HomeMy WebLinkAboutC16-070 Rocky Mountain Elevator LLCAGREEMENT TORSERVICES BETWEEN EAGLE CO['NTY, COLORADO AND ROCKY MOI.JNTAIN ELEVATOR SERVICE, LLC oorrtre ffi uy or /W4otl .20t6bysnd berween Rocky Mountain Elevator Service, LLC a Colorado limited liability company (hereinafter "Contracto/') and Eagle Countf, Colorado, a body corporate and politic (hereinaftcr'€ounty"). RECITALS WHEREAS, County desires to have maintenance and service performed guarterly on the elevator located at the Eagle County Regional Airport inside the Air Traflic Control Tower (the 'rPropsrty"); and WHEREAS, Contractor is authorized to do business in the State of Colorado snd has the time, skill, expertise, and experience necessary to provide the Services as defined bclow in paragraph t hereof; and WHEREAS, this Agreement shall govern the retationship bctween 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: l. Services or Worft. Contractor agrees to diligently provide all services, labor, penonnel and muterials n€€essary to perform and complele the services or work dcscribed in Exhibit A f'services" or "Work') which is anached hereto and incorporated herein by reference. The Services shall be performed in accordance with the provisions and conditions of this Agrecment. a. Contractor agrces to furnish the Serviccs in accordance with the schedulc established in g14h!b!!- A. If no completion date is specificd in Eli!|g!, then Conhactor agrces to furnish the Services in a timely nnd expeditious manner consistent with the applicable stEndard of care. By signing below Contractor represents that it has the expcrtise and personnel necessary to propedy and timely perform the Services. b. ln lhe event of any conflict or inconsistency between thc terms and conditions set forth in Exhibit { and lhe terms and conditions set forth in this Agreement, the terms and conditions set forth ir this Agreement shall prevail. 2. Counfv's Representative. The Airport Department's designee shall be Conhactor's contact with respect to this Agreement and performance of the Services. 3. Term of the Aereement. This Agreernent shall commence upon the date first written above, and subject to the provisions of paragraph I I hereofi, shatl continue in full force and effect through the 3l' day of December, 20t6. 4. Extension or Modiftcation. This Agrecment may be extended for up to three additional one ycar terms upon wrinen sgreement of the parties. Any amendments or modifications shall be in writing signed by both parties. No additional seruices or work performed by Contractor shall be the bosis for additional compcnsation untess and Ea6Jle County Ccmmisdonens' OfficeC16-070 until Contractor has oblnincd writtcn authorization and acknowledgement by County for such additional scrvices in accordance with County-s intemal policies. Accordingly, no cou$e of conduct or dealings bctneen thc parties, nor verbal change orderu, expr€ss on implied acceptance of alterations or additions to the Services, and no claim that County has bcen unjustly cnriched by any additional services, whether or not there is in fact any such unjust enrichment, shall bs the basis of any"inctease in $p.compensation plyable hcreunder. In the event that written authorizalioo and acknowledgmanl,.by Cgunty for sulhladditional services is not timely exmutcd and issucd in strict accordance with this Agreement, Contractor's rights with respect to such additional scrvices shall be deemcd waived and such failure shall result in nsn*payment for such additional services or work performed. 5. Compensation. County shall compcnsate Conhactor for the performance of the Sendces in a sum computed and payable as set forth in Exbilit A. The performance of the Serviccs undcr this Agreemsnt shall not exceed $11200.00. Contractor shall not be entitled to bill at overtime andlor double time rates forwork 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 receip of a proper and accurale invoice from Contractor. All invoices shsll include detail regarding the houn spcnt" tasks performed, who performed each task and such other detail as County may requcst. b. If, at any time during the term or afler termination or expiration of this Agrecment, County reasonably determines that any payment madc by County to Contnctor was improper because lhe Senices for which payment was made were nol performed as sel forlh in this Agreemcnt, lhen upon written noticc of such determination and request for reimbursement frsm Counfy, Contractor shall forthwith retum such payment(s) to County. Upon tcrmination 