Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC14-330 Ruggs Benedict, Inc. Agreement AGREEMENT FOR ON-CALL SERVICES
BETWEEN EAGLE COUNTY,COLORADO
AND
RUGGS BENEDICT, INC.
Ld
THIS AGREEMENT("Agreement")is effective as of the day of 2014 by and between Ruggs
Benedict, Inc. a Colorado Corporation(hereinafter"Contractor")and Eagle unty, Colorado,a body corporate and
politic(hereinafter"County").
RECITALS
WHEREAS,County desires to contract for on-call or as needed purchases of flooring materials, and for installation,
replacement and repair services for Eagle County owned properties(the"Properties");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.
AGREEMENT
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, labor,personnel and materials
necessary to perform and complete the on-call services or work at the rates set forth in Exhibit A and in accordance
with a formal proposal for each on-call service to be provided by Contractor and approved by County in writing
("Services"or"Work"). Exhibit A is attached hereto and incorporated herein by reference.The Services shall be
performed in accordance with the provisions and conditions of this Agreement and shall include the provision of
flooring materials("materials")of County's choice,the installation of said materials, and the replacement and repair
of flooring in the Properties. Installation services shall include removal and disposal of existing flooring and
replacement with the purchased materials.
a. Contractor agrees to furnish the Services in accordance with the schedule established in each
proposal approved by County. If no completion date is specified,then Contractor agrees to furnish 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.
b. 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.
c. County shall have the right to inspect all Work and materials prior to acceptance. Inspection and
acceptance shall not be unreasonably delayed or refused. In the event County does not accept the materials for any
reason in its sole discretion,then Contractor shall upon County's request and at no charge or cost to County i)take
the materials back, ii)exchange,or iii)repair the materials.
111-1-22)(1
2. County's Representative. The Facilities Management 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 upon the date first written above,and subject to
the provisions of paragraph 11 hereof, shall continue in full force and effect for a period of one year.
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 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 aui dance
with the fee schedule set forth in Exhibit A plus the cost of the materials selected by the County. Prior to
commencement of Services at any Property or Properties,Contractor shall first provide County with a written
estimate which shall include an estimate of the labor,materials without any mark up and any additional costs
necessary to perform the Services at a particular Property or Properties. Each estimate must be approved by
County's Representative prior to commencement of the Services by Contractor and all rates shall be in accordance
with the fee schedule set forth in Exhibit A. Total compensation for each individual Service under this Agreement
shall not exceed twenty five thousand dollars($25,000). 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.
a. 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 hours spent,tasks
performed,who performed each task and such other detail as County may request.
b. 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.
c. 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.
d. Notwithstanding anything to the contrary contained in this Agreement,County shall have no
obligations under this Agreement after,nor shall any payments be made to Contractor in respect of any period after
December 31 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
2
G:\MAINTENANCE\Service Agreements\Flooring\2014\auggs Benedict On-Call Agreement FINAL.docx
Government Budget Law(C.R.S.29-1-101 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 may be
withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all
personnel assigned to perform the Services 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 extent 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 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 owned,hired,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
less than$1,000,000 per occurrence and$1,000,000 aggregate limits.
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 B.
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
3
G:\MAINTENANCE\Service Agreements\Flooring\2014\Ruggs Benedict On-Call Agreement FINAL.docx
available to County, its affiliated entities, successors or assigns,its elected officials,employees,agents and
d
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.
8. Indemnification. The Contractor shall indemnify and hold harmless County,and any of its officers,agents
and employees against any losses,claims,damages or liabilities for which County may become subject to insofar as
any such losses,claims,damages or liabilities arise out of,directly or indirectly,this Agreement,or are based upon
any performance or nonperformance by Contractor or any of its subcontractors hereunder;and Contractor shall
reimburse County for reasonable attorney fees and costs,legal and other expenses incurred by County in connection
with investigating or defending any such loss,claim,damage, liability or action. This indemnification shall not
apply to claims by third parties against the County to the extent that 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.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when(i)personally
delivered,or(ii)when mailed in the United States mail,first class postage prepaid,or(iii)when delivered by FedEx
or other comparable courier 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: Ron Siebert
500 Broadway
Post Office Box 850
Eagle,CO 81631
Telephone: 970-328-8881
Facsimile: 970-328-8782
E-Mail:ron.siebert@eaglecounty.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
4
G:\MAINTENANCE\Service Agreements\Flooring\2014\Ruggs Benedict On-Call Agreement FINAL.docx
CONTRACTOR:
Ruggs Benedict, Inc.
810 Nottingham Road
Post Office Box 830
Avon,CO 81620
Telephone: 970-949-5390
Facsimile: 970-949-6082
E-Mail: mandy @,ruggsbenedict.com
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 foram 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 or Properties,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 for 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.
e. Contractor shall be responsible for the completeness and accuracy of the Services and shall
correct, at its sole expense,all significant 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
5
G:\4AINTENANCE\Service Agreements\Flooring\2014\Ruggs Benedict On-Call Agreement FINAL.docx
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 shall survive termination of
this Agreement.
f. Contractor hereby represents and warrants that the materials will be new and that it will perform
the Work in a good and workmanlike manner. Contractor guarantees all Work against defects in materials or
workmanship for a period of one(1)year from the date the Work is accepted by County, or such longer period as
may be provided by the law or as otherwise agreed to by the parties.
g. All guarantees and warranties of materials furnished to Contractor or any subcontractor by any
manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any materials furnishes a
guarantee or warrantee for a period longer than one(1)year,then Contractor's guarantee or warrantee shall extend
for a like period as to such material.
h. Contractor warrants that title to all Work and materials shall pass to County either by
incorporation into the Property or upon receipt by Contractor of payment from County(whichever occurs first)free
and clear of all liens, claims, security interests or encumbrances. Contractor further warrants that Contractor(or any
other person performing Work)purchased all material free and clear of all liens, claims;security interests or
� Ys )pure..
encumbrances.Notwithstanding the foregoing,Contractor assumes all risk of loss with respect to the material until
the material is installed and County has inspected and approved the same.
i. Within a reasonable time after receipt of written notice,Contractor shall correct at its own
expense, without cost to County,and without interruption to County:
i. Any defects in materials or workmanship which existed prior to or during the period of
any guarantee or warranty provided in this Agreement;and
ii. Any damage to any other Work or property caused by such defects or the repairing of
such defects.
j. Guarantees and warranties shall not be construed to modify or limit any rights or actions County
may otherwise have against Contractor in law or in equity
k. 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.
1. 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.
m. Contractor represents and warrants that at all times in the performance of the Services, Contractor
shall comply with any and all applicable laws,codes,rules and regulations.
n. This Agreement contains the entire agreement between the parties with respect to the subject
matter hereof and supersedes all other agreements or understanding between the parties with respect thereto.
6
G:\MAINTENANCE\Service Agreements\Flooring\2014\Ruggs Benedict On-Call Agreement FINAL.docx
o. 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.
p. 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.
q. 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.
r. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
s. 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.
t. 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 with C.R.S.24-76.5-103 prior to the effective date of this
Agreement.
15. Prohibitions on Government Contracts.
As used in this Section 15,the term undocumented individual will refer to those individuals from foreign
countries not legally within the United States as set forth in C.R.S. 8-17.5-101,et. seq. If Contractor has any
employees or subcontractors,Contractor shall comply with C.R.S. 8-17.5-101,et. seq.,and this Agreement. By
execution of this Agreement, Contractor certifies that it does not knowingly employ or contract with an
undocumented individual who will perform 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 undocumented individual 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 undocumented individual 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 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
G:\MAINTENANCE\Service Agreements\Flooring\2014\Ruggs Benedict On-Call Agreement FINAL.docx
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 work under the public
contract for services knowingly employs or contracts with an undocumented individual, 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 undocumented individual;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 undocumented individual; except that Contractor shall not 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 undocumented individual.
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. 8-17.5-102(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.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
8
G:\MAINTENANCE\Service Agreements\Flooring\2014\Ruggs Benedict On-Call Agreement FINAL docx
IN WITNESS WHEREOF,the parties have executed this Agreement the day and year first set forth above.
COUNTY OF EAGLE, STATE OF COLORADO,By and
Through Its BOARD OF COUNT - MMISSIONERS
By: -.al AL i.
Ji an H. Ryan, Chairma
sAG4e e.
Attest: 1111P
—r _ . .
