No preview available
HomeMy WebLinkAboutC15-257 Knupp, LLCAGREEMENT FOR THE 2015 GRAVEL PROJECT BETWEEN EAGLE COUNTY, COLORADO AND KNUPP, LLC THIS AGREEMENT is dated as of the 4b' day of .:1 2015, by and between Eagle County, Colorado, a body corporate and politic, acting by and through its Board of County Commissioners (hereinafter called "County), and Knupp, LLC, a Colorado limited liability company (hereinafter called "Vendor "). County and Vendor, in consideration of the mutual covenants set forth, agree as follows: ARTICLE 1 — PRODUCT AND SERVICES Vendor shall supply and deliver 3/" CDOT specification road base for Project #1 and Project #4 as more specifically provided in Vendor's bid, which is attached hereto as Exhibit A and incorporated by this reference. The 3/" CDOT specification road base is hereinafter referred to as the "Product" and delivery of the Product is hereinafter referred to as the "Services ". County has no obligation to purchase any amount of the Product. During the term of this Agreement, County may contact the Vendor from time to time, to schedule delivery of the Product. Vendor shall have the Product available and shall be able to perform the Services as requested and as set forth in Exhibit A. Product and Services will be purchased by County at County's sole discretion. ARTICLE 2 - COUNTY'S REPRESENTATIVE The Eagle County Road & Bridge Director, or his designee shall be the County's representative for this Agreement. ARTICLE 3 - CONTRACT TIME 3.1 Vendor will make the Product and Services available in the quantities and locations identified in Exhibit A from May 1, 2015 through September 30, 2015. 3.2 Liquidated Damages: County and Vendor recognize that time is of the essence of this Agreement and that County will suffer financial loss if the Product and Services are not available as specified in this Agreement. They also recognize the delays, expense, and difficulties involved in proving at a legal or arbitration preceding the actual loss suffered by County if the Product and Services are not available on time. Accordingly, instead of requiring such proof, County and Vendor agree that as liquidated damages for delay (but not as a penalty) Vendor shall pay County Three Hundred dollars ($300.00) for each day the Product and Services are not available as set forth in Exhibit A. 3.3 County may terminate this Agreement, in whole or in part, for any reason, at any time, with or without cause. Any such termination shall be effected by delivery to Vendor of a written notice of termination specifying the date upon which termination becomes effective. In such event, Vendor shall be compensated for all Product delivered and Services satisfactorily performed and accepted by County prior to the date of termination. Any guarantees or warranties with respect to the Product delivered and Services performed shall survive termination. ARTICLE 4 - CONTRACT PRICE 4.1 The funds appropriated for this project are equal to or in excess of the contract amount 4.2 For the Product and Services provided hereunder, County will pay Vendor the amounts provided in Exhibit A. The unit price for the Product and Services as set forth in Exhibit A will not change without a signed amendment to the Agreement. 4.3 Payment will be made for Product accepted by County and will be paid within thirty (30) days of receipt of a proper and accurate invoice from Vendor. The invoice shall include the quantities of and location of the Product and Services provided to County under this Agreement. Upon request, Vendor shall provide County with such other supporting information as County may request. 4.4 County will not withhold any taxes from monies paid to the Vendor hereunder and Vendor 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. 4.5 The signatories to this Agreement aver to their knowledge, no employee of the County has any personal or beneficial interest whatsoever in the service or property described in this Agreement. Vendor has no interest and shall not acquire any interest, direct or indirect, that would conflict in any matter or degree with the performance of Vendor's services and Vendor shall not employ any person having such known interests. 4.6 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 Vendor in respect of any period after December 31 without an appropriation therefore 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). ARTICLE 5 - VENDOR'S REPRESENTATIONS In order to induce County to enter into this Agreement Vendor makes the following representations: 5.1 Vendor shall supply and deliver 3/ " CDOT spec road base as requested by County from time to time during the period commencing May 1, 2015 and ending September 30, 2015 and as provided in Exhibit A. 5.2 Vendor has familiarized himself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions, and federal, state, and local laws, ordinances, rules and regulations that in any manner may affect cost, progress, or performance of under this Agreement. 2 5.3 Vendor has made, or caused to be made, examinations, investigations, tests and studies of such reports and related data as he deems necessary for the performance of the Work at the Contract Price, within the Contract Time, and in accordance with other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports, or similar data are, or will be required by Vendor for such purposes. 5.4 Vendor will be responsible for delivery to and supply of the Product to County in a professional and competent manner and in accordance with the standard of care, skill and diligence applicable similar vendors supplying similar Product. 5.5 Intentionally Omitted. 5.6 All guarantees and warranties related to the Product furnished to Vendor by any manufacturer or supplier, if any, are for the benefit of County. 5.7 Vendor assumes all risk of loss with respect to the Product until the Product is delivered to County, at which time County shall assume all risk of loss with respect to the Product. Ownership shall pass to County after Vendor has delivered the Product and County has inspected and accepted the Product. 5.8 Within a reasonable time after receipt of written notice, Vendor shall correct at its own expense, without cost to County any defects in the Product or delivery. 5.9 Guarantees and warranties, if any, shall not be construed to modify or limit any rights or actions County may otherwise have Vendor in law or in equity. ARTICLE 6 - MISCELLANEOUS 6.1 No assignment by a party hereto of any rights under, or interests in this Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. 6.2 County and Vendor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements, and obligations contained in the Agreement. 6.3 This Agreement supersedes all previous communications, negotiations and /or contracts between the respective parties hereto, either verbal or written, and the same not expressly contained herein are hereby withdrawn and annulled. This is an integrated agreement and there are no representations about any of the subject matter hereof except as expressly set forth in the Contract Documents. 6.4 Invalidity or unenforceability of any provision of this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed as if such invalid or unenforceable provision was omitted. 6.5 This Agreement may be amended upon mutual agreement, in writing, signed by both parties. 6.6 NOTICE: Any notice and all written communications required under this Agreement shall be (i) personally delivered, (ii) mailed in the United States mails, first class postage prepaid, or (iii) transmitted by facsimile machine together with a hard copy conveyed by delivery or mail, to the appropriate party at the following addresses: County: Board of County Commissioners, Eagle County, Colorado P. O. Box 850 Eagle, CO 81631 Telephone: (970) 328 -8605 Fax: (970) 328 -7207 Vendor: Knupp, LLC PO Box 168 Rifle, CO 81650 Telephone: 970 - 274 -1045 or 970 - 625 -5342 With a copy to: Eagle County Road & Bridge P. O. Box 250 Eagle, CO 81631 Telephone: (970) 328 -3540 Fax: (970) 328 -3546 Mailed notices will be deemed given three business days after the date of deposit in a regular depository of the United States Postal Service, and fax notices will be deemed given upon transmission, if during business hours, or the next business day. Either party can change its address for notice by notice to the other in accordance with this paragraph. 6.7 This Agreement represents the entire Agreement between the parties hereto. There are no Contract Documents other than this Agreement and Exhibits A and B_ hereto. The Agreement may only be altered, amended, or repealed in writing. ARTICLE 7 - JURISDICTION AND VENUE: This Agreement shall be interpreted in accordance with the laws of the State of Colorado and the parties hereby agree to submit to the jurisdiction of the courts thereof. Venue shall be in the Fifth Judicial District for the State of Colorado. ARTICLE 8 - PROHIBITIONS ON PUBLIC CONTRACT FOR SERVICES: As used in this Article 8, 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 Vendor has any employees or subcontractors, Vendor shall comply with C.R.S. § 8- 17.5 -101, et seq., and this Contract. By execution of this Contract, Vendor certifies that it does not knowingly employ or contract with an undocumented individual who will perform under this Contract and that Vendor will participate in the E -verify Program or other Department of Labor 4 and Employment program ( "Department Program ") in order to confirm the eligibility of all employees who are newly hired for employment to perform work under this Contract. 8.1. Vendor shall not: (i) Knowingly employ or contract with an undocumented individual to perform work under this contract for services; or (ii) Enter into a contract with a subcontractor that fails to certify to the Vendor that the subcontractor shall not knowingly employ or contract with an undocumented individual to perform work under the public contract for services. 8.2. Vendor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under this Contract through participation in the E -verify Program or Department Program, as administered by the United States Department of Homeland Security. Information on applying for the E -verify program can be found at: http: / /www.dhs.gov /xprevprot /programs /gc 1185221678150 shtm 8.3. The Vendor 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. 8.4. If the Vendor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an undocumented individual, the Vendor shall be required to: (i) Notify the subcontractor and the County within three days that the Vendor 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 the Vendor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented individual. 8.5. The Vendor 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). 8.6. If a Vendor violates these prohibitions, the County may terminate the contract for a breach of the contract. If the contract is so terminated specifically for a breach of this provision of this Contract, the Vendor shall be liable for actual and consequential damages to the County as required by law. 8.7. The County will notify the office of the Colorado Secretary of State if Vendor violates this provision of this Contract and the County terminates the Contract for such breach. ARTICLE 9 — INDEPENDENT CONTRACTOR It is expressly acknowledged and understood by the parties hereto that nothing contained in this Agreement shall result in, or be construed as establishing, an employment relationship between County and Vendor or County and Vendor's employees. To the extent applicable, Vendor and its employees shall be, and shall perform as, independent contractors. No officer, agent, subcontractor, employee, or servant of Vendor shall be, or shall be deemed to be, the employee, agent or servant of County. Vendor shall be solely and entirely responsible for the means and methods to carry out any services that may be required under this Agreement and for Vendor's acts and for the acts of its officers, agents, employees, and servants during the performance of this Agreement. Neither Vendor nor its officers, agents, subcontractors, employees or servants may represent, act, purport to act or be deemed the agent, representative, employee or servant of County. ARTICLE 10 —INSURANCE REQUIREMENTS 10.1 At all times during the term of this Agreement, Vendor shall maintain insurance on its own behalf in the following minimum amounts: 10.1.1 Workmen's Compensation, disability benefits, and other similar employee benefit acts, with coverage and in amounts as required by the laws of the State of Colorado; 10. 1.2 Comprehensive Automobile Insurance shall be carried in the amount of $1,000,000 for bodily injury and $1,000,000 for property damage, each occurrence. All liability and property damage insurance required hereunder shall be Comprehensive General and Automobile Bodily Injury and Property Damage form of policy. 10. 1.3 Comprehensive liability and property damage insurance issued to and covering Vendor and any subcontractor with respect to all Work performed under this Agreement and shall also name County as an additional insured, in the following minimum amounts: Bodily Injury Liability: Each Person: $1,000,000 Each Accident or Occurrence: $1,000,000 Property Damage Liability: Each Accident or Occurrence: $1,000,000 10.2 Vendor shall purchase and maintain such insurance as required above and the certificate of insurance is attached hereto as Exhibit B. IN WITNESS WHEREOF, the parties have executed this Agreement this t Au" day of 2015. EAGLE COUNTY, COLORADO By and through its Board of County Commissioners ATTEST foAG4 tt! By: ILA-41-j. cSl m uc-AT k ByAKathy Clerk of the oard of °�A nairman County Commissioners 16" i� VENDOR: KNUPP, LLC Title:' ar✓ The foregoing instrument has been subsgibed and affiffried, Or G,WAM to before me in the county of �, Of Colorado, thiS Zp / ' (ofAdal signature, seal, and �MwML-Lmeoaoon) =1Df2W440036M NE'r'I' BLIC ORADO 440036M RES 0610712019 PROPOSAL FORM THIS PROPOSAL, FORM MUST BE SUBMITTED WITH YOUR BID TO: Eagle County, Colorado 500 Broadway Post Office Box 850 Eagle, CO 81631 Re: 2015 Gravel Project The undersigned having examined the Instructions to Bidders and any and all documents related to the above referenced project: (a) agree to comply with all conditions, requir documents ments and instructions of the bid ents as stated or implied therein; (b) Acknowledges the right of Eagle County, Colorado in its sole discretion to reject any or all bids submitted, and that an award may be made even though not the lowest cost; (c) Acknowledges and agrees that the discretion of Eagle County, Colorado in selection of the successful bidder or bidders shall be final, not subject to review or attack; and (d) Acknowledges that this bid is made with full knowledge of the foregoing and full agreement thereto. By submission of this bid, and signature below, the bidder acknowledges that he has the authority to sign this Proposal Form and bind the company named below. The bidder fiuiher acknow edges that Eagle County, Colorado has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the bid and related documents, and authorizes release to Eagle County of any and all informati inquiry or investigation. on sought in such Company Name: /) A"? Title � Title of Proposer: -- Signature of Proposer: BID FORM PROJECT IDENTIFICATION: EAGLE COUNTY 2015 GRAVEL PROJECT, as identified on Exhibit attached hereto and incorporated herein. d THIS BID IS SUBMITTED TO: EAGLE COUNTY ROAD & BRIDGE DEPARTMENT Mailing: Eagle County Road & Bridge Depauiment Attn: John Harris, District Supervisor P. O. Box 250 Eagle, CO 1631 Physical: Eagle County Road & Bridge Department Attn: John Harris District Supervisor 3259 Cooley Mesa Road Gypsum, Colorado 8 1637 1. The undersigned BIDDER proposes and agrees, if this bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents to complete all work as specified or indicated in the Contract Documents for the contract price and Within the contract time indicated in this bid and in accordance with the Contract Documents BIDDER accepts all of the terns and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of bid security. This bid will remain open for thirty (30) days after the day of bid opening. BIDDER will sign the Agreement and submit the contract security and other documents required by the Contract Documents within fifteen (15) days after the date of ONN'NER'S Notice of Award. 3. In submitting this bid. BIDDER represents, as more Rilly set forth in the Agreement, that: (a) BIDDER has examined copies of all the Contract Docum following addenda: ents and of the Date Number (No addenda to Date) (Receipt of all of which is hereby acknowledged) and also copies of the Advertisement of Invitation to Bid and the Instructions to Bidders; (b) BIDDER has examined the site and locality where the work is to be ordinances, the legal requirements (federal, state, and local laws, ordinances Hiles, and regulations), and the conditions affecting cost, progress, or performance of the �VOrk and has made such independent investigations as BIDDER deems necessary; (c) This bid is genuine, and not made in the interest of, or on behalf of. any undisclosed person, firn, or corporation; and is not submitted in confo* Ity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not, directly or indirectly, induced nor solicited any other bidder to submit a false or sham bid, BIDDER has not solicited nor induced any person, fii7n, or corporation to refrain from bidding; and BIDDER has not sought b It, himself any advantage over any other bidder- or over OWNER�� to obtain for 4. BIDDER will complete the Services for the following lump Burn and unit prices: PLEASE LISP EXHIBIT "A" FOR BID PRICES 5. BIDDER agrees to provide the Product and Services available in the quantities and locations identified in Exh_ _ibit A from May, 1, 2015 through September 30, 2015. BIDDER accepts the provisions of the Agreement as to liquidated damaes in the event of failure to complete the Services on time. g 6. The following documents are attached to and made a condition of this bid: (a) Required bid security in the form of a certified or bank check or bid bond. 7. Comnnlnicatio11 concerlinff this bid shall be addressed to the address of BIDDER indicated below: Phone Number j- SUBMITTED ON -,2015. If BIDDER is: An Individual By: _ (SEAL) (Individual's Name) Doinv business as: Business address: Phone Number: A Partnership By: — – - - -- _ __ (SEAL) Wiriri Name) Business Address: Phone Number: A Corporation B y: (General Partner) �L ( /Corporation Name) (State of Corporation) By. -> . -, QA,: (Name of Person Authorized t Sign) (Title) (CORPORATE SEAL) Attest: Business Address: 'Z � --------------- - Phone Number: A Joint Venture. By. (Name) - (Address) By: (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above) KNOW ALL MEN BY THESE PRESENTS. that we, the undersigned, Knupp, LLC Box 168, Rifle, CO 81650 as Principal, and The Ohio Casualty Insurance Company as Surety, are hereby held and firmly bound unto Eagle County Road & Bride as OWNER in the penal sum of Five Percent (5 %) of Total Amount Bid for the payment of which. well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this _ 9th _ day of _ APril 2015 The Condition of the above obligation is such that whereas the Principal has submitted to Eagle County Road & Bridge and hereby made a part hereof to enter into acontract in writing, for the 2015 Eagle County Gravel Project a certain BID, attached hereto NOW, THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for Ills faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. Page 1 of 2 XDP Vi cD m Im I nio rvtrlftK OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Powerof Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herQ1 stated. American Fire and Casualty Company Liberty Mutual insurance Company Certificate No. C401703 The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY IfNOWN ALL PERSONS f3Y THESE PRESENT$; ThatArtu rican Fire 8 Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a OrPoration duly is a corporation duly organized uoderttra laws of the State of Ind aria (here ollectivelg called the�COm a7sies'awutsf1hg St areldbMOsSIPhusetts, and WestAnrerican Insurance Company and appoint: Ashley K Anderson: Timothy J t318iWr �ar t_ P l P y rtihOrityherNn set forth, does herel ynime, constitute all of the city of Grand Jct state Of CO — each individually if there be more than one named, its true.and lawful attorney m -faot to make, execute, seal, acknowledge and deliver. for and on its behalf as suretyand as its act and deed,: any and all undertakings, bonds, recognizances and :other surety bk be as binding upon the Companies as if They have:been duly signed'by th e president and attested by the secretaryofthat om anies in theft . Y gairotis, in pursuance of these presents and shall P OM proper persons. IN WITNESS WHEREOF, this Poor ofAtto)ztey teas been sitbscn[ied gyatl .autltot zed offcer or official of the Co 2rti s and tflg ob thereto this AU day of January ?nt a = MP.Oh4e seats of the Companies have been affiYPd STATE OF PENNSYLVANIA ss COUNTYOF MONTGOMERY American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company WestAmericannII'nsurance Company By David M. Care , Assistant Secretary ZSl andiCa 2nd dayan January 2014 before me personally appeared David M. Carey: who acknowledged himself to be the Assistant Secretary, of American Fir v and Casually Company Liberty Mutual Insurance Company The Ohio Casualty Company, and West American Insurance Company. and that he. as such of execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as 'a duly authorized officer, being autlloriied so to do, (D IN WITNESS WHEREQF, I have hereunto s0scti4ed My name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. .'` Teresa Pastella ,Notary Public h- This Power ofAttomey is made and executedpursuant toand by authority of the following By -laws and AuthOdzatlons ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance Company; Liberty Mutual Insurance Company, and West American insurance Company which resolutions are now in full force and effect readingas follows: �? ARTICLE IV— OFFICERS Section 12. Power ofAttomey. Any officer or other official of the Corporation authorized for that purposeinwriting by the Chairman or the President, and subject r; to such limitation as the Chairman or the President may prescribe, shalt appoint such attorneys -in -fact. as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliveras surety any and all undertakings, bonds, recognizanees and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective y :powers of attorney. shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seat of the Corporation. When $o executed, such instruments shall be as binding as ifsigned by the President and attested to by the Secretary. Any power or th e provisions of this article maybe revoked at any tirrme by the Board, the Chairman, the President or by the officer or fficers granting such power or authority. ative or attorney -in -fact under i !ARTICLE All — Execution of Contracfs SECTION 5. Surety Bonds and Undertakings. An officer of the Company authorized for that u LO 16. and subject to such Ifmilations as the chairman or the president may prescribe: shall appoint such attome P se in wrding by the chairman t5r the president, seal acknowledge and deliver as sure an and all undertakings, Bonds; re ys m f may be necessary to act in behalf of the Company to make, execute, y cogDizanoes and Other surety obligations. Such attorneys in-fa ct subject to the limitations set forth in their respective powers of attorney shalt have fultpower to bind the Company by their sig_natgrc and execution of ag y such instcurtiettts rld to attactr thereto the Seal of the Company. Wirers so executed such instruments shall be as binding as ifsigned by-the.president and attested by ffiesecretary. Certifioate of t5esignation —The President tlf the Company, O,cth, 9. pu;rsuanf to the Bylaws of the Company authorizes deyid 14i. Carey, Assistant Secreta fo a Dint such attome O CD fact as maybe necessary to act on behalEof#1e Companti to make, execute, seal, acknowledge and deliver as sure a and all undertaken b rids taco nizan sand other surety ys-in i- r nbiigationS. h' : any gs, . o g cg y Authorization — By unanimous consent of the Company's beard b f Directors. the Compafiy consents that f Company, wherever appearing upon a certified copy of anypower of attorney issued by the Company in connectilon�Nnth 0 ety blonds. hall be va9 rand binding secrete) of the the same fosse and effect as though Manually of *0. g upon the Company with I, Gregory W. Davenport, the undersigned Asslsi2nf Secretary, ofAmencam-Pire and Casualty Company. The Ohio Casualty Insurance Company [,beriy Mutual Insurance Com West American Insurance Company do hereby Certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Adomey executed by said parry, and Companies, -is in full force arid effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this_ day of _ AIIr j 1 ' By:� _.- Gregory W, Oavenpoft,Agsistarit Secretary r s .i c s _C Fire M� a. LL oC �c w+ A� O a� �o �o O = wd �Q N rt q-1 ;873- 122013 31 Of 100 r O` N C C` cci 0 a CD v o D ° < -v �.. tsy a D W. r CD s n° 0 CD CD C) o W C CA Iz p cr j N Ai ( ln= o c rn� ° - 000cn3 � ° o m cu ' o cQ CD CD C ii 0 a v c° m C L CZ. o CL C3 15 o i- ro CD u� �. '(D D a'i v° I ro� n n O =r oo�o`n* .-. C Q 7' o- CD n 3 N X 0 ° c 0° < c 0 o ca CDO CL 3 (D m O G � --� CD � 3 a o a° o > D CD r-r w CD o v m --� O m -� - ° m r- A D "O O a O X-4 m O cn ° o a ° is n' ``- c n GIN VIA.. o @. /*Mz 0 T E 0 o A O r E2 = §(D 7 /kkR� k k CA) =k�2c 7 /CL /7\ E CD CL § m7inm CD CD f7 $ o < a ] ƒ� ®R 7 ) r kk ƒ� 0) 0 UJ tro i ƒ2 5� CL E a @ E 2 J . cr k ON / ƒ 7 ' NJ m � 4�1 \� � � I0 0 CD. 0 r-l. � --q O D � n O -q 0 0 T w o O � § D U 00 k CA) | 0 LB 7] �=r � c z £ 2 Cl cr m � ; 3 x. J %U§ � � m CD 0=1 O3 kcq� @ K a, 0 $ 4 © 0 O c J � � IS\ T\ � � �» �] 0 § c � 2 \ � IS\ T\ � � �» �] 0 § Client#: 151396 Arnon .�.�..... _ KNUPP .-N.......1IVTM k r-m 1 INUA t OF LIABILITY INSURANCE DATE(MM/DD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF' INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER /THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT HUB International Ins Svcs Inc NAME: Anita Keller PHONE, E.1): 970- 254 -3306 FAX 2.742 Crossroads Blvd EMAIL A/C, No): 866- 908 -6374 Grand Junction, CO 81506 ADDRESS: anita .keller @hubinternational.com 888 245 -8011 INSURERS) AFFORDING COVERAGE NAIC # INSURER A: Employers Mutual Casualty Compa INSURED 21415 Knupp, LLC INSURER B : BOX 168 INSURER C : Rifle, CO 81650 INSURER D: INSURER E : INSURER F: HUB CA. LIc #0757776 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCU CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED H EREIN IS SUBJECT TO ALL THE TERMS, MENT WITH RESPECT TO WHICH THIS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR LTR TYPE OF INSURANCE POLICY EFF POLICY EXP INSR WVD POLICYNUMBER MM /DD/YYYY MM /DD/YYYY LIMITS A GENERAL LIABILITY X X 41X6308816 4/01/2015 04/01/201 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED CLAIMS -MADE X OCCUR PREMISES Ea occurrence $100,000 X PD Ded:500 MED EXP (Anyone person) $ 55,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO- LOC PRODUCTS - COMP/OP AGG $2,000,000 JECT A AUTOMOBILE LIABILITY IT $ X X 4X6308816 4/01/2015 04/01/201 COMBINED $1,000,000 X ANY AUTO ALL OWNED SCHEDULED BODILY INJURY (Per person) $ AUTOS AUTOS BODILY INJURY (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE $ Per accident A X UMBRELLA LIAB $ X OCCUR 4,K6308816 4/01/2015 04/01/201 EACH OCCURRENCE $11000000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $1 O OOO AGGREGATE $11000000 WORKERS COMPENSATION $ AND EMPLOYERS' LIABILITY WC STATU- OTH- ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N/A E.L. EACH ACCIDENT $ (Mandatory in NH) If yes, describe under E.L. DISEASE - EA EMPLOYEE $ DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers are Additional Insureds under the commercial general liability and automobile liability policies of insurance. Eagle County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PO Box 250 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Eagle, CO 81631 AUTHORIZED REPRESENTATIVE ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3468680/M3435320 AW03