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 monics paid to the Conlraclor hereunder and Contractor ogrees to be solely responsible for the accurate reporling and payment of any taxes related fo payments made purs!,lant to the terms of this Agreeneent. d. Notwithstanding anything lo the contrary contained in this Agrecmenl, County shall have no obligalions under this Agreement after, nor shall any paymerts be made to Contractor in respect of any period aftbr December 3l 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, tide 30 of the Colorado Revised Stalutes, the Local Govemmcnt Budget Law (C,R.S. 2f-l-lOl et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec.2fl). 6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputstlon and expertise ofContractor. Conhactor shall nol enter into any subconhactot sgreements for the performance of any of thc Services or additional scrvices without County's prior written consent, which may be withheld in Comty's sole disoetion. County shall have the right in its reasonablc discrction to approve all personnel assigned to thc su ject Projcct during the performance of this Agreement and no personnel to whom County has an objcction, in ils reasonable discretion, shall be assigned to the Project. Conbactor sball require each suhcontractor, as apprcved by County and to the extent ofthe Services to be performed by lhe subcontractor, to be bound to Contractorby the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractcr, by this Agrccmcnt assumes toward County. County shall have the rigbt (but not the obligation) lo enforce the provisions of this Agreement against rny subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shnll be rcsponsible for the acls and omissions ofits agents, cmployees and subcontractors. 2 Eaglc Comty Gcneral Scrviccs Final JJl4 7. lnsurangg. Coilractor agrees to provide and maintain at Conlractor's sole cost and exp€nse, the following insurance coverage with limits of liability not less than those staled below: Typcs ofInsurance. i. Workers'Compensation insurancc as required by law. ii. Auto coverage with limits of liability not less than $1,fi)0,000 each accident combined bodily injury and pmperty darnage liability insurance, including coverage for omed, hired, and nonrwned vehiclcs. iii. Commercial General Liability coverage to include premises and operalions, personal/advertising injury, producs/completed operations, broad form property damage with limits of liability not less than S2,000,000 per occurence and $2,000,000 aggregate limits. b. Other Requirements. i. The automobile and comrnercial general liability coveragc shall be endorsed to include Eagle County, its associated or afliliated 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. On insurance policies where the County is named as an additional insured" the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Agreement. iii. Contractor's certificates ofinsurance shall include subcontractors, ifany as additional insureds under its policies or Contractor shall fumish to County s€porate certificates nnd endorsements for esch subcontractor. iv. termination hereof. The insurance provisions of this Agreement shall survive expiration or v. 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 Agrcement, the monetary limitations or rights, immunities and protections provided by the Colorado Oovernrnental lmmunity Act, as liom time to time amended, or otherwise available lo Counly, its afiiliated entities, successors or assigns, ic elected officials, employces, agents and volunleers. vi. Contractor is not cntitled to workers'compensation benefis except as provided by the Conraclor, nor to unemployment insurance benefiu unless unemplo5rment compensation coverage is provided by Contraclor 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. lndemnificalion. Thc Contractor shall indemnify and hold harmless County, and any of its officers, agents and employees against any losses, claims, damages or liubilities forwhich 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 ofis subcontractors hereunder; and Contractor shall reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection 3 Erglc County Gencral Scrviccs Final 5/14 with investigating or defending any such loss, chim, damrge, liability or action. This indemnification shall nol apply {o claims by third parti€s against the County to lhe extent that County is liable {o such third party for such claims without regard to the invotvement of the Consactor. This paragraph shall survive cxpiratiolt or lerminntion hereof. L Owncrshio of Documents. All documents (including electronh filcs) 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 lhis Agreement. 10. Notice. Any notice required by this Agreement shall be deerned properly delivered whcn (i) personally delivere{ or (ii) when mailed in the United Shtes mail, first class postage prepaid, or {iii) when detivered by FedEx or othcr comparable courier service, charges prepaid, to the partics at their respeclive nddresscs listed below, or (iv) whcn sent via facsimilc so long as thc sending party can provide facsimile machine or olher confirmation showing the date, time and receiving facsimile number for the transmission, or (v) when transmitted vis e-mail with confirmation of rcccipt. Either party may change its address for purposes of 0ris pnragraph by giving five (5) days prior written notice of such change to lhe other party. COTJNTY: Eagle Cottnty, Colorado Atlention: Alrport-Erin Mercsr 5fr) Broadway Post Officc Box 850 Eryle, CO 81631 Telephonc 970-328-2682 Facsimile: 9?&328-2687 E-Mail: erin.mercer@eaglecounty.us With a copy to: Eagle County Attomey 500 Broadway Post Oftice Box 850 Eagle, Co 81631 Telephwe: 97G'328-8685 Facsimile: 970-328-8699 E-Mail: atty@eaglecosnty.us CONTRACTOR: Rocky Mountain Elevator $ervice, LLC P.O. Box 273 Wolcott, CO 81655 970-33r-336E I l. Iermination. County may terminate this Agreement, in whole or in parf at any lime and for any reason, with or without ctrusc, and without penalty therefor with seven (?) calendar days' prior written noticc to the Contractor. Upon termination of this Agreemenl, Contractor shall immediately provide County with alt documents as defined in paragraph t hereo(, in such format as County shall direct and shall rehrm all County owned materials and documents. County shall pay Contraclor for Services satisfaclorily performed to the date of termination. 4 Ergh Coutuy Gcncral Scrviccs Finat 5l14 12. Venue. Jurisdiction and Applicalle Law. Any and alt ctaims, disputes or controversies related to this Agreemenf or breach thereof, shall be litigated in thc District Court for Eagle County, Colorado, which shall be the solc and exclusive forum for such litigation. This Agrecment shall be construed and intcrpreted under and shall be governed by thc laws of the State of Colorado. | 3. Exigution bv Counlemarls: Electronic Signatures. This Agreement may be executed in two or more counterpartsr cach of which shall be dccmed an original, but all of which shall constihrte one and the ssme instrument. The parties approv€ the use ofelectronic signatures for execution of this Agreemenl Only the following two forms of electronic signatures shall be permitted to bind the parties to this Agreemenu (i) Electronic or facsimile delivery of a fully executed copy of thc signature page; (ii) tho image of the sigrranre of an authorized signer inserted onto PDF format documenls. All documents must be properly notarized, if applicable. All use of cfectronic signnturcs shsll bc governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-10l to l2l. 14. Other Contnct Reguirements and Contractor Representltions. a. Contracbr has familiarized its€lf with the nsture and extent of the Services to be provided hereunder and the Property, and with all local condilions, federal, statc snd local laws, ordinances, rules and regutations that in any manner affect cost, progress, or performance of the Services. b, Contractor will make, or cauie to be made, exominltions, invcstigations, and tests as he deems necessary for fte performancc of the Scrvices. c. To the cxtent possible, Contraclor has conelated the resulB of such observations, examinations, investigationsr tesis, reports, and dala with thc terms and conditions of this Agreemcnt. d, To the extent possible, Contractor has given County written notice of all conflicts, erronl, or discrepancics, e. Contractor shall be responsible for the completeness and accuracy of tlrc Scpices and shall correct, at its sole expensc, all significant errors and onissions in performance of the Services. The fact that the County has accepted orapproved the Services shall not relieve Contractor of any of its rcsponsibilities. Contactor shdl perform the Services in a skillful, professional and competcnt msnner and in accordance with the standard of care, skill and diligence applicable to contrdctors 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 slandards of customer service to the public. Contractor shall provide appropriate supervision to its employees to ensure lhe Services arc performed in accordance with this Agreement. This paragraph shall survive termination of this Agreement. f. Contractor agrces to work in an expeditiouli manner, within the sound exercisc of is judgment and professional standards, in the performance of this Agreement. Time is of 0re essence with respect to this Agreement, g. This Agreement constitutes an agreement for performance of the Services by Confacbr as an independent contractor and not as sn employee of County. Nothing conlained in this Agreement shall be deemed to cr€ate a relationship of employer-employee, master-servant, pafirership, joint venture or any other relationship between County and Contractor exccpt that of indcpendent contractor. Contraclor shall have no authoriry to bind County. 5 E4le County Gcncrol Scrviecr Final 5ll4 h. Contractor represents and warrants that at all tiures in the performance of the Services, Contractor shall comply with rny and all applicable laws, codes, rulcs and rcgulations. i. This Agreemenl csntains the entire sgrecmcnt between 0rc parties with respect to the subject mafier hereof and supersedes all olher agrsem€nts or understanding betwecn the parties udth respect thereto. t. Contractor shall not assigrr any portion of this Agrc€m€nt without the prior written consent of thc County. Any agempt to assign this Agreement without such consent shall be void. k. This Agreemcnt shall be binding upon and shall inure to &e bencfit of the parties hereto and their respeclive permitted assigns and succcssors in inlcrcst. Enforccmcnt of this Agreement acd all rights and obligations hereunder ar€ reserved solety for the parties, and not to any lhird party' l" No failure or delay by either party in the exercisc of any right hereunder shatl constitute a waiver thereof, No waiver ofany breach shall be deemed a waiver ofany prcccding or sueceeding breach" m, The invalidity, illegality or unenforceability of any provision of this Agreement shall not affecl the validity orenforceability of any other provision hereof, 11. The signatories to lhis Agreement aver to &eir knowledge no employcc of tbe County has any persmal or beneliciat interest whotsoever in the Services or Property described in this Agreement. The Contractor has no beneficial inlerest, direct or indirect, that would conflict in any mlnneror degree with the performmce of the Scrvices and Contmctor shall not employ any person hoving such known interssts. o. The Contractor, if a natural person eightecn (18) yeus of agc or older, hereby sw€ars and aflirms under penalty of perjury that h€ or shc (i) is a citizen or othenvise lawfully present in the United Slstes pursuant to federal law, (ii) to the exte{t applicable shall comply $,ith C.R.S. 2+76.5-103 prior to the effective date of this Agreement. 15. Prohibilions on Govcrnmcnt Contracs. As used in this Section 15, the tcrm undocumented individual will refer to those individuals fiom foreign countries not legatly within the United States as set forth in C.R.S. 8-17.5-101, et. seq. lf Contractor hos any employces or subcontractors, Confactor shall comply with C.R.S. 8-17.5-t01, et. seq., and this Agreement. By execution of this Agreement, Contractor certifies that it does not knowingly employ or conhaci with an undocumented individual who will perform under this Agreement and that Contaclor will panicipate in the E-verify Program or other Deparunent of Labor and Employment program f'Dcparunent Program') in order to confirm the eligibitity of all employees who are newly hired for employment to perform Services under this Agreemeot. a. Contraclsr shall not: i. lfuowingly employ or contract with an undocumenled individual to perform Services under this Agrccmcnt; or ii. Enter into a subcontract that fails to certiff to Contactor tbat the subcontroctor shall not knowingly employ or contracl with an undocumented individual to perform work under the public eontract for seryices, b" Contractor has confirmcd the emptoyment eligibility of all employees who are newly hired for employment to perform Services under this Agreement th,rough panicipation in the E-VeriS Program or Department 6 Erglc County Ocncnl Scrviccs FinEl 5ll4 Program, as adminislcred by the United States Department of Homeland Security. Information on applying for the E-veriff progam can be found at: http://www,dhs.eov/xorevprot/orqerams/sc 118522l678lS0.shtm c. Contractor shall not use either the E-veri$ program or other Department Program procedures to undertake pre-employment screening ofjob applicants while the public contract for scrvices is being performcd. d. lf Contractor obtains actual knowledge that a subcontractor performing work under the public contmct for services knowingly employs or contacts with an undocumenled individual, Contractor shall be required lo: i. Notiff the subcontractor and County within three (3) days that Contractor has actual knowledgc that the subcontractor is cmploying or contracting with an undocumented individual; and ii. Terminate the subcontract with tbe subcontractor if within three days of receiving the notice rcquircd pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or contracting with the undocumenled individual; except that Contractor shall not terminate the contract with the subcontractor ifduring such lhree (3) days tbe subconbactor provides informalion to establish that the subcontractor has not knowingly employed or contracted with an undocumented individual. s. Conuacaor shall comply with any rcasonable request by thc Dcprtmcnt of Laborand Employment madc in lhe course of an investigation that the department is undertaking pursuant to its authority established in c.R.s. 8- r 7.5-l02(5). f, If Contractor violates thcse prohibitions, County may terminatc thc Agreement for breach of contrlct. If the Agreemcnt is so terminated specilically for breach of this provision of this Agrccment, Contractor shall be liable for actual and consequential damsges to County as required by law. E. County will noti$ the Colorado Secretary of State if Contractor violates this provision of this Agreement and County tcrminates the Agreement for such breach. IREST AF PAGE TNTENTIONALLY LEFT BLANKJ 7 Eaglc County Gcmral Scnriccs Final 5"14 IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above. COIJNTY OF EAGLE, STATE OF COLORADO, BY andThrough lts COUNTY MANAGER flrm%' . grcnrtvlsml County Manager k;u O1=-i6efr v+Ay CONTRACTOR: ROCKY MOI.JNTATN ELEVATOR SERVICE, LLC ritb. $rd tuLr I Eaglc County Ceneral Scrviccs Fiad 5/14 R;Eetr;V Ms*lntain Elevator LLG P.O. Box 273 Wolcott, CO 81655 970-331-3368 m ark@rockymtne levator.com PROPOSAL FOR QUARTERLY DATE: February L1-,20t6 TO: Erin Mercer P.O. Box 850 Eagle, CO 81631 EQUIPMENT DESCRIPTION 1 Otis 8 Stop Roped Hydro ROCKY MOUNTAIN ELEVATOR LLC ("RME", "we") 2O Harrier Circle, Eagle, CO 81631 and Eagle County Airport A.T.C.T., 0215 Airport Road, Gypsum, CO 81637 ("you") agree as follows: ROCKY MOUNTAIN MAINTENANCE SERVICE We propose to furnish elevator maintenance on the equipment ("Unit") described above. We offer a preventative maintenance service intended to protect your investment, extend equipment life and provide a high level of performance and reliability for your equipment. Upon arrival we will check in with the customer to see if there are any problems that might exist. During our service visits we always ride, look and listen for anything that might not seem right with your elevator. We will check all car and hall push buttons, and direction arrows and position indicators for proper operation. We make sure emergency phones, stop switches and alarm bells are working properly. We will check all door contacts, gate switches and door protection devices as door equipment is used more than any other component in elevators. We check all equipment that needs lubricated for proper lubrication. We look at and check electrical connections, as loose connections can cause intermittent problems. We will check the control panel. We inspect the motor, pump unit for leaks and proper belt tension (where applicable). We will clean the car top, pit, and mechanical room. Good housekeeping enables us to notice a small leak before it turns into a big one. EXHIBIT A ELEVATOR MAI NTENANGE SERVIGE PROPOSAL NUMBER: PMP-5139 BUILDING: Eagle County Airport A.T.C.T. 0215 Airport Road Gypsum, CO 81637 EXHIBIT A PRICE In consideration of the Services provided hereunder, you agree to pay RME the sum of S1OO.OO per month, payable in an annual installment of S1,200.00, exclusive of applicable taxes, subject to payment terms and Price Adjustment set forth below. You agree to pay, as an addition to the price herein, the amount of any current or future sales, use, excise or other tax applicable to the Services provided hereunder. You may choose to make payments on a semi-annual basis, 5600.00 (initial here if semi- annual_), or quarterly payments, (initial here if quarterly SSOO.OO_1. This cost includes one quarterly Preventative Maintenance visit. Elevator service, trouble or repair calls that come in during normal business hours (Monday through Friday 8:00 a.m. - 4:30 p.m.) will be covered at no additional charge. Calls that could incur charges would be at our normal contract rate of 5125.00 per hour during normal business hours and 5175.00 an hour for overtime calls. These are examples where we might charge for the call: Power Failure, Water Damage, Vandalism Acts, Fire Damage, Fire Service issues within the buildings system, key switches in the wrong position, upon arrival we have no access to building entry and doors knocked offthe tracks. PRICE ADJUSTMENT The contract Price will be adjusted annually, as of the date of the local labor rate adjustment, and will be increased or decreased on the basis of changes to the local straight time hourly billing rate for mechanics. Price increase not to exceed 3o/o. HOURS OF SERVICE We will perform the Services during our regular working hours of regular working days, Monday through Friday 8:00 - 4:30. The Services include callbacks for emergency minor adjustment callbacks during regular working hours. lf you authorize such callbacks outside regular working hours after 4:30 PM or Saturday, Sunday or elevator trade holidays you will be billed double-time. The cost of any parts not covered will also be billed. This quote is valid for sixty (60) days from the proposal date. ACORi)@ CERTIFICATE OF LIABILITY INSURANCE OATE (MM/DOIYYYY) 03/08/20L6 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRIVIATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSUMNCE DOES NOT CONSTTTUTE A CONTRACT BETWEEN THE |SSU|NG INSURER(S), AUTHORTZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: lf the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. lf SUBROGATION lS WAIVED, subject to the terms and conditions of the policy, certain policies may requare an endorsement, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement{sl, PROOUCER JM Associates / Burnham + Company A Division of HUB Northeast One Bridge Plaza North, Suite 445 Fort Lee NJ 07024 NA!!E: ll8,nlF",*u, lroty tti-uioo llil,"", (2ol) ss5-65e0 E.MAIL ANDRFSS. INSURER(S} AFFORDING COVERAGE NAIC * INSURERA:Hartford Under$rriters Ins. Co.30 104 INSURED Cus#256539 Rocky Mountain Elevator, LLCP.O. Box 273 wolcott, CO 81655 INSURERB:Sentinel Insurance Co. Ltd I 1000 INSURER C : INSURER O: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CERTIFY TFIAT THE POLICIES OF INSUMNCE LISTED BELOW I-IAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWTHSTANDING ANY REAUIREMENT, TERM OR @NDITION OF ANY CONTMCT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSUMNCE AFFORDEO BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ii$ | TypEoF rNsuRANcE Iif.t"tP#tr| poLcy NUMBER 1,fi3;-Jg[.tt, l,,m.f"y"*?, | .-,r,r. A x COMMERCIAL GENERAL LIABILITY lcmtlts-unoe lx loccun x l3uENOJ5 42 1 )6/to/20t5 06/LO/20L6 EACH OCCURRENCE $1r o00 | 9q9_ $300,000DAIVAGETO RENTED MED EXP (Any one person)$10,000 PERSONAL & ADV INJURY $1,000, 000 GFI I'L AGGREGATE LIIVIIT APPLIES PER:I t--^ | |pn,'evlX lt,5-v+ I l'^'.PRODUCTS. COMPr'OP AGG $3, 000,000 $3. OO0. O00 MAX. ANNUAL AGG.$to, ooo, ooo B AU'] i 'OMOBILE LIABILITY ANY AUTO ALL OV1AIED N SC"iEDI,JLEDAUTOS I I AUTOS HTREDAUT.. | * | |9);?*=otl x 1 3uENOJ64 2 1 06/LO/2075 06/70/2016 9UMbil\trU 5lt\bLE LtMtI (Ea a@ident) BODILY INJURY (Per pecon) $t.ooo, oo-o $ BODItY INJURY fPer a@ident) I-KUI-EK I Y UAMAUts lPer accrdent) UMBRELLALIAB I I N"",,O EXcEss L|AB [l .ro,r"-roo. IDED ] I RETENTION$ EACH OCCURRENCE AGGREGATE WORKERS COMPENSATION AND EMPLOYERS L|ABTL|TY Y r NANY PROPRIETOR/PARTNERYLXECUTIVE T-] OFFICER,/IVEMBER EXCLUOED? I I (Mandatory in NH) lf yes, dsqibe under DESCRIPTION OF OPERATIONS below N'A PER ] I OIH- STATUTE ] I ER E.t. EACH ACCIDENT q E.L. DISEASE. EA EIVIPLOYEI E.L. DISEASE - POLICY LIMIT DESCRIPTION OF OPEMTIONS / LOCATIONS / VEHICLES (AGORO 1O1, Addltonal Remarls Schedul€, may be attached if more space is requir€d)RE : EAGLE COUNTY REGIONAL AIRPORT EAGLE COUNTY, ITS ASSOCIATED OR AFFILIATED ENTITTES, SUCCESSORS AND ASSIGNS, ELECVTED OFFICIALS, EMPLOYEES, AGENTSAND VOLUNTEERS ARE INCLUDED AS ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR, ON TIIE GENERAL AND AUTO LIABILITYAS RESUTRED BY CONTRACT ONLY WITH RESPECTS TO VIORK PERFORMED BY TTIE NAMED INSURED, SEE ATTACHED ENDORSEMENTS. R CANCELLATION EAGLE COUNTY PO BOX 850 EAGLE,CO 81631 SHOULD ANY OF THE ABOVE DESCR,IBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCOROANCE WITH THE POLICY PROVISIONS. ^wHflnRmY*E @ 1988-2014 ACORD CORPOMTION. All rights reserved. ACORD 25 (20141011 The ACORD name and logo are registered marks of ACORD Doc#8839290 Certholder *: 4