By: Oh P
Teak J. Simonton,C erk to the Board OLowo).••
t fV 1,
CONTRACTOR:
RUG NEDICT,INC. :`\
By:
Print Name: t<NoG Ce cjk
SJ
Title:
9
G\MAINTENANCE\Service Agreements\Flooring\2014\Ruggs Benedict On-Call Agreement FINAL.docx
EXHIBIT A
FEE SCHEDULE
10
G:\MAINTENANCE\Service Agreements\Flooring\2014\Ruggs Benedict On-Call Agreement FINAL.docx
< tT�ea3 iecoun .0
w�++aGac le .,� Ron Siebert rc�rs.saetr+ert� 9
EAGLE C• AJ LL&
Service Agreement
Mandy Benedict<mandy @ruggsbenedict.corn> Wed, Jul 30, 2014 at 10:08 AM
To: Ron Siebert <Ron.Siebert @eaglecounty.us>
Cc: Jan Miller<Jan.Miller @eaglecounty.us>
Good Morning, Ron:
Thank you so much for this opportunity. We will continue to provide excellent service and best possible
value for you.
Standard Carpet Installation: $.90/sf
Standard Furniture Moving: $.25/sf
Standard Take-up Disposal: $.30/sf
Repairs: T & M $65.00/hour plus materials
Please let me know if you have any additional needs.
Kind Regards,
Mandy
Mandy Benedict
810 Nottingham Road, P.O. Box 830, Awn, CO
81620
970.949.5390 : fax 970.949.6082
mandy@ruggsbenedict.com
www.ruggsbenedict.com
WOGS BENEDICT 6 .
We Know Floors `.. r
Fan us on
Facebook
EXHIBIT
EXHIBIT B
INSURANCE CERTIFICATES •
•
11
G:\MAINTENANCE\Service Agreements\Flooring\2014\Ruggs Benedict On-Call Agreement FINAL.docx
� T ® � DATE(MMIDD/YYYY)
A�° CERTIFICATE OF LIABILITY INSURANCE 7/14/2014
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((es)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 Ileu of such endorsement(s).
PRODUCER CONTACT
Parallel Concepts Inc.
Aic PHONE.Es0:630-377-9085 NC,Not:630-377-9084
5N421 Robin Lane E-M AESS;are (obal.com
Wayne IL 60184 Q
INSURER(S)AFFORDING COVERAGE NAIC C
INSURER A:j,ijl rtyMutllaiInscrance _..-------. 10836 �..
INSURED RUGBEN1 INSURER B:
Ruggs Benedict Inc INSURER C:_ ,.
Rugs No 2,LLC INSURER 0;
Po Box 830 _
Avon CO 81620 INSURER E
INSURER F:
COVERAGES CERTIFICATE NUMBER:1106567679 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR' .__-- (ADDLSUBR` ' POLICYEFF ' POLICYEXP
LTR+ TYPE OF INSURANCE i INSR TM POLICY NUMBER IMMIDDIYYYY)I(MMIDDIYYYYI LIMITS
A I-OENERALLIABILITY BKS55723321 1/212014 1/2/2015 EACH OCCURRENCE $1,000,000
!X COMMERCIAL GENERAL LIABILITY PREMISES occurrence' 5300,000
ETCLAIMS-MADE �_ OCCUR ! MED EXP(Any one parson) $15,000
-11.- PERSONAL&ADV INJURY $1,000,000
GENERAL AGGREGATE 52,000,000
GENL AGGREGATE LIMIT APPLIES PER: 1 PRODUCTS-COMP/OP AGG 52,000,000
,POLICY X dFcy LOC ! I COMBINED SINGLE LIMIT $
A AUTOMOBILE LIABILITY BAS55429681 1,2/2014 1/2/2015 (Ee accident) 51,000,000
IX ANY BODILY INJURY(Per pan) $
.__ rso
ALL OWNED SCHEDULED BODILY INJURY(Per accident)tS
AUTOS AUOS�� PROPERTY S i HIREDAUTOS AUTOS (Per accident)
1 DAMAGE
I $
A F UMBRELLA LIAB X �OCCUR I iUSO55723321 h/2/2014 !1/2/2015 EACH OCCURRENCE $2,000,000 _
. EXCESS LIAB ,CLAIMS-MADE . , AGGREGATE _,$2,000,000
DED X I RETENTION$10,000 I 5
WORKERS COMPENSATION l 1 l WCSTATU- ' !0�'
I AND EMPLOYERS'LIABILITY Y I N I TORYLIMITS
OFFICER/MEMBER EXCLUDED? n I EL EACH ACCIDENT S
ANY PROPRIETORIPARTNERJEXECUTIVE IN
9(Mandatory In NH) I E.L DISEASE-EA EMPLOYEE S
I0 describe under
DESCRIPTION OF OPERATIONS below + E.L DISEASE-POLICY UMIT S
DESCRIPTION OF OPERATIONS I LOCATIONS/.VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required)
Certificate holder is Included as an additional insured on the general liability and auto liability when required by written contract.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Eagle County Government ACCORDANCE WITH THE POLICY PROVISIONS.
PO Box 850
Eagle CO 81631 AUTHORIZED REPRESENTATIVE - I
� :altI`-b'/te.
I
®1988.2010 ACORD CORPO-
ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD EXHIBIT
I I. W
•
ACOR I DATE(MMMDDIYYY1)
CERTIFICATE OF LIABILITY INSURANCE 07/15/14
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 polley(les)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
Aon Risk Services.Inc of Florida NAME: Aon Risk Services,Inc of Florida
1001 Brickd Bay Drive,Suite 61100 PHONE
Miami,FL 33131-4937 (NC L o,Ex*800.743.8130 I INC.NO 800-522-7514
@ADDRESS: ADP.COI.Centerrl Aon.com
INSURER(S)AFFORDING COVERAGE NAIC e
INSURER A:New Hampshire Ins Co 23841
INSURED INSURER B:
ADP TotalSource MI VI,LLC
10200 Sunset Drive INSURER C:
Miami,FL 33173
ALTERNATE EMPLOYER INSURER D: ,
Rugga Benedict Inc INSURER E:
810 Nottingham Rd
Awn,CO 81820 INSURER F:
COVERAGES CERTIFICATE NUMBER:825784 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY 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. LIMITS SHOWN ARE AS REQUESTED,
ILTR TYPE OF INSURANCE IAN�SR�SYVVD POUCY NUMBER I(MMIDD/YYYY)I(MM8)DIYYYY) LIMITS
GENERAL UABIUTY EACH OCCURRENCE S
DAMAGE TO RENTED
COMMERCIAL GENERAL UABIUTY PREMISES(Ea occurrence) S
CLAIMS-MADE IT OCCUR MED EXP(Any one person) S
PERSONAL&ADV INJURY S
■
GENERAL AGGREGATE S
' GEN'L AGGREGATE LIMIT APPLES PER: PRODUCTS-COMP/OP AGG_S
POUCYI GA IPROJECT1-1 LOC S
AUTOMOBILE UABILM COMBINED SINGLE LIMIT
(Ea acddent) S
.ANY AUTO BODILY INJURY(Per person) S
■ALL OWNED SCHEDULED
AUTOS _AUTOS BODILY INJURY(Per accident) S
NON-OWNED PROPERTY DAMAGE
.HIRED AUTOS AUTOS (Per ac ident) S
S
UMBRELLA LIAO OCCUR EACH OCCURRENCE S
EXCESS UAB CLAIMS-MADE AGGREGATE S
DEC 1 I RETENTION S
WORKERS COMPENSATION X I WC STATU-I 1 0TH-
A AND EMPLOYERS UABIUTY YIN WC 094179798 CO 07/01/14 07/01/15 TORY LIMITS ER
ANY PROPRIETORIPARTNERJEXECUTIVE ,
OFFICER/MEMBER EXCLUDED? N/A E.L EACH ACCIDENT S 2,000,000
(Mandatory In NH) E.L DISEASE-EA EMPLOYEE S 2,000,000
If yes describe under
DESCRIPTION OF OPERATIONS below E.L DISEASE-POUCY UMIT 5 2,000,000
DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attech.ACORD 101,Additional Remarks Schedule,IT more specs Is required)
All wouksite employees working for the above named client company,pad under ADP TOTALSOURCE,INC.'s payroll,are covered under the above stated policy.The above named diem is an alternate
employer under this policy.
CERTIFICATE HOLDER CANCELLATION
Eagle County Government SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
PO Box 850 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEUVERED IN
Eagle,CO 81620 ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
°foietok5etvieea, 9rsoof orletkla
®1988-2010 ACORD CORPORATION.All rights reserved.
ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD