No preview available
HomeMy WebLinkAboutC14-288 Ruggs Benedict, IncAGREEMENT FOR PROCUREMENT AND INSTALLATION SERVICES BETWEEN EAGLE COUNTY, COLORADO AND RUGGS BENEDICT, INC. THIS AGREEMENT ("Agreement") is effective as of the J& day of --wV� 2014 by and between Ruggs Benedict, Inc. a Colorado Corporation (hereinafter "Contractor") and Eagle ounty, Colorado, a body corporate and politic (hereinafter "County"). RECITALS WHEREAS, Eagle County desires to replace the existing the flooring in the Recorder's and GIS areas with new LVT and carpet flooring (the "Project") in the Eagle County Building located at 500 Broadway, Eagle Colorado (the "Property"); and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the materials and installation services as set forth below in paragraph 1 hereof; and WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the procurement of materials and 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 procure the materials and/or products ("Materials") necessary for the Project as set forth in Exhibit A and agrees to diligently provide all services, labor, personnel and Materials necessary to perform and complete the procurement and installation described in Exhibit A (collectively the "Services" or "Work") which is attached hereto and incorporated herein by reference. The Services shall be performed in accordance with the provisions and conditions of this Agreement. a. Contractor agrees to furnish the Services no later than August 2, 2014 for procurement and installation of the LVT and August 9, 2014 for procurement and installation of the carpet all in accordance with Exhibit A. By signing below Contractor represents that it has the expertise and personnel necessary to properly and timely perform the Services. b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement shall prevail. C. County shall have the right to inspect all Materials. Inspection and acceptance shall not be unreasonably delayed or refused. In the event County does not accept the Materials for any reason in its sole discretion, then Contractor shall upon County's request and at no charge to County: i. take the Materials back; ii. exchange the Materials; or iii. repair the Materials. l 2. County's Representative. The Facilities Management Department's designee shall be Contractor's contact with respect to this Agreement and performance of the Services. 3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to the provisions of paragraph 11 hereof, shall continue in full force and effect through the completion of the work described in Exhibit A. Any guarantee or warranty set forth in this Agreement shall survive expiration or termination hereof. 4. Extension or Modification. Any amendments or modifications shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services in accordance with County's internal policies. Accordingly, no course of conduct or dealings between the parties, nor verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. 5. Compensation. County shall compensate Contractor for the Materials and performance of the Services in a sum computed and payable as set forth in Exhibit A. The Materials and performance of the Services under this Agreement shall not exceed twenty one thousand six hundred seven dollars and 60/100 ($21,607.60) which is comprised of sixteen thousand six hundred seven dollars and 60/100 ($16,607.60) for the Materials and Services described in Exhibit A and no more than five thousand dollars ($5,000) to be billed at the hourly rate set forth in Exhibit A for floor preparation and repair as directed by County's representative. 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. After payment of the initial deposit as specified in Exhibit A, final payment will be made for Materials and 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 Materials or Services for which payment was made were not provided or performed as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. C. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. d. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefor by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local 2 G.\MAINTENANCE\ECB\Flooring Projects\Recorders-GIS 2014\Ruggs Benedict Agreement FINAL.docx Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the performance of any of the Services or additional services without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to 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. Workers' Compensation insurance as required by law. ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined bodily injury and property damage liability insurance, including coverage for owned, hired, and non -owned vehicles. iii. Commercial General Liability coverage to include premises and operations, personal/advertising injury, products/completed operations, broad form property damage with limits of liability not less than $1,000,000 per occurrence and $1,000,000 aggregate limits. b. Other Requirements. i. The automobile and commercial general liability coverage shall be endorsed to include Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached hereto as Exhibit B. ii. Contractor's certificates of insurance shall include subcontractors, if any as additional insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each subcontractor. iii. The insurance provisions of this Agreement shall survive expiration or termination hereof. iv. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise 3 G:\ MAINTENANCE\FCB\Flooring Projects\Recorders-GIS 2014\Ruggs Benedict Agreement FINAE.docx available to County, its affiliated 'entities, successors or assigns, its elected officials, employees, agents and volunteers. V. Contractor is not entitled to workers' compensation benefits except as provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax on any moneys paid pursuant to this Agreement. 8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents and employees against any losses, claims, damages or liabilities for which County may become subject to insofar as any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties against the County to the extent that County is liable to such third party for such claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination hereof. 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. Further, Contractor shall execute any bill of sale or other documents required by County to transfer title of the Materials to County. Contractor shall provide copies of any instruction or operations or care manuals and shall further provide copies of any manufacturers warranties associated with the Materials. 10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv) when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days prior written notice of such change to the other party. COUNTY: Eagle County, Colorado Attention: Jan Miller 500 Broadway Post Office Box 850 Eagle, CO 81631 Telephone: 970-328-8889 Facsimile: 970-328-3539 E -Mail: jan.miller@eaglecounty.us With a copy to: Eagle County Attorney 500 Broadway Post Office Box 850 Eagle, Co 81631 Telephone: 970-328-8685 G. WAINTENANCE\ECB\Flooring Projects\Recorders-GIS 2014\Ruggs Benedict Agreement FINAL. docx Facsimile: 970-328-8699 E -Mail: atty@eaglecounty.us CONTRACTOR: Ruggs Benedict, Inc. 810 Nottingham Road Post Office Box 830 Avon, CO 81620 Telephone: 970-949-5390 Facsimile: 970-949-6082 E -Mail: mandy@ruggsbenedict.com H. 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. 13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121. 14. Other Contract Requirements and Contractor Representations. a. Contractor has familiarized itself with the intended purpose and use of the Materials, nature and extent of the Services to be provided hereunder and the Property, and with all local conditions, federal, state and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services. b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of the Services. C. To the extent possible, Contractor has correlated the results of such observations, examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement. d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or discrepancies. 5 GAMAINTENANCE\ECB\Flocring Projects\Recorders-GIS 2014\Ruggs Benedict Agreement FINALdocx e. Contractor shall be responsible for 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 Materials and/or Services shall not relieve Contractor of any of its responsibilities. Contractor shall perform the Services in a skillful, professional and competent manner and in accordance with the standard of care, skill and diligence applicable to contractors performing similar services. Contractor represents and warrants that it has the expertise and personnel necessary to properly perform the Services and shall comply with the highest standards of customer service to the public. Contractor shall provide appropriate supervision to its employees to ensure the Services are performed in accordance with this Agreement. This paragraph shall survive termination of this Agreement. f. Contractor hereby represents and warrants that the Materials will be new and will perform the Services in a good and workmanlike manner and guarantees all Work against defects in materials or workmanship for a period of one (1) year from the date the Work is accepted by County, or such longer period as may be provided by the law or as otherwise agreed to by the parties. g. All guarantees and warranties of Materials furnished to Contractor or any subcontractor by any manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any Materials furnishes a guarantee or warrantee for a period longer than one (1) year, then Contractor's guarantee or warrantee shall extend for a like period as to such Materials. h. Contractor warrants that title to all Work and Materials shall pass to County either by incorporation into the Property or upon receipt by Contractor of payment from County (whichever occurs first) free and clear of all liens, claims, security interests or encumbrances. Contractor further warrants that Contractor (or any other person performing Work) purchased all Materials free and clear of all liens, claims, security interests or encumbrances. Notwithstanding the foregoing, Contractor assumes all risk of loss with respect to the Materials until the Materials is installed and County has inspected and approved the same. Within a reasonable time after receipt of written notice, Contractor shall correct at its own expense, without cost to County, and without interruption to County: i. Any defects in materials or workmanship which existed prior to or during the period of any guarantee or warranty provided in this Agreement; and such defects. Any damage to any other Work or property caused by such defects or the repairing of Guarantees and warranties shall not be construed to modify or limit any rights or actions County may otherwise have against Contractor in law or in equity. k. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and professional standards, in the performance of this Agreement. Time is of the essence with respect to this Agreement. I. 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. 6 G. WAINTENANCE\ECB\Flooring Projects\Recorders-GIS 2014\Ruggs Benedict Agreement FINAL.docs M Contractor represents and warrants that at all times in the performance of the Services, Contractor shall comply with any and all applicable laws, codes, rules and regulations. n. This Agreement contains the entire agreement between the parties with respect to the subject matter hereof and supersedes all other agreements or understanding between the parties with respect thereto. o. Contractor shal I not assign any portion of this Agreement without the prior written consent of the County. Any attempt to assign this Agreement without such consent shall be void. p. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties, and not to any third party. q. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. r. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. S. The signatories to this Agreement aver to their knowledge no employee of the County has any personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the Services and Contractor shall not employ any person having such known interests. t. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this Agreement. 15. Prohibitions on Government Contracts. As used in this Section 15, the term undocumented individual will refer to those individuals from foreign countries not legally within the United States as set forth in C.R.S. 8-17.5-101, et. seq. If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. 8-17.5-101, et. seq., and this Agreement. By execution of this Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual who will perform under this Agreement and that Contractor will participate in the E -verify Program or other Department of Labor and Employment program ("Department Program") in order to confirm the eligibility of all employees who are newly hired for employment to perform Services under this Agreement. a. Contractor shall not: i. Knowingly employ or contract with an undocumented individual to perform Services under this Agreement; or ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an undocumented individual to perform work under the public contract for services. b. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform Services under this Agreement through participation in the E -Verify Program or Department 7 G \MAINTENANCE\EC13TIoc ring Projects\Recorders-GIS 2014\Ruggs Benedict Agreement FINAL. docs Program, as administered by the United States Department of Homeland Security. Information on applying for the E -verify program can be found at: http://www.dhs.gov/xprevprot/programs/gc 1185221678150.shtm C. Contractor shall not use either the E -verify program or other Department Program procedures to undertake pre-employment screening of job applicants while the public contract for services is being performed. d. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required to: i. Notify the subcontractor and County within three (3) days that Contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented individual; and ii. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or contracting with the undocumented individual; except that Contractor shall not terminate the contract with the subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented individual. C. Contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to its authority established in C.R.S. 8-17.5-102(5). f. If Contractor violates these prohibitions, County may terminate the Agreement for breach of contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor shall be liable for actual and consequential damages to County as required by law. g. County will notify the Colorado Secretary of State if Contractor violates this provision of this Agreement and County terminates the Agreement for such breach. [REST OF PAGE INTENTIONALLY LEFT BLANK] 8 G WAINTENANCE\ECB\Flooring Projects\Recorders-GIS 2014\Ruggs Benedict Agreement FiNAL.docx IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above. COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its COUNTY MANAGER By: rth P. Montag, Cou Manager CONTRACTOR: RUGGS BENEDICT, INC. By: J" -L� OA Print Name: Title: &JV17Xit 7� E 9 G\ MAINTENANCE\EC131FIooring Projects\Recorders-GIS 2014\Ruggs Benedict Agreement FINAL. docx IC810 Nottingham Road PO Box 830 We Know IoorsAvon, CO 81620 970-949-5390 Eagle County Government Eagle County Clerk & Recorder 500 Order # Rrnarl�niav C4 Fanla PO Box 850 46313 500 Broadway 445-7718 Jan Miller 6/26/2014 Eagle CO 81631 328-8889 Jan's Office Mandy Centiva LVT Event Plank SP Harvest Oak Large specified area in Clerk & Recorders Office & Kitchen per drawing. Centiva LVT Adhesive 4gal SP - Connect Tile #59342 ATMOSFERA Conference Room & Other Office Areas per drawing. N5000 5000 - Tile Standard Adhesive This bid includes luxury vinyl planks, carpet tiles, adhesives,weekend installation, take-up/disposal, furniture moving, moving file cabinets, moving petition walls and freight. Floor prep and repair is not included on this bid and will be billed at $65.00 per man hour plus materials. ills, materials necessitated by actual job site condition he e o tallation will be paid fo<,I e owner and/or ractor. oted ma 'al prices are guarad for 30 days Owner and contractor herbain this rialman eggs Benedict In s a limitednt for purpose of gaging the service a abor oer to facilitate the tallation of the materials byred and purchased Buyer acknowlwdges depo n with this order is touce Ruggs Benedict Inc sprder specific merchandise the customer's use ' s not st hange, cancellation, or urn. Deposits a on-refundaAny princip mount remainipaid 30 after the due :e as sh will bear interest % per annum 5%nthl ntil paid. The buyer agto pay for all ad alof collection including attores for the collection Signed: Printed: Date: This estimate includes the materials listed above, and the charges for shipping, sales tax and installation in the rooms / areas listed above. Order Total $16,607.60 Deposit Due with Order $9,671.60 Paid Total Balance Due $16,607.60 lOff �. r� ACOROs CERTIFICATE OF LIABILITY INSURANCE DATE(MMro01YYYY) 7/14/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION 1S 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 endomemen s . PRODUCER GENERAL LIABILITY x COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FX ] OCCUR Parallel Concepts Inc. 5N421 Robin Lane Wayne IL 60184 PHONEFAX -9085 " - - 9084 MAw /2/2014 INSU S AFFORDING COVERAGE NAICM INSURER A:LihaU Mutual lnsuranrA 10836 $300,000 INSURED RUGBENI INSURER B: INSURER C: Ruggs Benedict Inc Rugs No 2, LLC Po Box 830 INSURER D PRODUCTS - COMP/OP AGG $2,000,000 Avon CO 81620 INSURER E: ______ _. _--- _INSURER F : INSURER LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS NON-OWNEDAUTOS COVERAGES CERTIFICATE NUMBER: 11nR5R7R7s REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRWVDPOLICY TYPE OF INSURANCE DLSUBR NUMBER POLICY EFF. MMIDD POLICY EXP D LIMITS A GENERAL LIABILITY x COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FX ] OCCUR KS55723321 /2/2014 IrMO15 EACH OCCURRENCE 31,000,000 $300,000 MED EXP oneperson) 315 000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GENL AGGREGATE LIMIT APPLIES PER pOUCY x I PRD JFCTLOC PRODUCTS - COMP/OP AGG $2,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS NON-OWNEDAUTOS BAS55429681 /2/2014 /2!2015 Me said nt $1,000,000 BODILY INJURY (Per person) 3 BODILY INJURY (Per accident) 3 PROPPar.ERTYDAMAGE $ 3 A UMBRELLA UAB EXCESS LIAR X OAR CLAIMS -MADE US055723321 /2/2014 /212015 EACH OCCURRENCE $2,000,000 AGGREGATE $2,000,000 DEC) IX I RETENTION $10,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE Y/" OFFICER/MEMBEREXCLUDED? (Mandatory In NH) N yes, describe under DESCRIPTION OF OPERATIONS below NIA STA OTH- E.LEACHACCIDENT 3 •- E.L. DISEASE - EA EMPLOYE $ E.LDISEASE-POLICY LIMIT $ i DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more apace Is required) Certificate holder Is included as an additional insured on the general liability and auto liability when required by written contract. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Eagle County Government ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 850 Eagle CO 81631 AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDOIYYYY) 07/15114 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(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Aon Risk Services. Inc of Florida CONTACT NAME: Aon Risk Services, Inc of Florida PHONE FAX fNcl No Ext:800-743.8130 IAfC. No): 800-522-7514 1001 Bdckd Bay Drive, Suite 111100 Miami, FL 33131.4937 ADDRESS: ADP.COI.Cenler cn.com INSURER(S) AFFORDING COVERAGE NAIC N EACH OCCURRENCE S INSURER A: New Hampshire Ins Co 23841 MED EXP (Any oneperson)S INSURED ACP TotalSource MI VI, LLC INSURER B: INSURER C : 10200 Sunset Ddve Miami, FL 33173 ALTERNATE EMPLOYER INSURER D: INSURER E Ruggs Benedict Inc 810 Nottingham Rd INSURER F : Awn, CO 81620 COVERAGES CERTIFICATE NUMBER: 825784 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIMITS SHOWN AREAS REQUESTED, INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MMID POLICY EXP MMIDD LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 1:1 OCCUR EACH OCCURRENCE S DAMADE 5R ■ ,ocTO t', PREMI9Ecunenca i MED EXP (Any oneperson)S PERSONAL a ADV INJURY i GENERAL AGGREGATE - S GEN'LAGGREGATE LIMIT APPLIES PER, POLICY PROJECT LOC PRODUCTS -COMP/OPAGG $ S AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIREDAUTOS AUTOS Ea acddent) i BODILY INJURY Perperson)i BODILY INJURY Pereccldent S Paraoidant S i UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE S AGGREGATE S DEC I I RETENTION S A WORKERS COMPENSATION AND EMPLOYERS• LIABIUTY YIN AOFFlNY PROPCER/RMIETORIPARTNEREMBERIEEXCLUDEDXE7cLmvE (Mandatory In NH) If yes, desaft under DESCRIPTION OF OPERATIONS below N/A WC 094179798 CO 07/01114 07/01/15ER X TORY LIMITS T E.LEACH ACCIDENT S 2,000,000 E.L. DISEASE - EA EMPLOYE S 2,000 000 E.LDISEASE - POLICY LIMIT 1 S 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, n mons space k required) AN woAske employees working for the above named client company,.pald undsrADP TOTALSOURCE, INC.'s paymIL aro covered under the above stated policy. The above named client to an alternate employer under this policy. CERTIFICATE HOLDER CANCELLATION Eagle County Government PO Box 850 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Eagle, CO 91620 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHOMMD REPRESENTATIVE pfoaRisk8etviwh, 4aaofflotlda ®1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD