractor
will be required to furnish to the Sponsor
written evidence'of the registration of his
program and apprentices as well as of the
appropriate ratios and wage rates (expressed
in percentages of the journeymen hourly
rates), for the area of construction prior to
using any apprentices on the contract work.
The wage rate paid apprentices shall be not
less than the appropriate percentage of the
journeymen's rate contained in the applicable
wage determination. (29 CFR 5.5(a)(4)(i)).
VIII -10
M
b. Trainees. Except as provided in 29 CFR 5.15
trainees will not be permitted to work at less
than the predetermined rate for the work
performed unless they are employed pursuant to
and individually registered in a program which
has received prior approval, evidenced by
formal certification, by the U.S. Department
of Labor, Employment and Training Administra-
tion, Bureau of Apprenticeship and Training.
The ratio of trainees to journeymen shall not
be greater than that permitted under the plan
approved by the Bureau of Apprenticeship and
Training. Every trainee must be paid at not
less than the rate specified in the approved
program for his level of progress. Any
employee listed on the payroll at a trainee
rate and not registered and participating in a
training plan approved by the Bureau of
Apprenticeship and Training shall be paid not
less than the wage rate determined by the
Secretary of Labor for the classification of
work he actually performed. The Contractor or
subcontractor will be required to furnish the
Sponsor or a representative of the Wage -Hour
Division of the U.S. Department of Labor
written evidence of the certification of his
program, the registration of the trainees, and
the ratios and wage rates prescribed in that
programa In the event the Bureau of Appren-
ticeship and Training withdraws approval of a
training program, the Contractor will no
longer be permitted to utilize trainees at
less than the applicable predetermined rate
for the work performed until an acceptable
program is approved. (29 CFR Part
5.5(a)(4)(ii)).
C. E ual employment opportunity. The utilization
of apprentices, trainees and journeymen under
this paragraph shall be in conformity with the
equal employment opportunity requirements of
Executive Order 11246, as amended, and 29 CFR
Part 30. (20 CPR 5.5(a)(4)(iii)).
d. Application of 29 CPR Part 5.5 (a) (4). On
contracts in excess of the employment
of all apprentices and trainees as defined in
29 CFR 5.2 (c) shall be subject to the
provisions of 29 CPR Part 5.5 (a)(4) (see
paragraph D.4(a), (b), and (c) above).
5. Enforcement.
a. The FAA shall promulgate the necessary regula-
tions or procedures, for federally assisted
construction programs for which it does not
contract directly, necessary to insure that
contracts contain the provisions herein or
such modifications thereof which have been
approved by the Department of Labor. No
payment, advance, grant, loan, or guarantee of
funds shall be approved by the FAA after the
beginning of construction unless there is on
file with the FAA a certification by the
Contractor that he and his subcontractors have
complied or that there is substantial dispute
with respect to the required provisions. (29
CFR 5.6 (a) (1)) .
b. Enforcement activities, including the investi-
gation of complaints of violations, to insure
compliance with the requirements of these
provisions, shall be the primary duty of the
FAA. The Department of Labor will coordinate
its efforts with the FAA, as may be necessary
to ensure consistent enforcement of the
requirements of these provisions. Enforcement
of these provisions shall be in accordance
with 29 CFR 5.6.
6. Compliance with Copeland Regulations. The Contrac-
tor shall comply with the Copeland Regulations (29
CFR Part 3) of the Secretary of Labor which are
herein incorporated by reference. (29 CFR
5.5(a)(5)).
7. Overtime Requirements. No Contractor or subcon-
tractor contracting for any part of the contract
work which may require or involve the employment of
laborers or mechanics shall require or permit any
laborer or mechanic, in any workweek in which he is
employed on such work, to work in excess of 40 -
hours in such workweek, unless such laborer or
mechanic receives compensation at a rate not less
than one and one-half times his basic rate of pay
for all hours worked in excess of 40 -hours in such
workweek, as the case may be. (20 CFR 5.5 (c) (1)) .
Effective January 1, 1986, there is no longer the
requirement for compensation at a rate not less
than 1-1/2 times the basic rate for work in excess
of 8 hours in any calendar day (P.L. 99-145),
unless obligated to pay daily overtime compensation
pursuant to state or local laws, collective
bargaining agreements, or employment contracts.
