HomeMy WebLinkAboutC14-104 Mountain Roll Offs, Inc. Agreement • • AGREEMENT FOR SERVICES • • BETWEEN EAGLE-COUNTY,COLORADO. • AND .• • MOUNTAIN ROLL-OFFS,INC. • THIS AGREEMENT("Agreement")is effective as of the 9 day of ' �.ii' ,2014 by • and between Mountain Roll-Offs,Inc.,a Colorado corporation(hereinafter"Contractor")and . Eagle County,Colorado;a body corporate and politic(hereinafter"County"). • • • RECITALS • • • WHEREAS,County desires to hire a vendor to transport collected recyclable material from • drop-off collection sites situated throughout greater Eagle County to the Eagle County Recycled Materials Recovery Facility("MRF")located at 605.Ute Creek Road,Wolcott,Colorado,and WHEREAS,Contractor is authorized to do business in the State of Colorado and has the time, skill,expertise,and experience necessary to provide the Services as defined below in paragraph 1 hereof;and • • .WHEREAS,this-Agreement shall govern the relationship between Contractor and County in .connection with the Services. NOW,THEREFORE,in consideration of the foregoing and the following promises Contractor and County agree as follows: 1. Services or Work. Contractor agrees to diligently provide all services,Iabor,personnel and materials necessary to perform and complete the services or work described in this paragraph 1(the"Services"or"Work"). The Services shall be performed in accordance,with the provisions and conditions of this Agreement. • a. Contractor agrees to provide the necessary vehicles and drivers to haul recycle • •. collection containers to the Eagle County MRF from-various drop-off collection sites located • throughout greater Eagle County. The collection sites are identified on&Ma&attached hereto and incorporated herein by this reference(dolleciively"sites"and each a"site"). - • • ' b. County owns and will provide roll-off containers at the sites for the collection of co-mingled containers("commingle")and newspaper. A roll-off container will be provided for collection of cardboard at the Eagle site only. The County will provide a total of nine(9)roll-off containers: two(2)30 cubic yard containers for each of the sites in Avon,Edwards,Gypsum for . collection Of co-mingle and newspaper and three(3)40 cubic yard containers for the Eagle site • • for collection Of commingle,newspaper, and cardboard. The County will provide swap containers as needed for the sites. c. Contractor will be responsible for providing cardboard collection containers at the • four(4)sites in Red Cliff,Avon;Edwards,and Gypsum. Each site requires one(1)to seven(7)• containers for cardboard,based on need. Cardboard containers must be six(6) to eight(8)cubic yard frontload dumpsters with lids. Contractor may substitute.a different size frontload dumpster • than that specified herein as long as the minimum volume is six(6)cubic yards. Containers are required to be in good condition with operable slotted cardboard lids. Contractor shall be responsible,at its sole expense,for the repair and maintenance of all cardboard collection containers supplied pursuant'to this Agreement. On cardboard collection days(excluding • . Saturdays)the drop-site cardboard will need to be collected separate from any commercial or non-drop-site cardboard and delivered to the Eagle County Recycle MRF to reduce/eliminate contamination.If a holiday falls on a prescribed collection day,Contractor must still pick up on . the holiday and drop the cardboard off at the Eagle County Recycle MRF the next business morning. Cardboard collection on Saturday will require the delivery of the material to the Eagle County Recycle MRF the next business day. Contractor shall provide the number of containers per site that are:necessary to fulfill the collection need,but not to exceed seven(7)per site. Any . containers beyond the seven(7)per site will be serviced at a mutually agreeable price. Reloads will be at no additional expense to the County. As the County installs cardboard compactors at . Gypsum,Edwards,and Avon, the Contractor will adjust die monthly rate set forth in Section 5.b. accordingly. • • d. Contractor will provide signage for commingle and newspaper roll-off containers and for all cardboard collection containers at the Avon,Edwards,and Gypsum sites. Signs must be in English and Spanish languages and non permanent(not fixed to the container). The County will provide the Contractor with the required language for the signs.•The•signs must • • clearly identify the materials that are collected for that container(i.e.commingle:#147 plastic containers,aluminum cans,tin/steel cans,and glass bottles and jars). Magnetic signs are • recommended.The Contractor may not place•any signage on the County containers unless prior . • •• approval is obtained from the Eagle County Solid Waste&Recycling Department. e. The Contractor will be responsible,at its sole expense,for the maintenance of the . 30 cubic yard roll-off containers owned and supplied by the County,including,-but not limited to,painting the containers(tan in color)and repairing any rust spots,replacing sliding doors(if • broken), and maintenance of rear access doors.Painting shall occur as soon as practically possible and weather permitting. Contractor is responsible,at its sole expense,for repairs to any • damaged roll-off containers when the damaged is caused by Contractor's or its employee's neglect. • • 2 • • f. It is acknowledged that.the Town of Vail durrently has a contractual agreement . with a hauler,other than the Contractor specified in This Agreement,to manage the Town of Vail's recycle drop-off site. In the event the,Cotint •begins to provide recycle hauling for the • . Town of Vail,then Contractor shall provide such services at the rates and upon the texnis set • • • , forth herein. - In such event,Contractor will he notified when Containers are full or nearly full • and would be ready to be collected in the Town of Vail. • • g. .Contractor is required to haul all collected material to the Eagle County Recycle j MRF. There will be no tipping fees assessed to the Contractor: . . . . h. Collection site cleanup will be provided by the County. . - • • i. The County may provide,or request that Contractor provide,additional open-top • . 30 cubic yard roll-off containers at the collection sites set forth on Exhibit A during holiday seasons,and Contractor will be paid at$165.00 per haul. . j. ••Contractor agrees to furnish the Services in accordance with the Hauling Frequency Schedule established in Exhibit B. Contractor agrees to farnish.the Services in a • timely and expeditious manner consistent with the applicable standard of care. By signing below • Contractor represents that it has the expertise and personnel necessary to properly and timely perform.the Services. . • k. In the event of any conflict or inconsistency between the terms and conditions set •forth in Exhibit A or Exhibit B,and the terms and conditions set forth in this Agreement,the terms and conditions.set forth in this Agreement shall prevail. Z. County's Representative. The County Solid Waste&Recycling Department's designee . shall be Contractor's contact with respect to this Agreement and performance of the Services. . 3. Term of the Agreement. This Agreement shall commence on March 1,2014,and subject to the provisions of paragraph 11 hereof,shall continue in full force and effect through the 3151 day of December,2014. . 4. •Extension or Modification. This Agreement may be extended for up to three additional one year terms upon written agreement of the parties.Any amendments or modifications shall be. • in writing signed by both parties.No additional services or work performed by Contractor.shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services in accordance with • • County's internal policies, Accordingly;no course of conduct or dealings between the parties, . nor.verbal change orders,express or implied acceptance of alterations or additions to the ' • 3 . Services,and no claim that County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment,shall be the basis of any increase in • the compensation payable hereunder. In the event that written authorization and acknowledgment • by County for such additional services is not timely executed and issued in strict accordance•with • •this Agreement,Contractor's rights with respect,to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work . • • performed. ' • • -5. Compensation. County shall compensate Contractor for the performance of the Services . in an amourit•not to exceed$165,540,00.as follows: . a. Roll-off container hauling: County will pay Contractor$165.00 per haul. • b. Cardboard Collection: Based on the Hauling Frequency Schedule,set forth on Exhibit B, the County will pay the Contractor the sum of$4500.00 per month,with-no charge to• the County for reloads. Contractor will not charge the County rent for the use of-any collection . • containers provided under the terms of this Agreement. • • c. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. • d. Payment will be made for Services satisfactorily performed within thirty(30) days of receipt of a proper and accurate invoice from Contractor. All invoices shall include . detail regarding the numlaer Of container hauls by type and collection site, and such other detail as County may request, • • • • • e. If,at any time during the term or after termination or expiration of this Agreement,County reasonably determines that any payment made by County to Contractor was improper because the Services for which payment was made were not performed as set forth in this Agreement,then upon Written notice of such determination and request for reimbursement from County,Contractor shall forthwith return such payment(s)to County. Upon termination or expiration of this Agreement,unexpended funds advanced by County,if any,shall forthwith be ' returned to County. • • f. 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. • g. 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 • 4. • • . Contractor in respect of any period after December 31 of any year,'without an appropriation • therefor 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-.1-14 et.seq.)and the TABOR Amendment(Colorado Constitution, Article X, Sec.20)., • . 6. Subcontractors. 'Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and'expertise of Contractor. ,Contractor shall not.enter • into any subcontractor agreements for the performance of any of the Services or additional . • services without County's prior written consent,which'nay be withheld in County's sole . • • discretion. County shall have the right in its reasonable discretion to approve all personnel - . assigned to the Subject Project during the performance of this Agreement and no personnel to whom County has an objection,in its reasonable discretion,shall be assigned to the Project. . Contractor shall require each subcontractor,as approved by County and to the•ektent of the Services to be performed by the subcontractor,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.County shall,have the right(but not the l • obligation)to enforce the provisions of this Agreement against any subcontractor hired by . Contractor and Contractor shall cooperate in such process.The Contractor"shall be responsible for the acts and omissions of its agents,employees and subcontractors. 7. Insurance. Contractor agrees to provide and maintain at Contractor's sole cost and - . expense, the following insurance.coverage with limits of liability not less than those stated . below: • • • a. . Types of Insurance. . • . . • i. Workers' Compensation insurance as required by law. ' ' ii. Auto coverage with limits.of liability not less than$1,000,000 each • ' accident combined bodily injury and property damage liability insurance,including coverage for • • owne d,h ired and non-owned vehicles. - iii. Commercial General Liability coverage to include premises and operations,personal/advertising injury,products/completed operations,broad form property . • • damage with limits of liability not Iess than$1,000,000 per occurrence and$2,000,000•aggregate limits. • 5 - . • b. Other Requirements. • • i. The automobile and commercial general liability.coverage shall.be endorsed to include Eagle County,its associated or affiliated entities,.its successors and.assigns, elected officials,employees,agents•and volunteers as additional insureds.A certificate of insurance consistent with the foregoing requirements is-attached hereto as,Exhibit C. . ii. Contractor's certificates of insurance shall include•subcontractors,if any as additional insureds under its policies or Contractor shall furnish to County separate-certificates and endorsements for each subcontractor. • • iii. - The insurance provisions of this Agreement shall survive expiration or . - termination hereof. iv. The parties hereto understand and agree that the County is relying on,and • does,not waive or intend to waive by any provision of this Agreement,the monetary limitations or rights,immunities and protections provided by the Colorado Governmental Immunity Act,as • from time to time amended,or otherwise available to County,its affiliated entities,successors or assigns,its elected officials,employees,agents and volunteers. ' v. Contractor is not entitled to workers'compensation benefits except as provided by the Contractor,nor to unemployment insurance benefits unless unemployment • compensation coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax on any moneys paid pursuant to this Agreement. . S. • Indemnification. The Contractor shall indemnify and hold harmless County,and any of its officers,agents and employees against any Iosses,claims,damages or liabilities for which e subject to insofar as any such losses,claims,damages or liabilities arise out . County may become subject y _ . g of,directly or indirectly,this Agreement,or are based upon any performance or nonperformance • by Contractor its employees,agents or any of its subcontractors hereunder; and Contractor shall reasonable attorney fees and costs,legal and other expenses incurred by . . reimburse County for reason y g p Y 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 County is liable to such third party for such claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination hereof. 9. Ownership of Documents. All documents-(including electronic files)and materials 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. 6 • • 10. Notice. Any notice required by this Agreement shall-be deemed properly delivered when . .(1)personally delivered, or(ii)when mailed in the United States mail,first class postage prepaid, or(iii)when delivered by FedEx or other comparable cornier service,charges prepaid,to the . parties at their respective-addresses listed below,or(iv)when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing the date, time and • • , receiving facsimile number for the:transmission,•or(v)When transmitted via e-mail with .confirmation of receipt. Either party may change its address for purposes of this paragraph by• . • giving five(5)days prior written notice of such change to the other party. .- • COUNTY: . Eagle County,Colorado• • . - • • • Attention: Ken Whitehead; . • • . Solid Waste&Recycling Director . Solid Waste&Recycling Department • 500 Broadway. ' Post Office Box 850 . . , . . Eagle,CO 81631 • ' • . . Telephone: 970-328-3465 . . , . Facsimile:970-328-3466 • .E-Mail: ken.whiteheadPeagleconnty.us . • • • With a copy.to: . • Eagle County Attorney . 500 Broadway • • • . • ' Post Office Box 850 • • • . •Eagle,CO 81631• Telephone: 970-328-8685. ' • • Facsimile: 970-328-8699 • - E-Mail:atty(&eaglecounty.us . CONTRACTOR: • . Mountain Roll-Offs,Inc. . P.O.Box 383 . • . Gypsum, CO 81637 • • Telephone: 970-476-7789 . • • . Facsimile: . .. Email: rnritrashOcomcast.net • • • 7 - . • • . 11. Termination. County may terminate this Agreement,in whole or in part,at any time and • • for any reason,with or without cause,and without penalty therefor with seven(7)calendar days' prior written notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents as defined in paragraph 9 hereof,in such format . as County shall direct and shall return all County owned materials and documents.County shall pay Contractor for Services satisfactorily performed to the date of termination. . 12. Venue.Jurisdiction and Applicable Law. Any and all claims,disputes or controversies related to this Agreement,or breach thereof,shall be litigated in the District Court for Eagle County,Colorado,which shall be the sole and exclusive forum.for such litigation. This • Agreement.shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. . . . 13. Execution by Counterparts;.Electronic Signatures. This Agreement may be executed in two or more counterparts,each of which shall be deemed an original,but all of which shall . constitute one,and the same instrument. The parties approve the use of electronic signatures for execution of this Agreement.Only the following two forms of electronic signatures shall be permitted to'bind the parties to this Agreement: (i) Electronic or facsimile delivery of a fully . executed copy of the signature page;(ii) the image of the signature of an authorized signer inserted onto PDF format;documents. All documents must be properly notarized, if applicable.- All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S.24-71.3-101 to 121. . . . 14. Other Contract Requirements and Contractor Representations. a. Contractor.has familiarized itself with the nature and extent of the Services to be . provided hereunder and the Property,and with all local conditions,federal,state and local laws, ordinances, rules and regulations that in any manner affect cost,progress,or performance of the Services. b. Contractor will make,or cause to be made,examinations,investigations,and tests as he deems necessary far the performance of the Services. c. To the extent possible,Contractor has correlated the results of such observations, examinations, investigations, tests,reports,and data with the terms and conditions of this Agreement. • 'd, To the extent possible,Contractor has given County written notice of all conflicts, errors,or discrepancies. . 8. • e.. Contractor shall be responsible for the completeness and accuracy of the Services and shall correct,at its sole expense,all signi cant•errors and omissions in performance of the . • Services. The fact'that the County has accepted or approved the Services shall not relieve •Contractor of any of its responsibilities. Contractor 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 performing similar services. Contractor represents and . • . warrants that it has the expertise and personnel necessary to properly perform the Services and . shall comply with the highest standards of customer service to the public. Contractor shall . provide appropriate.supervision to its employees to ensure the Services are performed in • .. • accordance with this Agreement.This paragraph'shalt survive termination of this Agreement. . f. Contractor agrees to work in an expeditious manner,within the sound exercise of• • . its judgment and professional standards,in the performance of this Agreement. Time is of the . essence with respect to this Agreement. - ' - g. This Agreement constitutes an agreement for performance-of the Services by ' Contractor as an independent contractor and not as an employee of County. Nothing contained • in this Agreement shall be deemed to create a relationship of employer-employee,master- • servant,partnership,joint venture or any other relationship between County and Contractor . except that of independent contractor.Contractor shall have no authority.to bind County. h. Contractor represents and warrants that at all times in the performance of the • Servicest Contractor shall comply with any and all applicable laws,codes,rules and regulations. i. This Agreement contains the entire agreement between the parties with respect to • the supersedes subject matter hereof and all other agreements or understanding between the . p parties with respect thereto. • j. Contractor shall not assign any portion of this Agreement without the prior . • written consent of the County. Any attempt to assign this Agreement without such consent shall • be void. . • k. This Agreement shall be binding upon and shall inure to the.benefit of the parties ' hereto and their respective permitted assigns and successors in interest.Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties,and not to • any third party. • . I. No failure'or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. • 9 • • 1 m. The invalidity,illegality or unenforceability of any provision of this Agreement shall not affect.the validity or enforceability of any other provision hereof. • n. The signatories to this Agreement aver to their knowledge no employee of the County has any personal or beneficial interest whatsoever in the.Services or Property described in this Agreement The Contractor has no beneficial interest,direct or indirect,that would • . • conflict in any manner or degree with the performance of the Services and Contractor shall not . . . employ any person having such known.interests. .- . • o. The Contractor,if a natural person eighteen(18)years of age or older,hereby ' swears and affirms under penalty of perjury that he or she(i)'is a citizen or otherwise lawfully. present in the United States pursuant to federal law,.(ii)to the extent applicable shall comply , 1 . with C.R.S.24-763403 prior to the effective date of this Agreement. . .. . •15. Prohibitions on Government Contracts. 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 Agreement: By execution of this Agreement,Contractor certifies that it does not knowingly employ or contract with an illegal alien who will perfoim under this Agreement 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 Agreement. • . • - . a. Contractor shall not: - i. Knowingly employ or contract with an illegal alien to perform Services under this Agreement;or • • .ii: Enter into a subcontract'that fails to certify to 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 Services under this Agreement through participation in the E-Verify Program or Department Program,as administered by the United Slates 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 • • 1d • • • • c. 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 Contractor obtains actual knowledge that a subcontractor performing wort . . under'the public contract for services knowingly employs.pr contracts•with an illegal alien, • Contractor shall be required to: i. _Notify'the subcontractor and County within three•.(3)'.days that 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 1• 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 Contractor shall not I terminate the contract with the subcontractor. if during such-three (3) days the subcontractor •. provides information• to• establish that the subcontractor has not knowingly employed or . contracted with an illegal alien. • e.. 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.8-17.5402(5). ' .• ' . • f. If Contractor violates these prohibitions,County may terminate the Agreement for breach of contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor shall be liable for actual and consequential damages to County as • 'required by law. - '• • . . ' g. County will notify the Colorado Secretary of State if Contractor violates this . provision of this Agreement and County terminates the Agreement for such breach: • • . [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] • 11 IN WITNESS WHEREOF., the parties have executed.this Agreement the day and,y6ar.frst set. - forth above. • . . COUNTY OF EAGLE, STATE OF COLORADO, • • By and •Through Its BOARD OF COUNTY • COMMISSIO `S• ��,G1Lg / A • `__ �. - J an H.Ryan, beam.n . Attest: 'i • ` * . • • • Teak J. Simonto r,Clerk-to the Boa .. ••K.--1 ■ ► ; ' f/ I • CONTRACTOR: . • • MOUNTAIN r OLL-• FS 1. . By: ;/I n • Print Name: /1 1/ 1�"�V4DG(< . Title: C ' • • I i • • • • 12 • EXHIBIT A • •• Drop-off Collection Centers • • • 3. Avon: along East Beaver Creek Boulevard west of the Walmart roundabout • 2. Edwards: CDOT Rest Area near 1-70 Exit 163 3. Eagle:- 1050 Chambers Avenue;'next to the Town of Eagle Public Works Facility 4. Gypsum: Northwest corner of the Columbine Market parking lot • . 5. Red Cliff: Community Center,400 Pine Street ' • • • • • • • • • • • • • • • • • • • 13 • • • X XI m c ..' 2 -a . 5 s• era•�' a I . � g 'I � n • ••m n � g � o o a o a $ a. a a. • :c � m I ;o • -, : I 'All • tB Q O. °o — a c�c o o g a c o — o. o :-.1 o rt p c .a .4'.1-' . ' r' 1 • O . • X x X :, x • X X o. • ∎ X .__ = w • x x ` }c X x X x c g. m M 0 0 c >4 St x.5 x a, • • g -, ,ro ••a; I I 4 •. x X . X X • X : X w • N • X X X .4• • I • • • • MTROL-1 OP ID:CS '`°k.�,.,°��' CERTIFICATE OF LIABILITY INSURANCE DATE(M0!DDNYYY) 02/05!14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INF DRMATION 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 pollcy(Ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies nay require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Phon(t:970-945-9161 HAE:CONTACT GIA Grou !Glenwood Ins.Agency NAME: Cheryl Sos P O D.ox 1170 • Fax:970-945-6027 i ic°;ri,Ex5:970-384-8309 1 ra r„.1:970-945-6027 Glenwood Springs,CO 81 6 02-1 270 E-MAIL ADDRESS:cheryls©glenwoodins.com Robert Asa Jones — INSURER(S)AFFORDING COVERAGE NAIC N INSURER A:Pinnacol Assurance INSURED Mountain Roll Offs Inc. INSURER B:United Fire&Casualty P.O.Box 1474 INSURER C: Carbonale,CO 81623 INSURER 0 INSURER E: ENSURER F: ...__ .._....-_._-- COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS f'HOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIR TYPE OF INSURANCE NER Syy D POLICY NUMBER (MML�YYYY) (MMIODIYYYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 B X COMMERCIAL GENERAL LIABILITY 60405013 07/01/13 07/01/14 DAMAGE TO RENTED PREMISES(Ea occurrence)___ $ 100,000 CLAIMS-MADE I CI OCCUR MED EXP(Any one person) $ 5,000 _ ___ PERSONAL&ADV INJURY $ 1,000,000 X Blanket Al GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGO $ 2,000,000 _.._..1 POLICY n JECOT n LOC $ --- AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1 000,000 (Ea occident) t r B X ANY AUTO 604050'13 07/01/13 07/01/14 BODILY INJURY(Per person) $ - ALL OWNED -SCHEDULED BODILY INJURY(Per occident) $ AUT.OS _AUTOS X HIRED AUTOS X AUTOS (Pero�cideniDAMAGE $ - X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 B EXCESS LIAB CLAIMS-MADE 604050.3 07/01/13 07101/14 AGGREGATE $ 2,000,000 DED X RETENTION$ 10000 $ WORKERS COMPENSATION WCSTATU- 0TH- AND EMPLOYERS'LIABILITY X TORY LIMITS I X !FR A ANY PROPRIETOR1PARTNER1E)ECUTIVE YIN 4133721/ 11/01/13 11/01/14 E.L.EACH ACCIDENT $ 1,000,000 OFRCERAIEMBER EXCLUDED? N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY OMIT $ 1,000,000 B Property Section 604050'3 07/01/13 07/01/14 A Equipment Floats 604050 3 07/01/13 07/01/14 DESCRIPTION OF OPERATIONS I LOCATIONS IVEHICLES(Attach ACORD 101,Additional Remarks Schedule,If mare space Is required) • CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Eagle County Solid Waste& THE EXPIRATION DATE THEREOF, NOTICE WILL. BE DELIVERED IN g tY ACCORDANCE WITH THE POLICY PROVISIONS. Recycling P.O.Box 473 AUTHORIZED REPRESENTATIVE Wolcott,CO 81655 a4‘`C)m.* 1 O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD