HomeMy WebLinkAboutC13-278 DJensen Electric Agreement AGREEMENT BETWEEN EAGLE COUNTY, COLORADO AND DJENSEN ELECTRIC,INC. THIS AGREEMENT is made this40 day of$'51 &/n e42013,by and between Eagle County, Colorado a body corporate and politic ("Airport"), and DJensen Electric, Inc.,a company organized under the laws of the State of Colorado ("Contractor"). WHEREAS, Airport desires to install light poles, conduit, and cabling, and energize the light poles in the rental car overflow parking lot located at the Eagle County Regional Airport property(the"Facility"). WHEREAS, Contractor is authorized to do business in the State of Colorado, has experience and expertise necessary to provide said services to Airport;and WHEREAS, Airport 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 Airport in connection with this Agreement. NOW, THEREFORE, in consideration of the foregoing premises and the following promises,Airport and Contractor agree as follows: ARTICLE 1—WORK 1.1 Contractor will furnish all materials and labor necessary for installation and energizing of poles as identified in Contractor's proposal dated July 31, 2013, attached hereto as Exhibit A which is hereby incorporated by this reference (hereinafter the "Work"or"Services"). As part of the Services,Contractor shall be solely responsible for obtaining any and all necessary approvals and permits for performance of Services from the Town of Gypsum or others as may be applicable. Contractor shall be solely responsible for ensuring that the Services comply in all respects with Town of Gypsum code requirements applicable to the Services, including requirements relating to lighting. If no completion date is specified in Exhibit A, Consultant agrees to furnish the Services in a timely and expeditious 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. 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 10 hereof, shall continue in full force and effect until the Services are satisfactorily completed in accordance with the terms of this Agreement. 1 t _ .y ARTICLE 3—COMPENSATION 3.1 For the Services satisfactorily performed in accordance with this Agreement, Airport will pay Contractor the amounts provided in Exhibit A. The maximum amount of compensation under this Agreement shall not exceed four thousand six hundred eighty-five dollars and no cents ($4,685.00) without a signed amendment to the Agreement. 3.2 Airport will provide a deposit for materials in the amount three thousand six hundred forty-five dollars (3,645.00) upon execution of this Agreement. Payment will be made for remaining satisfactorily performed Services in the amount one thousand forty dollars ($1,040.00) 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. Upon request, Contractor shall provide Airport with such other supporting information as Airport may request excluding Contractor's payroll information. 3.3 All funds received by Contractor under this Agreement shall be or have been expended solely for the purpose for which granted, and any funds not so expended, including funds lost or diverted for other purposes, shall be returned to County upon demand therefor. 3.4 Any services in addition to the Services ("Additional Services") shall be performed by Contractor only after approval of Airport. Orders for Additional Services shall be on the form attached hereto as set forth in Exhibit B and shall be approved by Airport and acknowledged by Airport and Contractor in writing, prior to any such work identified as Additional Services is performed by Contractor. Failure by Contractor to obtain written authorization and acknowledgement from Airport for Additional Services shall result in non-payment for any such Additional Services or work performed. Except as otherwise agreed in writing by Contractor and Airport, all Additional Services shall be subject to the terms and conditions of this Agreement. Airport may also by written notice to Contractor make any reasonable reductions to the scope of the Services and the compensation payable to Contractor shall be reduced in a fair and reasonable amount on account thereof. Signature by Airport shall occur in compliance with Airport's contract approval policy. 3.5 Airport shall have no obligations under this Agreement, nor shall any payments be made to Contractor in respect of any period after December 31 of any year without an appropriation therefore by Airport 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). ARTICLE 4-CONTRACTOR'S REPRESENTATIONS In order to induce Airport to enter into this Agreement, Contractor makes the following representations: 2 4.1 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. 4.2 Contractor will make, or cause to be made, examinations, investigations,and tests as he deems necessary for the performance of the Services. 4.3 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. 4.4 To the extent possible Contractor,has given Airport written notice of all conflicts, errors,or discrepancies that he has discovered in the Agreement. 4.5 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 shall provide appropriate supervision of its employees to ensure the Services are performed in accordance with this Agreement. 4.6 Contractor guarantees all Services against defects in workmanship for a period of one (1) year from the date the Services are completed and accepted by Airport, or such longer period as may be provided by law, and promises to repair or replace, at Contractor's expense,any workmanship that is found to be defective. 4.7 Contractor guarantees and warrants that any equipment or materials provided by it shall be new and free from defects of any nature for a period of one(1)year from the date the equipment or materials are accepted by Airport. If any manufacturer or supplier of any equipment or materials furnishes a guarantee or warrantee for a period longer than one (1) year, the Contractor's guarantee shall extend for a like period as to such equipment and materials. 4.8 Within a reasonable time after receipt of written notice, Contractor shall at its own expense, without cost to Airport repair any defects in workmanship or equipment and materials provided by it. Warranties required by this Agreement shall commence on the date of acceptance of Services and equipment or materials by Airport and shall survive termination of this Agreement. ARTICLE 5—ENTIRE AGREEMENT 5.1 This Agreement represents the entire Agreement between the parties hereto. There are no Contract Documents other than this Agreement and Exhibit A. The Agreement may only be altered,amended,or repealed in writing. 3 ARTICLE 6—MISCELLANEOUS 6.1 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. 6.2 Airport 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. 6.3 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. 6.4 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 work under this Contract. (a) 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. (b) 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 (c) 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. (d) 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: 4 (i) Notify the subcontractor and Airport within three (3) 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(3) days of receiving the notice required pursuant to subparagraph (i)of 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. (e) 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). (f) If a Contractor violates these prohibitions,Airport 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. (g) Airport will notify the office of the Colorado Secretary of State if Contractor violates this provision of this Contract and Airport terminates the Contract for such breach. ARTICLE 7—JURISDICTION AND VENUE: 7.1 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. ARTICLE 8—INDEMNIFICATION: 8.1 The Contractor shall, to the fullest extent permitted by law, indemnify and hold harmless Airport and any of its officers,agents and employees against any losses, claims, damages or liabilities for which Airport 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 hereunder; and Contractor shall reimburse Airport for any and all attorney fees and costs and legal and other expenses incurred by Airport 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 Airport to the extent that the Airport is liable to such third party for such claim without regard to the involvement of the Contractor. 5 F D ARTICLE 9 OWNERSHIP OF DOCUMENTS AND MATERIALS:O 9.1 All documents (including electronic files) which are obtained durin g, purchased or prepared in the performance of the Services shall remain the property of the Airport and are to be delivered to Airport before final payment is made to Contractor or upon earlier termination of this Agreement. ARTICLE 10 TERMINATION: 10.1 Airport 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 11—NOTICE 11.1 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: Airport: 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)328-8699(f) The Contractor: DJensen Electric,Inc. DJensen P.O. Box 1221 Gypsum, CO 81637 (970)524-5043 (970)524-5063 11.2 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; 6 or three days after the date of deposit, first class postage prepaid, in an official depositary of the U.S.Postal Service. ARTICLE 12—INDEPENDENT CONTRACTOR 12.1 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 Airport and Contractor or Airport 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 Airport. 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 Airport. ARTICLE 13—INSURANCE REQUIREMENTS 13.1 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; 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 Airport 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: $1,000,000 Each Accident or Occurrence: $1,000,000 13.2 Contractor shall purchase and maintain such insurance as required above and shall provide certificates of insurance in a form acceptable to AIRPORT upon execution of this Agreement. 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 and Through Its COUNTY MANAGER By: p- e;r =ontag f3t�S DJENSE LECTRIC,IN By: iior 1 - Title: Ou)/u 8 EXHIBIT A (Services) 9 1�ll" V. ensen ELECTRJC,IN, .. "No Job Too Small" July 31,2013 OPTION#2 Eagle County Regional Airport Attn:Patrick Johnson E-Mail: Patrickjohnson@eaglecounty.us Dear Patrick: Our price to provide and install the two(2)new Parking Lot lights is$4,685.00*,which includes the following: 2— 152 watt LED light fixtures 2—30' square light poles Conduit as needed Wire as needed Miscellaneous parts as needed Labor as needed All excavating and back fill to be done by Eagle County Regional Airport. 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: $3,645.00 Materials Deposit/due upon acceptance of proposal** $ 1,040.00 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: David Driver Lead Bidder • Print Name Date Acceptance Signature CC:Chris Anderson<chris.anderson®eaglecouaty.us *This price is valid for 30 days from today. Any materials that are ordered after the 30 days may be subject to an increase,which will not exceed any increases by DJE's vendors. **No materials will be ordered without this deposit. ***Not to exceed a 30 day period. If the job extends more than 30 days due to no fault ofDJE,you will be billed on a monthly basis. P.O. Box 1221 • Gypsum, CO 81637-1221 970-524-5043 •fax 970-524-5063 • Applications— Parking lots, roadways and general area lighting. r w F!eight x Width x Belt Circle Anchor Bolt Structural Catalog # Wall Thickness Range Size `tde[ght of poi %E-PS5E17C*DB 17'x 5"x 0.120" 10"-12' 3/4"-10 x 17'+3" 160 %E-PS5E20C'DB 20'x 5"X 0.120' 10"-12" 3/4"-10 x 17'+3" 185 %E-PS5E22S*DB 22'x 5"X 0.180' 10'-12' 3/4°-10 x 17`+3" 305 %E-PS5E25S'DB 25'x 5"x 0.180" 10"-12' 3/4"-10 x 1T+3" 330 %E-PS5E27S'DB 27'x 5"x 0.180" - 10"-12" 3/4'-10 x 1T+3" 350 %E-PSSE 30S'DB 30'x 5"x 0.180' 10"-12" 314"-10 x 17'+3" 380 •�! *Select Drill Configuration Note:Tenon measures(2.38"O.D.x 4.0'L) 0 1 2 3 5 6 T no drill 'U 111-4 j ■ tenon Features • Mechanically cleaned and coated with an electrostatically applied, • A standard full base cover is included with each pole and made baked-on powder top coat. from ABS plastic;secured together with two plastic,hand push rivets. • Painted II dark bronze. - Rectangular shaped handhole is furnished and includes a steel cover,attachment bar with machine screw. • Partially galvanized anchor bolts and hardware included. • Handhole is located 1 e-inches above the pole base. • Anchor bolts are made from carbon steel bar conforming to AASHTO and ASTM Grade-55 requirements. • Ground lug is provided near the handhole and includes a hex-head trot[and nut. • Base is supplied with slotted anchor bolt openings for range of bolt • Removable cap included with each pole configured for circles to be utilized. fixture side mounting or no drdl. • Base plate telescopes the pole shaft and is circumferentially welded top and bottom. • Pales with tenon top configuration do not include a pole cap. • 1-year warranty EPA INFORMA I ION 80 MPH 90 MPH 100 MPH Height x Bolt Structural Anchor Max Max Max Width x Circle Weight of Max Max Max Bolt Size Fixture Fixture Fixture Wall Thickness Range Pole EPA Weight EPA Weight EPA Weight 17'x 5°x 0.120" 10"- 12" 160 3/4" 19.5 488 14.7 368 11.1 278 20'x 6°x 0.i 20" 10"- 12" 185 3/4" 14.0 373 10.9 273 8.0 200 22'x 5°x 0.180" 10"- 12" 305 3/4" 19.5 488 14.6 365 11.0 275 25'x 5°X 0.180" 10"- 12" 330 3/4" 15.6 390 11.3 283 8.1 203 27'x 5"x 0.180" 10"- 12" 350 3/4" 13.1 328 9.2 230 6.3 158 i* 30'x 5"x 0.180" 10"- 12" 380 3/4" 9.9 248 6.4 160 3.6 90 For mounting other manufacturers'fixtures,please reference EPA and maximum fixture weight information above. The maximum wind zone chart is included only for reference. Soil conditions can vary substantially within an area. Installers are advised to work with an engineering firm to determine suitable poles and EPA loadings for every installation. 90(40) :�,.�. w, 100 4 o�°ag. /1104 - n :slum .� / 120(54) . le r: mow• e a" / 130(58) Wnsus.uo= nsdoe _ j 9anw°mta =-qew Ch"..“'::: 90(40) tl.tapo '• \\10. s .ro..�n s.uuiecry Indio? c°'"..a '1ji� F• safest Kamm 3,3(58) Citi 9-luo LoiMglw.... °X tbdot • 4. ' - k 140(63) • * *I thes ms h°wb ...W".... jj / 1,0(63) _ .. Da _ -�- - 140(�)-NO a.Atsoa 140(93) 150(67) 150(67) Legend i J IN Special Wald Region end P Center a�.,.a. \140(63) 90(40;1 130(59) 150(67) -_'r 100(45) 120(54) 110(49) 1501 96" Street Sturtevant. Wisconsin 53177 1 (8881243-9445 1 Fax (2621504-5409 1 www.e—conoliaht.com EXHIBIT B (Additional Services) Requests for Additional Services must be made in the format attached: 10 EXHIBIT B- AMENDMENT NO. Project Name: Project Address or Location City: State: Zip Code: "Contractor" and Eagle County, CO "AIRPORT" are parties to a contract dated ("Contract") and wish to amend the Contract as follows: A. Contractor has been requested to perform and agrees to perform the following Additional Services: B. The compensation for said Additional Services shall be billed as set forth below in an amount not to exceed$ ,which is in addition to the amounts stated in the below: This Additional Services Amount $ Previous Additional Services Amount $ Total of Additional Services to date $ Original Contract Amount $ Contract Amount to date $ Except as expressly amended or modified herein,the Contract shall remain unmodified and in full force and effect and all Additional Services shall be performed in accordance with the terms of the Contract. This Amendment is executed on the day of EAGLE COUNTY,CO: CONTRACTOR: By: By: Its: Its: Dated: Dated: NOTE: THIS AMENDMENT MUST BE SIGNED IN ACCORDANCE WITH EAGLE COUNTY'S CONTRACT POLICY 11 nl:nyr CM - 1 a IIRCID IIIDUIdf)Gl IU:Httn: Gnris Hnderson (18fd328768/) 12:56 49%13/13 LSI Pg 1-I AO • CERTIFICATE OF LIABILITY INSURANCE DATE(MMmDPYYY) 09!23/2013 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 Kyle Shimkus Kyle Shimkus(0707222) PHONE 970-328-0714 1 FAX 970-315-0147 (AIC,No,Ert) 1(A/C,No): 241 Broadway Suite 101 ADDRESS: kshimkus(afarmersagent.com INSURER(S)AFFORDING COVERAGE f NAIC# Eagle _ CO 81631 INSURER A: Truck Insurance Exchange 21709 INSURED ................._..._..---..._._...,...._.___ INSURER a:Farmers Insurance Exchange 21652 DJENSEN ELECTRIC INC. INSURER C: Mid Century Insurance Company 21687 PO BOX 1221 INSURER D: INSURER E: GYPSUM CO 81637 _INouncn r, - 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. INBRI ADDLSU'a�R� POLICY err. POLICY EXF LTR I TYPE OF INSURANCE INS WVD I POLICY NUMBER I (MM113DIYYYY) EMM(DDIYYYY► LIMITS ' {GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 r/�v�/ COMMERCIAL GENERAL LIABILITY PREDAMAGE TO RENTED —`- AL MISES(Ea occurrence) $ 100,000 —1 CLAIMS-MADE I—X1 OCCUR PIED EX I 5,000 i P(My one person) I$ B 045986663 4 - ...-----,---.- �. 03/20/2013 03/20/2014 I PERSONAL a ADV INJURY $ 2,000,000 i i 1 GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: — I LPRODUCTS-COMP/OP AGG I$ 4,000,000 PERU LOC 7 POLICY I $ AUTOMOBILE LIABILITY ' 1 COMBINED SINGLE LIMIT I I (Ea accident) 2,000,000 _ ANY AUTO i BODILY INJURY(Per person) $ B ]ALL OWNED SCHEDULED AUTOS 1 x I Au Tos 045986663 03/20/2013 03/20/2014 BODILY INJURY(Per axident)I$ NON-OWNED E-- __..._. I HIRED AUTOS AUTOS PROPERTY DAMAGE $ (Per accident) $ L___ UMBRELLA LIAR — OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE $ DED I 1 RETENTION$ i$ WORKERS COMPENSATION WC STATU- 0TH- AND EMPLOYERS'LIABILITY Y/N _—.�DORY LIMIT'S ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? NIA A04098657 8/1/2013 8/1/2014 - (Mandafory In NH) E.L.DISEASE-EA EMPLOYEE$ yM 1,000,000 ,if yes describe under ,DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT I$ 1,000,000 i 1 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) 189 SPRING CREEK RD UNIT H,GYPSUM,CO 81637 • CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Eagle County Airport THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn:Chris Anderson;Asst.Aviation Director ACCORDANCE WITH THE POLICY PROVISIONS_ PO Box 850 s / Ea le AUTHORIZED REPRESENTATI 9 CO 81631 Kyle Shimkus //yy- ACORD 25(2010/05) ' 988-2010 ACORD C RPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD