Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC24-327 Bud's SignsAGREEMENT FOR PROCUREMENT
AND INSTALLATION SERVICES BETWEEN
EAGLE COUNTY, COLORADO
AND
BUD’S SIGNS, INC.
THIS AGREEMENT (“Agreement”) is effective as of _________________ by and between Bud’s Signs,
Inc. a Colorado Corporation (hereinafter “Contractor”), and Eagle County, Colorado, a body corporate
and politic (hereinafter “County”).
RECITALS
WHEREAS, County desires to utilize Contractor to supply and install exterior directional signs (the
“Project”) at the Eagle County Building located at 500 Broadway, Eagle, Colorado (the “Property”); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill,
expertise, and experience necessary to provide the equipment, materials and installation services as set
forth below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection
with the procurement of equipment, materials, and services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and
County agree as follows:
1. Services or Work. Contractor agrees to procure the materials, equipment and/or products
(“Equipment”) necessary for the Project and agrees to diligently provide all services, labor, personnel,
and materials necessary to perform and complete the procurement and installation services described in
Exhibits A and B (“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 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 B 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 Equipment. Inspection and acceptance shall not
be unreasonably delayed or refused. In the event County does not accept the Equipment for any reason in
its sole discretion, then Contractor shall upon County’s request and at no charge to County:
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
8/6/2024
2
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
2. County’s Representative. The Facilities Management Department’s designee shall be
Contractor’s contact with respect to this Agreement and performance of the Services.
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and
subject to the provisions of paragraph 11 hereof, shall continue in full force and effect until the Project is
deemed complete by the Facilities Management Department’s designee.
4. Extension or Modification. Any amendments or modifications shall be in writing signed by both
parties. No additional services or work performed by Contractor shall be the basis for additional
compensation unless and until Contractor has obtained written authorization and acknowledgement by
County for such additional services in accordance with County’s internal policies. Accordingly, no
course of conduct or dealings between the parties, nor verbal change orders, express or implied
acceptance of alterations or additions to the Services, and no claim that County has been unjustly enriched
by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of
any increase in the compensation payable hereunder. In the event that written authorization and
acknowledgment by County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contractor’s rights with respect to such additional services shall be
deemed waived and such failure shall result in non-payment for such additional services or work
performed.
5. Compensation. County shall compensate Contractor for the Equipment and performance of the
Services in a sum computed and payable as set forth in Exhibit B. Compensation for the Equipment and
performance of the Services under this Agreement shall not exceed ninety-one thousand, eight
hundred fifty dollars ($91,850.00). In the event Contractor and County agree upon the need for
additional services beyond those described in Exhibits A and B, 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. Total compensation under this Agreement shall not exceed one hundred thousand dollars
($100,000.00) without a written amendment to this Agreement. 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 Equipment and Services satisfactorily performed within thirty
(30) days of receipt of a proper and accurate invoice from Contractor. Contractor shall invoice County
for the down payments identified in Exhibit B. 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
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
3
Equipment or Services for which payment was made were not provided or performed as set forth in this
Agreement, then upon written notice of such determination and request for reimbursement from County,
Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this
Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County.
c. County will not withhold any taxes from monies paid to the Contractor hereunder and
Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to
payments made pursuant to the terms of this Agreement.
d. Notwithstanding anything to the contrary contained in this Agreement, County shall have
no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any
period after December 31 of any year, without an appropriation therefor by County in accordance with a
budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the
Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the
TABOR Amendment (Colorado Constitution, Article X, Sec. 20).
6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any
subcontractor agreements for the performance of any of the Services or additional services without
County’s prior written consent, which may be withheld in County’s sole discretion. County shall have
the right in its reasonable discretion to approve all personnel assigned to the subject Project during the
performance of this Agreement and no personnel to whom County has an objection, in its reasonable
discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by
County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor
by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities
which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the
obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and
Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions
of its agents, employees and subcontractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and expense, the
following insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
i. Workers’ Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each accident
combined bodily injury and property damage liability insurance, including coverage for owned, hired, and
non-owned vehicles.
iii. Commercial General Liability coverage to include premises and operations,
personal/advertising injury, products/completed operations, broad form property damage with limits of
liability not less than $1,000,000 per occurrence and $1,000,000 aggregate limits.
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
4
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 C.
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 or any
of its subcontractors hereunder; and Contractor shall reimburse County for reasonable attorney fees and
costs, legal, and other expenses incurred by County in connection with investigating or defending any
such loss, claim, damage, liability, or action. This indemnification shall not apply to claims by third
parties against the County to the extent that County is liable to such third party for such claims without
regard to the involvement of the Contractor. This paragraph shall survive expiration or termination
hereof.
9. Ownership of Documents. All documents (including electronic files) and materials obtained
during, purchased or prepared in the performance of the Services shall remain the property of the County
and are to be delivered to County before final payment is made to Contractor or upon earlier termination
of this Agreement. Further, Contractor shall execute any bill of sale or other documents required by
County to transfer title of the Equipment to County. Contractor shall provide copies of any instruction or
operations or care manuals and shall further provide copies of any manufacturers’ warranties associated
with the Equipment.
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
5
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 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
3289 Cooley Mesa Road
Gypsum, CO 81637
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-8881
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
E-Mail: atty@eaglecounty.us
CONTRACTOR:
Bud’s Signs, Inc.
Attention: Paul Schritter
1010 Pitkin Ave.
Grand Junction, CO 81501
Telephone: 970-245-7700
E-Mail: paul@buds-signs.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,
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
6
which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and
interpreted under and shall be governed by the laws of the State of Colorado.
13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or
more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the
same instrument. The parties approve the use of electronic signatures for execution of this Agreement.
Only the following two forms of electronic signatures shall be permitted to bind the parties to this
Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the
image of the signature of an authorized signer inserted onto PDF format documents. All documents must
be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform
Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the intended purpose and use of the Equipment,
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 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 Equipment and/or Services shall not relieve Contractor of
any of its responsibilities. Contractor shall perform the Services in a skillful, professional, and competent
manner and in accordance with the standard of care, skill, and diligence applicable to contractors
performing similar services. Contractor represents and warrants that it has the expertise and personnel
necessary to properly perform the Services and shall comply with the highest standards of customer
service to the public. Contractor shall provide appropriate supervision to its employees to ensure the
Services are performed in accordance with this Agreement. This paragraph shall survive termination of
this Agreement.
f. Contractor hereby represents and warrants that the Equipment will be new and will
perform the Services in a good and workmanlike manner and guarantees all Work against defects in
materials or workmanship for a period of one (1) year from the date the Work is accepted by County, or
such longer period as may be provided by the law or as otherwise agreed to by the parties.
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
7
g. All guarantees and warranties of Equipment furnished to Contractor or any subcontractor
by any manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any
Equipment furnishes a guarantee or warrantee for a period longer than one (1) year, then Contractor’s
guarantee or warrantee shall extend for a like period as to such Equipment.
h. Contractor warrants that title to all Work and Equipment shall pass to County either by
incorporation into the Property or upon receipt by Contractor of payment from County (whichever occurs
first) free and clear of all liens, claims, security interests, or encumbrances. Contractor further warrants
that Contractor (or any other person performing Work) purchased all Equipment free and clear of all
liens, claims, security interests, or encumbrances. Notwithstanding the foregoing, Contractor assumes all
risk of loss with respect to the Equipment until the Equipment is installed and County has inspected and
approved the same.
i. Within a reasonable time after receipt of written notice, Contractor shall correct at its
own expense, without cost to County, and without interruption to County:
i. Any defects in materials or workmanship which existed prior to or during the
period of any guarantee or warranty provided in this Agreement; and
ii. Any damage to any other Work or property caused by such defects or the
repairing of such defects.
j. Guarantees and warranties shall not be construed to modify or limit any rights or actions
County may otherwise have against Contractor in law or in equity.
k. Contractor agrees to work in an expeditious manner, within the sound exercise of its
judgment and professional standards, in the performance of this Agreement. Time is of the essence with
respect to this Agreement.
l. This Agreement constitutes an agreement for performance of the Services by Contractor
as an independent contractor and not as an employee of County. Nothing contained in this Agreement
shall be deemed to create a relationship of employer-employee, master-servant, partnership, joint venture,
or any other relationship between County and Contractor except that of independent contractor.
Contractor shall have no authority to bind County.
m. Contractor represents and warrants that at all times in the performance of the Services,
Contractor shall comply with any and all applicable laws, codes, rules, and regulations.
n. This Agreement contains the entire agreement between the parties with respect to the
subject matter hereof and supersedes all other agreements or understanding between the parties with
respect thereto.
o. Contractor shall not assign any portion of this Agreement without the prior written
consent of the County. Any attempt to assign this Agreement without such consent shall be void.
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
8
p. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto
and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all
rights and obligations hereunder are reserved solely for the parties, and not to any third party.
q. No failure or delay by either party in the exercise of any right hereunder shall constitute a
waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding
breach.
r. The invalidity, illegality, or unenforceability of any provision of this Agreement shall not
affect the validity or enforceability of any other provision hereof.
s. The signatories to this Agreement aver to their knowledge no employee of the County has
any personal or beneficial interest whatsoever in the Services or Property described in this Agreement.
The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree
with the performance of the Services and Contractor shall not employ any person having such known
interests.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
9
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: ______________________________
Jeff Shroll, County Manager
CONTRACTOR
BUD’S SIGNS, INC.
By: _____________________________________
Print Name: ______________________________
Title: ___________________________________
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
Sales
Paul Schritter
10
EXHIBIT A
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
SIGNAGE PROPOSAL
MAY 2024
Capitol & 5th Ave
Entrance
500 & 590 BROADWAY
Administration
Administración
Building Permits & Planning
Permisos de construcción y planificación
Elections & Voter Services
Elecciones y servicios para votantes
P Motor Vehicle Services
Servicios de vehículos motorizados
Property Tax
Impuestos sobre la propiedad
Recording & Marriage Licenses
Registros y licencias de matrimonio
551 BROADWAY
Public Health & Environment
Salud Pública y Salud Ambiental
Human Services
Servicios Humanos
ONE WAY SENTIDO ÚNICO
YOU ARE HEREUSTED ESTÁ AQUÍ
EXHIBIT ADocusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
500 & 590 BROADWAY
Administration
Administración
Building Permits & Planning
Permisos de construcción y planificación
Elections & Voter Services
Elecciones y servicios para votantes
P Motor Vehicle Services
Servicios de vehículos motorizados
Property Tax
Impuestos sobre la propiedad
Recording & Marriage Licenses
Registros y licencias de matrimonio
551 BROADWAY
Public Health & Environment
Salud Pública y Salud Ambiental
Human Services
Servicios Humanos
ONE WAY SENTIDO ÚNICO
YOU ARE HERE
USTED ESTÁ AQUÍ
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
SIGNAGE PROPOSAL
MAY 2024
5th Ave and Broadway
Entrance
500 & 590 BROADWAY
Administration
Administración
Building Permits & Planning
Permisos de construcción y planificación
Elections & Voter Services
Elecciones y servicios para votantes
Motor Vehicle Services
Servicios de vehículos motorizados
Property Tax
Impuestos sobre la propiedad
Recording & Marriage Licenses
Registros y licencias de matrimonio
551 BROADWAY
Public Health & Environment
Salud Pública y Salud Ambiental
Human Services
Servicios Humanos
ONE WAY SENTIDO ÚNICO
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
SIGNAGE PROPOSAL
MAY 2024
5th Ave and Broadway
Entrance
500 & 590 BROADWAY
Administration
Administración
Building Permits & Planning
Permisos de construcción y planificación
Elections & Voter Services
Elecciones y servicios para votantes
Motor Vehicle Services
Servicios de vehículos motorizados
Property Tax
Impuestos sobre la propiedad
Recording & Marriage Licenses
Registros y licencias de matrimonio
551 BROADWAY
Public Health & Environment
Salud Pública y Salud Ambiental
Human Services
Servicios Humanos
ONE WAY SENTIDO ÚNICO
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
SIGNAGE PROPOSAL
MAY 2024
6th Ave and Broadway
Entrance
ONE WAY SENTIDO ÚNICO
500 & 590 BROADWAY
Administration
Administración
Building Permits & Planning
Permisos de construcción y planificación
Elections & Voter Services
Elecciones y servicios para votantes
Motor Vehicle Services
Servicios de vehículos motorizados
Property Tax
Impuestos sobre la propiedad
Recording & Marriage Licenses
Registros y licencias de matrimonio
551 BROADWAY
Public Health & Environment
Salud Pública y Salud Ambiental
Human Services
Servicios Humanos
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
SIGNAGE PROPOSAL
MAY 2024
6th Ave and Broadway
Entrance
ONE WAY SENTIDO ÚNICO
500 & 590 BROADWAY
Administration
Administración
Building Permits & Planning
Permisos de construcción y planificación
Elections & Voter Services Elecciones y servicios para votantes
Motor Vehicle Services
Servicios de vehículos motorizados
Property Tax
Impuestos sobre la propiedad
Recording & Marriage Licenses
Registros y licencias de matrimonio
551 BROADWAY
Public Health & Environment
Salud Pública y Salud Ambiental
Human Services
Servicios Humanos
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
SIGNAGE PROPOSAL
MAY 2024
OCH Front Door
PUBLIC HEALTH
& ENVIRONMENT
SALUD PÚBLICA Y
SALUD AMBIENTAL
Birth & Death Certificates
Actas de nacimiento y defunción
Food Licensing
Licencias de alimentos
Vaccinations
Vacunas
WIC
WIC
HUMAN SERVICES
SERVICIOS HUMANOS
Child Support Services
Servicios de manutención infantil
Public Assistance Programs
Programas de asistencia pública
551 BROADWAY
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
SIGNAGE PROPOSAL
MAY 2024
OCH Front Door
PUBLIC HEALTH
& ENVIRONMENT
SALUD PÚBLICA Y
SALUD AMBIENTAL
Birth & Death Certificates
Actas de nacimiento y defunción
Food Licensing
Licencias de alimentos
Vaccinations
Vacunas
WIC WIC
HUMAN SERVICES
SERVICIOS HUMANOS
Child Support Services
Servicios de manutención infantil
Public Assistance Programs
Programas de asistencia pública
551 BROADWAY
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
Employee Only Entrance
Entrada solo para empleados
SIGNAGE PROPOSAL
MAY 2024
Pedestrian Signs
5TH AVE & B’WAY 6TH AVE & B’WAY COURTYARD DOOR
Public Health & Environment
Salud Pública y
Salud Ambiental
Human Services
Servicios Humanos
Public Health & Environment Salud Pública y Salud Ambiental
Human Services
Servicios Humanos
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
SIGNAGE PROPOSAL
MAY 2024
Drive Sign
Public Health & Environment Salud Pública y
Salud Ambiental
Human Services Servicios Humanos
5TH AVE BETWEEN
B’WAY & CAPITAL
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
SIGNAGE PROPOSAL
MAY 2024
500 Broadway
Standoff Lettering
500
BROADWAY
500
BROADWAY
500
BROADWAY
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
SIGNAGE PROPOSAL
MAY 2024
590 Broadway
Standoff Lettering
590
BROADWAY
590 BROADWAY
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
SIGNAGE PROPOSAL
MAY 2024
551 Broadway
Standoff Lettering
551
BROADWAY
551
BROADWAY
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
11
EXHIBIT B
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
r of "'
m
Page No. Pages
1040 Pitkin Ave.
Grand Junction, Colorado 81501 PROPOSAL AND
970-245-7700 ACCEPTA NC E
PROPOSAL SUBMITTED TO PHONE I DATE 07-08-2024 Eagle County 9970-445-7718
STREET JOB NAME
500 Broadway Campus Monument siQns
CITY, STATE AND ZIP CODE JOB LOCATION
EaQle CO
ARCHITECT I DATE OF PLANS
jan.miller@eaglecounty.us I JOB PHONE
We hereby submit specifications and estimates for:
All Labor and Materials for the following :
3 -6'8"X9'6" monument sign including 2' tall brick faced base to match bricks on the building. All additional
specifications on attached sheet.
Labor to excavate foundations, place rebar, 4" tube support pole and concrete . Labor to install sign cabinet assembly
TOTAL: ( any applicable taxes to be added to final invoice) $ 22,000 .00\unit $66,000.00
We Propose hereby to furnish material and labor -complete in accordance with above specifications for the sum of:
***** Sixty Six Thousand and 00\ 100 ***** 66,000.00
dollars($ ).
b d f II 50% down balance due upon completion Payment to e ma e as o ows :
All material is guaranteed to be as specified. All work to be completed in a workmanlike
Authorized Pout §clvtiltelt manner according to standard practices. Any alteration or deviation from above
specifications involving extra costs will be executed only upon written orders, and will Signature
become an extra charge over and above the estimate. All agreements contingent upon
30 strikes, accidents or delays beyond our control. Owner to carry fire, tornado and other Note:This proposal may be
\... necessary insruance. Our workers are fully covered by Workmen's compensation insurance. withdrawn by us if not accepted within days . .,)
r Acceptance of Proposa I -The Customer agrees, that in consideration of the services to be rendered by Bud's Signs, Inc., the Customer "" hereby obligates itself/himself/herself to pay for the labor, services, and materials rendered . The Customer agrees that payment for the labor, services and
materials of Bud's Signs, Inc., is due and payable within 30 days of submission of the final invoice. The Customer further agrees that any accounts not paid
within 30 days of submission of final invoice shall bear interest at the rate of 1.5% per month (18% per annum) until paid In full. Should the account be referred
to an attorney or collection agency, the Customer agrees to pay all costs of collection and reasonable attorney's fee incurred by Bud's Signs, Inc.
Signature
Date of Accepta nee Signature
\... ,,J
EXHIBIT BDocusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
r "
-
Page No. of Pages
1040 Pitkin Ave.
Grand Junction, Colorado 81501 PROPOSAL AND
970-245-7700 ACCEPTA NC E
PROPOSAL SUBMITTED TO PHONE I DATE 07-08-2024 Eagle County 970-445-7718
STREET JOB NAME
500 Broasway Campus SiQnaQe Phase II
CITY, STATE AND 21 P CODE JOB LOCATION
ARCHITECT I DATE OF PLANS jan.miller@eaglecounty.us I JOB PHONE
We hereby submit specifications and estimates for:
All Labor and Materials for the following:
3-48"tall pedestrian signs
1 -OCH entrance wall sign
1 -Drive sign, mounted to existing light pole
3 -24" 500 Broadway address letter sets (Broadway to be 12" letters)
2 -24" 590 Broadway address letter sets (Broadway to be 12" letters)
2 -24" 551 Broadway address letter sets (Broadway to be 12" letters)
TOTAL: ( any applicable taxes to be added to final invoice) $25,850.00
We Propose hereby to furnish material and labor-complete in accordance with above specifications for the sum of:
***** Twenty Five Thousand Eight Hundred Fifty and 00\100 ***** 25,850 .. 00
dollars($ ).
P b d i II 50% down balance due upon completion
ayment to e ma e as o ows:
All material Is guaranteed to be as specified . All work to be completed in a workmanlike
Authorized Paul §cMlltelt manner according to standard practices. Any alteration or deviation from above
specifications involving extra costs will be executed only upon written orders, and wlll Signature
become an extra charge over and above the estimate. All agreements contingent upon
30 strikes, accidents or delays beyond our control. Owner to carry fire , tornado and other Note: This proposal may be
\... necessary insruance. Our workers are fully covered by Workmen's compensation insurance. withdrawn by us if not accepted withi days.~
r Accepta nee of Proposa I -The Customer agrees, that in consideration of the services to be rendered by Bud's Signs, Inc., the Customer "
hereby obligates itself/himself/herself to pay for the labor, services, and materials rendered. The Customer agrees that payment for the labor, services and
materials of Bud's Signs, Inc., is due and payable within 30 days of submission of the final invoice. The Customer further agrees that any accounts not paid
within 30 days of submission of final invoice shall bear interest at the rate of 1.5% per month (18% per annum) until paid in full. Should the account be referred
to an attorney or collection agency, the Customer agrees to pay all costs of collection and reasonable attorney's fee incurred by Bud's Signs, inc.
Signature
Date of Acceptance Signature
\... ~
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
12
EXHIBIT C
Docusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
INSR ADDL SUBR
LTR INSD WVD
PRODUCER CONTACT
NAME:
FAXPHONE
(A/C, No):(A/C, No, Ext):
E-MAIL
ADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY)
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
EACH OCCURRENCE $
DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence)
MED EXP (Any one person)$
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $
PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT
OTHER:$
COMBINED SINGLE LIMIT
$(Ea accident)
ANY AUTO BODILY INJURY (Per person)$
OWNED SCHEDULED
BODILY INJURY (Per accident)$AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE
$AUTOS ONLY AUTOS ONLY (Per accident)
$
OCCUR EACH OCCURRENCE
CLAIMS-MADE AGGREGATE $
DED RETENTION $
PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below
INSURER(S) AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
Y / N
N / A
(Mandatory in NH)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
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.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 rights to the certificate holder in lieu of such endorsement(s).
COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
© 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03)
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
$
$
$
$
$
The ACORD name and logo are registered marks of ACORD
7/25/2024
(970) 254-0864 (970) 243-3914
12572
Bud's Signs Inc.
1040 Pitkin Ave
Grand Junction, CO 81501-3610
41190
A 1,000,000
X S2505560 4/5/2024 4/5/2025 500,000
5,000
1,000,000
3,000,000
3,000,000
1,000,000A
X S2505560 4/5/2024 4/5/2025
4,000,000A
S2505560 4/5/2024 4/5/2025 4,000,000
10,000
B
3386851 12/1/2023 12/1/2024 1,000,000
1,000,000
1,000,000
Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers are additional insureds with
regard to General Liability and Auto Liability where required by written contract.
Eagle County
PO Box 850
Eagle, CO 81631
BUDSSIG-01 HATHA1
Home Loan & Investment Company
205 North 4th Street
Grand Junction, CO 81501
Katie Sweet
katies@hlic.com
Selective Insurance Company Of America
Pinnacol Assurance
X
X
X
X
X
X
X
X
EXHIBIT CDocusign Envelope ID: 6D692E5C-DC10-44F3-8EAC-C39412AEC6BD