HomeMy WebLinkAboutC07-082 Grant MillerCONTRACT AGREEMENT Eagle County Regional Airport Gypsum, Colorado THIS AGREEMENT, made and entered into this Jday of % I < _�a_. v - , 2007, by and between Eagle County, Colorado, Party of the First Part, hereinafter referred to as the "Owner" and Grant Miller, Inc., Party of the Second Part, hereinafter referred to as the "Contractor," for the construction of airport improvement including: Schedule 1: Construct Deicing Collection System, Schedule IL Construct Overflow Detention Facility, and other incidental work at the Eagle County Regional Airport. WITNESSETH: ARTICLE 1. It is hereby mutually agreed that for and in consideration of the payments as provided for herein to the Contractor by the Owner, the said Contractor shall furnish all labor, equipment, and material and shall perform all work necessary to complete the improvements in a good and substantial manner, ready for use, and in strict accordance with this Contract, a copy of which is filed pursuant to law in the office of the legal representative of the Owner. ARTICLE 2. It is hereby further agreed that in consideration of the faithful performance of the work by the Contractor, the Owner shall pay the Contractor the compensation due him/her by reason of said faithful performance of the work, at stated intervals and in the amount certified by the Engineer, in accordance with the provisions of this Contract. ARTICLE 3. It is hereby further agreed that, at the completion of the work and its acceptance by the Owner, all sums due the Contractor by reason of his faithful performance of the work, taking into consideration additions to or deductions from the Contract price by reason of alterations or modifications of the original Contract or by reason of "Extra Work" authorized under this Contract, will be paid the Contractor by the Owner after said completion and acceptance. ARTICLE 4. It is hereby further agreed that any references herein to the "Contract" shall include "Contract Documents" as the same as defined in Paragraph 10-13, Section 10 of the General Provisions and consisting of the Invitation for Bid, Instruction to Bidders, all issued Addenda, Proposal, Statement of Qualifications, Anticipated Sub -Contracts, Form of Proposal Guaranty, Notice of Award, Contract Agreement, Performance & Payment bonds, Notice to Proceed, Notice of Contractor's Settlement, General Provisions, Special Provisions, Plans, Technical Specifications, attached appendices and all documents incorporated by reference. Said "Contract Documents" are made a part of the Contract as if set out at length herein. Said Contract Agreement is limited to the items in the proposal as signed by the "Contractor" and included in the "Contract Documents." ARTICLE 5. The Contractor agrees to perform all the work describe in the Contract Documents for the unit prices and Lump sums as submitted in the Bid, taking into consideration additions to or deductions from the Total Bid by reason of alterations or modifications of the original quantities or by reason of "Extra Work" authorized under this Agreement in accordance with the provisions of the Contract Documents. ARTICLE 6. The Contractor agrees to commence work within ten (10) calendar days after the receipt of a notice to proceed and the Contractor further agree to complete said work within 65 Calendar days after the notice to proceed. Extensions of the Contract time may only be permitted execution of a formal modification to Contract Agreement as approved by the Owner. Liquidated damages in the amount of $1,500.00 / Calendar day will be charged for that time which exceeds the number of Calendar days allowed in this paragraph. The total estimated cost thereof to be six hundred seventy thousand five hundred eighty one dollars and 00/100 cents ($670,581.00). ARTICLE 7. The amount of money appropriated will be equal to or in excess of the contract amount as forth in the notice(s) to proceed. Change orders requiring additional compensable work to be performed, which cause the aggregate amount payable under the contract to exceed the amount appropriated for the original contract, are prohibited unless the contractor is given written assurance by owner that lawful appropriations to cover costs of the additional work have been made or unless such work is covered under a remedy granting provision of the contract. Notwithstanding anything to the contrary in the Contract Documents the Contractor hereby acknowledges and agrees that Owner's performance under the contract is subject to receipt of funds from the FAA and further is subject to annual appropriation by Owner in accordance with a budget adopted by Eagle County Board of County Commissioners in compliance with the provisions of Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the Tabor Amendment (Colorado Constitution, Article X, Sec. 20). Owner may issue multiple Notice(s) to Proceed in incremental stages as funding becomes available. IN WITNESS WHEREOF, the Party of the First Part and the Party of the Second Part, respectively, have caused this Agreement to be duly executed in day and year first herein written in five (5) copies, all of which to all intents and purposed shall be considered as the original. CONTRACTOR, Party of the Second Part OWNER, Party of the First Part i >e N e 1� ! (Office or Position of Signer) (SEAT.) A"ITE ST: (Office or Pos tion of Signer) th`RB O •��or,/7 f/nrt .I,l ssi J''Qyv B (Office or Position of Si er) i STATE OF COLORADO CERTIFICATION AND AFFIDAVIT REGARDING ILLEGAL ALIENS The Vendor, whose name and signature appear below, certifies and agrees as follows: The Vendor shall comply with the provisions of CRS 8-17.5-101 et seq. The Vendor shall not knowingly employ or contract with an illegal alien to perform work for the State or enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien. 2. The Vendor represents, warrants, and agrees that it (i) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, and (ii) otherwise shall comply with the requirements of CRS 8-17.5-102(2)(b). 3. The Vendor shall comply with all reasonable requests made in the course of an investigation under CRS 8-17.5-102 by the Colorado Department of Labor and Employment. If the Vendor fails to comply with any requirement of this provision or CRS 8-17.5-101 et seq., the State may terminate work for breach and the Vendor shall be liable for actual and consequential damages to the State. 4. If the Vendor is a sole proprietor, the undersigned hereby swears or affirms under penalty of perjury under the laws of the State of Colorado that (check one): I am a United States citizen, or I am a Permanent Resident of the United States, or I am lawfully present in the United States pursuant to Federal law. I understand that this sworn statement is required by law because I am a sole proprietor entering into a contract to perform work for the State of Colorado. I understand that state law requires me to provide proof that I am lawfully present in the United States prior to starting work for the State. I further acknowledge that I will comply with the requirements of CRS 24-76.5-101 et seq. and will produce the required form of identification prior to starting work. I acknowledge that making a false, fictitious, or fraudulent statement or representation in this sworn affidavit is punishable under the criminal laws of Colorado as perjury in the second degree under CRS 18-8- 503 and it shall constitute a separate criminal offense each time a public benefit is fraudulently received. CERTIFIED and AGREED to this day of �, 200 VENDOR: akiv�t l I (Vendor Fu 1 egal Name) BY: A i gna-fure4V 4thorize Representative _JP - Pg 4 FEIN or Social Security Number Bond No. S355039 PERFORMANCE BOND KNOW hl.l. MEN BY THESE PRESENTS, That Grant Miller, Enc„ as Principal, hereinattet called Contractor, and Employers Mutual Casualty Company _ as Surety, licensed to do business as such in the State of Colorado, hereby bind themselves and their respective heirs, executers, administrators, successors, and assigns, unto Nagle County, Colorado, as Obligee, hereittaltcr called Owner, in the penal aunt of -Six Hundred Seventy Thousand Five Hundred Eighty One & No[100------------------------------ ------------------------------------------------------ Dollars ($ 670,581.00 for the payment whereof Contractor and Surety bind themselves, thein heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, Contractor has by written agreement Contract Document No. dated 2007 entered into a contract with hagle County, Colorado for six hundred seventy thousand five hundred eighty one dollars and 00/100 cents ($670,5$1.00), which contract, including any present or future amendment thereto, is incorporated herein by reference and is hereinafter referred to as the Contract. NOW, TH6-RE -ORIr, TIIL CONDITION OF THIS OBLIGATION rs such that, if the Contractor shall promptly and faith:Etilly perform said Contract including all duly authorized changes thereto, according; to all the terms thereof, including those under which Contractor agrees to pay legally required waxc rates including the prevailing hourly rate of wages in the locality, as determined by the Department of Labor and industrial Relations or by final judicial determination, for trach craft or type of workman .required to execute the contract, and, further, shall defend, tndemntfy and hold the Owner harmless from all damages, loss and expense occasioned by any failure whatsoever of said Contractor and Surety to fully comply with and carry out each and every requitement of the contract, then this obligation shall be void; otherwise it shall remain in full force and effect. In the event that Contractor shall be and is declared bythe fawner to be m default under the Contract, the: Owncr having performed its obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the contract in accordance with its tennis and conditions, or 2) Obtain a hid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owncr and the Surety Jointly of the lowest. resrtans ible bidder, arrange for a contract between such bidder and the fawner, and make available as Work progresses (even though there should be a default ora succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract pricer but not exceeding, including other costs and damages for which the Surely may be liable here under, the penal sum of the bond. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by the Owner to Contractor under the Contract and any amendments thereto, disbursed at the rate provided in the original contract, less the amount properly pard by the Owner to the Contractor. if the completion contract provides for more rapid payment than the Contract, then Surety shall advance such sums as arc needed to make payment as provided in t.hc cornpleiion eoniract and shall recover it from the Owner when payment from the Owner is due. Construct Deicing Collection System, Schedule 1 Construct Overflow Detention Facility WAIVER. 1 he said surety, for value received, hereby r:xpiv,,o ly agrees that no change, extension of toric, altcrdtion or addition to the terms of the contract or to the work to he performed thereunder, shall in any wise affect the obligations of this boru1: and it does; hereby waive notice of any Such change, extension of titin or alteration ot addition to the i.crrrls of* the contract or the work to be perfornned thereunder. rN WITNF..SS WHRRF.C)F, the above parncs have executed this; instrument the day of , 2007 SIGNATURE OF PRTNCTPAL (as applicab1c) A. Tnclivirhial, partnr:rship or joint venture B. Corporation Secretary (affix seal) SaATURE OF SURETY AC.'CF PTANCF BY The fon:kutng bond is approved. Date (5i;n,tur a ,ulc prvpnctor or gcneral Par ncr) 1 Grant Miller. Inc. Namc of C'orporjte Principal By. Its: Name and address of Corporate Surety Employers Mutual Casualty Company P.O. BOX Des Moines, IA 50303-0712 Ti _4��seal Attomcy t ct a nvcr o attorney') Di.Lynn Cuern BY. The foregoing bond is in due form according to law arid is apprtivcd. Date I By Bond No. 5355039 PAYMENT ROND KNOW ALL MEN BY THESE PRESENTS: That Grant Miller, file., as Principal, hereinafter called Contractor, and nai tv coas Surety, htenscd to do bustncss as such in the Statc of Colorado, hereby bind themselves and their respective heirs, executors, administrators, successors, and assigns, unto Eagle County, Colondclo, as Obligee, and hereinafter called Owner, to the penal sum of Sia Hundred Seventy Thousand. Fives Fhmdrvd izigbM One &_N ------ ----------------------------------------------------------- , Dollars (`g 670,581.00 ) fa the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigms, jointly and severally, Firmly by these prescrits. WREREAS, Contractor has by written agrecmcnt Contract Document Noelated , 2007 entered into a contract with Eagle County, Colorado for six hundred seventy thousand rive hundred eighty one dollars and 00/100 cents ($670,581.00), which contract, includirig any present or future amendment thereto, is incorporated herein by reference and is hcncinafter referred to as the Contract. NOW, T-JrRldrOPr, THE CONO'MON OF THIS 0131-10ATION is such that, if in connection with the Contract including all duly authorized modifications thuTutu, prompt payment shall be made to all laborers, subcontractors, teamsters, truck drivers, owners or other suppliers of equ,pmcnt employed on the job, and other claimants, for all labor performed in such work whether done for the prime contractor, a subcontractor, the Surety, a completion contnrctor or otherwise (at tilt full wage rates required by any law ofthe'(Jnitcd States or of the State. of Colorado, where applicable), for services furnitihcd and consumed. for repairs on machinery, for equipment, tools, materials, lubricants, oil, gasoline, water, gas, power, light, heat, oil, telephone service, grain, hay, feed, coal, coke, groceries and foodstuffs, either consumed, mated, used ore; reasonably required for use in connection with the construction of the work or in the performance of the Contract and all insurance prcnuums, both for cornpero abon and for all other kinds of insurance on the work, for sales taxes and for royalties in connection with, or incidental to, the completion of the Contract, in all instances whether the claim be directly against the Conti -actor, against the Surety or its completion contractor, through a subcontractor or otherwise, and, further, if the Contractor shall defend, indemnify and hold r3gle County, Colorado harmless troin all such claims, demands or suits by any such person or entity, then this obligation shall be void; otherwise it sliall remain in full force and effect Any conditions legally required to he included in a payment bond on this contract, including but not limited to those tict (stat in the applicable Colorado state section of the Owner Chatter, ary included herein by reference. The Surety agrees that, in the event that. the Contractor fails to make payment of the obligations cxivcrcd by this bond, it will do so and, further, that within forty-five (45) days of receiving, at the; address given below, a claim here under stating the amount elairned and the basis for the claim hi reasonable detail, it (n) will Send an answer to the claimant, with a copy to the Owner, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed and (b) will Day any amounts that are undisputed. The amount of this honed shall be reduced by and to the extent of any payment iif payments anile in gourd faith hcrc under. Construct Deicing Collection System, Schedule 1 Construct Overflow Detention Facility While this bond is in force, it may be sued on at the instance of any party to whom any such payment is due, in the name of the Owner, to the use of such party. The C hvner shall not be liable for the payment of any costs or expenses orf any such `nit. No suit shall be commenced or pursued here under other than in a state court of competent jurisdiction in Eagle, Colorado, of in the I lnitud Slittcs 101h Vi strict Court of Colorado, WAVEii. The said Surety, for value received, hereby expres.,ly agrees that no change, extension of' time, alteration or addition lu the (c erns of the Contract or to the work to be perffirrned thereunder, Shall in any wise affoct the obligations of this bond, and it does hereby waive notice of any Such change, extension of time, or alteration or addition to the terms of the contract or the work to be perfbrmed thereunder. IN WITNESS WHEREOF, the above partic^c htivc executed this instrument the "�� day of.' `19%? cl-4 , 2007. SIGNATURE OF PRINCIPAL_ a! applicable) A. Individual, partnership or joint venture R. Corporation Attest: Secietary(allix Sari) SIGNATURE OF SURETY ACUPTANCF BY The forcgcim� bond is approved. Date BY (Signature of a pmrrieloi or 'Mcral partner) 7 4 Grant Hiller, Inc. Nurnc of Corporate Frincip f r3y Name and address of Corporate Surety Employers Mutual Casualty Company P.O. Bog 712 Des "l, IA 503 -0 12 Bseal ) ocy in Fat ttntVtnt(adaq > w • of attorney) DiLynn Gue The Porcgoing bond is in due form according to law and is approved. 1.)a tc , BY Client#: 52710 8GRANMII ACORDT. CERTIFICATE OF LIABILITY INSURANCE 02/20/ 07 "`) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION HRH of Colorado ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 720 S. Colorado Blvd Ste 600 N HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 469025 POLICY EXPIRATION T Denver, CO 80246-9025 INSURERS AFFORDING COVERAGE NAIC # INSURED GrantMiller,23558 Inc. P.O. Box 23 Silverthorne, CO 80498 INSURER A: Bituminous Casualty Corp 20095 INSURER B: Pinnacol Assurance 10780 INSURER C: INSURER D: INSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR N R TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE T Y POLICY EXPIRATION T LIMITS A GENERAL LIABILITY CLP3230239 07/01/06 07/01/07 EACH OCCURRENCE $1.000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $100,000 CLAIMS MADE 51OCCUR _ MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 AI GL -4382 12/04 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGO s2,000,000 X LOC POLICY JEa A AUTOMOBILE X LIABILITY ANY AUTO CAP3506275 07/01/06 07/01/07 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY E (Per accident) X X HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO AUTO ONLY: AGG $ A EXCESS/UMBRELLA LIABILITY CUP2578976 07/01/06 07/01/07 EACH OCCURRENCE $2000,000, X OCCUR a CLAIMS MADE _ _ _ AGGREGATE s2,000,000 $ $ DEDUCTIBLE $ X RETENTION $10,0 0 B WORKERS COMPENSATION AND 2151880 07/01/06 07/01/07 WC CRYSTATU- 7FIR EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT 1$1,000,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project Description: De -Ice Pad The following are Additional Insureds as respects General Liability only if required by written contract and coverage applies only as respects (See Attached Descriptions) Eagle County Regional Airport 0219 Eldon Wilson Road Administration Building Gypsum, CO 81637-9723 laO1z SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL sn* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVE l Of 0 iFJ0l0401/M4/L3Ua SUMAU v M%,Vr%U %,UrcrVMMIIVP# IV00 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 3 #S516461/M472303 DESCRIPTIONS (Continued from Page 1) work performed by the Insured for the Additional Insureds. All coverage terms, conditions and exclusions of the policy apply. The following are Additional Insureds on the Automobile Liability only to the extent they meet the definition of an insured in the policy, which provides in pertinent part that an insured includes anyone liable for the conduct of another insured but only to the extent of that liability. All coverage terms, conditions and exclusions of the policy apply. Consult the policy to determine the extent of coverage, if any. Additional Insureds: Eagle County Regional Airport. The General Liability coverage is Primary per the policy terms & conditions only if required by written contract. The Workers' Compensation policy includes a Waiver of Subrogation in favor of the Additional Insureds only if required by written contract. The Additional Insured endorsement which is referenced above under "Type of Insurance -General Liability" is attached. " The following cancellation conditions always apply: - 10 days for non-payment of premium - If policy shown, 10 days for Workers' Compensation for fraud; material misrepresentation; non-payment of premium; other reasons approved by the Commissioner of Insurance AMS 25.3 (2001/08) 3 of 3 #S516461/M472303 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS ADDITIONAL INSURED ENDORSEMENT - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SECTION II - WHO IS AN INSURED is amended to include: Any "owner", "contractor", "construction manager", "engineer" or "architect" if it is required in your written contract or written agreement executed by you and all other parties to the contract or agreement prior to any loss that such person(s) or organization(s) be added as an additional insured on your policy for completed operations but only for the project designated in your written contract or written agreement and only with respect to "bodily injury" or "property damage" included in the "products -completed operations hazard" and caused, at least in part, by your negligence and with respect to liability resulting from: A. "Your work" performed for the additional insured(s), or B. Acts or omissions of the additional insured(s) in connection with their general supervision of "your work". With respect to the insurance afforded such additional insureds in connection with this endorsement and the above referenced Commercial General Liability Form, the following additional provisions apply to limit that coverage: We will have no duty to defend the additional insured against any "suit" seeking damages for "bodily injury" or "property damage" until we receive written notice from the additional insured requesting that we defend it in the "suit." 2. The Limits of Insurance applicable to the additional insureds under this endorsement are the - --minimum-limits specified iri-the written contractor agreement requiring this coverage, or as stated in— SECTION III - LIMITS OF INSURANCE of the COMMERCIAL GENERAL LIABILITY COVERAGE FORM, whichever is less. These Limits of Insurance are inclusive of and not in addition to the Limits of Insurance described in SECTION III of that form. 3. As additional conditions of coverage under this form, an additional insured under this endorsement will as soon as practicable: a. Give written notice to us of an "occurrence" which may result in a claim. This shall include: (1) How, when and where the "occurrence" took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence". b. Give written notice to us of a claim or "suit" brought against the additional insured including specifics of the claim or "suit" and the date it was received. c. Give written notice of such claim or "suit," including a demand for defense and indemnity, to any other insurer who had coverage for the claim or "suit" under its policy(ies), either at the time of, or at any time subsequent to the occurrence of the "bodily injury" or "property damage" which is the basis for such claims or "suit." (1) Such notification must demand the full coverage available under that policy; and GL -4382 (12/04) -1- (2) The additional insured shall not take any action to waive or limit such other coverage available to it. 4. This insurance does not apply to: a. "Bodily injury" or "property damage" resulting from any act or omission of the additional insured(s) or any of their employees, other than the general supervision of work performed for the additional insured(s) by you; b. "Bodily injury" or "property damage" resulting from "your work" performed on a project where other valid and collectible insurance is available to the additional insured under an Owner Controlled Insurance Program or Consolidated (wrap-up) Insurance Program; c. "Bodily injury" or "property damage" (1) In connection with a project where "your work" on the project was completed prior to the effective date of this policy, unless the written contract or written agreement includes a specific time requirement for completed operations coverage to be provided by you for the additional insured for "bodily injury" or "property damage" occurring 'during the policy period. (2) In connection with a project where "your work" on the project was completed and where the duration of the additional insured coverage requirement in the written contract or written agreement governing "your work" on that project had expired by the time that the injury or damage first occurred. (3) In connection with a project where "your work" on the project was completed more than thirty six (36) months prior to the effective date of this policy. For the purpose of this endorsement, "your work" will be deemed completed as set forth in the "products -completed operations hazard" definition. -- -- - -d.--"Bodily injury" or"property damage%-- — - - - — - -- — - -- -- - — --- — -- - -- (1) Arising out of the rendering or failure to render any professional services by any insured, or on their behalf, but only with respect to either or both of the following operations; (a) Providing engineering, architectural or surveying services to others in the insured's capacity as an engineer, architect or surveyor, and (b) Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with work the insured performs. (2) Subject to paragraph (3) below, professional services include: (a) The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and (b) Supervisory or inspection activities performed as part of any related architectural or engineering activities, but does not include the general supervision of your operations on such project. GL -4382 (12/04) -2- (3) Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with your operations as a construction contractor. For the purpose of this endorsement, the following definitions are added: "Owner" means a person or organization who has ownership in the project premises designated in your written contract or written agreement, at which you are performing or performed work. "Contractor" means a person or organization with whom you have agreed in a written contract or written agreement to perform work for at the project designated in the written contract or written agreement. "Construction Manager" means a person or organization designated as "construction manager" in your written contract or written agreement, and has management or supervisory responsibilities over "your work" for the project designated in the written contract or written agreement. "Engineer" means a person or organization who has been engaged by the "owner", "contractor" or "construction manager" to perform engineering services for the project designated in your written contract or written agreement and has a contractual responsibility for supervising, directing or controlling "your work' on such project. "Architect" means a person or organization who has been engaged by the 'owner', "contractor" or "construction manager" to perform architectural services for the project designated in your written contract or written agreement and has a contractual responsibility for supervising, directing or controlling "your work" on such project. Any coverage provided herein will be excess over any other valid and collectable insurance available to the additional insured(s) whether primary, excess, contingent or on any other basis unless you have agreed in a written contract or written agreement executed prior to any loss that this insurance will be primary. However, any insurance specifically purchased for a designated project(s), including but not limited to additional insured coverage, owners contractors protective coverage, etc., will be primary with the insurance provided ----------by this- endorsement being -excess.---If this insurance is determined to be- primary; -we-agree not -to -seek -- contribution from such other insurance only if you have so agreed in the written contract or written agreement. In no event will any coverage provided under this endorsement extend beyond the expiration date of this policy. GL -4382 (12104) -3- 431 432 CONTRACT PROPOSAL t+i 434 TO: Eagle County Regional Airport 435 Gypsum, Colorado 436 437 1 _ The undersigned hereby certifies that they have examined the form of contract, plans and 438 specifications and other associated Contract Documents for the improvement of Eagle County 439 Regional Airport. The undersigned further certifies that he/she has examined the site of the work, 440 has determined for himself/herself the conditions affecting the work and subject to acceptance of 441 the proposal, agrees to provide at his/her expense, all 442 P labor, insurance, superintendence, machinery, plant, equipment, tools, apparatus, appliances, and means of construction, and all 443 materials and supplies complete the entire work, including work incidental thereto, in 444 conformance with the plans, specifications, and associated contract documents. 445 446 2. The undersigned acknowledges that the Contract Documents consist of the advertisement, 447 invitation for bid, instruction to bidders, all issued addenda, proposal, statement of qualifications, a4s anticipated sub -contracts, form of proposal guaranty, ntrct agreement, 449 performance and payment bonds, notice to proceed, notice of ce o ntr ctor'sf award,cs ttlementt, general 450 provisions, special provisions, plans, technical specifications, attached appendices and referenced 451 documents. 452 453 3. The undersigned, in compliance with your Invitation for Bids dated January 2, 2007, hereby 454 proposes to do the work called for in said contract and specifications and shown on said plans and 455 to furnish all materials, tools, labor, and all appliances and appurtenances necessary for the said 456 %work at the following at the following rates and prices: 457 453 Bid Spreadsheet begin on pie 2-17 459 `nom 460 TOTAL BID (Base Bid) — d 461 — — --- -- 462 TOTAL, BID IN WORDS11( 463 / ✓�/ '---t'=T�—.IC �� 464 466 4. The undersigned understands that the above quantities of work to be done are approximate only 467 and are intended principally to serve as a guide in evaluating the bids. 468 469 5 470 471 472 473 474 475 4-,h 477 4 7s ,11) Oso 481 482 483 484 485 The undersigned agree upon written notice of the acceptance of this bid, that s/he will execute the contract within thirty (30) days, in accordance with the bid as accepted and give contract (Performance and Payment) bond on attached forms within ten (10) days after the prescribed forms are presented for signature. 6. The undersigned further agrees that if awarded the contract, s/he will commence the work within ten (10) calendar days after the receipt of a notice to proceed and that s/he will complete the work within 65 Calendar days after the notice to proceed. No work may be done when the temperature is below 40 degrees Fahrenheit, except at the discretion of the engineer. An extension of time may be allowed when extra or additional work is ordered by the engineer. Liquidated damages in the Amount of 51,500.00 Calendar day �- $1,350.00,/Calendar day for Construction Management Services will be charged for that time which exceeds the number of Calendar days allowed in this paragraph. Issued for Bid Eagle County Regional Airport Division 2-1 January 2, 2007 486 7. As an evidence of good faith in submitting this proposal, the undersigned encloses a certified 487 check or bid bond in the amount of dollars 488 ($ )which, in case the undersigned refuses or fails to accept an award and to 489 enter into a contract and file the required bonds within the prescribed time, shall be forfeited to the 490 Eagle County Regional Airport, Gypsum, Colorado, as liquidated damages. 491 492 8. The undersigned hereby declares that the only parties interested in this proposal are named herein, 493 that this proposal is made without collusion with any other person, or corporation. That no 494 member of the council, officer or agent of Eagle County, Colorado, is directly or indirectly 495 financially interested in this bid. 496 497 9. The undersigned acknowledges receipt of the following Addendums: 498 499 Addendum No. Date Received 500 Addendum No. Date Received 501 Addendum No, Date Received 502 Addendum No. — Date Received 503 Addendum No. Date Received 504 505 SIGNATURE OF BIDDER: 506 507 By r, 508 Name and Title of Authorized gent 509 510 511 ne of Company 512Y 513 -4el 514 Address of Comnanv Issued for Bid Eagle County Regional Airport Division 2-2 January 2, 2007 579 silo 581 582 583 584 585 586 587 588 589 590 591 592 593 594 595 596 597 598 599 600 6o1 602 603 604 605 606 607 608 609 610 611 612 613 614 615 616 617 618 619 620 621 622 623 630 631 63? 63? t CONTRACTOR INFORMATION 1. Name of Bidder!Contraetor:L--� --V—)%�' 2. Type of Business Entity: NOTE: If bidder is partnership or joint venture, give full names of all partners or joint ventures. Bid must be signed by all Joint Ventures. If bidder is a limited liability company, bid must be signed by an authorized manager (may be signed by member -manager if LLC is organized to allow management by members). 3. Address of Contractor:,-_ 4. Telephone ax: E-mail:_��� 5. Established where and when: 6. Contractor's Banking Information: 7, Principal Officers of Contractor (managers and members if LLC): Name: k-1 Name: Title:G. title: --- -- Name: Name: --— Title: Title: Name: '� �,� _ Name: Title: �%��--��T1tle: Biddcr's Contractors state of incorporation (state of organization if an LLC or Partnership): 9. Bidder's Surety: 10. Surety's State of Incorporation: J Issued for Bid Division 2-5 January 2, 2007 Eagle County Regional Airport 634 635 636 637 638 639 640 641 642 643 644 645 646 647 648 649 11. Name and Address of person to receive payments:'/ 12. If the Bidder/Contractor is a Joint Venture, it shall attach a certified copy of the Joint Venture Agreement. The Joint Venture Agreement will not be included as part of the Contract Documents. 13. The Bidder/Contractor shall identify all applicable labor agreements (if any) to be used in the performance of the work: Issued for Bid Eagle County Regional Airport Division 2-6 C January 2, 2007 4 fes" � w O � v � Qw L 1 6> tj 5 O � k [Z LZ �4 W y7 w 0 Q� y cn N O U 'y+ n .J O U I � I .ti Y � Q � rn A U o o o IN J j f' I S I LL V fes" � O � � y v � 6> tj 5 k [Z LZ �4 W VI Vi V) h V1 b 661 CERTIFICATION OF NONSEGREGATED FACILITIES 662 66, The Federally -assisted construction contractor certifies that he will not maintain or provide, for his 6F,4 employees, any segregated facilities at any of his establishments and that he does not permit his 665 employees to perform their services at any location, under his control, where segregated facilities are 666 maintained. The Federally assisted construction contractor certifies that he will not maintain or provide, 667 for his employees, segregated facilities at any of his establishments and that he will not permit his 668 employees to perform their services at any location under his control where segregated facilities are 669 maintained. "The Federally assisted construction contractor agrees that a breach of this certification is a 670 violation of the Equal Opportunity Clause in his contract. 671 672 As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, 673 restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage 6741 or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and 675 housing facilities provided for employees which are segregated on a basis of race, color, religion, or 676 national origin because of habit, local custom, or any other reason. The Federally -assisted construction 677 contractor agrees that (except where he has obtained identical certifications from proposed subcontractors 678 for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the 679 award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal 680 Opportunity Clause and that he will retain such certifications in his files. 68t 682 683 684 Date: 685 686 687 Company 688 689 690 691 thorized Agent (print) 692 693 r .re An o ed r Issued for Bid Division 2-9 January 2, 2007 Eagle Cowrty Regional Airport 694 695 696 697 698 699 700 701 702 703 704 705 706 707 708 709 710 711 712 713 714 715 716 717 718 719 720 721 722 723 724 725 726 727 728 729 730 731 732 733 734 735 736 EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT Each bidder shall complete and sign the Equal Employment Opportunity Report Statement. A bid may be considered unresponsive and may be rejected, in the Owner's sole discretion, if the bidder fails to provide the fully executed statement or fails to furnish the required data. The bidder shall also, prior to award, furnish such other pertinent information regarding its own employment policies and practices as well as those of its proposed subcontractors as the FAA, the Owner, or the Executive Vice Chairman of the President's Committee may require. The bidder shall furnish similar statements executed by each of its first-tier and second-tier subcontractors and shall obtain similar compliance by each subcontractor, before awarding subcontracts. No subcontract shall be awarded to any non -complying subcontractor. Equal Employment Opportunity Report Statement As Required in 41 CFR 60-1.7(b) The bidder shall complete the following statements by checking the appropriate blanks. Failure to complete these blanks may be grounds for rejection of the bid: I . The Bidder has has not developed and has on file at each establishment affirmative action programsursuant to 41 CFR 60-1.40 and 41 CFR 60-2. 2. The Bidder has has not _ participated in any previous contract or subcontract subject to the equal opportuni clause prescribed by Executive order 11246, as amended. 3. The Bidder has has not filed with the Joint Reporting Committee the annual compliance report on Standard Form 10 (EEO- I Report). 4. The Bidder Does Is.Sued for 3id Eagle County Regional Airport does not employ fifty or more employees. Date: Division 2-11 _ _�Company�i January 2, 2007 773 BUY AMERICAN CERTIFICATE 774 (JAN 1991) 77ti 77o By submitting a bid/proposal under this solicitation, except for those items listed by the bidder below or 777 on a separate and clearly identified attachment to this bid/proposal, the bidder certifies that steel and each 778 manufactured product, is produced in the United States (as defined in the clause Buy American - Steel 779 and Manufactured Products or Buy American — Steel and Manufactured Products for Construction 780 Contracts) and that components of unknown origin are considered to have been produced or manufactured 791 outside the United States. 7s2 7a3 Bidders may obtain from Eagle County, Colorado lists of articles, materials, and supplies excepted from 784 this provision. 78s 786 737 788 781) 790 79( 792 793 794 795 796 797 793 799 800) PRODUCT COUNTRY OF ORIGIN Issued tier Bid Eagle County Regional Airport Date: 00 Company Division 2-15 Januar, 2, 7007 69 69 6F3 C-1 rry r� sy va ss cs� v A CIS GA •-- G? O O N .-. � 00 vl N l� et M �D m N N Nl cn M d ii q W Z � � aed SL i G U o ❑ N 0 ❑ N ❑ N G G G C A4 o oD C U •vim � � U c� v� v v c°; v v 19o lc� o os o iti o as o Z o 44 w o A y w Y y N o iq W n v� o U o o oCn n Gq o w G x o S u c w w 10 n O.td+ oo F Eco ao GCaU ��a" .O of C id ,El a 8 m 0 as .Nn m .n o O O Q as a Q v CD r Q -0 o v ca W -Q o N U I 69 64 69 I I 1 64 lvs � T 0 o � 0 <n �, al W j U VD U Q O '_3 ro b U U c c� 515 jow 7­'04 `t";}, e :i 517 KNOW : A3.L; = mt Prihopak horc.uia c c tod C�_ nntca�•'` ld , . -' ,: as 319 �TOttiStdKe'.fr0- 'ba u1 `ua 3 '3atlr' [A 1hC. j"tatc'orddo> `asf S"" r ` ' k' - t'-,. ''c:.�.•: it - �. r:,.. �r, �]C� tit ' j� ' r' i - 520 TlS�OCtiVC I1C1f6,,.C�CpC[iIDES►�p�'�ypp�q�� •�'•' • -*' ��:• * �` �.: ��:t1�.'�C{ 3z1 ObHkee, in °the papal c1in a€ `. ce,?; _ = fs rine - f ; Y:> :cilpt do, `as ' 511 • -: . ' � r' L . •, .�` .-- ,' . i., ♦ '/ ` , sit a�_ � '. szj rxXm�,t;=iwbcrwf :Gor *ac ali 5oreigJ il�dYtflaiise '.thzir� �y autarsIc sea suedesSots ari$-a"snnS, i!�t1} aed ese pces�ttts' `�y .f . ' i�'"'.L' " 'Tl 121 536 WFIRRFAS. - S?t The C12LrAClO[�I89 SUbttlltiCd 1.O,iht s2� a Cont ma. bid dated �' : _ • . of J -M7 z' _:' _; ...'•:..; ' .; ciewm� oentict ° ' F .Schedule I: Constrict -Dei no -4Cb77P�ri r ' sat Deteritiort Facili _ s : - flow 313 _ t., t • _ __ - 331 NQW,'fHK()�t,:t'}fF _�- ;°. :: -- °moi t?IUI: C►Ir �IF�OHL:�Ej atlSc.�h that.tb�e;C�t; ON�is: `dui as c pUotl`b.,*4Qb and.�a'° �`Wador: ;3s hail ent �: 4t 'ei[ded ice-«�trac It .4..&i',-or-w-) K' 536 9 CT 111! Fl1t: Gam t++' u..i R•s `fonuai7ttji' lntcx;W�.t�;(FQf7�ItGGtl3.0 tl�SU' r 537 and )'erfprnlanoitetc as:_injc:rx = ed �' cFi P,` eYi[ -. Vic!' �cicuments �vioor aact`iiffiii sis for. tfle faitfif ut pet�urcrvaci' Csatr�c '' ' c:" x Y s x�r7 . I- s -� ' j 1 Ot_18DUT 7it�,r•+ c' 3v in the.p! osxutiou o p� is t 6 vAffi ail" ` ` `C4 ii ciii` o ° ' f u uia eaa[s ua,;a �_ $+0 bond or bo utractoi' o£ � e iterS:ut�h Ccilit cl�a - ads.' iitha' Co sl�;ptu,i�,�ra�)e�tiC�jb _ v r. S41 heroin above; dilrii the obiisatioii silt: b ox # 8siit'vaieF` � a is baas -t' 5I2 and effect �� ;o�liga6arr:�vrj3' � fat 513- _344 TN WiTNFSS 'W�'IF�FsQ��,tha BflO�iflr�ii�-hays; 54S 2007ispt+alnict, Ilio-. ;�?tb _'ciiq►'of J 50 SKR ATIaRFra�Pi11NE'IP'ALis'ar>a 54 -:w A- LndIividual. pave j 'or joinf vea 550 551 t• t :; Floptietor a1$CtiiC 3S3 S COTpOT3i10 SSS /' ' N1iva`tif •���� - -' i• is 556 AtteaC = 537 SoarlaX * P.O. Boa 23558, Silverani'pe,r co 8@498. ' ** P-O- Boa 712, Des !bines, IA 'S03b3-D7]2 . UMW Ibc Rid : flfvision L:3 • .• E4>a Cowl Re 'awtt Aupact Y. 111. Q 2,:2. 11110 `AMEMCInsurance Companies � P.O. Box 7'F2 ►Des Moines, IA 50303-0712No. 694358 CERTIFICATE: OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. EmployersMutual Casualty. Company; an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa Corporation 4, Illinois EMCASCO insurance Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does; by these presents, make, constitute and appoint'. KEVIN W. MCMAHON, FRANK C. PENN, JAMES S ROSULEK TIFFANY'MCGfONIGLE DONALD E. APPLEBY,, FLORIETTA ACOSTA, KRISTEN L. MCCORMICK, DILYNN GUERN SUSAN J. LATTARULO, J.R RICHARDS, INDIVIDUALLY, DENVER, COLORADO .......`.. its true and lawful attorney-in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: ANY AND ALL BONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers ofeach such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority yhereby granted shad expire _ �April 1, 2009 , unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is; made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact: and authorize them to execute on behalf of each 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 remove any such attomey-in-fact at any, time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory, in the nature thereof, and any such instrument executed by any such attomey in -fact shalt be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in :all respects binding upon this Company. The facsimile or mechanieaAy reproduced signature of such officer, whethermade heretotore or hereafter, wherever appearing upon a certified copy of any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed', IN 18gESS WHEREOF, the Co res have caused these Ws to be signed for each by their officers as shown, and the Corporate- seals to be hereto affixed this utrr day of Ma 11 _ �,'I '. Seals '" "' _ _ Bruce G. Kelley, C airman J re S.6irdste ca trasu`H�ecn ty s e ;, y� Y Y ��� ��P ,,.•, �' �� tis of Companies 2, 3, 4, 5 & 6; resident Assistant Secretary °R`o`'%.t. �a� d �p°oR4j s ofCompany l Vice Chairman and , ' v CE0 of Company 7 o SEALi - 1863 5 1953 < b I)WA .. . ' «. QWA 41 • Iowa .. On this 30th day March AD 2006 before me a AVC,, ��s ° q y ��� o ; ;,1 rq for Notary Public in and the State of Iowa, personally appeared Bruce G. Kelley and Jeffrey S. `�R° o� a P�RQr aRa �� = Bkdsley, who, being by me. duly swom, did say that they are, and are known to me to be the 1 Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary,respectively,of SEAL ? d SEAL SEAQ, -o each of The Companies above; that the seats affixed to this instrument are the sals of aid corporations, that said instrument was signed and seated on behalf of each of the Companies by authority of their respective Boards of Directors, and !hat the said Bruce G. Kelley and Pffrey S. 5rdsiey, as such officers, acknowledge the execution of said instrument to be the A rN �, votuotary act and deed of each of the Companies, t1TUq My Commission Expires No ber 1, 2008, PATRICIA A. WRIGHTN� C /1 Commission Number 176255 c3/Z My comm, Nov. 7.D88Notary Public in and for the State of Iowa CERTIFICATE i, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, md this P bf_Aftorne 'ssu dl a want thoreto o March 30, 2006 on behalf of evin w. Mc a on;1-ranK . Fent, acnes . u , t y i , , ars true and correct and are still in full force and effect.' Kristen L. McCormick, Dilynn Guern, Susan di Lattarulo, J.P. Richards In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 24th day of _ Janu_ary _ 2007 __ Vice -Pres