Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC21-366 EC Kat SolutionsDocuSign Envelope ID: D77C1AC5-ECA9-4455-94C6-OB7E462AF4E5
AGREEMENT FOR SERVICES
BETWEEN EAGLE COUNTY, COLORADO
AND
KAT SOLUTIONS, LLC D/B/A JLM TIRE
THIS AGREEMENT ("Agreement") is effective as of January 1, 2022 by and between Kat Solutions, LLC d/b/a
JLM Tire, a Colorado limited liability company (hereinafter "Contractor"), and Eagle County, Colorado, a body
corporate and politic (hereinafter "County").
RECITALS
WHEREAS, the County desires to hire Contractor to haul and recycle waste tires collected at the Eagle County
Waste Tire Facility (the "Project") located at 815 Ute Creek Road, Wolcott, Colorado (the "Property"); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and
experience necessary to provide the 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, 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 until December 31, 2022 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 and when Contractor
is available to provide the Services. 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 Solid Waste & Recycling 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 31 st day of December,
2022.
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.
DocuSign Envelope ID: D77C1AC5-ECA9-4455-94C6-OB7E462AF4E5
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 $50,000.00. 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 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X,
Sec. 20).
A 3% increase for all fees shall be allowed with each yearly extension.
6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the
particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for
the performance of any of the Services or additional services without County's prior written consent, which may be
withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all
personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom
County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each
subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be
bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and
responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not
the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and
2
Eagle County Landfill General Services Final
DocuSign Envelope ID: D77C1AC5-ECA9-4455-94C6-OB7E462AF4E5
Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its
agents, employees, and subcontractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor's sole cost and expense, the following
insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
Workers' Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined
bodily injury and property damage liability insurance, including coverage for owned, hired, and non -owned
vehicles.
iii. Commercial General Liability coverage to include premises and operations,
personal/advertising injury, products/completed operations, and 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.
V. Contractor is not entitled to workers' compensation benefits except as
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage
is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax
on any monies 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 its employees, agents, 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
3
Eagle County Landfill General Services Final
DocuSign Envelope ID: D77C1AC5-ECA9-4455-94C6-OB7E462AF4E5
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
Contractor shall further indemnify and hold harmless County and any of its officers, agents, and employees
("Indemnitee") against any losses, claims, damages or liabilities, costs, or expenses including, without limitation,
interest, penalties, and reasonable attorney fees and reasonable expenses of investigation and remedial work
(including investigations and remediation by engineers, environmental consultants and similar technical personnel)
asserted against or imposed upon or incurred by Indemnitee arising in connection with, or resulting from, any
environmental law, including but not limited to, any use, generation, storage, spill, release, discharge, or disposal of
any hazardous substance to the extent caused by Contractor or any of its employees, agents or subcontractors
hereunder.
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 Solid Waste & Recycling
Attention: Jesse Masten
815 Ute Creek Road
Post Office Box 473
Wolcott, CO 81655
Telephone: 970-328-3472
Facsimile: 970-32 8-3466
E-Mail: jesse.masten@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-328-8685
Facsimile: 970-3 28-8699
E-Mail: atty@eaglecounty.us
CONTRACTOR:
Kat Solutions LLC d/b/a JLM Tire
Attention: Heather Buffington
161 Southern Road
Pagosa Springs, CO 81147
4
Eagle County Landfill General Services Final
DocuSign Envelope ID: D77C1AC5-ECA9-4455-94C6-OB7E462AF4E5
(970) 507-1020
jlmtire@yahoo.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, interpreted under, and governed by
the laws of the State of Colorado.
13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same
instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following
two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or
facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized
signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of
electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the 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 it 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
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.
5
Eagle County Landfill General Services Final
DocuSign Envelope ID: D77C1AC5-ECA9-4455-94C6-OB7E462AF4E5
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.
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.R.S. 24-76.5-103 prior to the effective date of this
Agreement.
15. Prohibitions on Government Contracts. As used in this Section 15, the term undocumented individual will
refer to those individuals from foreign countries not legally within the United States as set forth in C.R.S. 8-17.5-
101, et. seq. If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. 8-17.5-101, et.
seq., and this Agreement. By execution of this Agreement, Contractor certifies that it does not knowingly employ or
contract with an undocumented individual who will perform under this Agreement and that Contractor will
participate in the E-verify Program or other Department of Labor and Employment program ("Department
Program") in order to confirm the eligibility of all employees who are newly hired for employment to perform
Services under this Agreement.
a. Contractor shall not:
6
Eagle County Landfill General Services Final
DocuSign Envelope ID: D77C1AC5-ECA9-4455-94C6-OB7E462AF4E5
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-verif
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.
8-17.5-102(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.
7
Eagle County Landfill General Services Final
DocuSign Envelope ID: D77C1AC5-ECA9-4455-94C6-OB7E462AF4E5
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: 5Docu Signed by:
S('a
Jeff Shro , MAlftgcr
CONTRACTOR:
Docu Signed by:
By:
71 DAE599D13
Print Name: Heat e r Bu i ngton
Title: owner
Eagle County Landfill General Services Final
DocuSign Envelope ID: D77C1AC5-ECA9-4455-94C6-OB7E462AF4E5
EXHIBIT A
SCOPE OF SERVICES, SCHEDULE, FEES
Eagle County Landfill General Services Final
DocuSign Envelope ID: D77C1AC5-ECA9-4455-94C6-OB7E462AF4E5
Kat Solutions LLC, JLM Tire
8/30/2021
To Whom it may concern
EAGLE COUNTY SOLID WASTE & RECYCLING
815 Ute Creek Road
Wolcott, CO 81655
We would like to submit this proposal in regard to your RFP for Waste tire hauling &
disposal. We are well qualified to provide this service. We have been providing service
to Eagle County Solid Waste for the past 3 years and hope to continue our working
relationship. We are registered with the Colorado Department of Public Health and
Environment to haul waste tires. All tires will be taken to Geocycle, LLC. 1170 Transit
Drive, Colorado Springs, CO 80903 for recycle. We meet all insurance requirements.
Our pricing for the services to clean up tires will be as follows:
Passenger Vehicle tires up through 19.5 $4.25
Semi & Large Skid (12-16.5) tires $12.00
Super Single tires (315 & up) $15.00
Tractor tires (Up to 200lbs.) $35.00
All tires with rims are double the above prices.
Thank you for the opportunity to offer our services. We hope to continue to be
of service to Eagle County Solid Waste & Recycling.
Thank You, Brandon & Heather Buffington
11�1 r11:�q
161 SOUTHERN ROAD, PAGOSA SPRINGS CO 81147
(970) 507-1020 JLMTIRE@YAHOO.COM
DocuSign Envelope ID: D77C1AC5-ECA9-4455-94C6-OB7E462AF4E5
L►V 011:3Y1�:?
INSURANCE CERTIFICATE
10
Eagle County Landfill General Services Final
DocuSign Envelope ID: D77C1AC5-ECA9-4455-94C6-OB7E462AF4E5
,a►�ofz,o� CERTIFICATE OF LIABILITY INSURANCE DATE(MWDf)NYYY)
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 INSURERS), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER,
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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 endor5ement(s).
PRODUCER
CONTACT Employee Default
NAME'
The Ahbe Group
aMe°NN Exe (303) 799-8112 ue, No): (303) 799614
7167 5 Alton Way
E-MAIL
ADDRESS:
INSURERIS) AFFORDING COVERAGE
NAIC #
Centennial CO 80112-2112
INSURERA: RT Specially LLC
INSURED
INSURER13: Progressive
Kat Solutions, DBA: JLM Tires
INSURERC:
161 SOUTHERN RD
INSURER D
INSURER E :
PAGOSASPRIINGS GO 81147-0000
INSURERF;
COVERAGES CERTIFICATE NUMBER: CL2022008021 REVISION NUMBER:
THIS IS TO CERTIFY THATTHE 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 MAYBE 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
LTR
TYPE OF INSURANCE
ADDLSUBR
INSD
WVD
POLICYNUMBER
POLICY EFF
MWDDIYY
POLICY EXP
MMIDD
LIMITS
X
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE OCCUR
EACH OCCURRENCE
S
M N
PREMISES Ea oLCurrenc?
S Q 0,000
MED FXP (Any one person)
$ 5,000
PERSONAL&ADV INJURY
S 1,000,000
A
3AA380485
01 /27/2021
01 /27/2022
GEN'LAGGREGATE LIMITAPPLIES PER:
X POLICY ❑ JECT LOC
GENERAL AGGREGATE
5 2,000,000
PRODUCTS -COMPIOPAGG
S INCLUDED
$
OTHER
AUTOMOBILE
LIABILITY
CEOaB(cNdED SINGLE LIMIT
5 1,000,000
BODILY INJURY (Per person)
$
ANYAUTO
01705079.0
B
X
OA TU OED AU-fOSU�
03/01/2021
03/01/2022
BODILYINJURY(Peracddenl)
Z
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
PROPERTY DAMAGE
Per acrident
$
5
UMBRELLALIAB
OCCUR
EACH OCCURRENCE
5
AGGREGATE
5
EXCESS LIAR
CLAIMS -MADE
DED I I RETENTION S
5
WORKERS COMPENSATION
PER OTH-
ANDEMPLOYERS'LIABILITY YIN
STATUTE I I ER
E L. EACH ACCIDENT
5
ANY PROPRIETOR,PARTNEWEXEGUTIVE
OFFICER/MEMerR EXCLUDED?
NIA
E.L. DISEASE - EA EMPLOYEE
$
(Mandatory In NH)
If yes, describe under
E.L. DISEASE - POLICY LIMIT
5
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is rocruirod)
Eagle County, its associated Or affiliated entities, its successors and assigns, elected officials emplyees, agents and
volunteers are Additional insureds under the comercial general liability and automobile liabilit policies of insured,
but only with respect to its liability arising out of the activities of the Named Insured..
LCRIIr-$-. r1WLUMM
Eagle County
Solid Waste and Recycling Department
PO Box 473
Wolcott, CO 81656
SHOULD ANY OF THE A90VE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
.drew
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD