HomeMy WebLinkAboutC17-336 Tri County Fire ProtectionAGREEMENT FOR SERVICES
BETWEEN EAGLE COUN'T'Y, COLORADO
AND
TRI COUNTY FIRE PROTECTION, INC.
THIS AGREEMENT ("Agreement") is effective as of
09/28/2017
by and between
Tri County Fire Protection, Inc. a Colorado corporation (hereinafter "Contractor") and Eagle County, Colorado, a
body corporate and politic (hereinafter "County").
RECITALS
WHEREAS, County desires to contract for annual testing, inspection and repair services for the fire extinguishers at
the Eagle County owned facilities: the FM200 systems for the IT server room at the Eagle County Building, 500
Broadway, Eagle Colorado and the Evidence Room at the Justice Center, 0885 Chambers, Eagle Colorado; the
Halon system at the Detentions Control Room at the Justice Center, 0885 Chambers, Eagle Colorado; and the
cooking hood systems at the Justice Center, 0885 Chambers, Eagle Colorado; Senior Center, 713 Broadway, Eagle
Colorado and El Jebel Community Center, 0020 Eagle County Road, El Jebel Colorado, (the "Property" or
"Properties"); 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 t hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the
Services.
RTI"9 a aLVA102Ni
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as
follows:
1. Services or Work. Contractor agrees to diligently provide all services, labor, personnel and materials
necessary to perform and complete the services or work described in Exhibit A ("Services" or "Work") which is
attached hereto and incorporated herein by reference. The Services shall be performed in accordance with the
provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services 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 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 t t hereof, shall continue in full force and effect for a period of one year.
C17-336
4. Extension or Modification. This Agreement may be extended for up to three additional one year terms
upon written agreement of the parties. Any amendments or modifications shall be in writing signed by both parties.
No additional services or work performed by Contractor shall be the basis for additional compensation unless and
until Contractor has obtained written authorization and acknowledgement by County for such additional services in
accordance with County's internal policies. Accordingly, no course of conduct or dealings between the parties, nor
verbal change orders, express or implied acceptance of alterations or additions to the 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 twenty rine thousand dollars ($25,000). 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. 29-1-1O1 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
2
G:A4�Canuact Fiiwi ❑raRsMi County Fire Protect ionMi County Fire Protea ion Agme" it. Aruna i to u big, inspect ion and repair.CLEAN. 080117. docx
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,{100,01)0 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,
persona I/ad vert i s ing injury, prod uctslcompleted 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 isnot 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
3
GA,r Conunct Kim Draft 9V r Co unty Fire Protect ionMi County Fire Protea ion Agme" it. Aiin ai to 9t big, inspect inn and repair.CLEAN. 080117. docx
with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not
apply to claims by third parties against the County to the extent that County is liable to such third party for such
claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination
hereof.
9. Ownership of Documents. All documents (including electronic files) and materials obtained during,
purchased or prepared in the performance of the Services shall remain the property of the County and are to be
delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally
delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx
or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv)
when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing
the date, time and receiving facsimile number for the transmission, or (v) when 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: Facilities Management
590 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-8881
Facsimile: 970-328-8782
E -Mail: ron.siebert@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:
Tri County Fire Protection, Inc.
3159 Baron Lane
Rifle, CO 81650
Telephone: 970-625-4533
Facsimile: 970-625-9010
E -Mail: info@tcfire.net
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.
4
G:A4WOantract Fite 16raRsM i County Fire Protect ianMi County Fire Protea ion Agme" it. Aiin aI toubig, inspect inn and repair.CLEAN. 080117. docx
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.
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. 24-71.3401 to 1.21.
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 agrees to work in an expeditious manner, within the sound exercise of its judgment and
professional standards, in the performance of this Agreement. Time is of the essence with respect to this
Agreement.
g. This Agreement constitutes an agreement for performance of the Services by Contractor as an
independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to
create a relationship of employer-employee, master -servant, partnership, joint venture or any other relationship
between County and Contractor except that of independent contractor. Contractor shall have no authority to bind
County.
5
G:A4WOantract Fite 16raRsM i County Fire Protect ianMi County Fire Protea ion Agme" it. Aiin aI toubig, inspect inn and repair.CLEAN. 080117. docx
h. Contractor represents and warrants that at all times in the performance of the Services, Contractor
shall comply with any and all applicable laws, codes, rules and regulations.
i. This Agreement contains the entire agreement between the parties with respect to the subject
matter hereof and supersedes all other agreements or understanding between the parties with respect thereto.
j. Contractor shall not assign any portion of this Agreement without the prior written consent of the
County. Any attempt to assign this Agreement without such consent shall be void.
k. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their
respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations
hereunder are reserved solely for the parties, and not to any third party.
1. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver
thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach.
in. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
n. The signatories to this Agreement aver to their knowledge no employee of the County has any
personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor
has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the
Services and Contractor shall not employ any person having such known interests.
o. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms
under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to
federal law, (ii) to the extent applicable shall comply with C.KS. 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. 5-17.5-101, et. seq. If Contractor has any employees or
subcontractors, Contractor shall comply with C.ILS. 5-17.5-101, 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
6
G:A4WOantract Fuuai ❑raRsMi County Fire Protect ianMi County Fire Protea ion Agme" it. Aiin ai toubig, inspect inn and repair.CLEAN. 080117. docx
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]
7
G:A4WOantract Fite 16raRsM i County Fire Protect ionMi County Fire Protea ion Agme" it. Aiin aI toubig, inspect ton and repair.CLEAN. 080117. 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:
Bryan Treu, Interim County Manager
CONTRACTOR:
TRI COUNTY FIRE PROTECTION, INC.
�adoyc c�
By---------- -
Print Name: Jason Uhrich
JASON UHRICH
Title:
8
G:A4WOantract Fite 16raRsM i County Fire Protect ianMi County Fire Protea ion Agwe" it. Aiin aI toubig, inspect inn and repair.CLEAN. 080117. docx
SCOPE OF SERVICES, SCHEDULE, FEES
G:L4WOxitract Fite 16raRsM i County Fire Protect ionMi County Fire Protea ion Agme" it. Aiin aI test big, inspect ion and repair.CLEAN. 080117. docx
TRI COUNTY FIRE
3159 Baron Ln
Rifle, CO 81650
970-525-4533 (Voice)
970-625-9010 (Fax)
REMIT TO:PO BOX 309, RIFLE, CO 81650
Bill To: EAGLE COUNTY A/P
PO BOX 850
EAGLE, CO 81631
Deliver: EAGLE COUNTY A/P
PO BOX 850
EAGLE, CO 81631
QUOTATION
Date: 07/10/17
Bill To: EAGLECOUNTAP
Account: EAGLECOUNTAP
P/O #:
Ref ##: 6222
Terms: NET 30
Due:
FOB:
Technician: HOUSE ACCOUNT
Contact: RON
Phone: 970-328-8880
Fax:
Page
1
Line order
Ship B/O Item Numher Description
Unit Price Unit
Extension
1
1
1 0 ANNUAL MAINT / ANNUAL MAINT/1NSP FIRE EXTIN
7.000
EA
7.00
ANNUAL INSPECTION OF FIRE EXTINGUISHERS AT $7.00 EACH
2
1
1 0 RECH 2.5 DC / RECH DC 2 LB
15.000
EA
15.00
RECHARGE ON 2.5LB FIRE EXTINGUISHER
3
1
1 0 RECH 5 DC / RECH DC 5 LB
25.000
E.A.
25.00
RECHARGE ON SLB FIRE EXTINGUISHER
4
1
1 0 DC MAINT / DC MAINT ASSEMBLY/CHEM
12.000
EA
12.00
MAINT ASSEMBLY CHARGED WITH ANY RECHARGE FOR REPLACING
PARTS
5
1
1 0 NEW5ABC NEW / ANSUL ABC 5LB, AA05-1 3
63.000
EA
63.00
6
1
1 0 NEW2ABC NEW ANSUL ABC 2.5L8, A02VS
43.000
EA
43.00
7
1
1 0 SYS INSP 102 / SYS INSP/M TNT R 102
95.000
EA
95.00
EACH HOOD SYSTEM IS $95.00 THERE ARE HOOD PARTS THAT ARE
ADDED TO THIS TOTAL THEY WILL BE ABOUT $73.00
8
1
1 0 SYS INSP FM2 / SYS INSP/MAINT FM200
535.000
EA
535.00
9
1
1 0 HYDRO 5 DC / HYDRO DC 5 LB
16.000
EA
16.00
FIRE EXTINGUISHERS NEED TO 138 HYDRO TESTES EVERY 12 YEARS
FROM THE DATE OF MANUFACTURE
10
1
1 0 LABOR SY REG / LABOR SYS SP HAZ REG
95.000
HR
95.00
HOURLY RATE FOR WORK DONE ON HOOD SYSTEMS
11
1
1 0 LABOR SY REG / LABOR SYS SP HA2 REG
125.000
HR
125.00
HOURLY WORK DONE ON FM200 SYSTEMS
EXHIBIT
A
EX-IIBIT B
INSURANCE CERTIFICATE
10
G:L4WOxitract Fite 16raRsM i County Fire Protect ionMi County Fire Protea ion Agme" it. Aiin aI toubig, inspect ion and repair.CLEAN. 080117. docx
ACC & CERTIFICATE OF LIABILITY INSURANCE
FDATEIMANDDIYYYYI
08/18/17
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 have ADDITIONAL INSURED provisions or 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 rig hts to the certlflcate holder In IIou of such endorsements .
PRODUCER
BHA Inc dba Lighthouse Professionals
9606 S Kingston Court, Suite 150
Englewood, CO 80112
CONTACT
NAME: Administration
FHONE 720 880-5070 FPS Nol: 720 880-5077
ADORES& admin@_Ilahthouseprofessionals.com
INSURERCS) AFFORDING COVERAGE
NAIC a
INSURER A: Pinnacol Assurance
41190
INSURED
Employer Essentials Staffing LLC
384 Inverness Pkwy, Ste 250
Englewood, CO 80112
INSURER B
INSURER C:
INSURERD:
INSURERE:
INSURER F
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 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
L
TYPE OF INSURANCE
ADGL
URR
POLICY NUMBER
POLICY EFF
MMIDD1YYYY
POLICY EXP
MWDDrfM
LIMITS
CO M MERCIAL GENERAL LIABILITY
EACH OCCURRENCE S
DAMAGE TO RE )
CLAIMS -MADE F OCCUR
PREMISES E6 occurrence S
MED EXP [Any one person] S
PERSONAL & ADV INJURY S
GEN'L AGGR EGATE IJMIT APPLIES PER:
GENERAL AGGREGATE S
POLICY 0 jEC7 F7 LOC
PRODUCTS - COMPIOP AGG S
S
OTHER;
AUTOMOBILE
LIABILITY
COM 81N ED S I N61LE LIMIT S
Ea acridanti
BODILY INJURY (Per person) S
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Peraccldent) S
DAMAGE S
Peracddenl
HIRED NON-ONRJEDPROPERTY
AUTOSONLY AUTOS ONLY
S
UMBRELLA LAB
OCCUR
EACH OCCURRENCE S
AGGREGATE $
EXCESS LIAR
CLAIMS -MADE
DED RETENTIONS
S
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETORIPARTNERIEXECUTIVE
OFFICERWEMRER EXCLUDED?
(Mandatory In NH)
NIA
4173547
05101117
05/01/18
/ 5TATIJTE RH
X
E.L. EACH ACCIDENT $ 1,000,000
EL. DISEASE- EA EMPLOYEE $ 1,000,000
if yyees, descdbe under
DESGRIPTION OF OPERATIONS below
E. I. DISEASE- POLICY LIMIT $ i .000,000
DESCRIPTION 0P OPERATIONS I LOCATIONS I VEHICLES [ACORD 1071 Additional Remarks Schedule, may be attached If mora space Is required]
Ref: TO County Fire Protection, Inc., 3159 Baron Lane, Rifle, CO 81660-0309.
Evidence of Coverage
CERTIFICATE HOLDER CANCELLATION
Eagle County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
690 Broadway THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Eagle CO 81631 ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
_1123® jfhg% ACORN CORP EXHIBIT
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD I Ilr--� t
TRICOUN-01
KIMT01
T
.a►CaRo' CERTIFICATE OF LIABILITY INSURANCE
DAT
01412217!1201720/7 Y)
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 have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terns 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
cT Stacy A. Joeckel
T. Charles Wilson Insurance Service
384 Inverness Parkway Suite 170
Englewood, CO 80112
PRONE PAX
A>c, No. Ext): IA1c, No):
A' . sloockel@wllsonins.com
INSURERS AFFORDING COVERAGE NA1C q
0411812018DAMAGE
INSURER A: Everest Indemnity 10851
TO RENTED $ 50,000
INSURED
INSURER 6: Colorado Casualty Ins. Co. 41785
Trl County Fire Protection Inc.
P. 0. Box 309
INSURER C:
GENERAL AGGREGATE $ 2,D0D,O00
3159 Baron Ln
INSURER 0:
INSURER E:
Rifle, CO 81650-0309
INSURER F:
x
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 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
TYPE OF INSURANCE
ADDL
INSO
SUER
vivo
POLICY NUMaF,It
POLICY EFF
POLICY EXPLTR
LIMITS
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE FA] OCCUR
x
SIGLOO5505-171
04118!2017
0411812018DAMAGE
EACH OCCURRENCE $ 1,00,000
TO RENTED $ 50,000
MED EXP (Any one arson $ 5,000
PERSONAL &ADV INJURY $ 1,000,00
G E N'L AGGREGATE LIMIT APPLIES PER:
X POLICY � 5;R& 71 LOC
OTHER:
GENERAL AGGREGATE $ 2,D0D,O00
PRO DUCTS - DOM PIOPAGG S 2 DOD Doo
ERROR OMISSIONS $ Included
B
AUTOMOBILE
X
LIABILITY
ANY AUTO
AAUTOSDONLY AUUTNOSWu��EDp
AUTQ5 ONLY AUTO ONLY
x
BA4066056
1010112016
10/01/2017
CQMBINED SINGLE LIMIT $ 1,000 000
BODILY INJURY Per Person)S
BODILY I�NTyJJURY (Per accident) S
(Per ace ent AMAGE $
S
A
X
UMBRELLA LUIB
EXCESS LIAS
X
OCCUR
CLAIMS -MADE
SICCO02607.171
04/18/2017
04/1812018
EACH OCCURRENCE $ 1,000,00D
AGGREGATE $ 1,00,001)
DED I X I RETENTION$ 10,000
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y I N
ANY PROPRIETORIPARTNERIEKECUTIVE 0
QFanCaR ryEn BLit IXCLUDED7
[M d to i AIH
If yes, descrtbe under
DESCRIPTION OF OPERATIONS below
N 1 A
PER ❑TH-
ER
E, L. EACH ACCIDENT E
E.LDISEAS E-EAEMPLOYE S
E.L DISEASE- POLICY LIMIT S
DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES `ACDRD 101, Additional Remarks So hod ule, may be attached n more space Is raqulradl
Coverage Applies Per Policy Terns and Conditions.
If required by written contract, per the attached policy form, Eagle County, its associated or affiliated entities, its successors and assigns, elected officials,
employees, agents and Volunteers are included as additional insured as respects General Liability. If required by written contract, Eagle County, its
associated or affiliated entities, its successors and assigns, elected officials, employees, agents and Volunteers are included as additional insured as
respects auto liability per policy form 16.94 A(05107).
Eagle County
590 Broadway
Eagle, CO 81531
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
r'rrjr�ii��P
ACORD 25 (2015103) ®1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD