Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC17-288 FCI Constructors IncAGREEMENT FOR SERVICES
BETWEEN EAGLE COUN'T'Y, COLORADO
AND
ICI CONSTRUCTORS, INC.
THIS AGREEMENT ("Agreement") is effective as of 08/11/2017 by and between
FCI Constructors, Inc. a Colorado corporation (hereinafter "Contractor") and Eagle County, Colorado, a body
corporate and politic (hereinafter "County").
RECITALS
WHEREAS, County desires to hire Contractor to provide stone repair at the southwest corner of building, cut in
expansion joint and install parapet cap along the East and West wall (the "Project") at the Eagle County Justice
Center located at 0885 E Chambers Ave., Eagle CO, 81631 (the "Property"); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and
experience necessary to provide the Services as defined below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the
Services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as
follows:
1. Services or Work. Contractor agrees to diligently provide all services, labor, personnel, materials and
equipment necessary to perform and complete the services or work described in Exhibit A ("Services" or "Work")
which is attached hereto and incorporated herein by reference. The Services shall be performed in accordance with
the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services no later than October 1, 2017 and in accordance with the
schedule established in Exhibit A. If no completion date is specified in Exhibit A, then Contractor agrees to furnish
the Services in a timely and expeditious manner consistent with the applicable standard of care. By signing below
Contractor represents that it has the expertise and personnel necessary to properly and timely perform the Services.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit
A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement
shall prevail.
2. County's Representative. The Project 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 1" day of October, 2017.
4. Extension or Modification. This Agreement may be extended for up to three additional one year terms
upon written agreement of the parties. Any amendments or modifications shall be in writing signed by both parties.
No additional services or work performed by Contractor shall be the basis for additional compensation unless and
C17-288
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 performance of the Services in a sum
computed and payable as set forth in Exhibit A. The performance of the Services under this Agreement shall not
exceed $12,810.00. Contractor shall not be entitled to bill at overtime and/or double time rates for work done
outside of normal business hours unless specifically authorized in writing by County.
a. Payment will be made for Services satisfactorily performed within thirty (30) days of receipt of a
proper and accurate invoice from Contractor. All invoices shall include detail regarding the hours spent, tasks
performed, who performed each task and such other detail as County may request.
b. If, at any time during the term or after termination or expiration of this Agreement, County
reasonably determines that any payment made by County to Contractor was improper because the Services for
which payment was made were not performed as set forth in this Agreement, then upon written notice of such
determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to
County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall
forthwith be returned to County.
C. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor
agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made
pursuant to the terms of this Agreement.
d. Notwithstanding anything to the contrary contained in this Agreement, County shall have no
obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after
December 31 of any year, without an appropriation therefor by County in accordance with a budget 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 el. seq.) and the TABOR Amendment (Colorado Constitution, Article X,
Sec. 20).
b. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the
particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for
the performance of any of the Services or additional services without County's prior written consent, which may be
withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all
personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom
County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each
subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be
bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and
responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not
the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and
Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its
agents, employees and subcontractors.
2
Eagle County General Services Final 5/14
7. Insurance. Contractor agrees to provide and maintain at Contractor's sole cost and expense, the following
insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
Workers' Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined
bodily injury and property damage liability insurance, including coverage for owned, hired, and non -owned
vehicles.
iii. Commercial General Liability coverage to include premises and operations,
personal/advertising injury, products/completed operations, broad form property damage with limits of liability not
less than $1,000,000 per occurrence and $1,000,000 aggregate limits.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be endorsed to include
Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and
volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached
hereto as Exhibit B.
ii. Contractor's certificates of insurance shall include subcontractors, if any as additional
insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each
subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that the County is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and
protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise
available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and
volunteers.
Contractor is not entitled to workers' compensation benefits except as
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage
is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax
on any moneys paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents
and employees against any losses, claims, damages or liabilities for which County may become subject to insofar as
any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon
any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall
reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection
with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not
apply to claims by third parties against the County to the extent that County is liable to such third party for such
claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination
hereof.
3
Eagle County General Services Final 5/14
9, Ownership of Docurnnt. All documents (including electronic files) and materials obtained during,
purchased or prepared in the performance of the Services shall remain the property of the County and are to be
delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally
delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx
or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv)
when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing
the date, time and receiving facsimile number for the transmission, or (v) when 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: Kristin Degenhardt, Project Management Department
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-3457
Facsimile: 970-328-3539
E -Mail: kristin.degenhardt@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-328-8685
Facsimile: 970-328-8699
E -Mail: atty@eaglecounty.us
CONTRACTOR:
FCI Constructors, Inc.
3070 -70 B
Building A
Grand Junction, CO 81504
970-434-9093
11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason,
with or without cause, and without penalty therefor with seven (7) calendar days' prior written notice to the
Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents
as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials
and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination.
12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this
Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the
sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be
governed by the laws of the State of Colorado.
4
Eagle County General Services Final 5/14
B. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same
instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following
two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or
facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized
signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of
electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R -S. 24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the nature and extent of the Services to be provided
hereunder and the Property, and with all local conditions, federal, state and local laws, ordinances, rules and
regulations that in any manner affect cost, progress, or performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems
necessary for the performance of the Services.
C. To the extent possible, Contractor has correlated the results of such observations, examinations,
investigations, tests, reports, and data with the terms and conditions of this Agreement.
d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or
discrepancies.
C. Contractor shall be responsible for the completeness and accuracy of the Services and shall
correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact that the
County has accepted or approved the Services shall not relieve Contractor of any of its responsibilities. Contractor
shall perform the Services in a skillful, professional and competent manner and in accordance with the standard of
care, skill and diligence applicable to contractors performing similar services. Contractor represents and warrants
that it has the expertise and personnel necessary to properly perform the Services and shall comply with the highest
standards of customer service to the public. Contractor shall provide appropriate supervision to its employees to
ensure the Services are performed in accordance with this Agreement. This paragraph shall survive termination of
this Agreement.
f. Contractor hereby represents and warrants that all materials and equipment installed in or
incorporated into the Property will be new and that Contractor will perform the Services in a good and workmanlike
manner. Contractor 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 and equipment 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 or equipment 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 or equipment.
h. Contractor warrants that title to all Work and materials or equipment 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 and equipment free and clear of all liens, claims,
5
Eagle County General Services Final 5/14
security interests or encumbrances. Notwithstanding the foregoing, Contractor assumes all risk of loss with respect
to the materials and equipment until the materials and equipment are installed and County has inspected and
approved the same.
i. 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
ii. Any damage to any other Work or property caused by such defects or the repairing of
such defects.
j. 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.
1. This Agreement constitutes an agreement for performance of the Services by Contractor as an
independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to
create a relationship of employer-employee, master -servant, partnership, joint venture or any other relationship
between County and Contractor except that of independent contractor. Contractor shall have no authority to bind
County.
M. Contractor represents and warrants that at all times in the performance of the Services, Contractor
shall comply with any and all applicable laws, codes, rules and regulations.
n. This Agreement contains the entire agreement between the parties with respect to the subject
matter hereof and supersedes all other agreements or understanding between the parties with respect thereto.
o. Contractor shall not assign any portion of this Agreement without the prior written consent of the
County. Any attempt to assign this Agreement without such consent shall be void.
p. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their
respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations
hereunder are reserved solely for the parties, and not to any third party.
q. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver
thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach.
r. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
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.
6
Eagle County General Services Final 5/14
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.RS. 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:
Knowingly employ or contract with an undocumented individual to perform Services
under this Agreement; or
ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not
knowingly employ or contract with an undocumented individual to perform work under the public contract for
services.
b. Contractor has confirmed the employment eligibility of all employees who are newly hired for
employment to perform Services under this Agreement through participation in the E -Verify Program or Department
Program, as administered by the United States Department of Homeland Security. Information on applying for the
E -verify program can be found at:
http://www.dhs.gov/xprevprot/programs/hc 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).
7
Eagle County General Services Final 5/14
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
Eagle County General Services Final 5/14
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:
Bryan Treu, Interim County Manager
CONTRACTOR:
FCI CONSTRUCTORS, INC.
By: ------------
Shane Haas
Print Name:
Title:
VP
9
Eagle County General Services Final 5/14
SCOPE OF SERVICES, SCHEDULE, FEES
10
Eagle County General Services Final 5/14
1FCI
Constructors, Inc.
Engineered Stone Repair - ECJC
PROPOSED BUDGET
ITEM:
Construction McitnagerJGenerai Cantractor
DATE 6 -Jun DURATION 3
(WEEKS)
TYPE
(LIE/SIM QTY: UNIT: UNIT COST: EXTENSION:
10):
Stone Repair - Gallegos 5
1 Lump Sum
$
5,310.00
$
5,310.00
Cut in Expansion Joint 5
1 Lump Sum
$
448.00
$
448.00
Instal Parapet Cap along East and West Wall 5
1 Lump Sum
$
7,500.00
$
7,500.00
FCI will provide supervision and oversight, including travel, for no 5
-1 Lump Sum
$
448.00
$
(448.00)
cost, similarly, we will cover the costto cut in the missing control
$
-
joint, $448.00.
$
-
$
-
$
-
$
-
$
-
Subtotal: $ 12,810.00
General Conditions
Supervision
$ -
Permit
$ -
Truck 1 Fuel
$ -
5 -
Assumptions & Qualifications:
Subtotal: $
Subtotal $ 12,810
Contingency $
Builders Risk Insurance $
General Liability Insurance $
CM FEE $
TOTAL: $ 12,810
Acceptance of Proposal
The above proposal,assumptions and qualifications are satisfactory and are hereby accepted. FCI Constructors, Inc. is authorzed to perform the work
as outlined above.
Signature
Name &
Date:
EX-IIBIT B
INSURANCE CERTIFICATE
11
Eagle County General Services Final 5/14
CI ient#: 1882345 FCICCN
ACORD,, CERTIFICATE OF LIABILITY INSURANCE DaTE(MM+DDirrrr)
7/27/2817
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
USI Colorado, LLC Construction
P.O. Bax 7050
Englewood, CO 80155
800 873,8500
INSURED
FCI Constructors, Inc.
P0Box 1767
Grand Junction, CO 81502
NAME " Client Manager
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
NE
{AIC' N ,Ext]: 800 873,8500 [ c. Na]: 383831 ~5295
1IL
S@USI.Com
DRE den-contractors@usi.com
LTR
INSURER( AFFDRDIN G CON ERAGE
NAIC
INSURER A: Arch Insurance Company
11150
INSURER B : Travelers Property Cas. Co. of
25674
INSURER C -Indian Harbor InsuranceCompany
36940
INSURER D
X ZAGLB9220000
INSURER E :
10/01/2017
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 DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE 15SUED 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.
LTR
TYPEOFINSURANCE
ADDLSUBR
NSIR
WVD POLICY NUMBER
NI�yDWYEYYY FF
POLICY
Lmrr$
A
X CGMMERCIALGENERAL LIABILITY
X
X ZAGLB9220000
10/01/2016
10/01/2017
EACH OCCURRENCE
$1,000,000
CLAIMS -MADE OCCUR
PREM E OERaEN�rD
$100000
MED EXP (Anyone )
$10,000
PE RSONAL & A DV I NJU RY
$1,000,000
G EN'L AGG R EGAT E LIMITAPPLIES PER,
GENERAL AGGREGATE
$2,000,000
X PRO
_ _POLICY JECT LOC
PRODUCTS
s2,000,000
$
OTHER,
A
AUTOMOBILE LIABILITY
_
X
X ZACAT9242100
10/01/2016
10/01/2017
COMBINED SINGLE LIMIT
[Ea accident]
$1,000,000
$
X ANY AUTO
BODILY INJURY [Per person]
ALLOWNED SCHEDULED
AUTOS AUTOS
$
6ODILY INJURY [Per aocid'ent]
PROPERTY DAMAGE
Per accident
$
X HIRED AUTOS X NON -OWNED
AUTOS
$
B
]I:UMBRELLA LIAB
](
OCCUR
X
X
ZUP15P9635716NF
10/01/2016
10/01/2017
EACH OCCURRENCE
$25,000,000
AGGREGATE
$25,000,000
EXCESS LIAB
CLAIMS -MADE
DE❑ X RETENTION $0
$
A
WORKERS CD MPENSATION
•ND EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNERIEXECUTIVE YEN
OFFICER/MEMBER EXCLUDED? n
(Mandatary In NH)
NIA
X
ZAWCI9389200
10/01/2016
10/01/201
X PTEATUTE EORH-
E.L. EACH ACCIDENT
$1 000,000
E.L. DISEASE- EA EMPLOYEE
$1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E. L. DISEASE - POLICY LIMIT
$1,000,000
C Pollution Liab
CE07446741
10/01/2016
10/01 /201
$2,000,000 Each Claim
Professional Liab
10/01/2016
10/01/201
$2,000,000 Aggregate
Retro Date 4/1/99
I
$50,000 Retention
DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES {ACORD 101, Additional Remarks Schedule, may be aItached it more apace is required}
As required by written contract or written agreement, Eagle County, its associated or affiliated entities,
its successors and assigns, elected officials, employees, agents and volunteers are included as additional
insureds with regards to the Automobile Liability and Commercial General Liability coverage.
CERTIFICATE HOLDER CANCELLATION
Eagle County, Colorado
Attn: Kristin Degenhardt
P.O. Box 850
Eagle, CO 81631
ACORD 25 (2014.'01) 1 of 1
#S21194803/M78958519
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
1
© 19BB-2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
E`7► 3 113
POLICY NUMBER: ZAGLB9220000 COMMERCIALGENERALLIABILiTY
CG 2010070#
THIS ENDORSEMENT CHANGES THE POLICY. PLEASEREADITCAREFLIL.L.Y.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
OrOrannixationfs) I Locatfonls)O(Covered Onerations
ALL PARTIES EXCEPT PAcRTTCTPANTS OF
CONTROLLED INSURANCE PROGFAPIS,
WHERE REQUIRED BY A WRITTEN
CONTRACT. THISINSURANCE 15 PRIMARY
AND NON --CONTRIBUTORY WITii ANY
OTHER T14SURANCE WHERE THE WRITTEN
CONTRACT REQUIRES THAT THTS
INSURANCE BE PRIMARY AND NON—
CONTRIBUTORY. WHEN THE INSURANCE
PROVIDED BY THIS ENDORSEMENT IS
PRIMARY AND NON—CONTRIBUTORY, WE
WILL NOT SEEK ANY CONTRIBUTION
FROM ANY OTHER INSURANCE POLICY
AVAILABLE TO THE ADDITIONAL
INSURED ON WHICH THE ADDITIONAL
INSURED IS A NAMED INSURFD .
A. Section II ---- Who Is An Insured is amended to
include as an additional insured the person(s) or
organizalion(s) shown in the Schedule, but only
with respect to liability For "bodily injury", "properly
damage" or "personal and advertising infury"
caused, in whole or in part, by:
1. Your acts or omissions; or
Z The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations for
the additional Insured(s) at the locatlon(s) desig-
nated above.
