HomeMy WebLinkAboutC14-369 Double M Asphalt & Coatings, Inc. Agreement AGREEMENT FOR SERVICES
BETWEEN EAGLE COUNTY,COLORADO
AND
DOUBLE M ASPHALT&COATINGS,INC.
Litj')'THIS AGREEMENT("Agreement")is effective as of the f day of (j 4 VvrAn � ,2014 by and between
Double M Asphalt&Coatings,Inc.a Colorado corporation(hereinafter"Contractor")and Eagle County,Colorado,
a body corporate and politic(hereinafter"County").
RECITALS
WHEREAS,the Contractor will perform asphalt repairs(the"Project")on the Eagle Valley Trail in Edwards,
Colorado(the"Property");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 services or work described in Exhibit A("Services"or"Work")which is
attached hereto and incorporated herein by reference and Contractor also agrees to comply with and perform the
Services in accordance with the General Requirements identified in Exhibit A.The Services shall be performed in
accordance with the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services no later than October 31,2014 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.
2. County's Representative. The ECO Trails 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 through completion of the Services and
during any warranty period set forth herein.
4. Extension or Modification. 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
NL 31/)
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 a sum
computed and payable as set forth in Exhibit A. The performance of the Services under this Agreement shall not
exceed$5,624.40. 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
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 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 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.
2
DOUBLE M ASPHALT REPAIR CONTRACT 09/14
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
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.
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.
3
DOUBLE M ASPHALT REPAIR CONTRACT 09/14
9. 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:Jared Barnes
3289 Cooley Mesa Road
Post Office Box 1070
Gypsum,CO 81637
Telephone:970-328-3528
Facsimile:970-328-3539
E-Mail:Jared.Barnes @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
CONTRACTOR:
Double M Asphalt&Coatings,Inc.
Attention:Michael Haase
PO Box 1956
Edwards,CO 81632
Telephone:970-926-3343
Facsimile:970-926-0112
E-Mail:paverboymh @aol.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 forum for such litigation. This Agreement shall be construed and interpreted under and shall be
governed by the laws of the State of Colorado.
4
DOUBLE M ASPHALT REPAIR CONTRACT 09/14
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 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
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 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. Contractor hereby represents and warrants that it will perform the Services in a good and
workmanlike manner and guarantees all Work against defects in materials or workmanship for a period of one(1)
year from the date the Services or Work is accepted by County or such longer period as may be provided by law or
otherwise agreed to by the parties.Any materials incorporated in the Work shall be new and of good quality.
h. All guarantees and warranties of any materials furnished by 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 materials.
i. 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
5
DOUBLE M ASPHALT REPAIR CONTRACT 09/14
and clear of all liens,claims,security interests or encumbrances.Notwithstanding the foregoing,Contractor assumes
all risk of loss with respect to the materials until the same are installed and County has inspected and approved the
Work.
j. Within a reasonable time after receipt of written notice from County,and in accordance with
County's written instructions,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;and
(iii) if Contractor does not promptly comply with the terms of such instructions or in an
emergency where delay would cause serious risk of loss or damage,County may have the
defective Work removed and replaced and all direct and indirect costs of such removal
and replacement,including compensation for professional services shall be paid for by
Contractor.
k. 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.,
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.
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.
6
DOUBLE M ASPHALT REPAIR CONTRACT 09/14
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
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.
7
DOUBLE M ASPHALT REPAIR CONTRACT 09/14
Sep 16 14 12:46p Double M Asphalt Coatings 9709260112 p.1
a Contractor shall comply with any reasonable request by the Department of Labor sad Employment
made in course of an investigation that the department is undertaking pursuant to its authority established in
C.R.S.8-17 102(5).
E If Contractor violates these prohibitions, County may terminate the Agreement for breach of
contract If tit Agreement is so terminated specifically for breach of this provision of this Agreement,Contractor
shall be lieb 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: •d County terminates the Agreement for such breach.
IN ' `• WHEREOF,the parties have executed Ibis Agreement the day and year fist set forth above.
COUNTY OF EAGLE,STATE OF COLORADO,By and
Through Its COUN'T'Y MANAGER
By I /
Montag, c•unty Manager
•
CONTRACTOR
DOUBLE M ASPHALT& I ATINGS,INC.
a Colorado corporation
By-. /Al p 'f
Print Name: A `I C O1 U 14AA$k
Title: OWNER
•
8
DOUBLE M ASPHALT REPAIR CONTRACT 0W14
EXHIBIT A
SCOPE OF WORK AND SCHEDULE OF FEES
Scope of Work:
Description of the Work:
1. Section 1-Miller Ranch Eastern Section(10'wide x 36'long)
a. Cut and Remove asphalt with loader and dump truck;
b. Excavate 36 foot long by 2 foot deep trench along asphalt area;
c. Remove all roots and vegetation from trench;
d. Install bio barrier,as supplied by County,per product specifications;
e. Back fill trench with dirt;
f. Re-grade trail road base in disturbed area and add class 6 road base as needed to ensure positive
slope and drainage;
g. Compact road base to 95%using water and pressure;
h. Sterilize road base in disturbed area for vegetation growth prior to paving;
i. Pave 3 inch compacted mat for positive slope and drainage using' SX grade commercial hot mix;
j. Compact asphalt with roller for high density(Standard Proctor);
k. Replace and compact road base shoulder or reseed disturbed area with high altitude grass mix,to
match original shoulder condition.
2. Section 2-Miller Ranch Western Section 1 (6'wide x 32'long)
a. Cut and Remove asphalt with loader and dump truck;
b. Excavate 33 foot long by 2 foot deep trench along asphalt area;
c. Remove all roots and vegetation from trench;
d. Install bio barrier,as supplied by County,per product specifications;
e. Back fill trench with dirt;
f. Re-grade trail road base in disturbed area and add class 6 road base as needed to ensure positive
slope and drainage;
g. Compact road base to 95%using water and pressure;
h. Sterilize road base in disturbed area for vegetation growth prior to paving;
i. Pave 3 inch compacted mat for positive slope and drainage using l/SX grade commercial hot mix;
j. Compact asphalt with roller for high density(Standard Proctor);
k. Replace and compact road base shoulder or reseed disturbed area with high altitude grass mix,to
match original shoulder condition.
3. Section 3—Miller Ranch Western Section 2(4'wide x 36'long)
a. Cut and Remove asphalt with loader and dump truck;
b. Excavate 36 foot long by 2 foot deep trench along asphalt area;
c. Remove all roots and vegetation from trench;
d. Install bio barrier,as supplied by County,per product specifications;
e. Back fill trench with dirt;
f. Re-grade road base in disturbed area and add class 6 road base as needed to ensure positive slope
and drainage;
g. Compact road base to 95%using water and pressure;
h. Sterilize road base in disturbed area for vegetation growth prior to paving;
i. Pave 3 inch compacted mat for positive slope and drainage using' SX grade commercial hot mix;
j. Compact asphalt with roller for high density(Standard Proctor).
k. Replace and compact road base shoulder or reseed disturbed area with high altitude grass mix,to
match original shoulder condition.
9
DOUBLE M ASPHALT REPAIR CONTRACT 09/14
4. Section 4-Miller Ranch Western Section 3(5'wide x 10'long)
a. Cut and Remove asphalt with loader and dump truck;
b. Excavate 33 foot long by 2 foot deep trench along asphalt area;
c. Remove all roots and vegetation from trench;
d. Install bio barrier,as supplied by ECO Trails,per product specifications;
e. Back fill trench with dirt;
f. Re-grade road base in disturbed area and add class 6 road base as needed to ensure positive slope
and drainage;
g. Compact road base to 95%using water and pressure;
h. Sterilize road base in disturbed area for vegetation growth prior to paving;
i. Pave 3 inch compacted mat for positive slope and drainage using' SX grade commercial hot mix;
j. Compact asphalt with roller for high density(Standard Proctor).
k. Replace and compact road base shoulder or reseed disturbed area with high altitude grass mix,to
match original shoulder condition.
General Requirements:
1. Prior to commencing Work,Contractor shall identify all utilities and get locates for all areas of Work.
Contractor is responsible for any and all necessary coordination with any utilities and utility companies
impacted by the Work. Contractor hereby assumes all responsibility for any damage to utilities and shall
promptly repair and restore any damaged utilities at its sole cost and expense.
2. County will arrange for the owner of the irrigation system at Miller Ranch to identify irrigation lines prior
to the Work.Notwithstanding the foregoing,neither County nor the owner of the irrigation system assumes
any responsibility for irrigation locations. Contractor shall independently verify the location of all
irrigation lines through potholing or other means and Contractor assumes all responsibility for any damage
to irrigation lines.
3. Contractor shall be solely responsible for the prompt repair of any damage to irrigation lines and heads
during construction at its sole cost and expense.
4. Contractor will notify County a minimum of 72 hours prior to performing the Work.Construction safety is
sole responsibility of Contractor which shall include,but not be limited to,compliance with safety laws,
regulations and standard practices.
5. County is not responsible for monitoring or assuring Contractor's compliance with safety laws,regulations
and standard practices.
6. Contractor shall provide traffic control for areas of Work using,at a minimum,one(1)sign,two hundred
(200)feet prior to construction stating"construction ahead"and/or"trail closed". Contractor shall be
solely responsible for ensuring adequate signage is in place to assure safety of the public both during and
after hours of construction.
7. Hours of construction shall be limited to Monday through Friday,8:00 a.m.to 5:30 p.m.
8. Contractor shall provide County with its anticipated Work plan including duration of Work,access to Work
and staging locations.
9. The Work,staging and access areas shall be immediately restored to same or better condition following
completion of the Work to the satisfaction of County.
10. Contractor will notify County 24 hours prior to root barrier completion and asphalt placement for
inspection of root barrier installation and road base compaction.The same shall be performed to the
satisfaction of County and in a good and workmanlike manner.If any Work is found to be defective
Contractor shall correct such Work at its sole cost and expense.
10
DOUBLE M ASPHALT REPAIR CONTRACT 09/14
Cost of Work:
1. Section 1—Miller Ranch Eastern Section: $2,537.00
2. Section 2—Miller Ranch Western Section 1: $1,419.00
3. Section 3—Miller Ranch Western Section 2: $1,238.40
4. Section 4—Miller Ranch Western Section 3: $430.00
Total Cost: $5,624.40
11
DOUBLE M ASPHALT REPAIR CONTRACT 09/14
EXHIBIT B
INSURANCE CERTIFICATE
12
DOUBLE M ASPHALT REPAIR CONTRACT 09/14
09/15/2014 09:41 9709496306 ARROW INSURANCE MGMT PAGE 02/02
_ - DOUBL-2 OP K WE(MPEGGIVYyTy
•
' '° CERTIFICATE OF LIABILITY INSURANCE 09/13/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER..TH1G
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. '
IMP ORTANT: If the certificate holder Is as ADDITIONAL INSURED, the pollcy(Iss)must be endorsed. If SUBROGATION IS WAIVED,subject to
the tans and conditions of the policy,certain policies may require an at
endorsemenL A statement on this certtice does not confer rights to the
certificate holder in lieu Otsuoh endorsement(s).
PRODUCER gale Angle Kriedemall
Arrow insurance Mat-Avon ', 97o-9x8.5110 f No:970-949.630&
70 Benchmark Rd##1103 r -,° e
P.O.Box 818 ,. ..:i.r- ,
Avon,CO 81820 aBl1Rl37Rb1 WOWING WilmaNAC
Janet McKeown .
twannA:United Fire&Casual thins Co
INJURED Double M Asphalt INSURER R:
Michael Haase INSURER C:
P.O.Box 1956 tNSt1R>cR O:
Edwards,CO 91632
_eteu5ER E 1
_IMiURE,R s:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS W TO CERTIFYTHAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NO1WfHSTANDING 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. ,
AvuL sums
T Tema'.WSLRANCE 1NERJAID POLICY NUMBER M.'4/gdi 'L BAs LIAM
0ENERALLAWN 1,000,000
A X Commeeo LOoiERALLIAA1Lrry 60323045 05112/2014 0511212015 01_' "•u i'. , s 100,000
L.AIM$MADE I•- I OCCYIR 14ED E1 (►nV On pMlon) S 5,000
PERSQNAL&ADVIN.FJRY s 1 000,000
GENERALAOOREGATE $ $0001000
GENT AGGREGATE OAT APPLIES FEW PRODUCT$-COMPIOrAOG t 7,000,000
• A1P(�CYnr fL4G \ _ . _ .
L • %i• -.•t. 1.000,000
ALIrOMOeILa LUIaILITY I •}!'-.al! 4
A ]ANY ALTO 50323045 0511212014 05112/2015 It pm'
w,LJP'(olr DlrsoAI t
ALL OWIEi7 SCHEDULED BOdLY IN.IJRY IPa[acdolnq S
AUTOR A�u7TOS ����}�
num Autos AUOr-Owe Z¢T.9: n r S
le: S
UNERELLA LINE lH occuR EACH OCCURRCNCE S
RICSia LUIS. ap,pµ„MApE AGGREGATE t
,_olg I IRETENTION S [1� Mil
WORiaNteCOMPENSA11 4
AND EMPLOYERS'LIAILITY YIN
ANY o I PXCLUA� ❑ N 1 A - EL.EACH ACCIDENT $
�IhndaloryMNHI CL D4SEASE-EAEMPLOYEE $
I ,a id• •Nundo< El.QSa 9E•POLICY UNIT $ »-
��7ifl• •NOC.•�� ATt� ��.
A Inland Marino 50323043 05/12/2014 05/12/2015 Leased 100,000
OESopo n N Of OPOIATIONS 1 LOCATIONS 1 VE)lCLaa(Aarlh ACOP0101.AddleanN Ranwks Schadull.If Dare spso tz requpldl
CERTIFICATE HOLDER _ CANCELLATION
EAGLECO
SHOULD ANY OF THE AIOV8 DESCRIBED POLICIES 55 CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE orn.L BE DELIVERED IN
Eagle COO HIV ACCORDANCE WITH THE POLICY PROVISIONS.
PO Box 1070 •
AUTFDRI�R&PRGeENrATArF
Gypsum,c17 81637 Janet McKeOWn datzttc---itex
M 1985 2010 ACORD CORPORATION. All rights reserved.
ACORD 25(2010108) The ACORD name and logo are registered marks of ACORD
•