No preview available
HomeMy WebLinkAboutC12-180 Down Valley Septic Agreement AGREEMENT BETWEEN EAGLE COUNTY AND DOWN VALLEY SEPTIC,LLC THIS AGREEMENT is made this day of la , 2012, by and between Eagle County ( "County "), and, Down Valley Septic, LLC ( "Contractor "), limited liability company with a principal place of business at 05 Powerline Road, Rifle, Colorado 81650. WHEREAS, County desires to utilize Down Valley Septic, LLC for On -Call septic services at County properties located in El Jebel, Gypsum, Eagle, Wolcott, McCoy, as well as other properties along the Colorado River Road (the "Facilities "). WHEREAS, Contractor is authorized to do business in the State of Colorado, has experience and expertise necessary to provide said product and/or services to County; and WHEREAS, County and Contractor intend by this Agreement to set forth the scope of the responsibilities of Contractor in connection with the services and related terms and conditions to govem the relationship between Contractor and County in connection with this Agreement. NOW, THEREFORE, in consideration of the foregoing premises and the following promises, County and Contractor agree as follows: ARTICLE 1— WORK 1.1 Contractor agrees to provide all services, labor, personnel and materials to perform on -call septic services, to include pumping and cleaning septic tanks, grease traps, sand/oil separator tanks, lift stations, other pumping services as needs may arise and emergency response assistance to Facilities Management at the Facilities Areas of service include as set forth in Exhibit A (hereinafter "Services" or "Work ") which is attached hereto and incorporated by this reference. Contractor will use its expertise, skill to perform the Services. In the event of any conflict between the contents of this Agreement and Exhibit A, this Agreement shall control. . ARTICLE 2 — COUNTY'S REPRESENTATIVE 2.1 The Facilities Management Department designee, shall be Contractor's contact with respect to this Agreement and the performance of the Services. ARTICLE 3 — TERM OF AGREEMENT 3.1 This Agreement shall commence upon execution of this Agreement by both parties, and, subject to the provisions of Article 11 hereof, shall continue in full force and effect for a period of one year, commencing with the effective date of this Agreement.. 3.2 The term of this Agreement may be extended for up to three additional one year terms upon written agreement of the parties. Further, the Agreement may be modified and the scope of Services may be changed upon a written amendment to this Agreement signed by both parties. ARTICLE 4 — COMPENSATION 4.1 For the On -Call Services provided hereunder, County shall pay to the Contractor according to the fee schedule set forth in Exhibit "A ". 4.2 Payment will be made for Services satisfactorily performed within thirty (30) days of receipt of a proper and accurate invoice from Contractor respecting the Services. The invoice shall include a description of 1 1a -Ia • services performed. Upon request, Contractor shall provide County with such other supporting information as County may request. 4.3 County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. 4.4 Notwithstanding anything to the contrary contained in this Agreement, no charges shall be made to the County nor shall any payment be made to the Contractor in excess of the amount for any Services done without the written approval in accordance with a budget adopted by the Board in accordance with provisions of the Colorado Revised Statutes. Moreover, the parties agree that the County is a governmental entity and that all obligations beyond the current fiscal year are subject to funds being budgeted and appropriated. ARTICLE 5- CONTRACTOR'S REPRESENTATIONS In order to induce County to enter into this Agreement, Contractor makes the following representations: 5.1 Contractor has familiarized itself with the nature and extent of the Services to be provided hereunder, the Facility, and with all local conditions, and federal, state, and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services. 5.2 Contractor will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of the Services. 5.4 To the extent possible, Contractor has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement. 5.5 To the extent possible Contractor, has given County written notice of all conflicts, errors, or discrepancies that he has discovered in the Agreement. 5.6 Contractor will be responsible for provision of the Services and shall perform the Services in a skillful, professional and competent manner and in accordance with the standard of care, skill and diligence applicable to septic pumping, hauling and disposal. Further, in rendering the Services, Contractor shall comply with the highest standards of customer service to the public. Contractor shall provide appropriate supervision of its employees to ensure the Services are performed in accordance with this Agreement. ARTICLE 6 - ENTIRE AGREEMENT 6.1 This Agreement represents the entire Agreement between the parties hereto. There are no Contract Documents other than this Agreement and Exhibits A and B. The Agreement may only be altered, amended, or repealed in writing. ARTICLE 7 - MISCELLANEOUS 7.1 No assignment by a party hereto of any rights under, or interests in the Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Agreement. 2 • • 7.2 County and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements, and obligations contained in this Agreement. 7.3 Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. § 29 -1 -101 et seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7.4 Provision Mandated by C.R.S. § 8- 17.5 -101 et seq. PROHIBITIONS ON PUBLIC CONTRACT FOR SERVICES 7.4.1 If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. § 8 -17.5 -101, et seq., regarding Illegal Aliens - Public Contracts for Services, and this Contract. By execution of this Contract, Contractor certifies that it does not knowingly employ or contract with an illegal alien who will perform under this Contract and that Contractor will participate in the E -verify Program or other Department of Labor and Employment program ( "Department Program ") in order to confirm the eligibility of all employees who are newly hired for employment to perform Services under this Contract. 7.4.2 Contractor shall not: (i) Knowingly employ or contract with an illegal alien to perform work under this contract for services; or (ii) Enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under the public contract for services. 7.4.3 Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under this Contract through participation in the E -verify Program or Department Program, as administered by the United States Department of Homeland Security. Information on applying for the E -verify program can be found at: http:// w«. w.dhs.gov /xprevprot/programs /gc 1185221678150. shtm 7.4.4 The Contractor shall not use either the E -verify program or other Department Program procedures to undertake pre- employment screening of job applicants while the public contract for services is being performed. 7.4.5 If the Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien, the Contractor shall be required to: (i) Notify the subcontractor and the County within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and (ii) Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (D) the subcontractor does not stop employing or contracting with the illegal alien; except that the Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. 3 • 7.4.6 The Contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to its authority established in C.R.S. § 8 -17.5- 102(5). 7.4.7 If a Contractor violates these prohibitions, the County may terminate the contract for a breach of the contract. If the contract is so terminated specifically for a breach of this provision of this Contract, the Contractor shall be liable for actual and consequential damages to the County as required by law. 7.4.8 The County will notify the office of the Colorado Secretary of State if Contractor violates this provision of this Contract and the County terminates the Contract for such breach. 7.5 Invalidity or unenforceability of any provision of this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed as if such invalid or unenforceable provision was omitted. 7.6 Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any sub - consultant or sub - contractor agreements for the performance of any of the Services or without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to perform the Work and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned. Contractor shall require each sub - consultant or sub - contractor, as approved by County and to the extent of the Services to be performed by the sub - consultant or sub - contractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. ARTICLE S - JURISDICTION AND VENUE: 8.1 This Agreement shall be interpreted in accordance with the laws of the State of Colorado and the parties hereby agree to submit to the jurisdiction of the courts thereof. Venue shall be in the Fifth Judicial District for the State of Colorado. 8.2 In the event of litigation between the parties hereto regarding the interpretation of this Agreement, or the obligations, duties or rights of the parties hereunder, or if suit otherwise is brought to recover damages for breach of this Agreement, or an action be brought for injunction or specific performance, then and in such events, the prevailing party shall recover all reasonable costs incurred with regard to such litigation, including reasonable attorney's fees. ARTICLE 9 - INDEMNIFICATION: 9.1 The Contractor shall indemnify and hold harmless County and any of its officers, agents and employees against any losses, claims, damages or liabilities for which County or any of its officers, agents, or employees may become subject to, insofar as any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall reimburse County for any and all attorney fees and costs, legal and other expenses incurred by County in connection with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties against the County to the extent that the County is solely liable to such third party for such claims without regard to the involvement of the Contractor. ARTICLE 10 - OWNERSHIP OF DOCUMENTS AND MATERIALS: 4 • 10.1 All documents (including electronic files) and materials which are obtained during, purchased or prepared in the performance of the Services shall remain the property of the County and are to be delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement. ARTICLE 11 -TERMINATION: 11.1 County may terminate this Agreement, in whole or in part, for any reason, at any time, with or without cause. Any such termination shall be effected by delivery to Contractor of a written notice of termination specifying the date upon which termination becomes effective. In such event, Contractor shall be compensated for all Services satisfactorily completed up to the date of termination for such Services. ARTICLE 12 — NOTICE 12.1 Any notice required under this Agreement shall be personally delivered, mailed in the United States mail, first class postage prepaid, or sent via facsimile provided an original is also promptly delivered to the appropriate party at the following addresses: The County: Eagle County Facilities Management P.O. Box 850 Eagle, Colorado 81631 (970) 328 -8786 (p) (970) 328 -8899 (f) and a copy to: Eagle County Attorney P.O. Box 850 Eagle, Colorado 81631 (970)328 -8685 (p) (970) 328 -8699 (f) The Contractor: Down Valley Septic, LLC P.O. Box 1929 Rifle, Colorado 81650 (970) 625 -5556 (p) (970) 625 -2106 (f) 12.2 Notices shall be deemed given on the date of delivery; on the date a FAX is transmitted and confirmed received or, if transmitted after normal business hours, on the next business day after transmission, provided that a paper copy is mailed the same date; or three days after the date of deposit, first class postage prepaid, in an official depositary of the U.S. Postal Service. ARTICLE 13 — INDEPENDENT CONTRACTOR 13.1 It is expressly acknowledged and understood by the parties hereto that nothing contained in this Agreement shall result in, or be construed as establishing, an employment relationship between County and Contractor or County and Contractor's employees. Contractor and its employees shall be, and shall perform as, independent contractors. No officer, agent, subcontractor, employee, or servant of Contractor shall be, or shall be deemed to be, the employee, agent or servant of County. Contractor shall be solely and entirely responsible for the means and methods to carry out the Services under this Agreement and for Contractor's acts and for the acts of its officers, agents, employees, and servants during the performance of this Agreement. Neither Contractor nor its officers, agents, subcontractors, employees or servants may represent, act, purport to act or be deemed the agent, representative, employee or servant of County. 5 • ARTICLE 14 — INSURANCE REQUIREMENTS 14.1 At all times during the term of this Agreement, Contractor shall maintain insurance on its own behalf in the following minimum amounts: 14.1.1 Workmen's Compensation, disability benefits, and other similar employee benefit acts, with coverage and in amounts as required by the laws of the State of Colorado. 14.1.2 Comprehensive Automobile Insurance shall be carried in the amount of $1,000,000 for bodily injury and $1,000,000 for property damage, each occurrence. All liability and property damage insurance required hereunder shall be Comprehensive General and Automobile Bodily Injury and Property Damage form of policy. 14.1.3 Comprehensive liability and property damage insurance issued to and covering Contractor and any subcontractor with respect to all Work performed under this Agreement and shall also name County as an additional insured, in the following minimum amounts: Bodily Injury Liability: Each Person: $1,000,000 Each Accident or Occurrence: $1,000,000 Property Damage Liability: Each Accident or Occurrence: $1,000,000 14.2 Contractor shall purchase and maintain such insurance as required above and the certificate of insurance is attached hereto as Exhibit B. / /SIGNATURE PAGE TO FOLLOW // 6 • IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. COUNTY OF EAGLE, STATE OF COLORADO, by its County Manager By: 4 _..t4 Keith ontag CONTRACTOR: DOWN VALLEY SEPTIC, LLC By: '' 7 2 o 'y j Sc.oi1' 1yc, Title: Con -O W itiej t GOO CONTRACTOR IS REQUIRED TO HAVE ITS SIGNATURE NOTARIZED STATE OF e b ror,t0 ) C ) ss. COUNTY OF - 11 r(1P IQ ) The foregoing instrument was acknowledged before me by Scoff' r \OL C r , of DDL v « 119 Scptte. this 4 day of _ , 2012. My commission expires) t �t 1 i 1 LA Notary Public Y '1 ANNE : ` + * KELLERBY MY COMMISSION EXPIRES: July 17, 2012 Bid Sheet — Septic Pumping and Cleaning Services Bid Sheet - Septic Pumping and Cleaning Services TYPE of SERVICE COST Equipment - Travel $65.00 /hour Equipment — Pump $65.00 /hour Dump Fee: Grease $.12 /gallon Sand/Water $.12 /gallon Sewage $.12 /gallon Other (Please describe) 1) Roll -Off trash- Municipal $43.00 /ton Construction $57.00 /ton Travel $75.00 /hour (12, 20, 30 yd bear proof and open top) 2) Sewer line- inspection (camera), repair, rehab and jetting (price on application) 3) Other Services Available- portable toilets, hydro excavation, water delivery, fire support and demolition (price on application) 4) All services available 7/24 365 days EXHIBIT file: / //G V MAINTENANCE / Service %20Agreements /Septic %20Pumping / 2012/ Down %20V alley %20Bid %20 Sheet. htm [4/ 19/20 DEPARTMENT OF P.O. Box 179 ENVIRONMENTAL HEALTH 500 Broadway (970) 328 -8755 Eagle, CO 81631 FAX: (970) 328 -8788 41 i environment @eaolecountv.us TOLL FREE: 800 - 225 -6136 www.eaglecounty.us EAGLE COUNTY APPLICATION TO CONDUCT BUSINESS AS AN INDIVIDUAL SEPTIC DISPOSAL SYSTEMS CONTRACTOR OR CLEANER Application For: (Please Check) New Systems Contractor ($50.00) Renewal Systems Contractor ($25.00) New Systems Cleaner ($50.00) Renewal Systems Cleaner ($25.00) To obtain Environmental Health Department approval, please answer all items completely and attach proper payment. Make remittance payable to: EAGLE COUNTY TREASURER and send with application to above address. Incomplete applications will not be accepted. License to be issued in the name of: ,96661A G9. e s * P ®R-T Trade Name: 19 .\ \flS.LI _\( ss P`T�L Physical Location of Business: 065 15co1 LI '4 6 12.1). / il L� Cb 1 a) t. Phone: U'70— I n ? Cell Phone: 47 0 90 Z - 6 4 : 3 Mailing Address: PO so 19x9 City: FiFtt State: L'9 Zip: 61( 7j Name of person taking test: .Ref 2'T speiZ�L�. email: V7 ?si /L ON/ se-PieC- .C'it Primary Disposal Site (Cleaners Only): I do hereby certify that I will comply with all requirements of the Eagle County Individual Sewage Disposal System Regulations and that I will comply with all orders given me by authorized inspectors of the Eagle County Environmental Health Department. I do hereby agree to that in the event the Individual Sewage Disposal System Regulations are not complied with, I and /or my employees will discontinue installation /cleaning of sewage disposal syste s and it y license at the discretion of the Eagle County Board of Health. (Signature) (Date) The applicant must score 80% or above or, hoicho .mss} rptmke the test_ ° EAGLE COUNTY COMMUNITY DEVELOPMENT DEPARTMENT ENVIRONMENTAL HEALTH DIVISION Office Use Only Individual Sewage Disposal Systems Contractor's License No. C6 - License #: e le °- leP- Check #: CONTRACTOR ROBERT PORTER FIRM /DBA DOWN VALLEY SEPTIC Receipt #: Entered By: ! MAILINGADDRESS PO BOX 1929 RIFLE, CO 81656 12/12 EXPIRES APPROVEDC / I • / Proposal for Septic Pumping and Cleaning Services For Eagle County Down Valley Septic was founded in 1997 by Scott Moyer. What started as a small mom and pop organization with only 2 full time employees has grown into 24 full time employee corporation serving the entire western slope, including eastern Utah and southern Wyoming. Down Valley Septic provides many services including portable restrooms, septic pumping, potable water delivery, tank rentals, roll-off trash service and all municipal sewer line inspections and repairs. A) General Approach to the Project: As with any of our other major projects, we like to make sure we have all of our bases covered. • Follow local and state rules and regulations. • Understanding exactly what is required of us for any individual job. • Complete the job to the Counties expectations. • Do the job in a timely and safe manor. • Billing and any associated paper work done properly. B) Experience: We have the most experienced crew on the western slope. Listed below you'll find our core employees that will be heading up the team and their time with Down Valley Septic. • Scott Moyer- Chief Operations Officer- 19 years Industrial Wastewater Systems and founder of the company • Mona Moyer- 12 years- Director of Human Resources and Administration • Charles Davis- 11 years- installations, service and mechanic • Russ Collins- 10 years- septic pumper and driver • Mike Haun- 9 years- installations, service and driver • Cory Sullivent- 8 years- fleet manager and mechanic • Miguel Guardado- 8 years- portable toilet service and driver • Steve Van Boven- 8 years- portable toilet service and driver • Cathy Hampton- 5 years- portable toilet service and driver • Richard Hill- 5 years- portable toilet service and driver Experience with other projects and municipalities • Silt- septic, potable water, toilets, trash Pamela Woods- Town Administrator/ Treasurer- 970 - 876 -2353 Jack Castle- Utilities Coordinator- 970 -989 -0041 • 2011 National Sheep Dog Finals- septic, trash, toilets • Ellen Nieslanik- Director- 970 - 878 -0080 • Solvay Chemical- septic, toilets, trash Celina- 970 - 285 -0406 • Other municipalities we have done work for includes Aspen, Rifle, Debeque, Carbondale, Basalt, Collbran, Grand Junction, New Castle, Parachute, Eagle, Garfield and Mesa Counties. • Other special events and emergency services includes BLM & National Forest Interagency Fire, Country and Rock Jam, Aspen Music Festival, Silt Music Festival and various non profit benefits that we have donated our services. C) Schedule and Budget Restraints: Fee schedule for septic pumping and scheduling for the same. • Septic pumping- $65.00 / hr • Disposal- $00.12/ gal • Non emergency pumps- same or next day • Emergency pumps- will have a truck on the road within the hour D) Practices and Procedures: Down Valley Septic takes pride in the way we handle our customers emergency and non emergency calls. • There is always someone on call, 24/ 7! • After hours calls are answered by our answering service and patched to the person on call for dispatching. The on call person will take all the pertinent information and make sure he keeps everybody informed of the progress. • Our Operations Manager will then follow up with the customer to make sure the job met all expectations. E) Legal Issues: There are none. F) Licensing: We currently hold Eagle Counties ISDS cleaners license. G) Safety: Down Valley Septic takes safety very serious. We currently work in the oil and gas fields for Chevron, Williams, Exxon, Encana, Noble and Oxy. Their requirements demand safety to be top priority and we carry that into all of our jobs. • All employees have gone thru the OSHA 10 hr and Safeland training. • Safety meetings every morning. • Belong to ISDN, PEC and MSCN. These are all safety programs. • Our EMR rating is .74. • We have gone 1375 days without a recordable incident. Thank you for the opportunity to bid on this project. If you have any questions or need more information please don't hesitate to call. Bob Porter Operations Manager Down Valley Septic LLC 005 Powerline Rd Rifle, Co. 81650 Phone: 970- 625 -5556 Fax: 970 - 625 -2106 Client #: 65978 8DOWNVAL • . A CORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DD/YYYY) 5/15/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Willis of Colorado, Inc. ac, PHONE o, Ext): ( 303 722 -7776 ( A / C No): 303 - 722 -8862 2000 South Colorado Boulevard E-MAIL ADDRESS: Tower II, Suite 900 INSURER(S) AFFORDING COVERAGE NAIC # Denver,.0O3.80222 INSURER A: AMCO Insurance Company 19100 INSURED INSURERS: Pinnacol Assurance 41190 Down Valley Septic LLC INSURER C : Travelers Property Casualty Com 36161 PO Box 1929 DEPOSITORS INSURANCE COMPANY 42587 Rifle, CO 81650 INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MM /DD/YYYY) (MM /DD/YYYY) A GENERAL LIABILITY GLA07505015143 11/01/2011 11/01/2012 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES (Ea occu ence) $ 300,000 _ CLAIMS -MADE X OCCUR MED EXP (Any one person) $10,000 X CG 7288 03 10 PERSONAL s ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 POLICY X Ta LOC Jobsite Pollution $1,000,000 D AUTOMOBILE LIABILITY BAPD7505015143 11/01/2011 11/01/2012 (Eeac B cide D t SINGLELIMIT $1,000,000 X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS AUTOS ( ) X HIRED AUTOS X NON -OWNED PROPERTY DAMAGE AUTOS (Per accident) $ $ A x UMBRELLA LIAB X OCCUR 7505015143 11/01/2011 11/01/2012 EACH OCCURRENCE $1,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $1,000,000 _ DED X RETENTION $0 $ B WORKERS COMPENSATION 4123193 05/01/2012 05/01/2013 X WC STATU OTH- AND EMPLOYERS' LIABILITY Y / N TORY LIMITS FR OFFICER/MEMBER EXCLUDED? E CUTIVE Y N / A E.L. EACH ACCIDENT $1,000,000 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Owned Equipment QT6608827P787 05/07/2012 05/07/2013 $765,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) The following are Additional Insureds as respects General Liability only if required by written contract and coverage applies only as respects ongoing operations performed by the Insured for the Additional Insureds. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Eagle County Dept of SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Environmental Health ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 179 500 Broadway AUTHORIZED REPRESENTATIVE Eagle, CO 81631 / �. y. " r,Jzf'f. : c.r,.� ..rift 0 ' © 1988-2010 ACORD CORP ACORD 25 (2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD RSQZA.799 /MQ9RAQS R