VIII -12
8. Violations, Liability for Unpaid Wages, Liquidated
Damages. In the event of any violation of para-
graph 7 (Overtime Requirements) , of this section,
the Contractor and any subcontractor responsible
therefore shall be liable to any affected employee
for his unpaid wages. In addition, such Contractor
and subcontractor shall be liable to the United
States for liquidated damages. Such liquidated
damages shall be computed, with respect to each
individual laborer or mechanic including watchmen
and guards employed in violation of said paragraph
7 of this section, in the sum of $10 for each
calendar day as determined by the Department of
Labor which such employee was required or permitted
to work in excess of the standard workweek of 40
hours without payment of the overtime wages
required by said paragraph 7 of this section. (29
CFR 5.5 (a) (2)) .
9. Withholding for Unpaid Wages and Liquidated Damages,
and Priority of Payment.
a. The FAA may withhold or cause to be withheld,
from any monies payable on account of work
performed by the Contractor or subcontractor,
such sums as may administratively be deter-
mined to be necessary to satisfy any liabili-
ties of such Contractor or subcontractor for
unpaid wages and liquidated damages as
provided in paragraph 8 of this section. (29
CFR 5.5(c) (3)).
b. In the event of failure or refusal of the
Contractor or any subcontractor to comply with
overtime pay requirements of the Contract Work
Hours and Safety Standards Act, if the funds
withheld by the FAA for the violations are not
sufficient to pay fully both the unpaid wages
due laborers and mechanics and the liquidated
damages due the United States, the available
funds shall be used first to compensate the
laborers and mechanics for the wages to which
they are entitled (or an equitable portion
thereof when the funds are not adequate for
this purpose); and the balance, if any,shall
be used for the payment of liquidated damages.
(29 CFR 5.14(d)(2)).
10. Working Conditions. No Contractor may require any
laborer or mechanic employed in the performance of
any contract to work in surroundings or under work-
ing conditions that are unsanitary, hazardous, or
dangerous to his health or safety as determined
under construction safety and health standards (29
CFR Part 1926) and other occupational and health
VIII -13
standards (29 CFR Part 1910) issued by the Depart-
ment of Labor, and promulgated by the contract Work
Hours and Safety Standards Act (83 STAT.96) .
11. Subcontracts. The Contractor will insert in each
of his subcontracts the clauses contained in para-
graphs 1 through 12 of this section, and also a
clause requiring the subcontractors to include
these provisions in any lower tier subcontracts
which they may enter into, together with a clause
requiring this insertion in any further subcon-
tracts that may in turn be made. (29 CFR
5.5(a)(6), (5.5(c)(4)).
12. Contract Termination: Debarment. A breach of
paragraph 1, 2, 3, 5, 6, or 11 may be grounds for
termination of the contract, and for debarment as
provided in paragraph 5.6 of the Regulations of the
Secretary of Labor as codified in 29 CFR 5.6 (29
CFR 5.5 (a) (7)) .
Equal Employment Opportunity Clause for All Construction
Contracts and Subcontracts Exceeding $10,000. During
the performance of this Contract, the Contractor agrees
as follows, except any contracts/ subcontracts (or certi-
fications preliminary thereto) with a state or local
government or any agency, instrumentality or subdivision
of such governments which does not participate in work
on or under the Contract or subcontract).
1. The Contractor will not discriminate against any
employee or applicant for employment because of
race, color, religion, sex, age, or national
origin. Such action shall include, but not be
limited to the following: employment, upgrading,
demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for
training including apprenticeship. The Contractor
agrees to post in conspicuous places, available to
employees and applicants for employment, notices to
be provided setting forth the provisions of this
nondiscrimination clause.
2. The Contractor will, in all solicitations or adver-
tisements for employees placed by or on behalf of
the Contractor, state that all qualified applicants
will receive consideration for employment without
regard to race, color, religion, sex, age, or
national origin.
3. The Contractor will send to each labor union or
representative of workers with which he has a col-
lective bargaining agreement or other contract or
understanding, a notice to be provided advising the
said labor union or worker's representatives of the
VIII -14
Contractors' commitments under this section, and
shall post copies of the notice in conspicuous
places available to employees and applicants for
employment.
4. The Contractor will comply with all provisions of
Executive Order 11246 of September 24, 1965, as
amended, and of the rules, regulations and relevant
orders of the Secretary of Labor.
5. The Contractor will furnish all information and
reports required by Executive Order 1.1246 of
September 24, 1965, as amended, and by rules, regu-
lations and others of the Secretary of Labor, or
pursuant, thereto, and will permit access to his
books, records and accounts by the FAA and the
Secretary of Labor for purposes of investigation to
ascertain compliance with such rules, regulations
and orders.
6. In the event of the Contractor's noncompliance with
the nondiscrimination clauses of this Contract or
with any of the said rules, regulations or orders,
this Contract may be canceled, terminated or sus-
pended in whole or in part and the Contractor may
be declared ineligible for further Government con-
tracts or Federally assisted construction contracts
in accordance with procedures authorized in Execu-
tive Order 11246 of September 24, 1965, as amended,
or by rule, regulation or order of the Secretary of
Labor, or as otherwise provided by Law.
7. The Contractor will include the portion of the
sentence immediately preceding paragraph 1 and the
provisions of paragraphs 1 through 7 in every sub-
contract or purchase order unless exempted by
rules, regulations or orders of the Secretary of
Labor issued pursuant to section 204 of Executive
Order 11246 of September 24, 1965, as amended, so
that such provisions will be binding upon each
subcontractor or Vendor. The Contractor will take
such action with respect to any subcontract or
purchase order enforcing such provisions, including
sanctions for noncompliance: provided, however,
that in the event a Contractor becomes involved in,
or is threatened with litigation with a subcon-
tractor or Vendor as a result of such direction by
the FAA the Contractor may request the United
States to enter into such litigation to protect the
interests of the United States.
8. The Contractor assures that it will undertake an
affirmative action program as required by 14 CFR
Part 152, Subpart E, to insure that no person shall
on the grounds of race, creed, color, national
origin., or sex be excluded from participating in
VIII -15
C
any employment activities covered in 14 CFR Part
152, Subpart E. The Contractor assures that no
person shall be excluded on these grounds from
participating in or receiving the services or
benefits of any program or activity covered by this
subpart. The Contractor assures that it will
require that its covered suborgani z at ions provide
assurances to the Contractor that they similarly
will undertake affirmative action programs and that
they will require assurances from their suborgani-
zations as required by 14 CFR Part 152, Subpart E,
to the same effect.
The Sponsor further agrees that it will be bound by
the above equal opportunity clause with respect to
its own employment practices when it participates
in Federally assisted construction work: Provided,
that if the applicant so participating is a State
or local government, the above equal opportunity
clause is not applicable to any agency, instrumen-
tality, or subdivision of such government which
does not participate in work on or under the
contract.
The Sponsor agrees that it will assist and
cooperate actively with the administering agency
and the Secretary of Labor in obtaining the com-
pliance of contractors and subcontractors with the
equal opportunity clause and the rules, regula-
tions, and relevant orders of the Secretary of
Labor, that it will furnish the administering
agency with the Secretary of Labor such information
as they may require for the supervision of such
compliance, and that it will otherwise assist the
administering agency in the discharge of the
agency's primary responsibility for securing com-
pliance.
The Sponsor further agrees that it will refrain
from entering into any contract or contract modifi-
cation, subject to Executive Order 11246 of
September 24, 1965, with a contractor debarred
from, or who has demonstrated eligibility for,
Government contracts and Federally assisted con-
struction contracts pursuant to the Executive Order
and will carry out such sanctions and penalties for
violation of the equal opportunity clause as may be
imposed upon contractors and subcontractors by the
administering agency or the Secretary of Labor
pursuant to Part III, Subpart D, of the Executive
Order. In addition, the Sponsor agrees that if it
fails or refuses to comply with these undertakings,
the administering agency may take any or all of the
following actions: Cancel, terminate or suspend in
whole or in part this grant (contract, loan,
insurance guarantee); refrain from extending any
VIII -16
further assistance to the Sponsor under the program
with respect to which the failure or refund
occurred until satisfactory assurance of future
compliance has been received from the Sponsor; or
refer the case to the Department of Justice for
appropriate legal proceedings.
F. Minority Business Enterprises (MBE)
1. Contractor Responsibilities: The Contractor shall
agree to the below stated Department of Transporta-
tion Policy and Minority Business Enterprises Obli-
gation and further agree to insert the following
clauses a, b, and c in any subcontracts.
a. Policy. It is the policy of the Department of
Transportation (DOT) that Minority Business
Enterprises as defined in 49 CFR Part 23 shall
have the maximum opportunity to participate in
the performance of contracts financed in whole
or in part with Federal funds. Consequently,
the MBE requirements of 49 CFR Part 23 apply
to this contract.
b. MBE Obligation. The Contractor shall agree to
ensure that Minority Business Enterprises as
defined in 49 CFR Part 23 have the maximum
opportunity to participate in the performance
of contracts and subcontracts financed in
whole or in part with Federal funds. In this
regard, all Contractors shall take all
necessary and reasonable steps in accordance
with 49 CFR Part 23 to ensure that Minority
Business Enterprises have the maximum opportu-
nity to compete for and perform contracts.
Contractors shall not discriminate on the
basis of race, color, national origin, or sex
in the award and performance of DOT assisted
contracts.
C. Compliance. Failure by the Contractor or
subcontractors to carry out the DOT Policy and
MBE Obligation as set forth above shall con-
stitute a breach of contract which may result
in termination of the contract or such other
remedy as deemed appropriate by the Sponsor.
2. Documentation. The Contractor shall keep such
records as are necessary to show compliance with
the Sponsor's MBE Program and, on the request of
the Sponsor, shall make such records available for
review by the Sponsor and the FAA.
VIII -17
G. Clean Air and Water Pollution Control xe irements for
All Construction Contracts and Subcontracts
$100,000.
Contractors and subcontractors agree:
1• That any facility to be used in the performance of
the Contract or to benefit from the Contract is not
listed on the Environmental Protection Agency (EPA)
list of Violating Facilities.
2. To comply with all the requirements of section 114
of the Clean Air Act and Section 308 of the Federal
Water Pollution Control Act and all regulations
issued thereunder.
3. That as a condition for
will notify the awarding
any communication from
facility to be utilized f
fit from the Contract is
listed on the EPA List of
award of a contract they
Official of the receipt"of
the EPA indicating that a
or performance of or bene
under consideration=to'�be
Violating Facilities.
4• To include or cause to be included in any contract
or subcontract which exceeds $100,000 the aforemen-
tioned criteria and requirements.
H. Bonding
tracts.
Clauses for Construction Contracts and 9uhnnn-
1. The Contractor agrees to furnish a performance bond
for 100 percent of the Contract price. This bond
is one that is executed in connection with a con-
tract to secure fulfillment of all the Contractors
obligations under such contract.
2. The Contractor agrees to furnish a payment bond for
100 percent of the Contract price. This bond is
one that is executed in connection with a contract
to assure payment as required by law of all persons
supplying labor and material in the execution of
the work provided for in the Contract.
Article 6. The Contractor agrees to accept as his full
and only compensation for the performance of all the work
required under this Contract such sum or sums of money as may
be proper in accordance with the price or prices set forth in
the Contractors Proposal attached hereto and made a part
hereof covering all of the items.
Article 7. The Contractor agrees to indemnify, defend
and hold harmless the Sponsor, from any and all claims and
damages to property and injury to persons which may arise
both of and during operations under this Contract, whether
such operations be by the Contractor or by any subcontractor
VIII -18
or anyone directly or indirectly employed by the Contractor
or any other employee or person employed or engaged on or
about, or in connection with, the construction.
The total estimated cost for AIP Project No. 3-08-0020-07
Schedule(s) I and II thereof to be SIX HUNDRED EIGHTEEN
THOUSAND, FIVE HUNDRED TWENTY-FOUR AND 80/100 dollars
($618,524.80).
IN WITNESS WHEREOF, The First Party and the Second Party,
respectively have caused this agreement to be duly executed
the day and year first herein written in six (6) copies, all
of which to all intents and purposes shall be considered as
the original.
, First Party
Eagl
Ea e,
By
ty Commissioners
orado
CONTRACTOR, Second Party
Sterling Paving Company
1800 Taft Hill Road
Fort Collins, CO 80522
By
By _ ARY
VIII -19
c
VIII -20
R
PAYMENT BOND
KNOWN ALL MEN BY THESE PRESENTS:
That we, the undersigned, STERLING PAVING COMPANY as
Principal, and St. Paul Fire and Marine Insurance Company
a corporation organized and existing under and by virtue of
the laws of the State of Minnesota , and duly authorized to
transact business in the State of Colorado, as Surety, are
held and firmly bound unto the Eagle County Commissioners,
Colorado, hereinafter referred to as the Sponsor, in the
penal sum of SIX HUNDRED EIGHTEEN THOUSAND, FIVE HUNDRED
TWENTY-FOUR AND 80/100 dollars ($618,524.80), lawful money
of the United States of America, for the payment of which
well and truly to be made the said Principal and the said
Surety do hereby bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and
severally, firmly by these presents, as follows:
The condition of the above obligation is such that:
WHEREAS, the said principal has entered into a written
contract with Eagle County Commissioners, for improvements to
Eagle County Airport under AIP Project No. 3-08-0020-07, in
conformity with the drawings, plans, general conditions, and
specifications prepared by Isbill Associates, Inc., of
Aurora, Colorado, which contract, drawings, plans, general
conditions, and specifications are hereby referred to and
made a part hereof, the same to all intents and purposes as
if written at length herein, in which contract the said
Principal has contracted to perform the work specified in
said contract in accordance with the terms hereof;
NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION are
such that if the above Principal shall well, truly, and
faithfully satisfy all claims and demands incurred by the
Principal in the performance of said contract and any
additions thereto, except that no change will be made which
increases the total contract price by more than 25 percent in
excess of the original contract price without notice to the
Surety, then this obligation to be void, otherwise to remain
in full force and virtue, and comply; and shall satisfy all
claims and demands incurred in the performance of said con-
tract and shall fully indemnify and save harmless the Sponsor
from all damages, claims, demands, expense and charge of
every kind (including claims of patent infringement) arising
from any act, omission, or neglectt'o-f said Principal, his
agents, or employees with relation to said work.; and shall
fully reimburse and repay to the Sponsor, all cost=s, damages,
and expenses which they may incur in making good any default
based upon the failure of the Principal to fulfill his obli-
gation to furnish maintenance, repairs:or replacements for
IX -1
the full guarantee period provided in the specification con-
tained herein and a condition of this bond shall be that the
Contractor shall at all times promptly make payments of all
amounts lawfully due to all persons supplying or furnishing
him or his subcontractors with labor and materials used or
performed in the prosecution of work provided for in the
above contract, and that the undersigned will indemnify and
save'hrm-less the Sponsor for 'the extent of any and all
payments in connection with the carrying out of such con-
tract, then this obligation shall be null and void, otherwise
it shall remain in full force and effect.
PROVIDED FURTHER, that if the said Contractor fails to
fully pay for any labor, materials, team hire, sustenance,
provision, provender, gasoline, lubricating oils, fuels,
oils, grease, coal, or any other supplies or materials used
or consumed by said Contractor or his subcontractors in
performance of the work contracted to be done, the Surety
will pay the same in any amount as provided by law.
PROVIDED FURTHER, that the Surety, for value received,
hereby stipulates and agrees that no change, extension of
time, alteration, or addition to the terms of the contract or
the specifications accompanying the same shall in anywise
affect its obligations of this bond, and it does hereby waive
notice of any such change, extension of time, alteration, or
addition to the terms of the contract or to the work, or the
specifications.
IN WITNESS WHEREOF, said Principal and Surety have set
their hands and seals at Denver , this
13thday of April , 1987 , A.D.
Principal Agog ctor
By:
Attest:
St. Paul Fire and Marine Insurance Company
Surety
By:
Jo C.A s tro g, A torney-in- t
ex .
Witness: (,SEAL)
PRESIDENT
.I�!lll�
Frank B. Hall & Co. of Colorado
4100 East Mississippi Avenue
Suite 800
P.O. Box 17229
Denver, Colorado 80217-0229
(303) 758-7888
(Accompany this bond with Attorney -In -Fact's authority from
the Surety to execute bond, certified to include the date of
the bond.)
IX -4
ST. PA ,FIRE ANI? MARINE INSURANCE CO PANY CERTIFICATE OF
3(-_)ashington Street, St. Paul, Minnesota 5 AUTHORITY NO.
For verification of the authenticity of this Power of Attorney, you may telephone toll free 800-328-2189 and ask for
the Power of Attorney Clerk. Please refer to the Certificate of Authority No. and the named individual(s).
GENERAL POWER OF ATTORNEY - CERTIFIED COPY
(Original on File at Home Office of Company. See Certification.)
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing under the laws of the
State of Minnesota, having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint:
C. Workman, Patricia L. Reece, Joan C. Armstrong,
William E. Pierce, Richard G. Daggett, individually,
Denver, Colorado
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or
otherwise,
NOT TO EXCEED IN PENALTY THE SUM OF TWENTY FIVE MILLION
($25,000,000) EACH
and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance Company, as fully
and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office.
This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V, -Section 6(C), of the By -Laws
adopted by the Board of Directors of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd day of January, 1970,
of which the following is a true transcript of said Section 6(C):
"The President or any Vice President, Assistant Vice President, Secretary or Resident Secretary shall have power and authority
(1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
(2) To appoint special Attorneys -in -fact, who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this
section and/or any of the By -Laws of the Company, and
(3) To remove, at any time, any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him."
Further, this Power` of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly
called and held on the 6th day of May, 1959, of which the following is a true excerpt:
"Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating
thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the
Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the
future with respect to any bond or undertaking to which it is attached:"
r`s�j�•` `RtE tttQ` tU TESTIMONYIN WHEREOF,
s Fire and
Marine Company
phascausedthis instrument to be signed and its
corporate al o bafixd by its authorized officer, 1st day of March,71
s,
y�
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
E✓ Ms STATE OF MINNESOTA)
s J
- _ County of Ramsey ss.
Vice President
���igtnnn n+u�a""
On this 10th day of March 1987 , before me came the individual who executed the preceding instrument, tome
personally known, and, being by me duly sworn, said that he/she is the therein described and authorized officer of St. Paul Fire and Marine Insurance
Company; that the seal affixed to said instrument is the Corporate Seal of Said Company; that the said Corporate Seal and his/her signature were duly affixed
by order of the Board of Directors of said Company.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the city of St. Paul, Minnesota, the day
P�`AL Sand year first above written.
couto, MARY C. CLANCY, Notary Public, Ramsey County, MN
My Commission Expires November 1, 1990
CERTIFICATION
I, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney
and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGNALS ON FILE IN THE
HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of
Attorney has not been revoked and is now in full force and effect. y
IN TESTIMONY WHEREOF, I have hereunto set my hand this
Y
m
2^NCEc° % day of 19 ., Secretary
AN
Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Photocopies, carbon
copies or other reproductions of this document are invalid and not binding upon the Company.
ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY.
29550 Rev. 3-84 Printed in U.S.A
f
ST. PAI', - IRE AND MARINE INSURANCE CO SRI4INY CERTIFICATE OF
� & V! 38 r shington Street, St. Paul, Minnesota! AUTHORITY NO.
For verification of the authenticity of this Power of Attorney, you may telephone toll free 800-328-2189 and ask for _.
g the Power of Attorney Clerk. Please refer to the Certificate of Authority No. and the named individual(s). ` '>2 w)
GENERAL POWER OF ATTORNEY - CERTIFIED COPY
(Original on File at Home Office of Company. See Certification.)
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing under the laws of the
State of Minnesota, having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint:
C. Workman, Patricia L. Reece, Joan C. Armstrong,
William E. Pierce, Richard G. Daggett, individually,
Denver, Colorado
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or
otherwise,
NOT TO EXCEED IN PENALTY THE SUM OF TWENTY FIVE MILLION
($25,000,000) EACH
and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance Company, as fully
and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office.
This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V, -Section 6(C), of the By -Laws
adopted by the Board of Directors of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd day of January, 1970,
of which the following is a true transcript of said Section 6(C):
"The President or any Vice President, Assistant Vice President, Secretary or Resident Secretary shall have power and authority
(1)To appoint Attorneys -in -fact,' and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
(2) To appoint special Attorneys -in -fact, who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this
section and/or any of the By -Laws of the Company, and
(3) To remove, at any time, any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him."
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly
called and held on the 6th day of May, 1959, of which the following is a true excerpt:
"Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating
thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the
Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the
future with respect to any bond or undertaking to which it is attached."
IN TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and its
corporate seal to be affixed by its authorized officer, this Ist day of March, A.D. 1984.
STATE OF MINNESOTAST. PAUL FIRE AND MARINE INSURANCE COMPANY
i
r. J
County of Ramsey ss.
�-, O
i���YN, &RA G� . Vice President
1111
On this 10th day of March 1987 before me came the individual who executed the preceding instrument, tome
personally known, and, being by me duly sworn, said that he/she is the therein described and authorized officer of St. Paul Fire and Marine Insurance
Company; that the seal affixed to said instrument is the Corporate Seal of Said Company; that the said Corporate Seal and his/her signature were duly affixed
by order of the Board of Directors of said Company.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the city of St. Paul, Minnesota, the day
and year first above written.
MARY C. CLANCY, Notary Public, Ramsey County, MN
My Commission Expires November 1, 1990
CERTIFICATION
I, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney
and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGNALS ON FILE IN THE
HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of
Attorney has not been revoked and is now in full force and effect.
i FIRE °
IN TESTIMONY WHEREOF, I have hereunto set my hand this
t
PAN day of 19 Secretary
,
Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Photocopies, carbon
copies or other reproductions of this document are invalid and not binding upon the Company.
ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY.
29550 Rev. 3-84 Printed in U.S.A
PRODUCER
Frank B. Hall & Co. of Colorado
P. 0. Box 17229
Denver, Colorado 80217-0229
INSURED
STERLING PAVING COMPANY
1800 N. Taft Hill Road
Ft. Collins, Colorado 80522
JE DATE (MM/DD/YY)
4/29/87ck
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY A
LETTER St. Paul Fire and Marine Insurance Company
COMPANY B
LETTER
COMPANY C
LETTER
COMPANY p
LETTER
COMPANY E
LETTER
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO 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 CONDI-
TIONS OF SUCH POLICIES.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DD/YY)
POLICY EXPIRATION
DATE (MWDDNY)
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURR N AGGREGATE
GENERAL LIABILITY
BODILY
$ $
A
X COMPREHENSIVE FORM
683 NF4666
12/2/86
1/1/88
FURY
PROPERTY
$ $
X PREMISES/OPERATIONS
X UNDERGROUND
DAMAGE
EXPLOSION & COLLAPSE HAZARD
X PRODUCTS/COMPLETED OPERATIONS
X CONTRACTUAL
BI & PD
COMBINED
$1,000, $ 1,000,
X INDEPENDENT CONTRACTORS
X BROAD FORM PROPERTY DAMAGE
X PERSONAL INJURY
PERSONAL INJURY $ 1,000,
AUTOMOBILE
LIABILITY
ALLY
A
X
ANY AUTO
683 NF4666
12/2/86
1/1/88
(PER PERSON)
$
ALL OWNED AUTOS (PRIV. PASS.)
BODILY
ALL OWNED AUTOS OTHER THAN PRIV. PASS.
INJURY
(PER ACCIOENi)
$
X
HIRED AUTOS
Mn�ETM
$
X
NON -OWNED AUTOS
o
COMBINED
GARAGE LIABILITY
$ l 000
, ,
EXCESS LIABILITY
A
X UMBRELLA FORM
583 XB7777
12/2/86
1/1/88
COMBINED
$1,000, $1,000,
OTHER THAN UMBRELLA FORM
STATUTORY
A
WORKERS' COMAND
WV "08301456
WV
12/2/86
1/1/88
$ 500, (EACH ACCIDENT)
$ 500, (DISEASE.POLICY LIMIT)
EMPLOYERS' LIABILITY
$ 500, (DISEASE -EACH EMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS
Project: Eagle County Airport, Eagle, Colorado AIP Project No. 3-08-0020-07
Eagle County Commissioners of /SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX.
PIRATION DATE THERE F, THE ISSUING COMPANY WILL ENDEAVOR TO
Colorado MAIL DAYS WRII NOTICE TO THE CERTIFICATE HO R NAMED TO THE
LEFT, BUT FAILURE T'5'MA SUCH NOTICE SHA L i OSE NO O ON OR LIABILITY
OF ANY KIND UPON TH CQ�APAI�/, ITSfQGE OR ATIVES.
r
� at
w.� �.
BOND WBER: 400HP 1695
'r•
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned, Sterling Paving Company as
Principal, and St. Paul Fire and Marine Insurance Company
a corporation organized and existing under and by virtue of
the laws of the State of Minnesota
transact business in the State of coloradol asuSuretzed to
held and firmly bound unto the Eagle County Commissionerse
Colorado, hereinafter referred to as the Sponsor, in the
penal sum of SIX HUNDRED EIGHTEEN THOUSAND, FIVE HUNDRED
TWENTY-FOUR AND 80/100 dollars
($618,524.80), lawful money of the United States of America,
for the payment of which well and truly to be made the said
Principal and the said Surety do hereby bind ourselves, our
heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents, as follows:
The condition of the above obligation is such that:
WHEREAS, the said principal has entered into a written
contract with Eagle County Commissioners, for improvements to
Eagle County Airport, under AIP Project No. 3-08-0020-07 in
!� conformity with the drawings, plans, general conditions, and
...specifications prepared by Isbill Associates, Inc., of
Aurora, Colorado, which contract, drawings,
conditions, and specifications are hereby referredgral toeand
made a part hereof, the same to all intents and
iurposes as
f written at length herein, in which contract the said
Principal has contracted to perform the work specified in
said contract in accordance with the terms hereof;
NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION are
such that if the above bonded Principal shall well, truly,
and faithfully perform said contract and any alterations in
and additions thereto and comply with all of the terms and
provisions thereof except that no change will be made which
increases the total contract price by more than 25 percent in
excess of the original contract price without notice to the
Surety, then this obligation to be void, otherwise to remain
in full force and virtue, and comply; and shall fully indem-
nify and save harmless the Sponsor from all damages, claims,
demands, expense and charge of eve kind
udinclaims
of patent infringement) arising fr m.any'act4lomission, or
neglect of said Principal, his agents, or employees with
relation to said work; and shall fully reimburse,and repay to
the Sponsor all costs, damages, and expenses which they may
incur in making good any default based upon the failure of
the Principal to fulfill his obligation to furnish mainte-
nance, repairs or replacements for the full guarantee period
IX -1
provided in the specification contained herein then this
obligation shall be null and void, otherwise it shall remain
in full force and effect.
F
Further conditions of the foregoing obligations are such
that the Principal and Surety will guarantee the work per-
formed under this contract against defects in workmanship
performed by the Principal and all defects in materials
furnished by him which appear within a period of one calendar
year after the final acceptance of the work by the Sponsor.
Under this guarantee, the Principal and Surety shall repair
or replace all defective workmanship and material provided by
the Principal appearing within one year after the completion
and acceptance of the work, at no cost to the Sponsor.
PROVIDED FURTHER, that the Surety, for value received,
hereby stipulates and agrees that no change, extension of
time, alteration, or addition to the terms of the contract or
to the work to be performed thereunder, or the specifications
accompanying the same shall in anywise affect its obligations
of this bond, and it does hereby waive notice of any such
change, extension of time, alteration, or addition to the
terms of the contract or to the work, or the specifications.
IN WITNESS WHEREOF, said Principal and Surety have set
their hands and seals at DpnvPr , this
I3th day of April , 198 L—, A. D.
By: VICE PRESIDENT
Attest:
St- Paul Fire and Marine Insurance Company
Surety
Frank B. Hail & Co. of Colorado
By: /�� 4100 East Mississippi Avenue
F� Suite 800
Joan C. Arms on A torney-in-F t J P.O. Box 17229
p�f� Denver, Colorado 80217-0229
Witness: (SEAL) (303)758-7888
(Accompany this bond with Attorney -In -Fact's authority from
the Surety to execute bond, certified to include the date of
the bond.) i
JAjJ' t