Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC12-358 Souder Corporation AGREEMENT BETWEEN EAGLE COUNTY, COLORADO
AND SOUDER CORPORATION D/B /A MOUNTAIN PARKING EQUIPMENT
THIS AGREEMENT is made this M day of October, 2012, by and between Eagle County,
Colorado ( "County"), and Souder Corporation d/b /a Mountain Parking Equipment, a company
organized under the laws of the State of Colorado ( "Contractor ").
RECITALS
WHEREAS, County desires to have the ground transportation pickup lot entry gate
tested and inspected, and if necessary, repaired, and further desires to have a new exit gate
installed in the pickup lot (the "Project ") located at the Eagle County Regional Airport property
(the "Airport").
WHEREAS, Contractor is authorized to do business in the State of Colorado and has
represented that it has the experience and knowledge in the subject matter necessary to provide
said services and materials to County; and
WHEREAS, County wishes to hire Contractor to provide the services and materials
described in Article 1 hereunder; and
WHEREAS, County and Contractor intend by this Agreement to set forth the scope of
the responsibilities of Contractor in connection with the services, materials and related terms and
conditions to govern the relationship between Contractor and County in connection with this
Agreement.
NOW THEREFORE, based upon the representations by Contractor set forth in the foregoing
recitals, for good and valuable consideration, including the promises set forth herein, the receipt and
sufficiency of which is hereby acknowledged, the parties agree to the following:
AGREEMENT
ARTICLE 1— WORK
1.1 The Contractor will provide the services more particularly set forth in the attached Exhibit
"A ", which is attached hereto and incorporated herein by reference (hereinafter called the
"Work" or the "Services "). Such Exhibit "A" is labeled Scope of Services. The Services are
generally described as the testing and inspecting the Airport ground transportation pickup lot
entry gate, and performing any necessary repairs to ensure the gate is in good working order, and
installing a concrete pad and a new Airport ground transportation pickup lot exit gate. Contractor
shall provide all labor, supervision, equipment, tools, and materials, as necessary, to perform the
Work according to the terms, conditions and specifications of this Agreement. All Work shall be
performed in a manner consistent with the applicable professional standard of care. In the event
of any conflict or inconsistency between the terms and conditions set forth in Exhibit A and the
terms and conditions set forth in this Agreement, the terms and conditions set forth in this
Agreement shall prevail.
1
ARTICLE 2 — TERM OF AGREEMENT
2.1 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.
ARTICLE 3 - COMMENCEMENT AND COMPLETION OF THE WORK
3.1 Contractor shall commence the Work promptly after execution of this Agreement by both
parties, and shall achieve substantial completion of the Work on or before November 15, 2012
( "Substantial Completion "). Contractor agrees to notify County if achievement of Substantial
Completion appears unlikely as soon as it so appears to the Contractor, and thereupon, County
and Contractor will meet to discuss the reasons for delay and means of achieving timely
completion. County and Contractor will cooperate in seeking to achieve timely completion and
Contractor will use its best efforts to achieve timely completion. Notwithstanding the foregoing,
no modifications shall be made to the date of Substantial Completion unless a written change
order is executed by the Contractor and County.
3.2 "Substantial Completion" shall mean that: The Work (or a specified part thereof) has
progressed to the point where, in the opinion of the Project Manager, as evidenced by its
issuance of a certificate of substantial completion, it is sufficiently complete, in accordance with
the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for
which it was intended. For purposes of this Agreement, in order to achieve Substantial
Completion, the Work must have progressed to the point that the Exit Gate lane is completed and
operational and traffic is able to flow through the Exit Gate lane without interference. When
Contractor considers the Work ready for its intended use, Contractor shall, in writing to the
Project Manager, certify that the entire Work is substantially complete, and request that the
Project Manager issue a certificate of substantial completion. Within a reasonable time
thereafter, the Project Manager and Contractor shall make an inspection of the Work to
determine the status of completion. If the Project Manager does not consider the Work
substantially complete, the Project Manager will notify Contractor in writing giving his reasons
therefor. If the Project Manager considers the Work substantially complete, the Project Manager
will prepare and deliver to County a tentative certificate of substantial completion which shall fix
the date of substantial completion. There shall be attached to the certificate a tentative list of
items to be completed or corrected before final payment. Upon written notice from Contractor
that the Work is complete, the Project Manager will make a final inspection with Contractor, and
will notify Contractor in writing of all particulars in which this inspection reveals that the Work
is incomplete or defective. Contractor shall immediately take such measures as are necessary to
remedy such deficiencies. After Contractor has completed all such corrections to the satisfaction
of the Project Manager, and after the Project Manager has indicated that the Work is acceptable,
Contractor may submit an invoice for final payment.
3.3 County and Contractor recognize that time is of the essence of this Agreement and that
County expects the Work to be substantially complete by November 15, 2012. They also
recognize the delays, expense, and difficulties involved in proving a legal or arbitration
preceding the actual loss suffered by Eagle County if the Work is not substantially complete by
November 15, 2012. Accordingly, instead of requiring such proof, County, and Contractor agree
that as liquidated damages for delay beyond November 15, 2012 (but not as a penalty)
2
Contractor shall pay County one hundred dollars ($100.00) for each day that expires after
November 15, 2012 until the Work is complete. If the liquidated damages set forth in this
Section 3.3 are determined to be invalid or unenforceable for any reason, County reserves the
right to seek and recover all actual, consequential and special damages which arise or result from
Contractor's failure to achieve Substantial Completion.
ARTICLE 4 — COMPENSATION
4.1 For the Work satisfactorily performed in accordance with this Agreement, the County
will pay Contractor the sums set forth on Exhibit "B ". Such Exhibit `B" is labeled "Contract
Price ". The maximum amount of compensation under this Agreement shall not exceed
$16,317.01 (the "Contract Price ") without a signed amendment to this Agreement.
4.2 The Contract Price includes, without limitation, the entire amount of overhead and profit
payable to Contractor in connection with the Work under the Contract Documents. Contractor
shall not have the right to, nor shall it seek to recover, any additional compensation for overhead
and profit. The Contract Price also includes one (1) group training session and all final system
testing, checkout and walkthrough of the Work.
4.3 Contractor acknowledges that the County is a tax exempt entity and that County has
appropriated funds for this Project in a sum equal to or in excess of the Contract Price.
4.4 The scope of work to be performed under this Agreement shall not be modified without
an amendment to the Agreement signed by both parties. Contractor will not be entitled to bill at
overtime and /or double time rates for work done outside normal business hours or to bill for
winter work or winter conditions (i.e. snow removal, ground heater, frost protection and winter
production) unless specifically authorized to do so in writin g by County. Coun . There will be no
adjustment to the Contract Price to account for increases in fuel or concrete costs.
4.5 Without invalidating the Contract Documents, County may, at any time or from time to
time, authorize additions, deletions, or revisions in or to the Work by written change order
executed by the Project Manager and Contractor (each a "Change Order "). Within ten (10) days
of receipt of a request for a change from the County, Contractor shall prepare and submit to
County, a detailed breakdown (with all supporting documents) sufficient to enable County to
determine the effect to the Contract Price, if any, and the effect to the Completion Date, if any, of
a proposed change. If the change is thereafter approved by the Project Manager or County, the
Project Manager and Contractor shall effect such change by execution of a written Change
Order. Upon receipt by Contractor of a Change Order approved by the Project Manager or
County, Contractor shall proceed with the work set forth in the Change Order. All such work
shall be performed under the applicable conditions of the Contract Documents. The Contract
Price may only be changed by a written Change Order executed by the Project Manager or
County. Failure of Contractor to obtain a Change Order prior to performing any work shall
result in non - payment for such work. There shall be no verbal Change Orders and Contractor
shall not be entitled to rely on verbal Change Orders. The Project Manager shall be authorized to
sign Change Orders revising or changing the Work and any associated change in the Contract
Price within the budget constraints set for this Project. Change Orders in excess of the budgeted
amount must be signed and approved by the Board of County Commissioners.
3
4.6 Contractor must submit invoices by the fifth business day of each month. 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 detailed
description of services performed. Contractor shall provide County with such other supporting
information as County may request.
4.7 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.
4.8 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 work done without the written approval in accordance with a budget adopted by the County
in accordance with provisions of the Colorado Revised Statutes. Moreover, the Contractor
acknowledges that the County is a governmental entity and that all obligations beyond the
current fiscal year are subject to funds being budgeted and appropriated.
4.9 All invoices must be mailed or delivered in- person to the following address to ensure
proper payment.
Eagle County Airport
P.O. Box 850
Eagle, Colorado 81631
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 Airport, 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.
5.3 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.
5.4 To the extent possible Contractor, has given County written notice of all conflicts, errors,
or discrepancies that he has discovered in the Agreement.
5.5 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 contractors of its kind. Further, in rendering the Services,
Contractor shall comply with the highest standards of customer service to the public. Contractor
4
shall provide appropriate supervision of its employees to ensure the Services are performed in
accordance with this Agreement.
5.6 Contractor shall coordinate all Work with the Eagle County Airport Manager (the
"Project Manager ") and shall comply with any and all rules and regulations while working on
Airport property.
5.7 Contractor shall obtain and maintain the insurance required by this Agreement. Before
permitting any of his subcontractors to perform any Work under this Agreement, Contractor shall
require each of his subcontractors to procure and maintain such insurance as set forth in this
Agreement. The County shall be named as an additional insured on all such insurance.
ARTICLE 6 — ENTIRE AGREEMENT
6.1 This Agreement and Exhibits A, B and C (the "Contract Documents ") represent the
entire Agreement between the parties hereto. There are no Contract Documents other than this
Agreement and Exhibits A, B and C. The Agreement may only be altered, amended, or repealed
in writing.
ARTICLE 7 — MISCELLANEOUS
7.1 Neither party may assign its rights under this Agreement without the prior written
consent of the other. Any assignment without such consent shall be null and void.
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 31st 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:
5
(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: / /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 -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 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
6
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.
7.6 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.
7.7 The Contract Documents supersede all previous communications, negotiations and /or
contracts between the respective parties hereto, either verbal or written, and the same not
expressly contained herein are hereby withdrawn and annulled. This is an integrated agreement
and there are no representations about any of the subject matters hereof except as expressly set
forth in the Contract Documents.
7.8 Contractor shall keep full and detailed accounts and exercise such controls as may be
necessary for proper financial management under the Contract Documents, and all such
accounting and control systems shall be satisfactory to County. County and County's
accountants shall be afforded access to, and shall be permitted to audit and copy Contractor's
records, books, correspondence, instructions, drawings, receipts, Subcontracts, purchase orders,
vouchers, memoranda and other data relating to the Contract Documents and Contractor shall
preserve these documents for a period of not less than three (3) years after final payment, or for
such longer period as may be required by law.
7.9 Any indemnity, warranty or guaranty given by Contractor to County under the Contract
Documents shall survive the expiration or termination of the Contract Documents and shall be
binding upon Contractor until any action
g p y thereunder is barred by the applicable statute of
limitations or as otherwise expressly provided on the Contract Documents.
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 District Court of Eagle County, Colorado.
ARTICLE 9 - INDEMNIFICATION:
9.1 The Contractor shall, to the fullest extent permitted by law, 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
sub - contractors hereunder; and Contractor shall reimburse County for any and all 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 claim
without regard to the involvement of the Contractor.
7
ARTICLE 10 - OWNERSHIP OF DOCUMENTS AND MATERIALS:
10.1 All documents (including electronic files) 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 reason and date upon which termination becomes
effective. In such event, Contractor shall be compensated for all Services satisfactorily
completed up to the date of termination of this Agreement.
ARTICLE 12- SUBCONTRACTS AND OTHER AGREEMENTS
12.1 Those portions of the Work that Contractor does not customarily perform with
Contractor's own personnel shall be performed under subcontracts and (or) by other appropriate
agreements with Contractor (individually a "Subcontract" and collectively "Subcontracts ").
12.2 All Subcontracts shall conform to provisions of the Contract Documents and this
Agreement, and shall comply with all applicable federal and state laws. By an appropriate
written agreement, Contractor shall require the subcontractor to the extent of the Work to be
performed by the subcontractor, to be bound to Contractor by the terms of the Contract
Documents and this Agreement and to assume toward Contractor all the obligation and
responsibility which Contractor, by this Agreement, assumes towards the County. Said
agreement shall preserve and protect the rights of the County under this Agreement with respect
to the Work to be performed by the subcontractor so that the subcontracting thereof will not
prejudice such rights. Contractor shall require each subcontractor to enter into similar
agreements with its subcontractors. Contractor shall make available to each proposed
subcontractor, prior to the execution of the subcontract, copies of the Contract Documents and
this Agreement. Each subcontractor shall similarly make copies of the Contract Documents and
this Agreement available to its subcontractors. The County shall have the right to review and
approve each form of Subcontract.
12.3 Contractor shall be responsible to the County for the acts and omissions of its agents,
employees, suppliers, and subcontractors performing work under a contract with Contractor and
such subcontractors' lower -tier subcontractors, agents and employees.
12.4 Nothing contained in this Agreement shall be deemed to create any contractual
relationship between any subcontractor of any tier and the County.
ARTICLE 13 — NOTICE
13.1 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:
8
The County: Eagle County Airport
P.O. Box 850
Eagle, Colorado 81631
(970) 328- 2680(p)
(970) 328 -2687 (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: Souder Corporation d/b /a Mountain Parking
Equipment
2009 S. Cherokee St.
Denver, CO 80223
(720) 259 -4880 (p)
(720) 904 -5296 (f)
13.2 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 14 — INDEPENDENT CONTRACTOR
14.1 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.
ARTICLE 15 — INSURANCE REQUIREMENTS
15.1 At all times during the term of this Agreement, Contractor shall maintain insurance on its
own behalf in the following minimum amounts:
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;
9
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.
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
15.2 Contractor shall purchase and maintain such insurance as required above and shall
provide certificates of insurance in a form acceptable to County upon execution of this
Agreement. Insurance certificate(s) shall be attached hereto as Exhibit "C ".
ARTICLE 16 - WARRANTY
16.1 Contractor shall warranty all Work associated with this Project for a period of two (2)
years from date of final acceptance by County against defects due to workmanship. Contractor
warrants materials to be free from manufacturing defects for a period of one year from date of
final acceptance by County.
16.2 If required by County, Contractor shall promptly, without cost to County and as specified
by County, either correct any defective Work, whether or not fabricated, installed, or completed,
or, if the Work has been rejected by County, remove it from the site and replace it with non -
defective Work in a manner acceptable to County.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written.
[SIGNATURE PAGE TO FOLLOW ON PAGE 11 ]
10
EAGLE COUNTY, COLORADO
by and through its Eagle County Manager
AAP
By :����/ 4�
' eith Mon ag
SOUDER CORPORATION d/b /a MOUNTAIN
PARKING EQUIPMENT, a Colorado corporation
BY: •tA ` (4,
IVO
Title:
STATE OF 'L, ,O1Q)'{ )
ss.
COUNTY OF l )
The foregoing instrument was acknowledged before me by l t\;" 0'1
this v4, day of t) CA - 6 , 2012.
My commission expnes: 03 (0
Notary Pub • • . ``N.
O �aA Y. ?Ug h
CHILISE D.
N STEVENSON ' 5
p s i
+11 `%%; CF CO��
My Commission Expires 03-07-2016
Ade
11
EXHIBIT A
CONTRACTOR'S SCOPE OF WORK
1. Contractor shall provide all labor, supervision, equipment, tools, and materials, as
necessary, to perform the Work according to the terms, conditions and specifications of this
Agreement.
2. Contractor shall test and inspect the existing magnetic autocontrol barrier gate,
TransCore AVI reader and transformer (the "Entry Gate "), and associated equipment located in
the ground transportation lot entry lane of the Airport for proper and consistent operation.
Contractor shall ensure that the TransCore unit is reading all windshield tags and outputting tag
information, and will test the Entry Gate for operation upon input signal. Contractor shall make
any minor adjustments to the Entry Gate as may be necessary to ensure proper and consistent
operation. Contractor shall inform the Project Manager of any repair work that may be necessary
in the near future to ensure proper and consistent operation of the Entry Gate.
3. Contractor shall provide and install one Amano McGann gate operator and one
gate approximately 14' wide for the vehicle exit lane at the Airport (the "Exit Gate "). The cost
of the Exit Gate is set forth on Exhibit "B ", attached to this Agreement. Battery backup and
enclosure are included in the cost of the Exit Gate. The Exit Gate shall open via activation from
a buried vehicle detection loop only, and will not be connected to the access control software
known as "Gate Keeper" or the TransCore reader. Standard colors for Amano McGann gate
operator are white and gray.
4. Contractor shall provide and install two buried vehicle detection loops at the Exit
Gate. One loop will be set up in front of the Exit Gate to activate it when a vehicle is waiting to
exit from the ground transportation lot. The second loop will act as a safety loop to ensure that
vehicles are clear of the gate arm before it closes.
5. Contractor shall supply and install three (3) concrete bollards across one -half of
the ground transportation lot exit lane, allowing for a gate width of approximately 14'. The
bollards must be installed in a concrete strip. Contractor shall construct a concrete strip
approximately 6 feet in length for installation of the bollards. Contractor shall additionally
install one 3' x 4" x 6" concrete pad at the Exit Gate location.
6. Contractor shall provide an electrical conduit for both power and low- voltage
wiring between the Exit Gate operator and the battery backup locations on the new concrete pad
at the Exit Gate location, as well as a 110 VAC in conduit to the same battery backup location,
all in accordance with Contractor's layout/riser diagrams attached to this Exhibit "A" and
incorporated herein by this reference. Contractor shall provide TCP /IP LAN drops as needed.
12
9
Mountain Parking Equipment
/,\\
2009 South Ciierckee Street
E Denver, Colorado80223
Phone: (720) 259-4880
Fax: (720) 904 -5296
MOUNTAIN PARKING
EQUIPMENT www.mtnparkcom
Eagle Airport
Free Exit
Concrete pad & Electrical conduit layout, Top View
1 4' •
• 3' —__,
Concrete Pad
15"
3'
4— 14" ---- -■
1 . 6„ // 120 VAC
Neutral
9" Ground
• 1
•
3.5" Curb Face
•
Conduit above can be 1/2" or 3/4"
1 XF d LlS� s I I I \ )
i
r " .,. s 5.:. , ° y k, , g
4 t,z,..e":,4 ' - .. ' i '--- -" . " C1: : : • ‘ ! ,1,, ,`„,, ! , J.'! ,'''' ' • .,..'.7.4.!;-,. 4.4...!:;.1;:',:,,i �y� . .. Sy r.' p , _ '" 4 _ 1 cli 1,J ,
t
' ; A ++.
}. , . nt:L •&• • I . qt y . : :- "' t ? " ; •
fir° ,�� , ,
y? r ' y - ° 0.
e } x� : � C
a; s ' s �t �` 43
i1 ar .4 •
1 � rF4r n
f :I ' t
4 ... ;' ,,...-.• - ,.,•-•.; ::-• .; -. .* --,.. : •,t..- -71,•. ' '' ,-...”,... ..',..:::',:. 0 .,-.
t it
.—:$„,, ( 4 9 n. .3
,,,1
,t� ti •*txrort1,,ct e 7 ! Isl t"` i , 1 VI �
•
c 4
;. i ' w • t .7 .' r . 4 i '•` ti .
Y ' •* ,ti f
��� T
I �
�' a ;", i ' . "`, i
c t a r
1 » y - fi Cv+ ' ..c ts
{
fi .„' }z it . w '` .
.us r— ^ - ......_ .1'. m.. ..:� ++.- ...1. ... ».e..+.- s....,...t
•
IJ Jensrn _ —
ELF CTR
"No Job Too Small"
October 4, 2012
Mountain Parking Equipment
Attn: Scott Souder
E -Mail: scottsoudermtnpark.com
Dear Scott:
Our price to install power to the new exit gate at the van pick up area is $ 2,600.00 *, which includes the
following:
3000' - #8 THHN copper wire 20' — 1" pvc conduit
Miscellaneous parts as needed Labor as needed
Any change orders or extras will be done on a Time & Materials basis. The labor rate is as follows:
1 Man $ 70.00/hour 2 Men $ 130.00
Payment is due as follows: $ 1,300.00 Materials Deposit, due upon acceptance **
$ 1,300.00 due upon completion * **
Please acknowledge your acceptance by signing below & include a Purchase Order number. We look
forward to working with you. Please feel free to contact us at (970) 524 -5043 with any questions.
Sincerely:
DJ /Johanna Jensen
Owners
Print Name SQ.T C'x, l CP Date Io /Ze f 'Z_
2
Acceptance Signature t
*This price is valid for 30 days from today.
* *No materials will be ordered without this deposit.
** *Not to exceed a 30 day period. If this job extends more than 30 days due to no fault of DJE, Eaton Sales & Service will be
billed on a monthly basis.
P.O. Box 1221 • Gypsum, CO 81637 -1221
970 - 524 -5043 • fax 970 -524 -5063
HOBBS EXCAVATING LLC SINCE 1973' Estimate
1760 GYPSUM CREEK ROAD
GYPSUM , CO. 81637 Date Estimate #
10/1/2012 49
Name / Address
Eagle County Administration
Other
Item Description Qty Rate Total
Labor- saw cutting asphalt 3 45.00 135.00
Small Link -Belt removing and loading asphalt 2 110.00 220.00
Dump -Truck hauling asphalt to dump site 1 85.00 85.00
Fees- cost for pouring concrete 2 250.00 500.00
Fees- cost for concrete ballards 3 300.00 900.00
Small Link -Belt trenching and back filling for electric lines 350.00 350.00
Thank you.
HOBBS EXCAVATING AND TRUCKING Total $2,190.00
EXHIBIT B
CONTRACT PRICE
MODEL QTY DESCRIPTION
Equipment and materials
AMG- 1750/A850 1 Automatic Barrier Gate w/Dual Channel Vehicle
Detector, Two -tone Grey
AL12 1 12' Straight Aluminum Gate Arm
Loop — saw 2 Saw cut vehicle detection loop materials (water
available on -site)
Concrete Concrete for one 3' x 4" x 6" concrete pad at the
Exit Gate location
Concrete Concrete for concrete strip for installation of
bollards
158160 Bollard 3 Permanent bollard in front of Exit Gate
Battery backup 1 1000 VA/W, 120 Vi, TB, 48 VDC, 120Vo LCD
with battery cabinet card
017- 239 -49 1 Card
870 - 602 -26 Micro
1000 1 Battery Cable Kit, 48 VDC, 4x85GXL
85GXL -HP 4 12V, 50Ah Gel top terminal battery
3000' - #8 THHN cooper wire
20' — 1" pvc conduit
Labor 2 hours labor for TransCore Reader output and
Entry Gate test /inspection
Asphalt work: Asphalt demo and removal,
concrete pour for strip for bollards and pad (see Hobbs
Excavating proposal attached to this Exhibit "A ")
Dig trench for electrical work (see Hobbs Excavating
proposal attached to this Exhibit "A ")
Electrical work (see DJ Electric proposal attached to this
Exhibit "A ")
13
CONTRACT PRICE
Equipment /Software subtotal: $ 7,377.26
Freight $ 375.00
Subcontractor Services (Hobbs
Excavating and DJ Electric) $ 4,790.00
Contractor's Fee of 15% on
Subcontractor Services $ 718.50
Installation and Technical Services: $ 3,056.25
Total: $16,317.01
14
EXHIBIT C
INSURANCE CERTIFICATES
1 5
ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)
10/22/2012
PRODUCER 1- 303 - 793 -3388 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Associates Insurance Group ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
8400 E. Prentice Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Suite 300
Greenwood Village, CO 80111
Justin Cowan INSURERS AFFORDING COVERAGE NAIC #
INSURED
Souder Corporation dba INSURER A: CHARTER OAR FIRE INS CO 25615
Mountain Parking Equipment INSURER B: TRAVELERS CAS INS CO OF ALDER 19046
2009 S. Cherokee St. INSURER C: TRAVELERS IND CO 25658
Denver, CO 80223 INSURER D: PINNACOL ASSUR 41190
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.
INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION
LTR INSRD TYPE OFINSURANCE POLICY NUMBER DATE(MM/DDNYI DATEOAM/DDIYY) LIMITS
A GENERAL LIABILITY 6608759X948 06/01/12 06/01/13 EACH OCCURRENCE $1,000,000
X COMMERCIAL GENERAL LIABILITY
DAMAGE
PREMISES SORENTED MISES(Ea ocarence) $ 100,000
CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000
PERSONAL &ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPUES PER: PRODUCTS- COMP/OP AGG $2,000,000
_- 1 POLICY PRO-
JECT LOC
B AUTOMOBILE LIABILITY BA8769X536 06/01/12 06/01/13
COMBINEDSINGLELIMR $1,000,000
X ANY AUTO (Ea accident)
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person) $
X HIRED AUTOS BODILY INJURY
X NON -OWNED AUTOS (Per accident)
PROPERTY DAMAGE
(Per accident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN
EAACC $
AUTO ONLY: AGG $
C EXCESS/UMBRELLAUABILITY CUP8772X252 06/01/12 06/01/13 EACH OCCURRENCE $ 5,000,000
X OCCUR CLAIMS MADE AGGREGATE $ 5,000,000
DEDUCTIBLE $
RETENTION $ $
D WORKERS COMPENSATION AND 4011572 06/01/12 06/01/13 X I ORYLIMITS I I ER
EMPLOYERS' LIABILRY
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $1,000,000
OFFICER/MEMBER EXCLUDED?
E.L. DISEASE - EA EMPLOYEE $1,000,000
If ye, describe under
SPE PROVISIONS below E.L. DISEASE- POLICY UMIT $1,000,000
OTHER
A Installation Floater 6608759X948 06/01/12 06/01/13 Any One Location 90,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
CERTIFICATE HOLDER CANCELLATION *Except 10 day notice for non - payment
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
Eagle County Regional Airport DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
P.O. Box 850 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
Eagle, CO 81631 AUTHORIZED REPRESENTATIVE
USA
ACORD 25 (2001/08) BJones © ACORD CORPORATION 1988
29793649
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/08)
..„„,........04 , 1
ACC)1Z14' CERTIFICATE OF LIABILITY INSURANCE cATC MANOEVYYVY:,
1011
- — - . — —
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMA HON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES •
BELOW T1$S CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE 'ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE.' HOLDER.
. If the certificate holder is an ADDIT/ONAL INSURED, the policy(ie_s) must be endorsed If SUBROGATION! IS WAIVED, subject to
the terms and conditions of the policy, certain pace- may require an endorsement. A statement on this certificate does not center rights to the
certificate holder in lieu of such ondorsement(s).
I COFiTiitt -
PRO,7e.?CER The Montag Group Brandon Montag
..... _
.f.,ci..,,,,.
241 Broadw E
ay Unit 101 ''''''°"- 970-328-0714
970-315-0147
MD TO zz:
Eagle. CO 81631-4327 eAtAi Kelly@themOntaggroup com
. -
.4.1,11E.FRi5 AN IL'OvERNOE. , NAIC 0
1 • ' Farmers insurance Exchange
t INSURER A • _ ,
1, DJ Jensen Electric
PO Box 1221
Gypsum, CO 81637 INSURER D :
MEURER E : ,
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER;
■,t; 1(1 LiL-RTFY THAT /14E POLICz.B 0! ;NS...RANCE LISTED al,Low rfAVE BEEN ISSUED 70 Ift k:: INSURED NAMED AROVF F0 ; +-4.. POLICY PFRfF1'
iNLYCATED NOTW1rHFLTANUING ANY RECIU:REMENT TERM ofr CONC;TION OF ANY CON ri.•?.A.0 V OR OTHER. CK)CUMSNT WITH RESPECT TO VORCII TH*
t MAY SE ISSUED OR MAY PFRTAIN THE .NSURANCE Arroimen EtY HE POLiC,IES DESORMED HEREIN JECT 70 ALI III TERM:
Ex C LUZ; CNS AND CONDI TIONS OF SCCH POLICIES LIMITS S'N'4 MAY 1:::.:vr.• aEEN REDUCED BY PAID CLAIMS
POLICY liEE : oditit - ' • - --- — - — ----- -- -- -
7YPE Or ircsuRANoz PoLicy Nuti Eit trorkowyyvyi i 111■11.1 • 1.11415
GENERA? JAI:Vt.:TY Off) 045986663 0312012012 03/2012013 SAC.H OCCURRENCE , '...,.. 2,000,000
! d.6
A. Ea cz„.„,,,.,,,,„.,...:ANE,{,:. Lot.iii.1 : PRemise$ E 100000
t ADE E (x..(... IP.
NI:FD EXP kNoy co s neero !.5 5000
,
111 i rERSONA..„%Apvjtpur_ _ . 2,000,000
III . .
, art4EaALAGGrzr.G,tcrre: ;-. 4,000,000
:' LINVT APP.: ': ;>' '‘i PR,J(... TS - COMPYOP Arita "a 4,000,00C
i YI—J_,
mil:AO/JILL tdAeit..ft Y I I : i 45986663 :3/20/2012 3;20/2013 OW 2'Cril- °MI ; 2,000 ,000
t•TA AC/47`.411n
' AN .•?•111.0 0,00ii Y ekLiuRY
_/ .*.I.,_ QV.N.E..0 IIII ACAEDLI.E0
. AU F" ■ AO ,7.4 BODILY 4IJURY IPA! ir-tztatr:. '-:
El WEIE,t) •:',`,,g 0,5 1 Vr'41'n ' PROPtei ---- " :
'..!',TI:11".y.dttrtt
7._
r UMBRELLALIAB 11 OCOLIR L___I 605050479
EACH OCCURRENCE E, 3,000,000
IIII Exc..:rFALIA0
3 000 000
F 1 ..-z.v*.i.o.f.... , ,,,1
WORMERS C OMPERSATIOIN : LJ ;
ABB EMPLOYERS'LtAMIEITY • 1 ',.'
Y.5. + •1 •;
A A:4 EA:OPR,E T.5 !YE: 7 1... 404098667 :8/112012 81/2013 13 i- = 4:71., 4.::C.101 t; i $ 1,000,000
:_li :."; Z .141!..f R EXC....It:UP • N . A
I .. :
IAtandetry :A NHI I . :` :Aril.. LA. EMPLZ•YEE s 1,000,000
'■1 vet: d.t.s.: u
•LICS,C,4 ;', CF OP.. nArioN3 tc,.`.,, E 7!•:3F, ASE - POLICY LUIZ, I 1,000,000
01
Fin'
_
EJEI
DESCRIPTION CIE OPERA IRONS • LOt:AKIONS / VEI•VaES ,Attetrtt ACORD1C1 AtkIrtio-,.,1 Roma*. Schrt,tittle, if more' ',Am:* M. rcquiredl
, ... . _ --,..-............------ _
CERTIFICATE HOLDER CANCELLATION
Mountain Parking Equipment si ANY OE THE ABOVE DESCRIBED POLICIES RE CANCEt I En ReF0R5
Attn: Near Marcus THE EXPIRATION DATE THEREoF. NaTICE wiLL Be DetiveRED IN
2009 S. Cherokee Street ACCORDANCE WITH THE POLICY PROviStONs.
Denver, CO 60223 .---
AUTMONZED RE F
I Brandon Montag
■?, 1989.2010 ACORD CORPORATION. All rights reserved
ACORD 25 2010 The ACORD name and logo are registered marks of ACORD
R WON) Rne Ev "At I? • wA, Zorn: :::r1IIIIMIAte.tt ::I.Nt101; p•J Fir.,J-Iral:^.14?!
�''
ACC)11r, CERTIFICATE OF LIABILITY INSURANCE DATE {MrE'DOiYYYY} 10J18/201Z
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 NO7 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 Linda Patterson, CRIS _
NAME:
Moody- Valley Insurance Agency, Inc. pNcNN (970) 248 (IA ,Nal: i9''J'+ -Ifi?4
PO Box 1509 E-MAIL ;
604 2 5 Road INSURERrS) AFFoRa1NG COVERAGE. _ NAIC a
Grand .junction CO 81502 INSURERA:Travelers Prop Cas Co of Amer 25674
INSURFn INSURER 9:F'innaCOl Assurance }41190
Hobbs Excavating & Trucking, LLC INSURERC -
1760 Gypsum Creek Road INSURER 0:
INSURER E
Gypsum CO 81637 INSURER F:
COVERAGES CERTIFICATE NUMBER:1213 GL sA WC Umb REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POJCY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM CR CONDI OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTU ICATE 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 REDUGE D BY PAID CLAIMS.
�ADULiSUL R; – POUCY EFF POLICY EXP '
iNSR TYPE OF INSURANCE LTR T O SRANCE IN WVI i POLICY NUMBER IMM.OD^'YYYYS IIAM'DDfY'Y`MI LIMITS
i
GENERAL LABIt3rY _ CH CCCU"RFNCE + S 1,000,000
� ETD HFNTEO 300,000
X nOV.i1ERC AL IzEN ;,NAL LAABLITY' PRgt,0* crr,xrm -_
A 1 CLAIMS -MADE . l X 1
AIM OCCUR X rco6A273 9/6f201.2 9/6/2013 M_D _xp :Ai?nraPrrscni S 5,000
PERSONAL SAOVINju r $ 1,000,000
G= t.c H.A.; AC GGREC .TE t 2,000,000
rF`i I. AC ,;2 =GP.T L16/17 AP'P IE PER. IC:TS - . COMPAW AOC $ 2,000,000
i 1 � _ H� n 5
X Y:)IIC� ---. x I -�T oe _
AUTOMOBILE LABILITY ti?r +b •S' ^JCS C LIMIT
;•...:: '$ 1,000,000
X .AN AI O BC I9.0...v,,Pe- pell,en:. 3
ALL VANED ScHCDULEO DT$106A273936TZL12 9/6/2012 9/6 /2013 Br,;;; „v N.:uRY I Fe' aWileAp S
AJJTCS AUTOS . .
NON -&W.Ni i F-c0P =Rre 01,MAGE i
I IIREO AUTO ^ AUTCS (f'@ .gx nmll
—
Medcal, lay 1 ''ns $ 5,000
X UMBRELLA LUAB I X DCC = EACH OCCURRENCE $ 1,000,000
1
A EXCESS UA6 C_A.i45.M pE i A::,CREGAI = 5 1,000,000
YES ! 1- 17 — HFTE\Tl' 10, 002 PT°MCUI 9/$/2e12 /6/2013 j
B WORKERS COMPENSATION 1 R 0,tSTAI.I. I OT-
AND EMPLOYERS' utdo ITY Y , N , _ T')RYLJMT ^ ER
X• I�z pROR1 -TC:t,gA4rNcr,CxecurvE Nl A ELCACHAG'• t-t: s 1,000,000
[ R?IFI /REN LXCLL X0?
Mandatory in NHl 401404 o/1 /2032 - 0/1/2013 EL .SEA$ LA r :M?LOY'E I 1,000,000
It y9F. +.ts:,rnbc under _ . .. – ..
C: SCklfiTON O OPERATION:, bNnw E E L C'ShA$F . 20L::Y LIMT 5 1,000,000
DESCRIP TIUN OF OPERATION5 i LOCATIONS 1 V£IIICLES (Attach ACCRD 707, Addational Remarks, $chadule, 0 more space is required)
mountain Parking Equipment is named as additional insured with respects to the General Liability- written
contract required.
CERTIFICATE HOLDER CANCELLATION
nea1Tnarcusilkatnpar . cam SHOULD ANY OF THE ABOVE DESCRIBED POLICIES Be CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Mountain Parking Equipment
2009 S. Cherokee St.
Denver, CO 80223 AUTHORIZED REPRESENTATIVE
L Patterson, CRIS /LINE *----.._ ---"...--.7 �---`"'— -
ACORD 25 (2010105) 1988 -2010 ACORD CORPORATION. All rights reserved.
IN:Sn25,'aicnr„ re The A rnan nano f,I „T I.,,,n wro r on:c+ . i1 markc of Arrow)