CG 2010 07 04
ALh WCATIarrS Arra PROJECTS OF THE 1USURED
B. With respect to the insurance afforded to these
additional Insureds, the following additional exclu-
sions apply:
This insurance does not apply to "bodily hn;ury" or
"property damage" occurring altar:
1. All work, Including malarials, parts or equip-
ment furnished in connection wilh such work,
on the project (other than service, maintenance
or repairs) to be performed by or on behalf of
the addotional insured($) at the location of the
covered operations has been completed; or
Z That portion of "your work" out of which the
Injury or damage arises has been put to its In-
tended use by any person or organ4ataon
other than another conlractor or subcontractor
engaged in performing operations for a princk
pal as a part of the same project.
01 SO Pro parties, I nc.. 2004
MV 91 U W yr
Page 1 of 1 0
This page has been left blank intentionally.
POLICY NUMBEF ZAGLB9220000
COMMERCIALG ENERAL LIABI LITY
CG 20 37 07 04
THIS ENDCRSEMENTCHANGESTHEPOLICY. PLEASEREADITCAREFUL.LY.
ADDITIONAL INSURED -- OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following.
SCHEDULE
Name Of Additional Insured Person(s)
ALL PARTIES WHERE REQUIREiD BY A
WRITTEN CONTRACT. THIS INSURANCE
I5 PRIMARY AND NON --CONTRIBUTORY
WITH ANY OTHER INSURANCE WH ZPZ- THE
WRITTEN CONTRACT REQUIRES THAT
THIS INSURANCE BE PRIMARY AND NON-
CONTRIBUTORY. WHEN THE TNSURANCE
PROVIDED BY THIS ENDORSEMENT IS
PRIMARY AND NON-CONTRIBUTORY, WE
WILL NOT SEER{ ANY CONTRIBUTION
FROM ANY OTHER INSURANCE POLICY
AVAILABLE TO THE ADDITIONAL
INSURED ON WHICH T13E ADDITIONAL
NSURED IS A NAMED INSURED.
Location And DescriptlonOfCompleted Operations
ALL LOCATIC1145 Alia PROJECTS OF THE INSURED
Information required to complete this Schedule, if not shown above, will be shown in the Declarations i
Section ll -- Who Is An Insured is amended to in-
clude as an additional insured the person(s) or or-
ganizatlon;s) shown In ilia Schedule, but only with
respect to liability for moodily injury" or 'property
damage" caused. in whole or in part, by "your work"
at the location designated and described in the
schedule of this endorsement performed for that
additional Insured and included in the "products -
completed ape rations hazard".
CG 20 37 07 04
CISO Properties, Inc-, 2404
t�L4I1Hi n,w: �,+
page 1 of 1 ❑
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED — DESIGNATED PERSON OR ORGANIZATION
This endorsement mo-difies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
SCHEDULE
Nama of Person(a) or OrganLufon(s).
ANY FERSCN CR CRGANIZ.ATION FOR WHOM YCU HAVE
SPE'CIFICALiY AGREED IN WRITING TC FRCVIDE
ADDITICNAL INSURED S'tA7!U5 UNDFR THIS POLICY.
Wlh respect to coverage provided by this endorsement the provisions of the Coverage Form apply
unless modified by the endorsement.
Under Covered Autos Liability Coverage. the VAlo is An Insured provision is amended to include as
an insured" the person(s) or organization(s) named in the Schedule above, but only wish respect to their
legal liability for your acls or omissions or ads on omissions of any person for wham Covered Auto
Liabiliey Coverage is afforded under this policy
All other Bemis and conditions of this Policy remain unchanged.
Endorsement Number:
Policy Number. ZACAT92421DO
Named Insured: !: CI CCNS = RUCTcRs , INC.
This endorsement is efladive on the inception date of this Pdicy► unless otherwise stated herein:
Endorsement Efte live Dale: 10/01/16
OQ CAUG70 00 14) 13
w2ma mry
Page 7 of 1