Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC17-419 Ruggs BenedictAGREEMENT FOR ON-CALL SERVICES
BETWEEN EAGLE COUNTY, COLORADO
AND
RUGGS BENEDICT, INC.
THIS AGREEMENT ("Agreement") is effective as of 12/13/2017by and between
Ruggs Benedict, Inc. a Colorado corporation (hereinafter "Contractor") and Eagle County, Colorado, a body
corporate and politic (hereinafter "County").
RECITALS
WHEREAS, County desires to contract for as needed purchases of flooring materials and on-call installation,
replacement and repair services for Eagle County owned properties (the "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 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the
Services.
K- 0111 a0LVA 8OL410
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 on-call services or work at the rates set forth in Exhibit A and in accordance
with a formal proposal for each on-call service to be provided by Contractor and approved by County in writing
("Services" or "Work"). Exhibit A is attached hereto and incorporated herein by reference. The Services shall be
performed in accordance with the provisions and conditions of this Agreement and shall include the provision of
flooring materials ("Materials") of County's choice, the installation of said Materials, and the replacement and repair
of flooring in the Properties. Installation services shall include removal and disposal of existing flooring and
replacement with the purchased Materials.
a. Contractor agrees to furnish the Services in accordance with the schedule established in each
proposal approved by County. If no completion date is specified, 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.
C. County shall have the right to inspect all Work and Materials prior to acceptance. 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 or cost to County i) take
the Materials back, ii} exchange, or iii} repair the Materials.
C17-419
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 1 I hereof, shall continue in full force and effect for a period of one year.
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 accordance
with the fee schedule set forth in Exhibit A- Prior to commencement of Services at any Property or Properties,
Contractor shall first provide County with a written estimate which shall include an estimate of the labor, materials
without any mark up and any additional costs necessary to perform the Services at a particular Property or
Properties. Each estimate must be approved by County's Representative prior to commencement of the Services by
Contractor and all rates shall be in accordance with the fee schedule set forth in Exhibit A- Total compensation for
all Services under this Agreement shall not exceed seventy five thousand dollars ($75,000). 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).
2
QAAA�WOxitmct FimI braRslkuggs Henedimx On-CaIhRupps BenedictoO Cal 1. Fm i lit ies.CLEAN. 102317.docx
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 perform the Services 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,
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.
3
QAAA�WOxitmct FimI DraRs\Ruggs Henedimx On-CaIhRupps BenedictoO Cal 1. Fm i lit ies.CLEAN. 102317.docx
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.
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: Ron Siebert
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
4
QAAA�WOxitmct FimI DraRs\Ruggs Henedimx On-CaIhRupps BenedictoO Cal 1. Fm i lit ies.CLEAN. 102317.docx
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
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.
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. 24-71.3401 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 or Properties, 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.
e. 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
5
QAAA�WOxitmct FimI braRslkuggs Henedimx On-CaIhRupps BenedictoO Cal 1. Fm i lit ies.CLEAN. 102317.docx
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.
Contractor warrants merchantability and fitness of the Materials for its intended use and purpose.
g. Contractor hereby represents and warrants that the Materials will be new and guarantees all
Materials against defects for a period of one (1) year from the date the Materials are accepted by County, or such
longer period as may be provided by the law or as otherwise agreed to by the parties.
h. All guarantees and warranties of Materials furnished to Contractor by any manufacturer or
supplier are for the benefit of County. If any manufacturer or supplier of any Material 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.
i. Contractor warrants that title to all Materials shall pass to County either by incorporation into the
County facility 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 County has
inspected and approved the same.
j. 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 which existed prior to or during the period of any guarantee or
warranty provided in this Agreement; and
ii. Any damage to any property caused by such defects or the repairing of such defects.
k. 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.
1. 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.
In. 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.
n. 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.
o. 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.
5
QAAA�WCantract FimI braRs'Ruggs Henedimx On-CaIhRupps BenedictoO Cal 1. Fm i lit ies.CLEAN. 102317.docx
P. 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.
q. 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.
r. 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.
s. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
t. 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.
U. 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 CRS. 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. 5-17.5-1Ot, 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:
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:
https://www.uscis.gov/e-verify
7
QAAA�WOxitmct FimI braRslkuggs Henedimx On-CaIhRupps BenedictoO Cal 1. Fm i lit ies.CLEAN. 102317.docx
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.
e. 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-IO2(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
QAAA�WCantract FimI braRslkuggs Henedimx On-CaIhRupps BenedictoO Cal 1. Fm i lit ies.CLEAN. 102317.docx
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
Attest s;, ,..oa.w
By:
-------------
Regina O'Brien, Clerk to the Board
COUNTY OF EAGLE, STATE OF COLORADO, B y and
Through Its BOARD OF COUNTY COMMISSIONERS
By:
dillian H. Ryan, Chair
CONTRACTOR:
RUGGS BENFT)TCT_ TNC'_
By----- __,--
Print Name: Mandy Benedict
Title:
operations manager
9
QAAA�WOxitmct FimI braRs\ku"s Henedimx On-CaIhRupps BenedictoO Cal 1. Fx i lit ies.CLEAN. 102317.docx
10/5/2017 Eagle County Government Mail- Install Prices 2018
=,,�,a* Ron Siebert <ron.siebert@eaglecounty.us>
EAGLE COIJ
dil
Install Prices 2018
1 message
Mandy Benedict <mandy@ruggsbenedict.com> Thu, Oct 5, 2017 at 10:40 AM
To: Ron Siebert <ron.siebert@eaglecounty.us>
Hello Ron,
Standard Carpet Installation: $.951sf
Standar Furniture Moving: $.251sf
Standard Take-up Disposal: $.301sf
Repairs: T & M $65.00/hour plus materials
Thank you so much for your business.
Kind Regards,
Mandy
Mandy Benedict
810 Nottingham Road, P.O. Box 830, Avon, CO
81620
970.949.5390: fax 970.949.6082
mandy@ruggsbenediet.com
www.ruggsbenedict.com
RUGGS BENEDICT
We Know Floors •
Fan Us on
Facebcck
EXHIBIT
A
https:llmail.googIe.comlmaillu101?ui=2&ik=17ba421fe7&jsver-khUFN0KniXg.en. &view=pt&sear ch=inbox&th=15eed689fa 82551e&simI=I5eed689fa82--- 111
Nov 201703:03p Ruggs Benedict 9709496082 p.1
CERTI
THIS CERT€FICATE IS ISSUED AS A MAI
CERTIFICATE DOES NOT AFFIRmATIVEL
BELOW, THIS CERTIFICATE DF INSUFL
REPRESENTATIVE OR PRODUCER, AND 7
IMPORTANT: If the certificate holder Is an
the terms and conditions of the policy, cel
Certificate holder in Neu of such endomem
PRODUCTR
Parallel Concepts Inc.
2325 Dean St., Suite 650
St. Charles IL 60175
WSURE'D
Ruggs Benedict inc
Ruggs No 3, LLC
Po Box 830
Avon CO 81620
COVERAGES CEH
THIS IS TO CERTIFY THAT THE POLICIEE
INDICATED. AIOTVJITHSTANDING ANY Rl
CERTIFICATE MAY BE ISSUED OR MAY
ExcLUSIONSAND CONDITIONS OF SUCH
11.9 TYPE OF INSLIRIIHCti<
TR
A IENERAL LtASILITY
X GGMMERCIAL GENERAL LIAStUTY
CLAIMS -MADS OCCUR
1 GFJJL AGGREGATE UMMAPPLIES PER:
AUTOMOBILE LIAiiILM
ANY AUTO
ALL OWNED SCHEDULE?
AUTOS ALITN �
NON -OWNED WNEO
HIRED AUTOS , i AUTOS
C !
UMBRELLA LUM Ix OCCUR
EXCESS LAB I—{I CLAthISm-MAOE
DED I X I RETENTION 10,000
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y r N
ANY PROPR1EToR1PAWMER'7LL%,u I WE ❑
❑FFICERWEMSER 3C UVED9
IMandatoryIn NH]
If ve& doscrlbe under
DATE [MNUDDIYYYYI
ICATE OF LIABILITY INSURANCE 12122/201
'ER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
( OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
NCE DOES NCT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
1E CERTIFICATE HOLDER.
appITIONAL INSURED, the policypes) must be endorsed. If SUBROGATION IS WAIVED, subject to
aln policies may require an endorsement. A statement an this certificate does not confer rights to the
0L�
-E NUMBER: 825570144 REVISION NUMBER:
}RANCE L15TED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
ENT, TERM OR CONDIAON OF ANY CONTRACT CR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
3. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
Fol~ , Pnury Epy POLICY EXP
BK855-r23321
BASS5429681
1WZ01T
112!2016
1121F317 114'212018
I
1/212017 1 102018
Ltu n3
1=31
EA�CHOCOURRENCE 91,004,000
[ OIVMR6E TO RENTQ S300,1000
�ED FJ{P A y one person
$1500000 S 000
PERSONAL SADV:NJL'RY
31100G,000
G. ENE M—AGGREGATE 520017.000
PRODUCTS-I01Aplop AGG 32007,000
C a' BINED SIN3L LIM T 1 000,OD�
BODILY INJURY (Per pe-Spl) $
BODILY INJUR" [Per acadalit) S
PROPERTYIAGE
OPRnl
-
S
EACH 9COt RRENCE Se,DCO,000
AGGREGATE S2,00D,000
5
ITH-
WC sTATU- ]STH-
TOR!' IIJITS =
E.t. EACH Acc1DENr 5
- -_
DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHIC {Attach Ace RD 101, Additional RemarM Schedule. If more apace is required€
Certificate Bolder is include as an additional insured on the general liability when required by
written contract.
Eagle County Government
PO Box 850
Eagle CO 61631
United States
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHC RILED REP RESENTATIY E
®198&2010 ACORD
ACORD 25 (2010105) I The ACOR13 name and logo are registered marks of ACORD
EXHIBIT
LO]
11/21/2417 8:45:25 AM
Faxserver FaxserverOO2 Page 3
11
ACCORaCERTIFICATE OF LIABILITY INSURANCE 111,2917
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 CertMCate do as not confer ri hts to the certificate holder
1n lieu of such endorsements .
PRODUCER
Aon Risk SaNess, Inc of Florida
CONTACT
NAME: Aon Risk Services, Inc of Florida
PHONE FAX
AfC N Extj: 800-743-8130 A1C No): 800-522-7514
Miar i, FIL3ll Bay Drive, Suite#1100
Miami, FL 33131 X937
EMAIL
ADDRESS: ADP,COI,Center@Aon.com
EACH OCCURRENCE $
INSURER(S) AFFORDING COVERAGE NAIC#
MED EXP (Any one n $
INSURER A: New Hampshire Ins Co 23841
PERSONAL & ADV INJURY $
INSURED
ADP TotalSoume W M. LLC
INS URER a :
INSURERC ;
102M Sunset Drive
Miami, FL 33173
INSURERD ;
ALTERNATE EMPLOYER
Ruggs Na 3 LLC DBA Ruggs Ban edict
810 Nottingham 30
Road P.O. Box 8
INSURER E
INSURER F
Avon, CO 81620
COVERAGES CERTIFICATE NUMBER: 1819510 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 WfTH 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 5LICH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIPA'ITS SI -I AIVI APL 1'N: P.ECUESTE0,
INSTYpE
LTR
OF INSURANCE
ADOL
INSR
SUBR
WVD
POLICY NUMBER
POLICY EFF
M
POLICY EXP
WDWMY
OMITS
an dtL6A &Awa.aA, 9.ac �+tirirs
COMMERCIAL GENERAL LIABILITY
CLAIMS-MADE❑OCCUR
EACH OCCURRENCE $
=I -TO RENTED
PREMISES Ea occummoe $
MED EXP (Any one n $
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER
POLICY F] PROJECT [:] LOC
OTHER
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
$
AUTOMOBILE LIABILITY
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
a accident $
BODILY INJURY(Per person $
BODILY INJURY(Per amiftl $
PROPERTY DAMAGE
eraccidant $
$
UMBRELLALIAB
EXCESS LIAB
OCCUR
CLAIMS -MADE
FACH OCCURRENCE $
AGGREGATE $
DEC I I RETENTION $
A
WORKERS COMPENSATION
AND EMPLOYE RS' UAAILITY YIN
ANY PROPRIETOFUPARTNERIEXECLlrNE
OFFIGERIM EMBER EXCLUDED?
(Mandatory in NH)
If yes, de mbe under
DESCRIPTION OF OPERATIONS below
NIA
WC 028180309 CO
07/01/17
07/01/18
X PEROTH-
STATUTE ER
E.L. EACH ACCIDENT $ 2,000,000
E.L. DISEASE - EA EMPLOYUJ $ 2,000,000
E.L DISEASE - POUCY LIMIT S 2,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES (ACORD 101, Additional Remarks 8chaduIa. may be attached if more apace Is req ulred)
All worksite employees worlang for RUGGS NO.3 LLC DBA RUGGS BENEOICT, peld under ADP TOTALSOURCE. INC.'s payrol , ara covered under the above elated pol cy. RUGGS NO, 3 LLC DBA
RUGGS BENEDICT is an eltemale employer under this policy.
CERTIFICATE HOLDER CANCELLATION
Eagle County Government
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
PO Box 850
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DIEUVERE D IN
Eagle, 0081831
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
an dtL6A &Awa.aA, 9.ac �+tirirs
® 1988 OI5 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD