HomeMy WebLinkAboutC12-216 Ground Engineering Consultants AGREEMENT BETWEEN EAGLE COUNTY AND GROUND ENGINEERING CONSULTANTS, INC. THIS AGREEMENT ( "Agreement ") is made this day of N , 2012, by and between Eagle County, Colorado ( "County "), and, Ground Engineering Consultants, Inc., a Colorado Corporation, ( "Contractor ") WHEREAS, County desires to retain Contractor for subsurface exploration, geotechnical and pavement section recommendations for a river access ramp located in Dotsero Colorado (the "Facility "). WHEREAS, Contractor is authorized to do business in the State of Colorado, has experience and expertise necessary to provide subsurface exploration 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 govern 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 and complete the services set forth in pages 1 through 4 of Exhibit A entitled Proposal for Professional Services, Geotechnical Subsurface Exploration Program, Colorado River Boat Ramp, Dotsero, Colorado dated June 19, 2012 and identified as Proposal Number 1206 -1011 (hereinafter "Services" or "Work ") which is attached hereto and incorporated by this reference. Contractor will use its expertise and skill to perform the Services. In the event of any conflict between the contents of this Agreement and Exhibit A, this Agreement shall control. The Work shall be completed as set forth in Exhibit A. 1.2 Unless otherwise agreed, County will furnish right -of way entry for Contractor and Contractor's sub - consultants /subcontractors to make borings, surveys and /or conduct other surface or subsurface explorations. Contractor and its sub - consultants /subcontractors will take reasonable precautions to reduce damage to property. However, cost of restoration or damage that may result from field operations is not included in the fees unless otherwise stated. ARTICLE 2 — COUNTY'S REPRESENTATIVE 2.1 The Engineering 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 until the Services are satisfactorily completed in accordance with the terms of this Agreement. 3.2 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 $ervices to be provided hereunder, County will pay Contractor the amounts and at the rates provided in Exhibit A. The maximum amount of compensation under this Agreement shall not exceed two thousand dollars ($2,000) without an amendment to the Agreement agreed to and executed by both parties. 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 Services performed and any reimbursable expenses. Reimbursable expenses shall be billed at cost with no mark up. 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 written approval in accordance with a budget adopted by the Board of County Commissioners 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 tlx 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 geotechnical engineering services of a similar nature. Further, in rendering the Services, Contractor shall comply with th$ highest standards of customer service to the public. Contractor shall provide appropriate supervision of it$ employees to ensure the Services are performed in accordance with this Agreement. 5.7 Contractor Shall be responsible for the completeness and accuracy of the Work, including all supporting data and other documents prepared or compiled in performance of the Work including Work performed by its employees, agents or sub - contractors, and shall correct, at its sole expense, all significant errors and omissions therein. The fact that the County has accepted or approved the Work shall not relieve Contractor of any of its responsibilities. 2 5.8 Contractor represents that its professional personnel are, and covenants that is professional personnel shall at all times remain, duly licensed to perform the Services. 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. 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 3 Program, as administered by the United States Department of Homeland Security. Information on applying for the E- verify program can be found at: http: / /www.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. 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- 171.5- 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 Contr ct and the County terminates the Contract for such breach. 7.5 Invali ity or unenforceability of any provision of this Agreement shall not affect the other provisions hereof, and t is Agreement shall be construed as if such invalid or unenforceable provision was omitted. 7.6.1 Contr ctor acknowledges that County has entered into this Agreement in reliance upon the particular reputaltion and expertise of Contractor. Contractor shall not enter into any sub - consultant or sub - contralctor agreements for the performance of any of the Services or without County's prior written conse t, which may be withheld in County's sole discretion. County shall have the right in its reasonable discre ion to approve all personnel assigned to perform the Work and no personnel to whom County has an ob ction, in its reasonable discretion, shall be assigned. Contractor shall require each sub - consultant or su - contractor, as approved by County and to the extent of the Services to be performed by the sub - consu tant 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 8- 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 Cblorado. 4 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 AND LIMITATION OF LIABILITY: 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 negligent 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. 9.2 Notwithstanding anything to the contrary in this Agreement or in Exhibit A, damages due to or arising from professional negligence, breach of contract, or any cause of action, shall be limited to the limits of Contractor's insurance as required in this Agreement. 9.3 Any exploration, testing, specific observations and analysis associated with the Work will be performed by Contractor solely to fulfill the purpose of this Agreement and Contractor is not responsible for interpretation by others of the information developed. County recognizes that subsurface conditions beneath the project site may vary from those encountered in borings, surveys of explorations and that information and recommendations developed by Contractor are based solely on the information available to him at the time and location of such exploration. Furthermore, the information provided by the County in connection with the scope of Services provided may not and should not be construed as being sufficient for use by others for the purposes of providing cost estimates for portions of this project. ARTICLE 10 - DOCUMENTS AND MATERIALS: 10.1 All documents (including electronic files) and materials which are obtained during, purchased or prepared in the performance of the Services shall become the property of County upon payment for the Services. Contractor shall provide all documents to County upon payment therefor. 10.2 All samples of soil and rock will be discarded thirty (30) days after report submittal. Upon County's request and authorization, samples will be delivered in accordance with County's instructions or stored for an agreed charge. 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 5 1 12.1 Any otice required under this Agreement shall be personally delivered, mailed in the United States mail, first cl ss postage prepaid, or sent via facsimile provided an original is also promptly delivered to the appropriate arty at the following addresses: The County: Eva Wilson, PE Eagle County Engineering Dept P.O. Box 850 Eagle, Colorado 81631 (970) 328 -3565 (p) (970) 328 -8789 (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: Scott Richards Ground Engineering Consultants, Inc. 379 Indian Road Grand Junction, CO 81501 (970) 242 -4300 (p) (970) 242 -4301 (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 ddpositary 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 mall result in, or be construed as establishing an employment relationship between County and Contractor o_ County and Contractor's employees. Contractor and its employees shall be, and shall perform as, independent 4ontractors. 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 mean* and methods to carry out the Services under this Agreement and for Contractor's acts and for the acts of its dfficers, 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. ARTICLE ) 4 — INSURANCE REQUIREMENTS 14.1 At al times during the term of this Agreement, Contractor shall maintain insurance on its own behalf in the followin minimum amounts: 14.1. X 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 6 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 14.1.4 Professional Liability (Errors and Omissions) Insurance with prior acts coverage for all Services and additional Services required hereunder, in a form and with insurer or insurers satisfactory to County, with limits of liability no less than $1,000,000 per claim and $1,000,000 in the aggregate. 14.2 Contractor shall purchase and maintain such insurance as required above and the certificate of insurance is attached hereto as Exhibit B. [[rest of page intentionally left blank]] 7 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: �! _:�-- Keith Montag, County i ., ager CONTRA OR: GROUND INEERING C NSULTANTS, INC. By: e./c Title: S era Reese *LT' 14\14 c p. Wi s � CONTR4CTOR IS REQUIRED TO HAVE ITS SIGNATURE NOTARIZED NOTARY c J STATE OF QIoR. c ) 9 crA � p(J6LIC ss. ^ .. COUNT' OF AR-A.0> f1/4 N be ) ®!� OCAS 1 The foregoing instrument was acknowledged before me by 1 k w. c (T , of Ground Engineering Consultants, Inc. this Z0 day of e , 2012. My conuission expires: / D / G " Notary Public 8 June 19, 2012 Subject: Proposal for Professional Services, Geotechnical Subsurface Exploration Program, Colorado River Boat Ramp, Dotsero, Colorado. Proposal Number 1206 -1011 Ms. Eva Wilson Eagle County P.O. Box 850 500 Broadway Eagle, Colorado 81631 -0850 Dear Ms. Wilson: Ground Engineering Consultants, Inc. (GROUND) is pleased to submit a proposal to conduct a subsurface exploration program to develop recommendations for design and construction of the proposed Colorado River boat ramp near Dotsero, Colorado. Provided plans show gravel roadways to access the ramp and parking areas eastward. Proposed ramp construction anticipates a 20 -foot by 40 -foot concrete slab 6 to 8 inches thick. Access to the project site is through unimproved terrain with tall shrubs and hedges. We understand disturbance to the ramp area will be limited to a `pathway' that will be marked in the field prior to our exploration. Based on provided information and our experience with similar projects, we propose the following: Scope of Services Dig two (2) test pits at locations to be determined by GROUND within the proposed approximate ramp area. Final depths of the test pits may vary in the field as exploration progresses and as the subsoil profile becomes evident. We anticipate test pit depths to be approximately 4 to 7 feet below existing grade or until practical refusal. The test pits will be excavated to evaluate the subsurface soil profile and to obtain samples for laboratory testing. Conduct a laboratory testing program to evaluate the engineering characteristics of the materials at the site. EXHIBIT RUM ENGINEERING CONSULTANTS IN'C. 379 Indian Road, Grand Junction, CO 81501 Phone (970) - 242 -4300 Fax (970) 242 -4301 www.groundeng.com Office Locations: Englewood . Commerce City . Loveland . Granby . Gypsum . Grand Junction . Casper Colorado River Boat Ramp Dotsero, Colorado ➢ Analyze the results of the field and laboratory investigations to develop geotechnical recommendations regarding foundation support for the proposed ramp, subgrade preparation, and soil corrosivity. ➢ Prepare a report summarizing the data obtained, and present our conclusions and recommendations. An electronic copy (PDF format) of the report will be provided. Up to three (3) hard /paper copies are available upon request. Fees Based on the proposed scope of services outlined above, we estimate a lump sum fee of $2,00C to complete the subsurface exploration program. We assume that the project site is accessible to conventional, backhoe equipment. If additional services are required beyond the scope of services outlined above, we propose that our fees for the additional services be in accordance with the hourly and unit costs presented in the Fee Schedule. Pleas review the General Conditions for a summary of the conditions under which our services li will be provided and which contain a limitation of GROUND's liability. Also note that GROUND resery s the right to alter the scope items if deemed necessary and withhold data and reports until we have received a signed proposal. Schedule We pr pose to initiate the investigation within 3 days of being given notice to proceed. We anticip to the final report should be completed on or around July 6 2012, as requested. GRO ND will attempt to adhere to this schedule, however, this remains dependent upon favora le weather conditions, site access and buried utility locations. In any event, we will notify you of bur progress and pertinent information, as it becomes available. 6/19/2012 Proposal No. 1206 -1011 Page 2 of 6 I Colorado River Boat Ramp Dotsero, Colorado If you have any questions, concerns or comments regarding this proposal, please contact this office. if this proposal meets with your approval, please return 2 signed copies to this office at which time we will execute and return a copy to you. We appreciate this opportunity to work with you on this important project. Sincerely, GROUND Engineering Consultants, Inc. Scott W. Richards, P.E. Agreed to this day of , 2012 Eagle County by: Please print name Agreed to this day of , 2012 GROUND Engineering Consultants, Inc. by: Please print name 6/19/2012 Proposal No. 1206 -1011 Page 3 of 6 Colorado River Boat Ramp Dotsero, Colorado GROUND ENGINEERING CONSULTANTS INC. FEE SCHEDULE - ENGINEERING (2012) 2012E1.2 FIELD INVESTIGATION (Geotechnical and Environmental) Drill Rig - Truck Mounted with 2 -Man Crew Drill Rig Support Vehicles 4 -inch and 6 -inch Solid Auger $125 - $145 per hour Water Truck $175 - $300 per day Hollow Stem Auger $140 - $165 per hour Support Truck $150 - $175 per day NX Wireline Coring /Rotary Bit Wear + $155 - $200 per hour Environmental Drilling Stand* Time Hourly drill rate Personal Protection Equipment Track Mounted Rig (Additional) $155 - $210 per hour Level D $100 per man per day Drill Rig Mobilization and Demobilization Level C $150 per man per day In Towilt under 50 miles Hourly Rate Steam Cleaner $90 - $100 per day Truck Mounted Rig $1.75 per mile + $35 per man per hour Equipment Rental Cost + 20% Track Mounted Rig $3 per mile + $35 per man per hour Well Construction Materials. Cost + 20% Water /$upport Truck $1.15 per mile + $35 per man per hour Drill Crew Overtime $25 - $45 per hour Pick u $1.15 per mile + $35 per man per hour Geophysical Survey $95 per hour Falling W ight Deflectometer $325 per hour Field Engineer /Enviro. Tech $65 -$85 per hour PID $150 per day pH/Temp Meter $40 per day LABORA ORY TESTING Natural D nsity and Moisture Content $12.50 "R" -Value (ASTM 2844) $300.00 Atterberg limit (ASTM D -4318) $45.00 Resistivity $30.00 Specific Gravity $60.00 Freeze -Thaw Test (ASTM 560) $350.00 Gradation Analysis (ASTM D-422) Soil - Stabilization Mixture Analysis Quote a. All tandard Sieve to #200 Sieve $55.00 Triaxial Shear, per point b. Per nt Less Than #200 Sieve $35.00 a. Unconsolidated - Undrained (Quick Test) $200.00 c. Hyd ometer Analysis, add $55.00 b. Consolidated - Undrained (R -Test) $350.00 c. Consolidated - Drained (S -Test) $575.00 Swell- Conbolidation Permeability a. Loagled to 10,000 psf $45.00 a. Falling or Constant Head, 2-4" Diameter $200.00 b. Per load in Addition to 10,000 psf $10.00 b. Triaxial Permeability $350.00 Time- Con$olidation (ASTM D -2435) $350.00 Unconfine Compressive Strength (ASTM D -2166) $40.00 Relative Density (ASTM D -2049) $200.00 Direct Sh r, per point California Bearing Ratio (ASTM D- 1883), 1 -Point $150.00 a. Unconsolidated- Undrained (Quick Test) $125.00 California Bearing Ratio (ASTM D- 1883), 3 -Point $300.00 b. Consolidated- Undrained $135.00 Water Soluble Sulfate $45.00 c. Consolidated- Drained (ASTM D -3080) $325.00 pH Test $35.00 Standard Proctor Compaction (ASTM D-698) $90.00 Organic Content (ASTM D -2974) $35.00 Modified Pkoctor Compaction (ASTM D -1557) $100.00 Los Angeles Abrasion Test $150.00 Laboratory Technician $40.00 - $60.00 per hour Resilient Modulus .. $300.00 per point + lab prep at $50 /hour Soil Sucticln $50.00 Corrosivity $125.00 ENGINE RING (Covers pla ing and general supervision, field trips, analysis, consultation, preparation of reports, and travel time.) Principal gineer $125.00- $175.00 per hour Project M ager $85.00- $105.00 per hour Constructs n Manager $85.00- $105.00 per hour Project En ineer or Geologist $75.00 - $95.00 per hour Staff Engi eer $65.00- $75.00 per hour CAD Tech ician $50.00 per hour Special C sultation, Expert Testimony and Court Appearance Negotiable Daily Rate MISCELLANEOUS Out-of -town living expenses, commercial travel costs, equipment rental, etc Cost +15% - 20% Interest charged after 30 days from invoice date 1.5% per month Outside Laboratory Services Cost +20% Pile Dynarrfic Analysis, Ground Penetrating Radar, Cross Hole Sonic Logging, Sonic Echo, Thermal Conductivity and Resistivity Quote 6/19/2 012 Proposal No. 1206 -1011 Page 4 of 6 • • A CERTIFICATE OF LIABILITY INSURANCE 6/20/2012 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: Van Gilder Insurance Corp. (A/CC. N . Ext):303 -837 -8500 FAX No):303- 831 -5295 1515 Wynkoop, Suite 200 E-MAIL Denver CO 80202 ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :Hudson Insurance Company 25054 INSURED INSURERB :CHARTER OAK FIRE 25615 Ground Engineering Consultants, Inc. INSURER C: 2- i. -, . . - •11._2 25623 41 Inverness Drive East INSURER D : Englewood CO 80112 INSURER E : INSURER F :Travelers Indemnity Comnanv (C 25658 COVERAGES CERTIFICATE NUMBER: 1454193535 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSR WVD POLICY NUMBER (MM /DD/YYYY) (MM/DD/YYYY) LIMITS C GENERAL LIABILITY Y Y 6801972MO26 4/26/2012 4/26/2013 EACH OCCURRENCE $1,000,000 © COMMERCIAL GENERAL LIABILITY PR S ( RENTED PREEMIMI E SES (Ea occurrence) $1,000,000 ■.1 CLAIMS -MADE X OCCUR MED EXP (Any one person) $10,000 ■ PERSONAL & ADV INJURY $1,000,000 ■ GENERAL AGGREGATE 82,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG 82,000,000 ■ POLICY © PO LOC $ B AUTOMOBILE LIABILITY Y Y BA8205P789 4/26/2012 4/26/2013 COMBINED an SINGLE LIMIT (Ea a accid ccident) I $1 © ANY AUTO BODILY INJURY (Per person) $ ■ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS AUTOS X NON -OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) $ F © UMBRELLA LIAB X OCCUR CUP007B168379 4/26/2012 4/26/2013 EACH OCCURRENCE $9,000,000 ■ EXCESS LIAB ■ CLAIMS -MADE AGGREGATE $9,000,000 DED RETENTION $ - 8 F WORKERS COMPENSATION y UB3688T066 5/1/2012 5/1/2013 X WC STATU OTH- AND EMPLOYERS' LIABILITY Y / N TORY I IMITS ER ANY PROPRIETOR/PARTNER /EXECUTIVE E.L. EACH ACCIDENT $1,000,000 OFFICERJMEMBER EXCLUDED? Y N 1 A (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 A Professional Liability AEE7207305 6/6/2012 3/6/2013 Per Claim $2,000,000 Pollution Liability Annual Aggregate $2,000,000 Claims Made DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) As required by written contract or written agreement, the following provisions apply subject to the policy terms, conditions, limitations and exclusions: The Certificate Holder and Owner are included as Additional Insureds for ongoing and completed operations under General Liability; Designated Insured under Automobile Liability; and Additional Insured under Umbrella Liability but only with respect to liability arising out of the Named Insured's work performed on behalf of the certificate holder and owner. This insurance will apply on a primary, non - contributory basis. A Blanket Waiver of Subrogation applies for General Liability, Automobile Liability, Umbrella Liability and Workers' Compensation. Limited Contractural Liablity is included. The Umbrella Liability policy provides excess coverage over the General Liability,. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE EXHIBIT THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Eagle County ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Eva Wilson, P.E., CFM PO Box 850, 500 Broadway ,r,...) UTHORIZED REPRESENTATIVE Eagle CO 81631 ,��M� © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: ....."'"410 LOC #: AC D ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Van Gilder Insurances Corp. Ground Engineering Consultants, Inc. 41 Inverness Drive East POLICY NUMBER Englewood CO 80112 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Automobile Liability a,d Employers Liability. Jason Goodman Andrew Suedkamp James Kowalsky Re Project: Colorado iver Boat Ramp Project, Dotsero Additional Insured; E gle County I I ACORD 101 (2008/01] © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD