Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC15-227 Mountain Maintenance and AsphaltAGREEMENT FOR SERVICES
BETWEEN EAGLE COUNTY, COLORADO
AND
MOUNTAIN MAINTENANCE AND ASPHALT
THIS AGREEMENT (`Agreement ") is effective as of the V'r
day of 2015 by and between Ira
Weiss dba Mountain Maintenance & Asphalt (hereinafter "Contractor ") and Eagle County, Colorado, a body
corporate and politic (hereinafter "County ").
RECITALS
WHEREAS, County requires services to install paint and thermoplastic markings (the "Project ") on the Eagle
Valley Trail and at road intersections in the Eagle Vail and Edwards area (the "Property"); and
WIC Rc�j, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise,
an4 .,.z necessary to provide the Services as defined below in paragraph I 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. The Services shall be performed in accordance with the
provisions and conditions oft his Agreement.
a. Contractor agrees to furnish the Services no later than July 15, 2015 and in accordance with the
schedufc established in Exhibit A. If no completion date is specified in Exhibit A, 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.
2. Coun 's Representative. The ECO Trails Department's designee shall be Contractor's contact with
respect to this Agreement and performance of the Services.
�l� -Zz
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 the 15th day of August,
2015.
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
Sei aces, 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 $11,975.00. 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
adopicu 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
2
car}. ik ,Bich 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.
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
attar,..:." _._,L ,o 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
ii. --�mc *,ax 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
C._r.Iract.or. 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
tru_ . ' -,ia 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: Ellie Caryl, ECO Trails
Post Office Box 1070
Eagle, CO 81631
Telephone: 970-328-3523
Facsimile: 970 - 328 -3539
E -Mail: eiiie.carylLwea le�y.us
With a copy to:
Eagle County Attorney
500 Broadway
Poo- 7fi's Box 850
Eagle, Co 81631
Telephone: 970-328-8685
Facsimile: 970 -328 -8699
E -Mail: atty @eaglecounty.us
CONTRACTOR:
Ira Weiss
Mountain Maintenance & Asphalt
4
Post Office Box 1946
Edwards, CO 81632
T'l Pnhone: 970-926-5544
E -Mail: Crown350 @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.
1 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.
`* 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
5
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. 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 Services,
Contractor shall comply with any and all applicable laws, codes, rules and regulations.
L 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.
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.
1. 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.
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 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
I
enipioyQes 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. ov x rev rot ro rams c 1185221678150.shtm
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.
t. 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.
7
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 COUNTY MANAGER
By: WZ4
rent McFall, County Man ager
CONT TOR:
B 'c— "� '
Print Name: W' L I's S
Title: C7w
8
EXHIBIT A
SCOPE OF WORK
Project Name: Spring 2015 Eagle Valley Trail Pavement Markings Project
Project Description:
Contractor will apply pavement markings at two locations in the Eagle Valley area of Eagle County as follows:
Work area #1: Edwards, at the intersection of the paved trail and Miller Ranch Road
Work area #2: In East Avon at trail crossing of Post Boulevard
Description of Work Components and Cost:
Miter Ranch Road (MRR) Location
Item
Description
Units
Ruantity
Total
1
Install 16' wide Thermoplastic Crosswalk, white. Ladder style
SF
170
$2,980.00
per MUTCD. Inlaid in existing asphalt, include milling and
removal of existing MRR striping. Non -slip product, provide
specifications. Place four 16'x 2' wide bars with 2' spacers
and V x 14' border each side of crosswalk, both sides of road.
2
Install Thermoplastic 24 "x24" "Stop" sign graphic on existing
LS
2
$896.00
concrete. Not Inlaid. Non -slip product.
3
1. Install 4'x 2' TRAIL with commensurate size. turning arrow
LS
1
$383.00
symbol, in paint. Non -slip product.
2. Install 70 LF of 6" yellow paint stripe on east and west side
of railroad crossing. Non -slip product.
3. Install 200 LF x 6" yellow paint stripe on centerline of trail,
westbound and eastbound from MRR. Non -slip product.
7
Traffic Control for all work on road and trail provided by
LS
1
$800.00
Contractor. Traffic Control plan to be approved by Project
Owr.ar.
+TOTAL Miller Ranch Road Work
J$5,059.00
Post Boulevard Location
Item
Description
Units
Quantity
Total
1
Install 16' wide Thermoplastic Crosswalk, both sides median,
SF
504
$5,320.00
Ladder style per MUTCD. Dimensions are 16' x28' each side.
Place seven 16' x 2' wide bars with 2' spacers both sides of
median, and 1'x 26' border each side of crosswalk, both side
of road. Inlaid in existing asphalt, include milling and removal
of existing striping. Non -slip product, provide specifications.
2
Install Thermoplastic 24 "x 24" "Stop" sign graphic on existing
LS
2
$896.00
concrete. Not Inlaid. Non -slip product.
3
Install 6" yellow paint stripe on centerline of trail, westbound
LF
500
$700.00
and eastbound from Post Boulevard. Non -slip product.
4
Traffic Control to be provided by Town of Avon, subject to
N/A
N/A
0.00
scheduling with Town.
TnTt! post Boulevard Work
$6,916.00
TOTAL all work
$11,975.00
D
General Requirements:
1. Dates of work will be approved by County prior to start of work.
2. Contractor will arrange on site pre- construction meeting with County a minimum of 72 hours prior to
commencing work to review scope of work prior to installation.
3. Contractor to additionally notify Town of Avon at 970 - 471 -6343 72 hours prior to commencement of
Post Boulevard work and to confirm work plan and traffic control.
4. Traffic control will include all methods and devices required to safely route and detour motorized and
non - motorized traffic through the work site, and avoid impact to traffic flow from Highway 6.
Contractor states the following will be provided (at minimum):
L Flaggers, both directions.
ii. Signage including "One Lane ", "Road Construction Ahead"
iii. Stop / Slow paddles
iv. Two -way radio communication
V. All other means as necessary for the work locations
5. Construction safety is sole responsibility of Contractor which shall include, but not be limited to,
compliance with safety laws, regulations and standard practices.
6. 17ounty is not responsible for monitoring or assuring Contractor's compliance with safety laws,
regulations and standard practices.
7. Hours of construction shall be limited to Monday through Friday, 8:00 a.m. to 5:30 p.m. except as
otherwise authorized by County.
8. Contractor to restore work and staging area to original or better condition.
9. Contractor will not park, block or otherwise stage on U.S. Highway 6 without the necessary permits
from Colorado Department of Transportation and alerting County to said plans to use Highway 6.
Qi]
Mdy Z? 2015 16:37:57 970-926 -1600 970 Erin Carlson Page 003
........... go
A7r.JMWD.tWyVVy1
CERTIFICATE OF LIABILITY INSURANCE ot,
512712015
'ERTIFICATE I$ ISSUED AS A MAYTER OF INFORMATION ONLY AND CONFERS' Ni RIOWTi CTTi
N� THIS Crz�RTIFICATE OF JNStJRANCr- DOES. No -XTEND OR ALTER. THE COVERAGE AFFORDED BY THE POLICIES
FICATE DOES NOT -AFFIRMATIVeLr OR NEGATIVeLY AMF7ND, F UPON THE CiiilFll HCZ�QE� Tuts
T CONSTITUTE A CONTRACT BErSfEk THE ISSUIN
ESENTATIVE OR PRODUCCR, AND THE CERTIFICATE HOLIDIER. 0 INSURERS), AUTHORIZED
licy(i must'We endot&Pd 't—PSUOR-01GATION IS WAtVED, subject to tRq-
A tta-tefflont on.this,cartificate d081t not confor rights; to :the
.... .............
.. . . . .........
Edwards, CO-81632
. ... ....... .... - -1 . . .... ......... ....... .......... ... ........
. ....... . .... ..... ....... . . . . . ...........
. . ..........
MOUNTAIN MAINTENANCE & ASPHALT I ................ ............ ....... . . . . . . ........... .... . . ...... • 2517
PO BOX 1946 . ........... ...... . . . A .... . ..... .... .
- EDINARDS, Co 81e32 - - ------- - -
-2 ..... ......
COVERAGES . ........... .
T-4118-VS TO CFKF;—r--y-THA')r
Tm - P(,
TWITHSTANDINC ANY RtQUIREMENT, Tr,,-nm OR (0NDr1'I()N SlRioi7
00R'V5rC;ATF MAY fkF. 18,'51-01ED On MAY THE 1N'SW3ANQr AFFOR H THIS,
WiIONS ANO CON-01 VONS OF SUCH POLICfEs, 14MIT5 SHOWN MAY HAVE
. ..... 7...._ . .............. ERMS,
A00USUIEW ...... ....... . .........
A 43PN#RAJ, LIAWLITY .. ..... ....... LIMITS
Y 62412414 0612V2016 EACH CXXwimme�11
. . . ....... . ...... ..... ....... ...
TtFk'c NTEM . .......
CLAWS,MAN
. ................ . . . at7 ........... ...... . I .......... . ..... -- . .. . . ........ . . ........ .. ..... . ......
. .......... . -... . . . - .... ....... .
j�FY -
. . . .. .. ............
.......... ... .. .. .. .
E L:mrr AP(�LIEG Prrlq,-,
. ........ ....... ....
km Icy Lsi
D LIA TY . .......
�U E UmTr I
NYA1.110 4.
IRS 8784-004-060 . ....... . .......
twwm
Q4/U412016
$
1 NON-(.)VMED
I WDILY tNju .. ........ . .. .. . . .....
. . ...... . .
. . ....... . ...
)I ERTY17) .. .... . . .
1++ ........ . . ......
. . .. ......
WDRELLA 11JAU
LIC
... ........ .
Ca.99 U!! . . ... ......
!� ....... ..... .. .... WAF;G,'
. ....... .... ...
RETENTION T4
..........
PK5F�fts COMPE , m
f4 I CI 9VPL0YFWLJAm'1LJyV . . ..... 1, -7um
A-711 Tk)
i
—Ix '4'
y I 1 •.11
x '.R
Wla
Y 1,000.000
I. ;
AiAid'a'Wry In N14} 96-82,0467-3
W94/2014
0WA
... ... . .... . ...............
poE--Icy umn
B?,- 1 Vrf OF OPP RATION S � LOCA.TsoNn y vjj46j!j- fp:,—AapAcoj;-,g I . ... . ....
Ad44
'Onip.0 mofmil'(& &'t"K.0ox if mare qPO4* J*' ft".JmdI . .....
�,64., tY. lt's aMociatedor afpRjatad er%tfer, 0% 5UCW-$S0r'u and aqsjgnr, Olected offidaj,% 0. mployeQG, 0!RPMS and votunWj-,1,5 xare Addftjonad IT1"UFCdS Udder
the 0013. im rial general liabffity and autonjobile ji-.141lity policies of Insurance.
Eag' C' . .....
ounty SHOULD ANY OF THE ABOVE DEqCRIBED POLICIES SE CANCELLED BEFORE
SMO
PO 1070 TW- EXPIRATION PATE lrl-fr-REOF. NOTICE W1,LL far' bELIVERED IN
ACC-ORDANCE WrM THE POLICY PROXfISION&
dO 81631
A
k ROMD ROPrnENTATI
2 65 z10 :d n r n
'rho ACORD name and lOgO 2rO registered marks,of ACORD RDCORPORAi I!dqht0;.resec"ve'd.
COR&
1001486 13-2949,6 11-15