Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutECAT14-006 Skyline Mechanical Inc. AGREEMENT FOR ON-CALL SERVICES
BETWEEN EAGLE COUNTY AIR TERMINAL CORPORATION
AND
SKYLINE MECHANICAL,INC.
THIS AGREEMENT("Agreement")is effective as of the l day of V.� ,2014 by and between
Skyline Mechanical,Inc.,a Colorado Corporation, (hereinafter"Contractor")and Eagle County Air Terminal
Corporation,a Colorado non-profit corporation(hereinafter"ECAT").
RECITALS
WHEREAS,ECAT desires to procure preventative HVAC system maintenance and on-call HVAC system services
at the Eagle County Regional Airport Terminal at 217 Eldon Wilson Road,Gypsum,Colorado (the"Property"or
"Properties");and
WHEREAS,ECAT issued a Request for Proposal dated April 1,2014(the"RFP")in order to solicit proposals from
contractors willing and able to provide such services,materials and equipment;and
WHEREAS,in response to the RFP,Contractor submitted a proposal,attached hereto as Exhibit A and
incorporated herein by this reference;and
WHEREAS,after review of proposals submitted in response to the RFP,and review of Contractor's proposal,
attached hereto as Exhibit A,ECAT desires to engage Contractor to provide the Services,materials and equipment
described in paragraph 1 hereunder; and
WHEREAS,Contractor is authorized to do business in the State of Colorado and has the time,skill,expertise,and
experience necessary to provide the Services as defined below in paragraph 1 hereof;and
WHEREAS,this Agreement shall govern the relationship between Contractor and ECAT in connection with the
Services.
AGREEMENT
NOW,THEREFORE,in consideration of the foregoing and the following promises Contractor and ECAT agree as
follows:
1. Services or Work. Contractor agrees to diligently provide all services,labor,personnel and materials
necessary to perform and complete the preventative maintenance and on-call services or work described in Exhibit
A,and at the rates set forth in Exhibit A("Services"or"Work"). Exhibit A is attached hereto and incorporated
herein by reference. On-call services or work will be performed in accordance with a formal proposal for each on-
call service to be provided by Contractor and approved by ECAT in writing("Services"or"Work"). The Services
shall be performed in accordance with the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services in accordance with the schedule established in each
proposal approved by ECAT in writing. If no completion date is specified,then Contractor agrees to furnish the
Services in a timely and expeditious manner consistent with the applicable standard of care. By signing below,
Contractor represents that it has the expertise and personnel necessary to properly and timely perform the Services.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit
A and the terms and conditions set forth in this Agreement,the terms and conditions set forth in this Agreement
shall prevail.
2. ECAT's Representative. ECAT'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 on July 1,2014 and subject to the provisions of
paragraph 11 hereof,shall continue in full force and effect through the June 30, 2015.
4. Extension or Modification. This Agreement may be extended for up to three additional one year terms
upon written agreement of the parties.Any amendments or modifications shall be in writing signed by both parties.
No additional services or work performed by Contractor shall be the basis for additional compensation unless and
until Contractor has obtained written authorization and acknowledgement by ECAT for such additional services in
accordance with ECAT'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
ECAT 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 ECAT 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. ECAT shall compensate Contractor for the performance of the Services in accordance with
the fee schedule set forth in Exhibit A. Prior to commencement of Services at any Property or Properties,Contractor
shall first provide ECAT with a written estimate which shall include an estimate of the labor,materials without any
markup and any additional costs necessary to perform the Services at a particular Property or Properties. Each
estimate must be approved by ECAT's Representative prior to commencement of the Services by Contractor and all
rates shall be in accordance with the fee schedule set forth in Exhibit A. Total compensation for all Services under
the term of this Agreement shall not exceed$25,000.00. Contractor shall not be entitled to bill at overtime and/or
double time rates for work done outside of normal business hours unless specifically authorized in writing by
ECAT.
a. Payment will be made for Services satisfactorily performed within thirty(30)days of receipt of a
proper and accurate invoice from Contractor. All invoices shall include detail regarding the hours spent,tasks
performed,who performed each task and such other detail as ECAT may request.
b. If,at any time during the term or after termination or expiration of this Agreement, ECAT
reasonably determines that any payment made by ECAT to Contractor was improper because the Services for which
payment was made were not performed as set forth in this Agreement,then upon written notice of such
determination and request for reimbursement from ECAT,Contractor shall forthwith return such payment(s)to
ECAT. Upon termination or expiration of this Agreement,unexpended funds advanced by ECAT,if any,shall
forthwith be returned to ECAT.
c. ECAT 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.
6. Subcontractors. Contractor acknowledges that ECAT has entered into this Agreement in reliance upon the
particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for
2
the performance of any of the Services or additional services without ECAT's prior written consent,which may be
withheld in ECAT's sole discretion. ECAT shall have the right in its reasonable discretion to approve all personnel
assigned to perform the Services during the performance of this Agreement and no personnel to whom ECAT has an
objection,in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor,
as approved by ECAT 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 ECAT.ECAT 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.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be endorsed to include
ECAT,its associated or affiliated entities,its successors and assigns,elected officials,employees,agents and
volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached
hereto as Exhibit B.
ii. Contractor's certificates of insurance shall include subcontractors,if any as additional
insureds under its policies or Contractor shall furnish to ECAT 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 ECAT 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 ECAT,its affiliated entities,successors or assigns,its elected officials,employees,agents and
volunteers.
v. Contractor is not entitled to workers' compensation benefits except as
3
provided by the Contractor,nor to unemployment insurance benefits unless unemployment compensation coverage
is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax
on any moneys paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify and hold harmless ECAT,and any of its officers,agents
and employees against any losses,claims,damages or liabilities for which ECAT 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 ECAT for reasonable attorney fees and costs,legal and other expenses incurred by ECAT 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 ECAT to the extent that ECAT 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 ECAT and are to be
delivered to ECAT before final payment is made to Contractor or upon earlier termination of this Agreement.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when(i)personally
delivered,or(ii)when mailed in the United States mail,first class postage prepaid,or(iii)when delivered by FedEx
or other comparable courier service,charges prepaid,to the parties at their respective addresses listed below,or(iv)
when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing
the date,time and receiving facsimile number for the transmission or,(v)when transmitted via e-mail with
confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five(5)days
prior written notice of such change to the other party.
ECAT:
Attention:Aviation Director
500 Broadway
Post Office Box 850
Eagle,CO 81631
Telephone: 970-328-2680
Facsimile: 970-3282687
E-mail: ecair @eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle,Co 81631
Telephone: 970-328-8685
Facsimile: 970-328-8699
E-mail: atty @eaglecounty.us
CONTRACTOR:
Skyline Mechanical,Inc.
PO Box 1258
134 Airpark Drive Unit 2C
Gypsum,CO 81637
4
Phone: 970-524-6809
Fax: (970)524-6810
11. Termination. ECAT 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 thirty(30)calendar days'prior written notice to the
Contractor. Upon termination of this Agreement,Contractor shall immediately provide ECAT with all documents
as defined in paragraph 9 hereof,in such format as ECAT shall direct and shall return all ECAT owned materials
and documents. ECAT shall pay Contractor for materials or equipment installed and Services satisfactorily
performed prior to the date of termination.
12. Venue,Jurisdiction and Applicable Law. Any and all claims,disputes or controversies related to this
Agreement,or breach thereof,shall be litigated in the District Court for Eagle County,Colorado,which shall be the
sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be
governed by the laws of the State of Colorado.
13. Execution by Counterparts;Electronic Signatures. This Agreement may be executed in two or more
counterparts,each of which shall be deemed an original,but all of which shall constitute one and the same
instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following
two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or
facsimile delivery of a fully executed copy of the signature page;(ii) the image of the signature of an authorized
signer inserted onto PDF format documents. All documents must be properly notarized,if applicable. All use of
electronic signatures shall be governed by the Uniform Electronic Transactions Act,C.R.S.24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the nature and extent of the Services to be provided
hereunder and the Property or Properties,and with all local conditions, federal,state and local laws,ordinances,
rules and regulations that in any manner affect cost,progress,or performance of the Services.
b. Contractor will make,or cause to be made,examinations,investigations,and tests as he deems
necessary for the performance of the Services.
c. To the extent possible,Contractor has correlated the results of such observations,examinations,
investigations,tests,reports,and data with the terms and conditions of this Agreement.
d. To the extent possible,Contractor has given ECAT written notice of all conflicts,errors,or
discrepancies.
e. Contractor shall be responsible for the completeness and accuracy of the Services and shall
correct,at its sole expense,all significant errors and omissions in performance of the Services. The fact that the
ECAT has accepted or approved the Services shall not relieve Contractor of any of its responsibilities. Contractor
shall perform the Services in a skillful,professional and competent manner and in accordance with the standard of
care,skill and diligence applicable to contractors performing similar services. Contractor represents and warrants
that it has the expertise and personnel necessary to properly perform the Services and shall comply with the highest
standards of customer service to the public. Contractor shall provide appropriate supervision to its employees to
ensure the Services are performed in accordance with this Agreement. This paragraph shall survive termination of
this Agreement.
5
f. Contractor agrees to work in an expeditious manner,within the sound exercise of its judgment and
professional standards,in the performance of this Agreement. Time is of the essence with respect to this
Agreement.
g. This Agreement constitutes an agreement for performance of the Services by Contractor as an
independent contractor and not as an employee of ECAT. 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 ECAT and Contractor except that of independent contractor.Contractor shall have no authority to bind
ECAT.
h. Contractor represents and warrants that at all times in the performance of the Services, Contractor
shall comply with any and all applicable laws,codes,rules and regulations.
i. This Agreement contains the entire agreement between the parties with respect to the subject
matter hereof and supersedes all other agreements or understanding between the parties with respect thereto.
j. Contractor shall not assign any portion of this Agreement without the prior written consent of the
ECAT. Any attempt to assign this Agreement without such consent shall be void.
k. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their
respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations
hereunder are reserved solely for the parties,and not to any third party.
1. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver
thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach.
m. The invalidity,illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
n. The signatories to this Agreement aver to their knowledge no employee of the ECAT has any
personal or beneficial interest whatsoever in the Services or Property described in this Agreement.The Contractor
has no beneficial interest,direct or indirect,that would conflict in any manner or degree with the performance of the
Services and Contractor shall not employ any person having such known interests.
o. The Contractor,if a natural person eighteen(18)years of age or older,hereby swears and affirms
under penalty of perjury that he or she(i)is a citizen or otherwise lawfully present in the United States pursuant to
federal law,(ii)to the extent applicable shall comply with C.R.S.24-76.5-103 prior to the effective date of this
Agreement.
15. Prohibitions on Contracts with Illegal Aliens.
a. If Contractor has any employees or subcontractors, Contractor shall not:
i. Knowingly employ or contract with an illegal alien to perform Services under this
Agreement;or
ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not
knowingly employ or contract with an illegal alien to perform work under the contract for services.
6
b. If Contractor obtains actual knowledge that a subcontractor performing work under the contract
for services knowingly employs or contracts with an illegal alien,Contractor shall be required to:
i. Notify the subcontractor and ECAT within three (3) days that Contractor has actual
knowledge that the subcontractor is employing or contracting with an illegal alien;and
ii. Terminate the subcontract with the subcontractor if within three days of receiving the
notice required pursuant to subparagraph (i)of the paragraph 15(b)the subcontractor does not stop employing or
contracting with the illegal alien; except that Contractor shall not terminate the contract with the subcontractor if
during such three (3) days the subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien.
c. If Contractor violates these prohibitions, ECAT may terminate the Agreement for breach of
contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor
shall be liable for actual and consequential damages to ECAT.
d. ECAT may notify the Colorado Secretary of State if Contractor violates this provision of this
Agreement and ECAT terminates the Agreement for such breach.
IN WITNESS WHEREOF,the parties have executed this Agreement the day and year first set forth above.
EAGLE COUNTY AIR TERMINAL CORPORA ION
By: O-t �
/Keith Montag,Secretary 7
/
CONTRACT°
SKYLINE P ','I L, •C.
Bfillat.•
P
_-rt � P
Title: A/- , i • Li __ .7e..e
7
EXHIBIT A
Fee Schedule
8
Maintenance Agreement
Page 1 of 6
KY11_JNE MEC NAN�CAL, ANC.
P.O. Box 1258
134 Airpark Dr. Unit 2 C Eagle County Air Terminal Corporation
Gypsum, Co. 81637 Attn: Chris Anderson
970-524-6809 219 Eldon Wilson Road
Fax 970-524-6810 Gypsum,CO 81637
www.skylinemechanical.com
Skyline Mechanical Inc.agrees to provide the services described in the attached schedules in accordance with the following
terms and conditions:
Services to be provided at the following location(s):217 Eldon Wilson Rd,Eagle Airport Terminal
Services Provided:
❑T&I Test and Inspect
QPM Quality Preventive Maintenance
❑ QPM Fireplace Maintenance
Terms and Payment
Either party may terminate this agreement upon thirty days prior written notice.
The agreement price shall be reviewed on an annual basis to determine if changes in site conditions, materials and services
requested, and equipment serviced would require an adjustment to the agreement price.
Skyline Mechanical Inc. agrees to furnish the services as described in this agreement for the Annual sum of: Twelve
Thousand Nine Hundred Fifteen Dollars&00/100s ($12,915.00). Payable monthly in the amount of:$1,076.25
This Proposal is valid through June 30, 2014.
Signatures:
Submitted for
Skyline Mechanical Inc.
By:Scotty Kostka
Title: Service Associate
Date Submitted: 5/9/14 OFFICE USE Skyline Mechanical Inc.
Proposal Number:maint-SK-0099 P.O.Box 1258,Gypsum,Co.81637
Agreement Version 4/01/14 Phone: (970)524-6809 FAX: (970)524-6810
Page 2 of 6
SERVICES AGREEMENT
SCHEDULED MAINTENANCE— (4) PLANNED VISITS—see equipment list for coverage specifications
1. Specially trained technicians are available to conduct the necessary tasks to ensure that your equipment is
properly maintained.
2. Each scheduled call has a specific set of tasks detailing exactly what needs to be performed and what special
skills,tools or instruments are required (specific samples of which are included in this proposal)
3. Maintenance intervals will be determined by our experience,manufacturers'recommendations, usage,location,
customer specifications/requests, and run-time intervals unless otherwise noted.
4. A service report will be completed after each call and provided to the customer. A duplicate record will be
maintained at Skyline Mechanical Inc. to update the history of the work performed.
II. REPAIR SERVICES PREFERRED CUSTOMER RATE
If in the course of a service call and or inspection,it is determined that a preventive maintenance item(s),a repair(s)
to the covered system or a replacement of a component(s) within the system would be beneficial, the following
Preferred Customer Rate has been elected.
The Customer will be advised of the needed preventive maintenance item(s), repair(s)to the covered system or a
replacement of a component(s)within the system.Subject to approval by an authorized agent of the customer,work
will be performed at a discounted labor rate. The Customer will also have priority over non-agreement customers
when service calls are placed.
Preferred Customer Rate is $81/hour+ material(when applicable).
III. PROGRAM SPECIFICATIONS:
0 T&I Test and Inspect:(Reactive)Identifies needed preventive maintenance items to the customer for approval to
be billed at an additional fee. Best suited for customers with a higher tolerance for un-budgeted repairs, un-scheduled
down time and higher energy costs.
®QPM Quality Preventive Maintenance:(Preventive)Preventing or slowing the course of excessive wear by using
the maintenance plan©. Best suited for customers with a need for increased up time, reduced un-budgeted repairs,
reduced un-scheduled down time and reduced energy costs.
❑ FPM Fireplace: All of the necessary labor to restore, repair or replace the components of the fireplace. Not to
include the firebox,flue or gas pipe.All work on the fireplace equipment will be done during Skyline Mechanical Inc's
normal working hours is included. Any material replacement will be invoiced on a preferred pricing basis.
Page 3 of 6
The following is a general list of services available as part of a maintenance program. Only
those services designated by a"®,"have been included in the cost of this proposal. These
services may be modified or deleted only by the express written consent of The Customer
and Skyline Mechanical Inc. The addition or deletion of these services will have a direct
impact on the annual sum of this agreement. Examples of detailed task sheets used to
perform these general services are available upon request.
GENERAL SERVICES
AIR HANDLER
® 4 Filter Changes per year
Filter Type: ❑ Polyester ®Standard Pleated ❑ Hi-Capacity Pleated
[Si Other: Additional filters to be left onsite for Airport Staff
® 1 Belt Replacement(s)per year
® 1 Cooling Coil Cleaning(s)per year airside only
• 1 Heating Coil Cleaning(s)per year airside only
COMPRESSORS
® 1 Spectral Analysis(Lab)test(s)per year
® _Acid Test(s)(Field)per year(Non-Centrifugal Only)
PUMPS
® Lubricated every 2000 hours
® Amperage checked and logged
Z Cleaned and operation checked
BOILERS
® Open and inspect refractory,clean burners, replace gaskets(Annual Teardown with removal of combo fan vent pipe)
® Inspect waterside(Annual Teardown)
® Clean fire tubes(Annual Teardown)
Z Clean water tubes(Annual Teardown)
® Perform combustion and draft test(Annual Teardown)
Test and record the following
® Amperage of all motors
® Boiler temperatures and pressures
® Refrigerant temperature and pressures
® Anti-freeze protection on boilers and chillers
® Control settings
MAKE-UP AIR UNIT/ECONOMIZERS
® 4 Filter Changes per year(if applicable)
Filter Type: ❑ Polyester ®Standard Pleated ❑ Hi-Capacity Pleated
❑ Other:Test Actuators for proper functionality
® 1 Belt Replacement(s)per year(if applicable)
EXHAUST FAN(S1
® 1 Belt Replacement(s)per year.
Page 4 of 6
PACKAGED ROOFTOP UNIT(S)
® 1 Filter Changes per year
Filter Type: ❑ Polyester ®Standard Pleated ❑ Hi-Capacity Pleated
® Other:Additional filters to be left onsite for Airport Staff
® 1 Belt Replacement(s)per year
® 1 Condenser Coil Cleaning(s)
® 1 Evaporator Coil Cleaning(s)
® Test Gas Pressures(heating section)
AIR DELIVERY SYSTEM(VAV,Moduline.Fan Coil Units,Heat Pumps...etc.)
® 1 Inspections per year
® 1 Filter Changes per year
Filter Type ❑ Polyester ®Standard Pleated ❑ Hi-Capacity Pleated
® Other:Additional filters to be left onsite for Airport Staff _
® 1 Cooling Coil Cleaning(s)
® 1 Heating Coil Cleaning(s)
CONTROLS
Z 1 Test(s)per year
OTHER EQUIPMENT/SERVICES
J1 CO Detectors will be test each visit and calibrated if needed at an additional charge covered under the"On Call
Service"terms
PI 24/7 Local with 2 hour response"On Call Emergency Service"available by phone.970-390-2388
pi Any service not covered under the contract will be done at a discounted rate with no overtime or holiday rates applied
Ca $81.00 per hour as covered in the"On Call Services"agreement with the Airport.
pi Service Reports and Service Log Book detailing each visit and services provided,observations made,&recommended
repairs on all equipment.
Skyline Mechanical Inc. is a local Eagle County company that is located on Airpark Dr. in Gypsum, CO. Skyline has been in business
since 1997 starting with only 2 employees that has grown to over 30.Skyline has 4 divisions consisting of New Construction HVAC
design&installation, Retro Fit HVAC design&installation, HVAC/Plumbing Service Department,and Custom Architectural Metal
design&fabrication.Skyline also has a fully functional fabrication shop that handles all sheet metal applications in house.
Each service technician employed by Skyline has a fully stocked van with many commonly and uncommonly used service parts to
tackle a majority of service tasks.Skyline also has a fully stocked service warehouse where we keep many specialized parts on hand
for faster turnaround on repairs. Our service manager along with our primary technicians(that will provide the majority of the services)
have over 35 years of combined experience with EPA&NATE certifications.Skyline's technicians all have a strong knowledge of the
Trane Tracer Summit Controls system due to the ongoing"Planned Maintenance Contracts"we currently have with;Gypsum Rec
Center, Edwards Field House,&Mittleman Residence(reference numbers will be provided).Our familiarity with Eagle County is what
defines our company.
Our primary focus and majority of work is done in Eagle County giving us a good understanding of our niche. The Owners of Skyline
have raised 2 children in Gypsum and have been a strong supporter of all EVHS athletics donating time and money to help support
local student athletes.Our service manager is the EVHS baseball coach and often is involved in many no profit camps and fundraisers
for the school.Our history as a company in Eagle County is relatively new(compared to some), however quite impactful due to a strong
work ethic with customer satisfaction as our top priority.
References:
Scott Ruff,Gypsum Recreation Center Manager—970-777-8888
SMI provides an annual service contract totaling 80 hours of planned maintenance per year.
Mike Staten,Edwards Field House Manager—970-766-5555
SMI provides an annual service contract totaling 40 hours of planned maintenance per year.
Brian Bergstresser,Mittleman Residence House Manager/Caretaker-970-471-3526
SMI provides an annual service contract totaling 164 hours of planned maintenance per year.
Page 5 of 6
MAINTENANCE SERVICES
Schedule of Equipment
Equipment Qty. Manufacturer Model Coverage
FC—1,&3 2 Trane MCCA010HDBOBAAOAC00 QPM
FC—02,&2 2 Trane BCHB0721 EDOL2212BSF QPM
FC—4,&5 2 Trane NA QPM
FC-6 1 Trane BCHB0541 QPM
FC-7,&7A 2 Trane BCHB1201EDOR1212B7N00 QPM
000CB20
FC-8 1 Trane NA QPM
AC-1 1 Trane MCCA012BBAOCOCA0000A0 QPM
AC—2,4,5,&AHU-1 4 Trane MCCA012GAY0ABAABA000 QPM
F
AC—3 1 Trane TSCA010U0A QPM
AC—6 1 Trane NA QPM
BC—1,&2 2 Trane BCHB0121AFOA121231 QPM
BC—3 1 Mitsubishi PEA-Al2AA4 QPM
BC—4 1 Trane NA QPM
BC—5,&6 2 Leibert Mini-mate QPM
CO—1,&2 2 Trane TTA240E400AA QPM
B—1,2,3,&4 4 Patterson/Kelly SN-2000-2 QPM
Water Heater 1 NA NA QPM
Expansion Tanks 5 NA NA QPM
Pumps 14 B&G/TACO NA QPM
CUH—1,&2 2 Marley CUH94507483FF3 QPM
HT—1 1 Trane FNNB0201AFOC3AJM QPM
HT's—2-6 5 Trane FNNB0401AFOC3AJM QPM
HT—7 1 Hot Dawg/Modine NA QPM
HT's 8-15 8 Re-Verber-Ray PH-34NSS QPM
HT—16,&17 2 Infrasave TW-60-N QPM
HT—18 1 Re-Verber-Ray DE53-40-100N QPM
HT—19 1 Greenheck DG-110-H10-H2 QPM
HT's 20-22 3 Greenheck DG-120-H30-H2 QPM
HT—23,&24 2 Trane F11 L37295 QPM
EF-1 1 Cook 245V6B QPM
EF—2 1 Cook 330V7B QPM
EF—3 1 Cook 150SQN10D QPM
EF—4 1 Cook 165SQNB QPM
EF—5 1 Cook GN-1000 QPM Page 6 of 6
EF-6 1 Cook 180V1 OD QPM
Crown Fan 1NFD1 & 2 Tjemlund CPC-2 QPM
Crown Fan 2NFD2
GV—1 1 Cook 16X42X3TRE QPM
CM—1 2 3M Macurco QPM
Economizers 32 NA NA QPM
FD's 1-9 9 Allen Bradley 5 hp/240V QPM
EXHIBIT B
INSURANCE CERTIFICATES
9
......1 OP ID:SC
A,C4: RI CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)
06/06/14
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 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).
PRODUCER 970-945-9111 NAME:ACT Shanti Cartmell,CIC
Neil-Caring Agency,Inc. PHONE Fax
PO Box 1576 970-945-2350 (ac,No.Eat):970-945-9111 (,UC N,); 970-945-2350
Glenwood Springs,CO 81602 E-MAIL
ES:scartmell @Heil-garing.com
Jim Nadon,CIC PRODUCER
CUSTOMER ID#:SKYLI-1
INSURER(S)AFFORDING COVERAGE NAIC#
INSURED Skyline Mechanical,Inc INSURER A:Cincinnati Insurance Company 28665
PO Box 1258 INSURER B:Pinnacol Assurance
Gypsum,CO 81637
INSURER C:
INSURER D:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: 2 REVISION NUMBER: 1
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP
INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
A X COMMERCIAL GENERAL LIABILITY X EPP0154141 07/01/13 07/01/14 D AMAGE TO RENTED
PREMISES(Ea occurrence) $ 500,000
CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 10,000
PERSONAL&ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000
7 POLICY X PRO-
JECT LOC $
AUTOMOBILE LIABILITY X COMBINED SINGLE LIMIT $ 1,000,000
A X ANY AUTO EBA0154141 07/01/13 07/01/14 (Ea accident)
BODILY INJURY(Per person) $
ALL OWNED AUTOS
BODILY INJURY(Per accident) $
SCHEDULED AUTOS PROPERTY DAMAGE
X HIRED AUTOS (Per accident) $
X NON-OWNED AUTOS $
$
X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000
EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000
A EPP0154141 07/01/13 07/01/14
DEDUCTIBLE
X RETENTION $ $
WORKERS COMPENSATION WC STATU- OTH-
AND EMPLOYERS'LIABILITY Y/N X TORY LIMITS X °R
-
AND
ANY PROPRIETOR/PARTNER/EXECUTIVE N N/A 4012909 08/01/13 08/01/14 E.L.EACH ACCIDENT $ 500,000
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 500,000
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000
A Contractor's E&O EPP0154141 07/01/13 07/01/14 Per Claim 500,000
Aggregate 500,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required)
Certificate holder is included as Additional Insured with regard to General
Liability&Business Auto and ongoing operations of the insured as required
by contract.
CERTIFICATE HOLDER CANCELLATION
EAGLECO
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Eagle County Air Terminal THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Corporation ACCORDANCE WITH THE POLICY PROVISIONS.
PO Box 850
Eagle,CO 81631 AUTHORIZED REPRESENTATIVE
l
©1988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD