Loading...
HomeMy WebLinkAboutresolution.council.042-25RESOLUTION 4042 (Series of 202. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, APPROVING A CONTRACT BETWEEN THE CITY OF ASPEN AND WESTERN SPECIALTY CONTRACTORS AUTHORIZING THE CITY MANAGER TO EXECUTE SAID CONTRACT ON BEHALF OF THE CITY OF ASPEN, COLORADO. WHEREAS, there has been submitted to the City Council a contract for re - caulking of concrete seams, between the City of Aspen and Western Specialty Contractors, a true and accurate copy of which is attached hereto as Exhibit "A"; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, That the City Council of the City of Aspen hereby approves that Contract for $143,865 between the City of Aspen and Western Specialty Contractors a copy of which is annexed hereto and incorporated herein, and does hereby authorize the City Manager to execute said agreement on behalf of the City of Aspen. INTRODUCED, READ AND ADOPTED by the City Council of the City of Aspen on the 25th day of March 2025. Torre, Mayor I, Nicole Henning, duly appointed and acting City Clerk do certify that the foregoing is a true and accurate copy of that resolution adopted by the City Council A the City of Aspen, Colorado, at a meeting held March 25th, 2025. Nicole Henning, City C�tlerk Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 CITY OF ASPEN STANDARD FORM OF AGREEMENT SUPPLY PROCUREMENT and PROFESSIONAL SERVICES City of Aspen Contract No.: 2025-117 - SPPS1370005 AGREEMENT made March 7th of 2025. BETWEEN the City: The City of Aspen 427 Rio Grande Place Aspen, Colorado 81611 Phone: (970) 920-5079 And the Professional: Western Specialty Contractors 5055 N. Washington St. Denver, CO 80205 US 303-364-6200 scottg@westernspecialtycontractors.com For the Following Project: Rio Grande Parking Garage Joint Sealant Project Contract Amount: Total: $ 143,865.00 If this Agreement requires the City to pay an amount of money in excess of $100,000.00 it shall not be deemed valid untiI it has been approved by the City Council of the City of Aspen. Exhibits appended and made a part of this Agreement: City Council Approval: Date: 03/25/2025 Resolution No.: 2025-042 Exhibit A: List of supplies, equipment, or materials to be purchased, and Scope of Work, and Fee Schedule. Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 1. Purchase. Professional agrees to sell and City agrees to purchase the supplies, equipment, or materials as described in Exhibit A, appended hereto and by this reference incorporated herein, for the sum of set forth above. 2. Delivery. (FOB 427 Rio Grande Place Aspen, CO 81611)0 3. Contract Documents. This Agreement shall include all Contract Documents as the same are listed in the Invitation to Bid or Request for Proposals and said Contract Document are hereby made a part of this Agreement as if fully set out at length herein. 4. Warranties. (See Exhibit A). 5. Successors and Assigns. This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the City and the Professional respectively and their agents, representatives, employee, successors, assigns and legal representatives. Neither the City nor the Professional shall have the right to assign, transfer or sublet its interest or obligations hereunder without the written consent of the other party. PROFESSIONAL SERVICES 6. Scope of Work. Professional shall perform in a competent and professional manner the Scope of Work as set forth at Exhibit A attached hereto and by this reference incorporated herein. 7. Completion. Professional shall commence Work immediately upon receipt of a written Notice to Proceed from the City and complete all phases of the Scope of Work as expeditiously as is consistent with professional skill and care and the orderly progress of the Work in a timely manner. The parties anticipate that all Work pursuant to this Agreement shall be completed no later than May 23, 2025, with the installation and operation of all the equipment no later than May 23, 202505-23-2025. Upon request of the City, Professional shall submit, for the City's approval, a schedule for the performance of Professional's services which shall be adjusted as required as the project proceeds, and which shall include allowances for periods of time required by the City's project engineer for review and approval of submissions and for approvals of authorities having jurisdiction over the project. This schedule, when approved by the City, shall not, except for reasonable cause, be exceeded by the Professional. 8. Payment. In consideration of the work performed, City shall pay Professional on a time and expense basis for all work performed. The rates for work performed by Professional shall not exceed those rates set forth at Exhibit A appended hereto. Except as otherwise mutually agreed to by the parties the payments made to Professional shall not initially exceed the amount set forth above. Professional shall submit, in timely fashion, invoices for work performed. The City shall review such invoices and, if they are considered incorrect or Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 untimely, the City shall review the matter with Professional within ten days from receipt of the Professional's bill. 9. Non-Assi __ nty_. Both parties recognize that this Agreement is one for personal services and cannot be transferred, assigned, or sublet by either party without prior written consent of the other. Sub -Contracting, if authorized, shall not relieve the Professional of any of the responsibilities or obligations under this Agreement. Professional shall be and remain solely responsible to the City for the acts, errors, omissions or neglect of any subcontractors' officers, agents and employees, each of whom shall, for this purpose be deemed to be an agent or employee of the Professional to the extent of the subcontract. The City shall not be obligated to pay or be liable for payment of any sums due which may be due to any sub -contractor. 10. Termination of Procurement. The sale contemplated by this Agreement may be canceled by the City prior to acceptance by the City whenever for any reason and in its sole discretion the City shall determine that such cancellation is in its best interests and convenience 11. Termination of Professional Services. The Professional or the City may terminate the Professional Services component of this Agreement, without specifying the reason therefor, by giving notice, in writing, addressed to the other party, specifying the effective date of the termination. No fees shall be earned after the effective date of the termination. Upon any termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other material prepared by the Professional pursuant to this Agreement shall become the property of the City. Notwithstanding the above, Professional shall not be relieved of any liability to the City for damages sustained by the City by virtue of any breach of this Agreement by the Professional, and the City may withhold any payments to the Professional for the purposes of set-off until such time as the exact amount of damages due the City from the Professional may be determined 12. Independent Contractor Status. It is expressly acknowledged and understood by the parties that nothing contained in this agreement shall result in, or be construed as establishing an employment relationship. Professional shall be, and shall perform as, an independent Contractor who agrees to use his or her best efforts to provide the said services on behalf of the City. No agent, employee, or servant of Professional shall be, or shall be deemed to be, the employee, agent or servant of the City. City is interested only in the results obtained under this contract. The manner and means of conducting the work are under the sole control of Professional. None of the benefits provided by City to its employees including, but not limited to, workers' compensation insurance and unemployment insurance, are available from City to the employees, agents or servants of Professional. Professional shall be solely and entirely responsible for its acts and for the acts of Professional's agents, employees, servants and subcontractors during the performance of this contract. Professional shall indemnify City against all liability and loss in connection with, and shall assume full responsibility for payment of all federal, state and local taxes or contributions imposed or required under unemployment insurance, social security and income tax law, with respect to Professional and/or Professional's employees engaged in the performance of the services agreed to herein. 13. Indemnification. Professional agrees to indemnify and hold harmless the City, its officers, employees, insurers, and self-insurance pool, from and against all liability, claims, and demands, on account of injury, loss, or damage, including without limitation claims arising from bodily injury, Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 personal injury, sickness, disease, death, property loss or damage, or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this contract, to the extent and for an amount represented by the degree or percentage such injury, loss, or damage is caused in whole or in part by, or is claimed to be caused in whole or in part by, the wrongful act, omission, error, professional error, mistake, negligence, or other fault of the Professional, any subcontractor of the Professional, or any officer, employee, representative, or agent of the Professional or of any subcontractor of the Professional, or which arises out of any workmen's compensation claim of any employee of the Professional or of any employee of any subcontractor of the Professional. The Professional agrees to investigate, handle, respond to, and to provide defense for and defend against, any such liability, claims or demands at the sole expense of the Professional, or at the option of the City, agrees to pay the City or reimburse the City for the defense costs incurred by the City in connection with, any such liability, claims, or demands. If it is determined by the final judgment of a court of competent jurisdiction that such injury, loss, or damage was caused in whole or in part by the its officers, or its employees, the City shall reimburse the act, omission, or other fault of the City, Professional for the portion of the judgment attributable to such act, omission, or other fault of the City, its officers, or employees. 14. Professional's Insurance. (a) Professional agrees to procure and maintain, at its own expense, a policy or policies of insurance sufficient to insure against all liability, claims, demands, and other obligations assumed by the Professional pursuant to Section 8 above. Such insurance shall be in addition to any other insurance requirements imposed by this contract or by law. The Professional shall not be relieved of any liability, claims, demands, or other obligations assumed pursuant to Section 8 above by reason of its failure to procure or maintain insurance, or by reason of its failure to procure or maintain insurance in sufficient amounts, duration, or types. (b) Professional shall procure and maintain, and shall cause any subcontractor of the Professional to procure and maintain, the minimum insurance coverages listed below. Such coverages shall be procured and maintained with forms and insurance acceptable to the City. All coverages shall be continuously maintained to cover all liability, claims, demands, and other obligations assumed by the Professional pursuant to Section 8 above. In the case of any claims -made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. (i) Worker's Compensation insurance to cover obligations imposed by applicable laws for any employee engaged in the performance of work under this contract, and Employers' Liability insurance with minimum limits of ONE MILLION DOLLARS ($1,000,000.00) for each accident, ONE MILLION DOLLARS ($1,000,000.00) disease - policy limit, and ONE MILLION DOLLARS ($1,000,000.00) disease - each employee. Evidence of qualified self -insured status may be substituted for the Worker's Compensation requirements of this paragraph. (ii) Commercial General Liability insurance with minimum combined single limits of TWO MILLION DOLLARS ($2,000,000.00) each occurrence and TH�EZEE Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 MILLION DOLLARS ($3,000,000.00) aggregate. The policy shall be applicable to all premises and operations. The policy shall include coverage for bodily injury, broad form property damage (including completed operations), personal injury (including coverage for contractual and employee acts), blanket contractual, independent contractors, products, and completed operations. The policy shall include coverage for explosion, collapse, and underground hazards. The policy shall contain a severability of interests provision. (iii) Comprehensive Automobile Liability insurance with minimum combined single limits for bodily injury and property damage of not less than ONE MILLION DOLLARS ($1, 000, 000.00) each occurrence and ONE MILLION DOLLARS (�1, 000, 000. 00) aggregate with respect to each Professional's owned, hired and non - owned vehicles assigned to or used in performance of the Scope of Work. The policy shall contain a severability of interests provision. If the Professional has no owned automobiles, the requirements of this Section shall be met by each employee of the Professional providing services to the City under this contract. ,VVV,VV V/ VWVll V1Kllll l.ill�.l 1 ♦t V 1,11LL1V1\ LVLLl >.1 �.✓ ll�/l..,VVV, N (c) The policy or policies required above shall be endorsed to include the City and the City's officers and employees as additional insureds. Every policy required above shall be primary insurance, and any insurance carried by the City, its officers or employees, or carried by or provided through any insurance pool of the City, shall be excess and not contributory insurance to that provided by Professional. No additional insured endorsement to the policy required above shall contain any exclusion for bodily injury or property damage arising from completed operations. The Professional shall be solely responsible for any deductible losses under any policy required above. (d) The certificate of insurance provided by the City shall be completed by the Professional's insurance agent as evidence that policies providing the required coverages, conditions, and minimum limits are in full force and effect, and shall be reviewed and approved by the City prior to commencement of the contract. No other form of certificate shall be used. The certificate shall identify this contract and shall provide that the coverages afforded under the policies shall not be canceled, terminated or materially changed until at least thirty (30) days prior written notice has been given to the City. (e) Failure on the part of the Professional to procure or maintain policies providing the required coverages, conditions, and minimum limits shall constitute a material breach of contract upon which City may immediately terminate this contract, or at its discretion City may procure or renew any such policy or any extended reporting period thereto and may pay any and all premiums in connection therewith, and all monies so paid by City shall be repaid by Professional to City upon demand, or City may offset the cost of the premiums against monies due to Professional from City. Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 (f) City reserves the right to request and receive a certified copy of any policy and any endorsement thereto. (g) The parties hereto understand and agree that City is relying on and does not waive or intend to waive by any provision of this contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, Section 24-10-101 et seq., C.R.S., as from time to time amended, or otherwise available to City, its officers, or its employees. City's Insurance. The parties hereto understand that the City is a member of the Colorado Intergovernmental Risk Sharing Agency (CIRSA) and as such participates in the CIRSA Property/Casualty Pool. Copies of the CIRSA policies and manual are kept at the City of Aspen Risk Management Department and are available to Professional for inspection during normal business hours. City makes no representations whatsoever with respect to specific coverages offered by CIRSA. City shall provide Professional reasonable notice of any changes in its membership or participation in CIRSA. 15. City's Insurance. The parties hereto understand that the City is a member of the Colorado Intergovernmental Risk Sharing Agency (CIRSA) and as such participates in the CIRSA Property/Casualty Pool. Copies of the CIRSA policies and manual are kept at the City of Aspen Risk Management Department and are available to Professional for inspection during normal business hours. City makes no representations whatsoever with respect to specific coverages offered by CIRSA. City shall provide Professional reasonable notice of any changes in its membership or participation in CIRSA. 16. Completeness of Agreement. It is expressly agreed that this agreement contains the entire undertaking of the parties relevant to the subject matter thereof and there are no verbal or written representations, agreements, warranties or promises pertaining to the project matter thereof not expressly incorporated in this writing. 17. Notice. Any written notices as called for herein may be hand delivered or mailed by certified mail return receipt requested to the respective persons and/or addresses listed above. 18. Non -Discrimination. No discrimination because of race, color, creed, sex, marital status, affectional or sexual orientation, family responsibility, national origin, ancestry, handicap, or religion shall be made in the employment of persons to perform services under this contract. Professional agrees to meet all of the requirements of City's municipal code, Section 15.04.570, pertaining to non- discrimination in employment. Any business that enters into a contract for goods or services with the City of Aspen or any of its boards, agencies, or departments shall: (a) Implement an employment nondiscrimination policy prohibiting discrimination in hiring, discharging, promoting or demoting, matters of compensation, or any other employment -related decision or benefit on account of actual or perceived race, color, religion, national origin, gender, physical or mental disability, age, military Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 status, sexual orientation, gender identity, gender expression, or marital or familial status. (b) Not discriminate in the performance of the contract on account of actual or perceived race, color, religion, national origin, gender, physical or mental ilitary status, sexual orientation, gender identity, gender disability, age, m expression, or marital or familial status. The foregoing provisions shall be incorporated in all subcontracts hereunder. 19. Waiver. The waiver by the City of any term, covenant, or condition hereof shall not operate as a waiver of any subsequent breach of the same or any other term. No term, covenant, or condition of this Agreement can be waived except by the written consent of the City, and forbearance or indulgence by the City in any regard whatsoever shall not constitute a waiver of any term, covenant, or condition to be performed by Professional to which the same may apply and, until complete performance by Professional of said term, covenant or condition, the City shall be entitled to invoke any remedy available to it under this Agreement or by law despite any such forbearance or indulgence. 20. Execution of Agreement by City. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. Notwithstanding anything to the contrary contained herein, this Agreement shall not be binding upon the City unless July executed by the City Manager of the City of Aspen (or a duly authorized official in the City Manager's absence) and if above $100,000, following a Motion or Resolution of the Council of the City of Aspen authorizing the City Manager (or other duly authorized official in the City Manager's absence) to execute the same. 21. Warranties Against Continent Fees, Gratuities, Kickbacks_and Conflicts of Interest. (a) Professional warrants that no person or selling agency has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Professional for the purpose of securing business. (b) Professional agrees not to give any employee of the City a gratuity or any offer of employment in connection with any decision, approval, disapproval, recommendation, preparation of any part of a program requirement or a purchase request, influencing the content of any specification or procurement standard, rendering advice, investigation, auditing, or in any other advisory capacity in any proceeding or application, request for ruling, determination, claim or controversy, or other particular matter, pertaining to this Agreement, or to any solicitation or proposal therefore. (c) Professional represents that no official, officer, employee or representative of the City during the term of this Agreement has or one (1) year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof, except those that may have been disclosed at the time City Council approved the execution of this Agreement. Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 (d) In addition to other remedies it may have for breach of the prohibitions against contingent fees, gratuities, kickbacks and conflict of interest, the City shall have the right to: l . Cancel this Purchase Agreement without any liability by the City; 2. Debar or suspend the offending parties from being a Professional, contractor or subcontractor under City contracts; 3. Deduct from the contract price or consideration, or otherwise recover, the value of anything transferred or received by the Professional; and 4. Recover such value from the offending parties. 22. Fund Availability. Financial obligations of the City payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. If this Agreement contemplates the City utilizing state or federal funds to meet its obligations herein, this Agreement shall be contingent upon the availability of those funds for payment pursuant to the terms of this Agreement. 23. General Terms. (a) It is agreed that neither this Agreement nor any of its terms, provisions, conditions, representations or covenants can be modified, changed, terminated or amended, waived, superseded or extended except by appropriate written instrument fully executed by the parties. (b) If any of the provisions of this Agreement shall be held invalid, illegal or unenforceable it shall not affect or impair the validity, legality or enforceability of any other provision. (c) The parties acknowledge and understand that there are no conditions or limitations to this understanding except those as contained herein at the time of the execution hereof and that after execution no alteration, change or modification shall be made except upon a writing signed by the parties. (d) This Agreement shall be governed by the laws of the State of Colorado as from time to time in effect. 24. Additional Provisions. In addition to those provisions set forth herein and in the Contract Documents, the parties hereto agree as follows: [ ] No additional provisions are adopted. [X] See Exhibit A below. 25. Electronic Signatures and Electronic Records. This Agreement and any amendments hereto may be executed in several counterparts, each of which shall be deemed an original, and ail of which together shall constitute one agreement binding on the Parties, notwithstanding the possible event that all Parties may not have signed the same counterpart. Furthermore, each Party Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 consents to the use of electronic signatures by either Party. The Scope of Work, and any other documents requiring a signature hereunder, may be signed electronically in the manner agreed to by the Parties. The Parties agree not to deny the legal effect or enforceability of the Agreement solely because it is in electronic form or because an electronic record was used in its formation. The Parties agree not to object to the admissibility of the Agreement in the form of an electronic record, or a paper copy of an electronic documents, or a paper copy of a document bearing an electronic signature, on the ground that it is an electronic record or electronic signature or that it is not in its original form or is not an original. 26. The Professional in performing the Services hereunder must comply with ail applicable provisions of Colorado laws for persons with disability, including the provisions of 6624-85401, et seq., C.R.S., and the Rules Establishing Technology Accessibility Standards, as established by the Office Of Information Technology pursuant to Section §24-85- 103(2.5) and found at 8 CCR 150141. Services rendered hereunder that use information and communication technology, as the term is defined in Colorado law, including but not limited to websites, applications, software, videos, and electronic documents must also comply with the latest version of Level AA of the Web Content Accessibility Guidelines (WCAG), currently version 2.1. To confirm that the information and communication technology used, created, developed, or procured in connection with the Services hereunder meets these standards, Professional may be required to demonstrate compliance. The Professional shall indemnify the CITY pursuant to the Indemnification section above in relation to the Professional's failure to comply with 662445401, et seq., C.R.S., or the Technology Accessibility Standards for Individuals with a Disability as established by the Office of Information Technology pursuant to Section §2445403(2.5). Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in three copies each of which shall be deemed an original on the date first written above. CITY OF�P�.,]�T,,. COLORADO: By: ptf t, Sf Vt.I,I��,V' [S ignahire] Pete Strecker [Name] Title: Interim City Manager 3/26/2025 � 1:43:44 PM MDT Date: Approved as to form: DocuSlpned by: City Attorneys Office PROFESSIONAL: —Signed by: Scef } G [Si Scott Granger By: [Name] Title: Sr. Project Manager Date: 3/7/2025 � 3:11:59 PM MST Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 EXHIBIT A w C:I='F' SPECIALTY CONTRACTORS — '— CGHFIOENCE THROUGH PERFORMANEL Cnntrcle kManrulnn Masomy kminumn Stadlum keslnnihn [lalrrok astandan l Uri keslnmWn GIPS Keslurulr n 1 {flint keslnrAiain Vitt ext ing Caulking ScAlmix t7rck Coating Flamer inlerpmnfing {iclaw cawit S►(= Cicwdng & keslnrAlan Turkpoloting Epmry Ftmwe Cemrmtlluous Caating Fnat Tendon RePalr l�arrlcr TCA" kcry[r F:xlur►sion �nlnt R�lnotkm Car6an Flhr. rn�erlinn i:erl� N.icUoauan �•it,' of Aspen +1�7 fClo Grande ('ace t�spen, CO, dIF511 .ranu6ry ;f;i, 2�25 4+1E �'a+i:=sterail H,�:rE l=�t:EFS{,.(�tLr {e F-(.i=�F'r��.�'�.L F�1�1�. pia �Ursnd� �}arkirrg Garage �ea,'snt J`de,��acert�Prrt �Ci]VIE f3F tlUD}2K_ `�'�'E f:rc,:se to 3urnis}, and irsta' i all �r ce_=•sari labor, m:a.erial=•. t. super':;:;iun, and ir�uranc�. as shotivr, an the attached insurance addendum, is colr,p{ete thra (ollotvs;g: 1. Control Joint Replacement: 18.000 LF ■ oriestenn 5 crew o . rerr:we the ems ling conmv. joint Sea an is alonEl the I our le': els C11 the parking garage as tftecteid b;: P' C`;y of Assrr:n. ■ The joints will 1. prepared (p-- rrar.Jfacturer's recommendations, ■ New primer, backer rod, a-PrA ergo-ccomponent poli%:rethane sealant ky ! be IristaLead mth a tmWead f rAh. ■ Cily Parks D�Epartrrerll 5&a(f will tie reshEcor,sible for providing the closl. yes �`Qr the acLi:e lmrk areas. • Western's esErnat_ is bass•^ up on ha'oin_y a minimum of 1,000 LF o',4,1cirk in an e,reaj7,hase. ■ Cor„ractor will verify actual kwlnc poerformea in die field and inl cke for %lerik d mm, Comiplelad- ■ Unit Price: $6.9WLF ."#1Z3.9Df3A0 z. 4�iruner'� Contingency: 1 L� ■ An a,;�rf �ional 15 �_• of tra anL.cipat=d project cos, �s recommended to a:quir�a to ro: er ama' unkr�mrn gtc.;act scope r.�r scope raverruns tc�t miight be r�;scclvered during cL�nstrurtian. ■ Ccvn:ractor to rrodfy City of Aspen rs: cesenLi:i':es ri Fjdaitional work is dis,:al: red and get rorri-;al approlia9 prior to star ling arry extra m k. ■ unit Price_ $1$:765.00 $18,765.0U 'C{JlfkL: $1�I3,B6S.t7� Estimlated Duration of r"tlarlt 'ail:: �t::rs� is. prepared to send a fc::r pers�tn credr to p=Morn; tr�is •►rQrk starting in,�'.pril. '►"� e ha': e 5pf�iP. (le?iIbIIIC?' in ci..r sort dot::. its.:` *.`end to st.3r ire April �r� order to finish as aonn as possihba_ Start L1ate: d�.prll 7, Ft7z5 End Date: May 23•, 2025 GG:i3 [V, t'L'astW�gtnn 31_ • d)en5rs, i:[i • ?,3G3j 3G1-1;2GG • Ff]G:i;l 3L'i•i1F5F Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 WESTERN' � SPECIALTY CONTRACTORS 'OWESTERN CONFIDENCE THROUGH PEItFORM ANCE � ti. GENERAL QUALIFICATIONS: 1. Normal working hours, Monday through Friday have been used for this proposal. 2. We have Inctuded one mobilization for the project. Addrtianal mobilizations vill results in additional EhXgMo l'r rtrmte 3, YVrtten approval of color selections by the customer ere required before any materials Will be ordered and kuKUuL kin before scheduling of work. tit my d. Permits are not included for our portion of the work. kestnruY�n 5. Benlcadev.Aldewal< protection will be provided by the City of Aspen. Sr�dluc; 6. Power lines In or near work areas shall be cov+ered1protected by owner at no expense to contractor. k, staru;:,r, 7. Western short not be held liable for the presence of fungi or bacteria as Indicated an the attached Insurance Addendum, 8. Western wd provide it's' staridard one year Libor wanranti and .iianufactires' staridard one year material k,xlnru;.n, warranty upon completion of work. ►'Liza A. Our proposal supports OSHA's 29 CFR 1926.1153 Respirable Crystalline Silica Standard. I'''00f3 an 10. Notwithstanding anythtrrg In this Agreement, Western shal be endled to additional compensation andlor Its time time extension for any delays, disruptions, Impacts, smpens,om, acceleratw out of sequence work, or Itrnmruian any other Increased costs or damages Incurred as a result of any virus (including COVID 19 or other coroiavirus), pandemic, epidemic or consequences flawing therefrom. In addition, Customer agrees to Ilismrd` waive al consequential, actual or liquidated damages against Western arising ouit of any delay, kr-sinrukm disruptions or impacts to the Wok resulting from the above events. W'141L C'cut lnv C:aulking d1 S�lrnu laeek C'nacing Aoxxptsnre: By sic�iirg tdrs proposal, the Purchaser accepts es a bn�dng contract al of its terms and t>ia„ter canolltions, Inciutfrng the General Conncktfons and the Special Conditions on tars page and ell Continuettoi Pack; w'atrrprunfing of this proposal. This Proposal shell expire automatically unless the above named purchaser shall ha':t:' delivered a copy of this Proposal duty signed by it to Western an or before the 30th day from the date hereaf. Below C'D' No modification by Purchaser to this Proposal, or tD the General Conditions, shell become a part of the contract unless specifically agreed to in writing by Western, and shall automatically make this Proposal void and of nr., Cleaning zi effect. KeslnrLk,n Date Accepted: ucl:pNnclnp Denver Branch OfficeT Flocd jPurchaser) Cemroeituars By: Scott Granger Cwting PasnTcndun Title: Project Manager kcpUU Harrier Trndm Kepur Manager: Fiparwce, )nlm kcslaruinn t:autx► Fihrs Epmn' IryMinn 61ntdS N. Wn�htngioo 5t • deme�, CU • t]Io3I 3tiA-I;zou • Ffm3;t act.nlzsz Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 1. rCI4A ES IPaI TF 4U47RK It is tnirarsti Ittir tl t1� ur tick r aalfei fen' in ibis Atlreeamell may t'etlure ellwgus AS file walk pr4essitat Uairltaclw Will perform djahge& ill daft rrtark (includkig cl anyrts tegftterl by CAtsteitt l) err'Iyr Oftet crinSdU l in With IhU C"Mnier, AM execr.ckin 0 a vtrilten 4teetrent t:rYdetirty the changies III the Lstuje at the kmork ipicludiny tt£ty charge rr Conn' cl Price and trite fiat perfrsrnrarice: L PAYMENT TERMS. Paywailt ce the Coultau Price, aalltll L* n0de Inatnifly upoo rKGeilrt of art iflvoice tur pot-Ilm or the Worli pet fainted taming That Iflaff3t.. It ally invoice remains wipaxl tri ilve 2Mh day follwAing tec-e it Custetrraar, Ctisttantar agis tra pay Crita lrx' iiticr ai tl rate tun F rearz til73�i pc artnuni rri rr lit U ri tic ►rrilh Maid* 1. TAKES. Cwftractors [xlce inelojes applicable tB(es npOt Ed iltn the exrxk At ded in this, t rtritraci to EII extent required Irj law lb lie culetuid IYJ Ccaltmata. Such Iaxas may be pwale? leinizeti rate II'r"lta��s: �. SECURITY FOR PAYMENT. Cg6riicr tr'tiieistar"ids that it Cuniractasr I tt IXI h Clin assent a lien all: rrst ttr� lnupraly. f ran sa ttx veil sae fPaiArs or its iiesrtiyhrgs vill to the imiat'c ii recedes payrtieni. 6. DELAYS AND CLAIM& & Lisabilhyi Only'liar AeftWithin ttou A Coriblaim Coat acitxt tAill l e eiWgsd and wit W Lam'. fiaLib IAI Ally ultra` = Akicthef lutist; tickitfital ct ctirrse efitial, for any delay ert failures lit peduittla e finludinrg but nail liar ieii to delays due to strikes, Iltes, accidertis, acis or Gdd aria ddayrs: in rfo(tnarr a by cowactor supriliurs and earners) e xcelat tti ille extent e i%ed 41, or wiitio the elites.t cotittal of Cmftactear, 0. Notice of Ci M% Whdh. Arty ciarits by Custom, i agairtt Oitrtlrackir lwm Lae Pteser tee) In whing wan pallit olars to Contractor watiiy t myay days after ttiey else, e therwimt ' Coamia 'irsr small have no tr spam-biftyr at i'raWliiy rraa sash ebItt : 6. INSURANCE AND INDE ATI ,A. Customer sfrall t Ei3sa all trrafntain Wbpettyr inswante an if l operty amid liaUlityi7ig&ante io cokser" tfte . s at [rriissiutis of its wAmis tu5d employees, at the Sits=:. 9* Comactar mind ains; iri surarteM as shaimi tun the aliathed Instranti'OL , ldendium A eerlilicaica showarlg eaftlragtt Inills and CartkasIi6sll fie issaed to cu slw a irf prIIt to begnill ffj var,•0: a the Site. C. Cotilladw a glees to irude�gtrrtify Cus'ionter from arty Isis l et at IV i*KPLAAxo Wi th Ctis°IontEs sLeftrs as a r ah Cf darn i asserted aydrist tr Custtrmer itytiyrtl Rarlles (ytYiutdn� Cctr�rractars �ntpl�peiwhicit �16e out c� Ca�n atrs avrxk �,t ihtt ante;. tri tlri� w�iterCaratmi d tigr ttia n�iisji3.til 5cls cr rrrtissiLrlS est Contractor ut arsy4frrtr for witssrn coriUtictUt f5 tptin5iltle: ;hatter Ater La irldertinify Cortiraci a tat any lass, rttciga or e3pense, which �Contr sufrets its aiiesut tit claims asserted Against Corillact ref tKrc pames Milled Customers ern"e�sp wt2ch arse out of . Ctist�mer's 3�ir lbes al tfle Site, to the exterrA causedt txy true negll�ent acts ry otrisiiatts Of Cg�imirlIIef Or artycm lot % oin Customer is to fiponslUe. ?: FlrEfi �tAt;< 1 A. UV'ana'iirrarashi si:cist�ntial .atrnlile#irtt t vi61(sits trial it ill plot i4aakinarasillp l ftutMsd Cardtacto hias beiat la a t al WriitEfth notice h vtiffin i rys After Cus is Willin till= oresaid t � period or i±rie yr~ riiulr�{t tPo'cttk €:ii*tia'> irr eit'riiaca;ry i rdtactor unt €er this alI work p��:r dorm ed, omit of ally mxh di Uor'n tl trade of wl t�tx ply �rrtt callt dst rrsitfru at�tl a raviure ciatrutt�t?tlontax�t�:raars, n � ri�at�i. �. >1�trrratrt� �n ice. Curnlria.�or ' � rrtras Elt•�t n wil itse rxily ria rnatetial; uni�:s-s sp:icifierl tt�Ftigvaase: inn this Conuar=t aria �st'll tLfrea to Ctrstsrrtaer itiandpttl s�raritlus ns issuad 3rar lift= ttnai�.ifaac±erter raf lfre rnaleti�els. if i I1AUe. Conliactcrr:shell haue no t gatialt under ty such manuravl s �iarranty, and stall not be rectulrrea too seekmal� s tea berm r� sisGii sliiirelartl �fitrrlies. C, Distclaim bf Other W n' THE PROVISIONS Its 'ARie,GRAPHS 1A ,"ND B ARE nIE EXCLUSIVEWARRA14TIES RROVIDED TO CUSTOMER AND ARE EXPRESSLY IN LIEU ANY CtTh1ER EXPRESS OR IMPLIED WARRANTIES, INCLUDING ANY IMPLIED WARRANTY or tREmiANTlAmLiTy OR FITNESS FOR ANY ARTICULAR PURPOSE, 15. Ekc ot'r. :is.-1i� �it�irn:aly �itulurJt�i l�rnn any ants all ruAties curtriecied Will thisWork aily �aatraily agalast the grtiirAK inl taficia of sriwrad r f nicdd, ii idew, or other rutigal, f aith & bitilug al sutr aria! huwvrea caListd. �. LILIGATt {3t• CUSYffdEf AT S1T Rl J sitecon i . ror t tk Deaf tr :il Irf CW&WOU at 11 situ, Custenter shall ruoid v thait charge tip Contractor li) s teient and ptoa r spate W harnfliag Aral sttrit� file nlalm(itils and equipnient a CaniracM., rill •si i6elit lu and s �lr�'ty the petrcaimance of tie: Work; ifirj rrynoval tit fall obstioclivis to l ianinll the Wink as d�iscr>tirtr by as pusslUe. It.UnanticipatedConditions 11C-di` sat.9rtreitttuntetsurtkafti�ted Stu Jhiu+'u, a strucltral lMtn , t l reasonably asceiwit hl& upa i stash inspiedinn or le irnj as Silas lr •eri by clasttnrit r, Grrillatkif swil say adv Cusiura►�, at�J the ptaltas gill P ik Fitt a ntr v ly` si a l abk riJjir3triie d to Cltu k, the Curtliatt Rice, ,ard file hive or crrirp littn }trset t6vat',iiat tion r9l Elie mirk, �C_ Asb Lead, ter atnd PCB. Corwa ry spetitit-aYy excludes the Allatiw"eent of arty hu rdeas ru etial, including LU AIM limited to asbesla% lead, tr ld fit polyt kaiiawd Upteriyl (PCrl°). Cmitanttr t rarim trial flia Work wil riot expose O�ii' iattut's witAiss crr Any, rrcrswis to callact gAith or ext sate tit such sui anoes. if Coaliamir et citsnrem material teasimatitg tieliwed io tom , ad nicid fir PCB ran hazardm►s SLAisl ice whirth has not Deft teridet ed h atri less, Curitrador shall knined- Wdy stall Ata'ralk in the area aifc er and reptin 91 Muir abort to the Fustian . Tyre lii'enk. in the atireLied ateea shrall not tl aarttr lae iesurried IA by va itim a!pee ren of the Custatr to Contiactcir_ file WaA in the r l ateea shall be tesumed In the 311660ce Of still haraudoas suUstarnte, tit it:n in has been reridet.i ltaattiit 5itsi so a pe d in trtilit�ij by die Custiasr & and C atitwor. At cost'c? It�:tirtrJ rot rLn� val ufp or to render astiestras, le;J, trutiil en PCB harmless, shal flit Win Liy CLtsfrinter. . 9. DEFAULT BY {31S it. If iC:aast�rtrr fait;, or is. rtnakatt: fttt wry r!~*asr>€Y, to iriz9ir�tt stir' F°+ar�; valrrtt dt�e, rsr (�e"Jt:t�3 Ctlydt#ictiar turn csnnlileti€iy its 1Uiv`k in a titt:ty .arid r�a�d�rtattsf tneriiir•", ctr lsils to a�irrrlily ti►ki ally tertin t:wv nfiiiiri C r7reWisiat5 IYi t�saitUtct,itUaitor inayr resist tta any t rr t aw?aitablc lei it Lry IPisv' [cansistt, cif la��. I�MECIIEq £� CiiAC'Ft;SFt. tit c:v5o tat a€iy di�'attt � cl�tetritetr, Gni:tut�i riJ' iUst,rxitfnr}�tai is riaiietre Lo nta Griely payrrtit�ril, CrrtatJtx rii:3�pr sti+ar�i �) tiays, (a) 5ttsjiettgJ �I Wi'xk at tl� site (� da~ -C ptlL'La,. '.iraaa � 5l�'il �t.nil tr] �Cxrraclix's rti;sltr zilx rttR yt rUsit ist tl tiff t doted , ks:l tetitt3 'rf uratged malarial f►cra the lsrerilifies, (Cl) tertninate the as pa+�riierls setertad iri in'itern t atiir� antl. �e�} aitltlhisaial ranitxiies fay be pter��Ittei by liiW. DtSPUTERESOLUTIDI Titaptarlies st tilitttt f,ry it�rnsuiv�. itsir� rt•� senitx �lieia r rranization if nicessaly, and print to the itir tkul eltey ayee to nittel Ai h ti tnutxtaliy Agreeable tit, u c t rpiinted inedimm f a tithitg uth or rivE sill h d'k �pue. tefirlrtiaan, t li Party, slictt ixtita• rheii eUtmit or frig legal Minn to efforce tht: tertr orWi & partyfsfi�1 be etellte� r>u�r rea5etlat�e r etrit lu rarlvtt di�5irtes is of the tci stir cif tyla�al at9itri- airi nrgewl applic aliori, sesssiwt fit eriy a art ex flame ; in Vie OURS {l�F 1f�f)t�K �at�ta':ltq � s�ti�jateu try pttrigxni ilk V.'tsark: drily s rr�uttrr ��kinll hxlg>t'�, slid has- M respiltblfi1' tb vita he�rtli 4s�uliu heirs. fall time fgeycrid rer,�t�t hulls `which is;tta�atl.hy ,r sitar EV paid Kit Ley Uri lrsariar In iMENIiurI LU tftn COMMA price, Al` ate lr emilim rates of pity. �iiTllkE AGREEMENT. Tti ilttict cTia titan ate entire agt trnenl eti lttr pfirii faits rewesetalawmi statanu:tiis, ca re ' trnlerice at signs bet'AV!n CO(Kr a6" T And CgM.statr:t at �tisit�itt�' s tttalive shall be a dart or this C, ai,.a Lcik:ss speeiri ally relcIred to err r ►leis two FICATIO& No waivei, allermian tit tiiadificailan of Vie tenth and tit tiiinfrs of Ilia. Contract strait he tailing t.kiless Saki t im, a kwatiorr et rnrsdirrcat ion h lit whitig slid -&deft by a duly aelhrirized 0 ear psatty. i2 R Docusign Envelope ID: 4D47A945-89AA-4FDC-88C8-A924209BBA92 Indicating. b Denver r: Office ("Contractor")L Rio Grande Parking Garage Seall Replacerwnt and Incorporated into its Proposal Submitted to City of Aspen ("Customer') �:onLra�,t ram• ` sins, gain, inr ae �o � a s Tally as eu y belcr��, ti�roughout L ,life of pr�j ��"��n a R "e willich is 11w of Me Proposal, 84, Contract or - .; contract to M^h this, Addenckm is attached. Any contract or subcract enAeredd n i to Nrzlude this c;errage, exclu ` "e any Wier wisurance requirements, �r'k�r`s � �rt���i ct�"."�:�ug�� t� €€ruttui�rW i€t �It sts ►�Fr� D-rtrtor €arts, �rt�ct�tt�ir ttiu s't ire ��hi�;�t t�irr� project which is the subject -f his pToposal or bid is locate!_ Employer s Liability coverage is also inn ude vith limits up try 1,000, 00. Stop gap r~rxi is provided In rrruriopalistic States: ND, OH. WA, WY. t 4hti�y t�c%vror is +rntrt e�rt the irvtrs Crari7 real rr�rtrrgrt Litlity Frarnt rr! Ti imrfiiuk i�tctIr:3 ltiu rallvirt: ® Bodily i ® Broad Form Property Damage ® Prermses.10perate ; • products�'C plet Operations Comractual Liabay ® Kkadical Pay Fire Damage 'L y t Liability Fier and Adverti Injury • IT dent Contracti L hAy • C "erage for Explosion, Collapse. and UncierWouid • Separabon of Insureds(Severabitay of Imerest t�enerat Aggregate xr- L� tv:o _ ed ations Aggregate *rsonal and Adv. Injury each Occtffreme Eire Damage cqm f ) Ivledicai E. om person) mineral Aq• gate aIs per pro�Iect. 'yq.,y pplLryi L�Yit� 06000 tl, 01000 .tea® AutorrroIxiile Liability tervlI is carried In all III staWs tsistertl witir gretrtor th,art statutory ruquunts. o .and its will c iF a stagy* rd f ert'ica�e ' In a #� t; er a e andur� of in no uom Execution of Bract. The structures involved in Otis project do not contain any EIFS (Exterior insulation and Finish System). . ..: . . '. ° $ f . E ' is ,. , ,.: . • , , x i. a •. .E 6 gL. . .. , 5055 N. Washington St. • Denver, CO • (303) 364-6200 • F(303) 367-8252 Concrete Restoration Masonry Restoration Stadium Restoration Balcony Restoration Plaza Restoration EIFS Restoration Historic Restoration Wall Coating Caulking & Sealants Deck Coating Planter Waterproofing Below Grade Stone Cleaning & Restoration Tuckpointing Epoxy Flooring Cementituous Coating Post Tendon Repair Barrier Tendon Repair Expansion Joint Restoration Carbon Fiber Epoxy Injection Foam Injection PROPOSAL/CONTRACT Carly McGowan City of Aspen 427 Rio Grande Place Aspen, CO, 81611 January 31, 2025 WE (Western) HAVE PREPARED A PROPOSAL FOR: Rio Grande Parking Garage Sealant Replacement SCOPE OF WORK: We propose to furnish and install all necessary labor, materials, equipment, supervision, and insurance, as shown on the attached insurance addendum, to complete the following: 1. Control Joint Replacement : 18,000 LF • Western’s crew will remove the existing control joint sealants along the four levels of the parking garage as directed by the City of Aspen. • The joints will be prepared per manufacturer’s recommendations. • New primer, backer rod, and two-component polyurethane sealant will be installed with a tooled finish. • City Parking Department Staff will be responsible for providing the closures for the active work areas. • Western’s estimate is based up on having a minimum of 1,000 LF of work in an area/phase. • Contractor will verify actual work performed in the field and invoice for verified work completed. • Unit Price: $6.95/LF $125,100.00 2. Owner’s Contingency: 1 LS • An additional 15% of the anticipated project cost is recommended to acquire to cover any unknown project scope or scope overruns that might be discovered during construction. • Contractor to notify City of Aspen representatives if additional work is discovered and get formal approval prior to starting any extra work. • Unit Price: $18,765.00 $18,765.00 TOTAL: $143,865.00 Estimated Duration of Work Western is prepared to send a four person crew to perform this work starting in April. We have some flexibility in our start date, but intend to start in April in order to finish as soon as possible. Start Date: April 7, 2025 End Date: May 23, 2025 5055 N. Washington St. • Denver, CO • (303) 364-6200 • F(303) 367-8252 Concrete Restoration Masonry Restoration Stadium Restoration Balcony Restoration Plaza Restoration EIFS Restoration Historic Restoration Wall Coating Caulking & Sealants Deck Coating Planter Waterproofing Below Grade Stone Cleaning & Restoration Tuckpointing Epoxy Flooring Cementituous Coating Post Tendon Repair Barrier Tendon Repair Expansion Joint Restoration Carbon Fiber Epoxy Injection Foam Injection GENERAL QUALIFICATIONS: 1. Normal working hours, Monday through Friday have been used for this proposal. 2. We have included one mobilization for the project. Additional mobilizations will results in additional charges. 3. Written approval of color selections by the customer are required before any materials will be ordered and before scheduling of work. 4. Permits are not included for our portion of the work. 5. Barricades/sidewalk protection will be provided by the City of Aspen. 6. Power lines in or near work areas shall be covered/protected by owner at no expense to contractor. 7. Western shall not be held liable for the presence of fungi or bacteria as indicated on the attached Insurance Addendum. 8. Western will provide its’ standard one year labor warranty and manufactures’ standard one year material warranty upon completion of work. 9. Our proposal supports OSHA's 29 CFR 1926.1153 Respirable Crystalline Silica Standard. 10. Notwithstanding anything in this Agreement, Western shall be entitled to additional compensation and/or time extension for any delays, disruptions, impacts, suspensions, acceleration, out of sequence work, or any other increased costs or damages incurred as a result of any virus (including COVID 19 or other coronavirus), pandemic, epidemic or consequences flowing therefrom. In addition, Customer agrees to waive all consequential, actual or liquidated damages against Western arising out of any delay, disruptions or impacts to the Work resulting from the above events. Acceptance: By signing this proposal, the Purchaser accepts as a binding contract all of its terms and conditions, including the General Conditions and the Special Conditions on this page and all Continuation Pages of this proposal. This Proposal shall expire automatically unless the above named purchaser shall have delivered a copy of this Proposal, duly signed by it, to Western on or before the 30th day fr om the date hereof. No modification by Purchaser to this Proposal, or to the General Conditions, sh all become a part of the contract unless specifically agreed to in writing by Western, and shall automatically make this Proposal void and of no effect. Date Accepted: _____________________ Denver Branch Office ___________________________________ [Purchaser] By:________________________________ Title:_______________________________ Scott Granger Project Manager Manager:____________________________ GENERAL TERMS OF THE CONTRACT 1. CHANGES IN THE WORK. It is understood that the type of work called for in this Agreement may require changes as the work progresses. Contractor will perform changes in the work (including changes requested by Customer) only after consultation with the Customer, and execution of a written agreement covering the changes in the scope of the work including any changes in Contract Price and time for performance. 2. PAYMENT TERMS. Payment of the Contract Price, shall be made monthly upon receipt of an invoice for portion of the Work performed during that month. If any invoice remains unpaid to the 20th day following receipt by Customer, Customer agrees to pay Contractor interest at the rate of ten percent (10%) per annum from the due date until paid. 3. TAXES. Contractor’s price includes applicable taxes imposed on the work or materials included in this contract, to the extent required by law to be collected by Contractor. Such taxes may be separately itemized on invoices. 4. SECURITY FOR PAYMENT. Customer understands that if Contractor is not paid it can assert a lien against the property. Contractor will issue waivers of its lien rights only to the extent it receives payment. 5. DELAYS AND CLAIMS. A. Liability Only for Acts Within Contractor's Control. Contractor will be excused and will not be liable for any damages, whether direct, incidental or consequential, for any delay or failure in performance (including but not limited to delays due to strikes, fires, accidents, acts of God and delays in performance by Contractor's suppliers and carriers) except to the extent caused by, or within the direct control of Contractor. B. Notice of Claims, When. Any claims by Customer against Contractor must be presented in writing with particulars to Contractor within twenty days after they arise; otherwise Contractor shall have no responsibility or liability for such claims. 6. INSURANCE AND INDEMNIFICATION. A. Customer shall purchase and maintain property insurance on its property and liability insurance to cover the acts or omissions of its agents and employees at the Site. B. Contractor maintains insurance as shown on the attached Insurance Addendum. A certificate showing coverage limits and Carriers will be issued to Customer prior to beginning work at the Site. C. Contractor agrees to indemnify Customer from any loss, damage or expense which Customer suffers as a result of claims asserted against Customer by third parties (including Contractor’s employees) which arise out of Contractor’s work at the Site, to the extent caused by the negligent acts or omissions of Contractor or anyone for whom Contractor is responsible. Customer agrees to indemnify Contractor for any loss, damage or expense, which Contractor suffers as a result of claims asserted against Contractor by third parties (including Customer’s employees) which arise out of Customer’s activities at the Site, to the extent caused by the negligent acts or omissions of Customer or anyone for whom Customer is responsible. 7. LIMITED WARRANTY AND EXCLUSIVE REMEDIES. A. Workmanship. For a period of one year from the date of substantial completion of Contractor's Work covered hereby, Contractor warrants that it will promptly repair or replace any improper or defective workmanship performed by Contractor under this contract; provided that Contractor has been paid for all work performed, and Contractor has received written notice from Customer of any such defective workmanship within 20 days after Customer first becomes aware thereof (provided such is within the aforesaid one-year period). Contractor will not pay for any inspections or repairs performed by others prior to receipt of notice and a reasonable opportunity to make repairs, if warranted. B. Warranty on Materials. Contractor warrants that it will use only new materials unless specified otherwise in this Contract, and will deliver to Customer standard warranties as issued by the manufacturer of the materials, if available. Contractor shall have no obligation under any such manufacturer’s warranty, and shall not be required to seek changes to terms of such standard warranties. C. Disclaimer of Other Warranties. THE PROVISIONS IN PARAGRAPHS A AND B ARE THE EXCLUSIVE WARRANTIES PROVIDED TO CUSTOMER AND ARE EXPRESSLY IN LIEU OF ANY OTHER EXPRESS OR IMPLIED WARRANTIES, INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE. D. Mold Exclusion. Contractor specifically excludes from any and all warranties connected with this Work any warranty against the growth, infestation or spread of mold, mildew, or other fungal, bacterial or biological substance however caused. 8. OBLIGATIONS OF CUSTOMER AT SITE OF WORK A. Site Conditions. For work performed by Contractor at the site, Customer shall provide without charge to Contractor (i) sufficient and proper space for handling and storing the materials and equipment of Contractor;; (ii) sufficient power and water for the performance of the Work; (iii) removal of all obstructions to performing the Work as economically as possible. B. Unanticipated Conditions. If Contractor encounters unanticipated conditions or structural features, not reasonably ascertainable upon such inspection or testing as was allowed by Customer, Contractor will so advise Customer, and the parties will work out a mutually acceptable adjustment to the Work, the Contract Price, and the time of completion prior to continuation of the work. C. Asbestos, Lead, Mold and PCB. Contractor specifically excludes the abatement of any hazardous material, including but not limited to asbestos, lead, mold or polychlorinated biphenyl ("PCB"). Customer warrants that the Work will not expose Contractor's workers or any other persons to contact with or exposure to such substances. If Contractor encounters material reasonably believed to be asbestos, lead mold or PCB or other hazardous substance which has not been rendered harmless, Contractor shall immediately stop Work in the area affected and report the condition to the Customer. The Work in the affected area shall not thereafter be resumed except by written agreement of the Customer and Contractor. The Work in the affected area shall be resumed in the absence of such hazardous substance, or when it has been rendered harmless and so agreed in writing by the Customer and Contractor. All cost of testing for, removal of, or to render asbestos, lead, mold or PCB harmless, shall be born by Customer. 9. DEFAULT BY CUSTOMER. If Customer fails, or is unable for any reason, to make any payment when due, or prevents Contractor from completing its Work in a timely and uninterrupted manner, or fails to comply with any term, condition or provision of this Contract, Contractor may resort to any remedy available to it by this Contract, or by law. 10. REMEDIES OF CONTRACTOR. In case of any default by Customer, including but not limited to failure to make timely payment, Contractor may, after reasonable notice and opportunity to cure, which need not exceed seven (7) days; (a) suspend all work at the site (b) demand payment of the contract price, less a sum equal to Contractor's cost of any labor and materials not yet furnished or ordered , (c) remove its equipment and any unused material from the Premises, (d) terminate the contract and demand payments referred to in item (b) above and, (e) pursue such other or additional remedies as may be provided by law. 11. DISPUTE RESOLUTION. The parties shall attempt to resolve disputes between themselves, using more senior officials of their respective organizations if necessary, and prior to the institution of any legal action, they agree to meet with a mutually agreeable or, upon mutual application, court appointed mediator for a minimum of one five hour session. In any such dispute resolution, each party shall bear their own expenses. In the event of any legal action to enforce the terms of this Contract, the prevailing party shall be entitled to recover reasonable attorney’s fees from the other. 12. HOURS OF WORK. Contractor is obligated to perform the Work only during its regular working hours and has no responsibility to work beyond such regular hours. All time beyond regular hours which is required by Customer shall be paid for by Customer in addition to the contract price, at applicable premium rates of pay. 13. ENTIRE AGREEMENT. This Contract constitutes the entire agreement between the parties. No representations, statements, correspondence or discussions between Contractor and Customer or Customer's Representative shall be a part of this Contract unless specifically referred to in this Contract. 14. MODIFICATION. No waiver, alteration or modification of the terms and conditions of this Contract shall be binding unless said waiver, alteration or modification be in writing and signed by a duly authorized representative of each party. Revised 10/1/19 Initials: ___________ / ___________ STANDARD INSURANCE ADDENDUM Indicating Insurance Carried by Denver Branch Office (“Contractor”) and incorporated into its Proposal Submitted to City of Aspen (“Customer”) Project: Rio Grande Parking Garage Sealant Replacement Contractor maintains, and shall maintain, insurance coverage substantially as outlined below, throughout the life of the proj ect (shown above) which is the subject of the Proposal, Bid, Contract or Subcontract to which this Addendum is attached. Any contract or subcontract entered into is qualified to include this coverage, exclusive of any other insurance requirements. Workers Compensation coverage is maintained in all states where Contractor operates, including the state in which the project which is the subject of this proposal or bid is located. Employer’s Liability coverage is also included with limits up to $1,000,000. Stop gap coverage is provided in monopolistic states: ND, OH, WA, WY. Carrier: The Travelers Indemnity Company of America / Travelers Property Casualty Company of America General Liability coverage is written on the Travelers Commercial General Liability Form CG T1 00 which includes the following: Carrier: Travelers Property Casualty Company of America COVERAGES POLICY LIMITS • Bodily Injury General Aggregate  $4,000,000 • Broad Form Property Damage Products Completed Operations Aggregate $4,000,000 • Premises/Operations Personal and Adv. Injury $2,000,000 • Products/Completed Operations Each Occurrence $2,000,000 • Contractual Liability Fire Damage (Any one fire) $500,000 • Medical Payments Medical Exp. (Any one person) $10,000 • Fire Damage Legal Liability • Personal and Advertising Injury • Independent Contractor’s Liability • Coverage for Explosion, Collapse, and Underground • Separation of Insureds/Severability of Interest  General Aggregate applies per project. The General Liability Policy contains an exclusion for claims arising in whole or in part out of the presence of fungi or bacteria in a building or structure. Automobile Liability coverage is carried in all states consistent with or greater than statutory requirements. Carrier: Travelers Property Casualty Company of America Combined Single Limit: $2,000,000 A 30 day notice of cancellation provision is included under our policies. Coverage and limits will be certified through a standard form Certificate of Insurance issued to Customer or through a Memora ndum of Insurance upon Execution of Contract. The structures involved in this project do not contain any EIFS (Exterior Insulation and Finish System). Contractor’s insurance program is written on a nationwide basis for all its locations, and not on an individual project basis. Any requests for deviations from standard coverage must be requested in writing, prior to Contract execution. Contractor reserves the right to review any Consolidated or Controlled Insurance Program prior to agreeing to enroll, and to increase its price to cover additional insurance requests.