Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC17-298 Skyline MechanicalAGREEMENT FOR SCHEDULED MAINTENANCE AND ON-CALL SERVICES
BETWEEN EAGLE COUNTY, COLORADO
AND
SKYLINE MECHANICAL, INC.
THIS AGREEMENT ("Agreement") is effective as of 08/22/2017 by and between
Skyline Mechanical, Inc., a Colorado corporation, (hereinafter "Contractor") and Eagle County, Colorado, a body
corporate and politic (hereinafter "County").
RECITALS
WHEREAS, County desires to engage Contractor to provide scheduled preventative HVAC system maintenance
and on-call HVAC system services for various buildings at the Eagle County Regional Airport, Gypsum, Colorado
(the "Property" or "Properties"); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and
experience necessary to provide the Services as defined below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the
Services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as
follows:
1. Services or Work. Contractor agrees to diligently provide all services, labor, personnel and materials
necessary to perform and complete the scheduled 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 County in writing. 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 Exhibit A
and for on-call services, in accordance with the schedule established in each proposal approved by County 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. County's Representative. County's designee shall be Contractor's contact with respect to this Agreement
and performance of the Services.
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to
the provisions of paragraph t I hereof, shall continue in full force and effect for a period of one year.
C 17-298
4. Extension or Modification. This Agreement may be extended for up to three additional one year terms
upon written agreement of the parties. Any amendments or modifications shall be in writing signed by both parties.
No additional services or work performed by Contractor shall be the basis for additional compensation unless and
until Contractor has obtained written authorization and acknowledgement by County for such additional services in
accordance with County's internal policies. Accordingly, no course of conduct or dealings between the parties, nor
verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that
County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust
enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written
authorization and acknowledgment by County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived
and such failure shall result in non-payment for such additional services or work performed.
5. Compensation. County shall compensate Contractor for the performance of the Services in accordance
with the fee schedule set forth in Exhibit A Compensation for performance of the scheduled preventative
maintenance services described in Exhibit A as part of the annual maintenance agreement shall not exceed seven
thousand one hundred fifty five dollars ($7,155.00). Prior to commencement of any on-call services at any
Property or Properties, Contractor shall first provide County with a written estimate which shall include an estimate
of the labor, materials without any markup and any additional costs necessary to perform the Services at a particular
Property or Properties. Each estimate must be approved by County's Representative prior to commencement of the
Services by Contractor and all rates shall be in accordance with the fee schedule set forth in Exhibit A. Total
compensation for all Services (scheduled maintenance and on-call services) under the term of this Agreement shall
not exceed twenty five thousand dollars ($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
County.
a. Payment will be made for Services satisfactorily performed within thirty (30) days of receipt of a
proper and accurate invoice from Contractor. All invoices shall include detail regarding the hours spent, tasks
performed, who performed each task and such other detail as County may request.
b. If, at any time during the term or after termination or expiration of this Agreement, County
reasonably determines that any payment made by County to Contractor was improper because the Services for
which payment was made were not performed as set forth in this Agreement, then upon written notice of such
determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to
County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall
forthwith be returned to County.
C. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor
agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made
pursuant to the terms of this Agreement.
6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the
particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for
the performance of any of the Services or additional services without County's prior written consent, which may be
withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all
personnel assigned to perform the Services during the performance of this Agreement and no personnel to whom
County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each
subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be
bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and
responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not
the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and
Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its
agents, employees and subcontractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor's sole cost and expense, the following
insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
Workers' Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,{100,01)0 each accident combined
bodily injury and property damage liability insurance, including coverage for owned, hired, and non -owned
vehicles.
iii. Commercial General Liability coverage to include premises and operations,
persona I/ad vert i s ing injury, prod uctslcompleted operations, broad form property damage with limits of liability not
less than $1,000,000 per occurrence and $1,000,000 aggregate limits.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be endorsed to include
County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and
volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached
hereto as Exhibit B.
ii. Contractor's certificates of insurance shall include subcontractors, if any as additional
insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each
subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that the County is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and
protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise
available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and
volunteers.
Contractor isnot entitled to workers' compensation benefits except as
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage
is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax
on any moneys paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents
and employees against any losses, claims, damages or liabilities for which County may become subject to insofar as
any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon
any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall
reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection
with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not
apply to claims by third parties against the County to the extent that County is liable to such third party for such
claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination
hereof.
9. Ownership of Documents. All documents (including electronic files) and materials obtained during,
purchased or prepared in the performance of the Services shall remain the property of the County and are to be
delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally
delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx
or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv)
when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing
the date, time and receiving facsimile number for the transmission or, (v) when transmitted via e-mail with
confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days
prior written notice of such change to the other party.
County:
Attention: Director of Aviation
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-2680
Facsimile: 970-328-2687
E-mail: ecair@eaglecounty.us
With a copy to:
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:
Scott Kostka
Skyline Mechanical, Inc.
PO Box 1258
134 Airpark Drive Unit 2C
Gypsum, CO 81637
Phone: 970-524-6809 Cell 390-2388
Fax: (970) 524-6810
Email: ScottK@skylinemechanical.com
H. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason,
with or without cause, and without penalty therefor with thirty (30) calendar days' prior written notice to the
Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents
as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials
4
and documents. County 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 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.
B. 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. 24-71.34{]1 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 County written notice of all conflicts, errors, or
discrepancies.
C. Contractor shall be responsible for the completeness and accuracy of the Services and shall
correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact that the
County has accepted or approved the Services shall not relieve Contractor of any of its responsibilities. Contractor
shall perform the Services in a skillful, professional and competent manner and in accordance with the standard of
care, skill and diligence applicable to contractors performing similar services. Contractor represents and warrants
that it has the expertise and personnel necessary to properly perform the Services and shall comply with the highest
standards of customer service to the public. Contractor shall provide appropriate supervision to its employees to
ensure the Services are performed in accordance with this Agreement. This paragraph shall survive termination of
this Agreement.
f. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and
professional standards, in the performance of this Agreement. Time is of the essence with respect to this
Agreement.
g. This Agreement constitutes an agreement for performance of the Services by Contractor as an
independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to
create a relationship of employer-employee, master -servant, partnership, joint venture or any other relationship
between County and Contractor except that of independent contractor. Contractor shall have no authority to bind
County.
h. Contractor represents and warrants that at all times in the performance of the Services, Contractor
shall comply with any and all applicable laws, codes, rules and regulations.
i. This Agreement contains the entire agreement between the parties with respect to the subject
matter hereof and supersedes all other agreements or understanding between the parties with respect thereto.
j. Contractor shall not assign any portion of this Agreement without the prior written consent of the
County. Any attempt to assign this Agreement without such consent shall be void.
k. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their
respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations
hereunder are reserved solely for the parties, and not to any third party.
1. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver
thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach.
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 County has any
personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor
has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the
Services and Contractor shall not employ any person having such known interests.
o. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms
under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to
federal law, (ii) to the extent applicable shall comply with CRS. 24-76.5-103 prior to the effective date of this
Agreement.
15. Prohibitions on Government Contracts.
As used in this Section 15, the term undocumented individual will refer to those individuals from foreign countries
not legally within the United States as set forth in C.R.S. 5-17.5-101, et, seq. If Contractor has any employees or
subcontractors, Contractor shall comply with C.RS. 5-17.5-101, et. seq., and this Agreement. By execution of this
Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual
who will perform under this Agreement and that Contractor will participate in the E -verify Program or other
Department of Labor and Employment program ("Department Program") in order to confirm the eligibility of all
employees who are newly hired for employment to perform Services under this Agreement.
a. Contractor shall not:
Knowingly employ or contract with an undocumented individual to perform Services
under this Agreement; or
ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not
knowingly employ or contract with an undocumented individual to perform work under the public contract for
services.
b. Contractor has confirmed the employment eligibility of all employees who are newly hired for
employment to perform Services under this Agreement through participation in the E -Verify Program or Department
Program, as administered by the United States Department of Homeland Security. Information on applying for the
E -verify program can be found at:
http://www.dhs.gov/xprevprot/programs/�c 1185221678150.shtm
C. Contractor shall not use either the E -verify program or other Department Program procedures to
undertake pre-employment screening of job applicants while the public contract for services is being performed.
d. If Contractor obtains actual knowledge that a subcontractor performing work under the public
contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required
to:
i. Notify the subcontractor and County within three (3) days that Contractor has actual
knowledge that the subcontractor is employing or contracting with an undocumented individual; and
ii. Terminate the subcontract with the subcontractor if within three days of receiving the
notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or
contracting with the undocumented individual; except that Contractor shall not terminate the contract with the
subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor
has not knowingly employed or contracted with an undocumented individual.
C. Contractor shall comply with any reasonable request by the Department of Labor and Employment
made in the course of an investigation that the department is undertaking pursuant to its authority established in
C.R.S. 8-17.5-102(5).
f. If Contractor violates these prohibitions, County may terminate the Agreement for breach of
contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor
shall be liable for actual and consequential damages to County as required by law.
g. County will notify the Colorado Secretary of State if Contractor violates this provision of this
Agreement and County terminates the Agreement for such breach.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
7
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
COUNTY OF EAGLE, STATE OF COLORADO,
By and GER
K„�as�,��cecc
By: -------------
Bryan R. Treu, Interim County Manager
CONTRACTOR:
SKYLINE MECHANICAL INC
By:- r�
------- ---
Print Name: Scott Kostka
Title: Service Manager
SCOPE OF SERVICES, SCHEDULE, FEES
Maintenance Agreement
Page 1 of 5
ISPA
E;KVLINE MECHANICAL, INC.
P.O. Box 1258
134 Airpark dr. Unit 2 G
Gypsum, Co. 81637
970-524-6889
Fax 970-524-6810
www.skylinemechanical.com
Services to be provided at the following location(s):
Ken Brown
Eagle County Regional Airport
328-2680
ken .b row n@ eag l ecou nty. u s
Eagle County Regional Airport: ARF, Garage, SRE, Barn & Tower Buildings
Skyline Mechanical Inc. agrees to provide the services described in the attached schedules in accordance with the fallowing
terms and conditions:
Services Provided:
® T&I Test and Inspect
® QPM Quality Preventative Maintenance
Terms and Payment
Skyline Mechanical Inc. agrees to furnish the services as described in this agreement for the Annual sum of: Seven Thousand,
One Hundred Fifty -Five Dollars and 001100s ($7,155.00).
Date Submitted: 7127117 OFFICE USE Skyline Mechanical Inc.
Proposal Number: maint-AN-6912636.61 P.O. Box 1258, Gypsum, CO 81637
Agreement Version: 2125117 Phone: (976) 524-6869 Fax: (976) 524-6816
Page 2 of 5
SERVICES AGREEMENT
SCHEDULED MAINTENANCE — (2) PLANNED VISITS — see eauipment 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 1 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.
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 10% off non -agreement labor rate.
III. PROGRAM SPECIFICATIONS:
® 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.
Page 3of5
The following is a general list of services available as part of a maintenance program. Only
those services designated by a "E,"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(S) 1 FURNACE(S)
® 2 Filter Changes per year
Filter Type: ❑ Polyester ® Standard Pleated
❑ Other
® 1 Belt Replacement(s) per year
® 1 Cooling Coil Cleaning(s) per year airside only
❑ _ Heating Coil Cleaning (s) per year airside only
VANE AXIAL FAN(S) (Flakt, Joy, Woods, etc.)
❑ Vibration Analysis
❑ Mechanical Balancing Services
❑ Calibration of Controls and Mechanical Components
❑ Annual Replacement of Unions and Bearings
❑
1 -year Teardown Services (see attached specifications)
❑ 5 -year Teardown Services {see attached specifications}
❑ 1 0-y ear Teardown Services {see attached specifications}
COMPRESSOR(S)
❑ _ Spectral Analysis (Lab) test(s) per year
❑ _ Acid Test(s) (Field) per year (Non -Centrifugal Only)
AIR COOLED CON DENSER(S) 1 AIR COOLED CHILLER(S)
❑ ` Condenser Coil Cleaning(s) per year airside only
❑ Hi -Capacity Pleated
WATER COOLED CONDENSER(S)1 COOLING TOWER(S)
❑ Cooling Tower Draining, Cleaning of Basin, Check Fill (Annual)
❑ Open Condenser Section and Brush Condenser Tubes {Annual Teardown}
❑ Eddy Current Testing (3-5 years)
WATER CHILLER(S)
❑ Chiller Refrigerant System Electronic Leak Detection (Annual)
❑ Eddy Current Testing (3-5 years)
❑ Electrical Load Analysis (Annual)
❑ 1 -ye ar T ea rd own Services (see attached specifications)
❑ 5 -year Teardown Services (see attached specifications)
❑ 1 0-y ear Teardown Services (see attached specifications)
PUMNS
LJ Lubricated every 2000 hours
❑ Amperage checked and logged
❑ Cleaned and operation checked
BOILERS)
® Open and inspect refractory, clean burners, replace gaskets (Annual Teardown)
❑ Inspect waterside (Annual Teardown)
❑ Clean fire tubes (Annual Teardown)
❑ Clean water tubes (Annual Teardown)
2 Perform combustion and draft test (Annual Teardown)
Page 4 of 5
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
EVAPORATIVE COOLERS) 1 EVAPORATIVE PRE -COOLING
❑ Replace Aspen Pads (Annually)
❑ Replace Cel-Dek Media (Frequency)
❑ Clean Sump (Annually)
❑ _ Belt Replacement(s) per year
❑ Winter Shut -Down 1 Drain
MAKE-UP AIR UNIT(S)
❑ _ Filter Changes per year
Filter Type: ❑ Polyester
❑ Other
❑ _ Belt Replacement(s) per year
EXHAUST FAN(S)
® 1 Belt Replacement{s) per year.
PACKAGED ROOFTOP UNIT(S)
® 2 Filter Changes per year
Filter Type: ❑ Polyester
❑ Other
❑ Standard Pleated ❑ Hi -Capacity Pleated
® Standard Pleated ❑ Hi -Capacity Pleated
® 1 Belt Replacement(s) per year
® 1 Condenser Coil Cleaning(s) per year airside only
❑ _ Evaporator Coil Cleaning(s) per year airside only
❑ 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
s
Filter Type ❑ Polyester ® Standard
❑ Other
Cooling Coil Cleanings) per year airside only
Heating Coil Cleanings) per year airside only
CONTROLS
® 1 Test(s) per year
Pleated ❑ Hi -Capacity Pleated
OTHER EQUIPMENT / SERVICES
® CO detector test and inspection 1 calibration once Der vear
Q9 2417 On call emergency service available by phone. 970-390-2388
Any service not covered under the contract will be done at a discounted rate with no overtime or holiday rates applied.
Service Re arts and Dig ital Service Log Book deta iIin each visit and services provided.
® Unit heater test and inspection once per year.
SMI will provide a'2 hour response" for On Call Emeraencv Services and an on-call discounted labor rate of
$81.00 per hour.
Page 5 of 5
MAINTENANCE SERVICES
Schedule of Equipment
Equipment
Size
(HP/Tons/BTU's)
Qty.
Manufacturer
Model I Serial No.
Coverage
Location
AC -t
TBD
1
TBD
TBD
QPM
Admin Bldg
Front Desk
AC -2
TBD
1
TBD
TBD
QPM
West Office
Unit Heater
TBD
2
Reznof
TBD
T&I
ARF Side
Furnace w/ coil
TBD
1
Carrier
TBD
QPM
ARF
Hot Water Heater
TBD
1
State
TBD
T&I
ARF
Furnace
TBD
1
Carrier
TBD
QPM
ARF Officer's
Office
Unit Heaters
TBD
6
Modine / Reznor
TBD
T&I
Garage
CO Detectors
TBD
4
3M
TBD
T&I
Garage
VAV
TBD
1
TBD
TBD
QPM
SRE
RTU's
TBD
2
Trane
TBD
QPM
SRE Roof
Radon Fan
TBD
1
TBD
TBD
T&I
SRE
Snowmelt Sensor
TBD
1
TBD
TBD
T&I
SRE Roof
CO Detectors
TBD
6
Macurco
TBD
T&I
SRE Barn
Tube Heaters
TBD
2
TBD
TBD
T&I
SRE Barn
Exhaust Fan w/ louver
TBD
1
TBD
TBD
T&I
SRE Barn
Boiler wl neutralizer
TBD
1
Lochinvar
KBN
QPM
SRE Barn
Electric Heaters
TBD
3
TBD
TBD
T&I
Tower Main
Entrance & 4th
Floor
Air Handler w/
economizer
TBD
1
Carrier
TBD
QPM
Tower 61h floor
AV Rm
Air Handler
TBD
1
Carrier
TBD
QPM
Tower 81h floor
Bathroom
EX-IIBIT B
INSURANCE CERTIFICATES
10
SKYL14
r+ :11 J IM k -
r
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO
k� CERTIFICATE OF LIABILITY INSURANCE IDADM7/I2M8MI1D2W0Y1Y7YY)
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL
THE TERMS.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT. If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION 15 WANED, subject to the terms and conditions of the policy, carWn policies may require an endorsemenL A statement on
this certificate does not confer lights to the certificate holder In lieu of such endorsements .
PRODUCER 970-94"111 Nc TAcr Wade Kinnison
Nail-Garingg Insurance PH NE 970-945-9111 FA7I 970.945-2350
PO Box 1576 Na£ IAM No];
Glenwood Springs, CO 81602 w L nn son ne -ga ng.snm
Jim Nadon, CIC
CD GE MAICN
INSURER A! Cincinnati Insurance Company 10577
INSURED Skyline Mechanical, Inc INSURER B, Pinnacol Assurance 41190
PO Box 1258 - - -
Gypsum, CO 81637 INSURER c
INSURER D
INSURER E
INSURER F:
COVERAGES CERTIFICATE NUMBER: 2 REVISION NUMBER!
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT 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 8EEN RE0UCEO BY PAID CLAIMS
INSR
TypE OF INSURANCE A6dL
INSO1
su8P.1
PO
POLICY NUMBER LICY EFFPOLICY
EXP
LIMfTr
A
X CONIMERCIALGENERAL LIABILRY
CLAIMS -MADE � OCCUR x
I
EPP0154141 07/0112017
OT14112018
EACH OCCURRENCE S
1,000,000
A SME D RENrEn s
500,000
M ExP An on■ ■USn s
10,000
X Per Project Agg
PERSONAL b ADV INJURY
'1,000,000
GEN'L AGGREGAT E LIMIT APPLIES PER
POLICY g] prq L LDC
GENERAL AGGREGATE
2,000,000
PRO DUCTS-COMPMPAGG S
2,000,000
OTHER
A
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT 1,000,000
AELN emong s
BODILY INJURY Per arson S
X ANY AUTO Fes{} X
A�R�UTEEQ��$ ONLY AIC��jT8pJULryEDpp
EBA0154141
07/01/2017 0710112D1B
Y NJLR�Y Per iCpp■nl f
PROPERTY xNWGE
Paracddent
X RUiQ6flNLY x At7Tp8pNLy
A
X
UMBRELLA uAa
X ocCLRt
CCUARCNC�
OCATe
2,000,000
EXCESS LIAB
CLAIMS -MADE
EPPOIS4141
07101/2017 07101!2018 F =
fi
2,000,000
DEC) X ! RETENTIONS D
B WORKERS COMPENSATION
AND EMPLOYERS• LIAeAJTY Y I N 4012906 10810112017 08101/2018
ANYPRROPR�IETgD�R� PARTNERIE EC JTNE NIA
{ .C1E.IeryinNH1
I! ea.R,—IaPT'DNunder R TI N 1C
R
x I P x OTH-
FR
H I NT
500,000
E.L. DISEASE -EAEMPL Y
500,000
L. DISEASE P01 ICY I IMIT
600,000
A Errors & Omisslons
EPPD154141 07/0112017 0710112018 Per Claim
600,000
Aggregate
S00,000
DESCRIPT'IDN OF OPERATIONS I LOCATIONS I VEHICLES [ACORD 101, Additional Ram arks Schedule, may be aaached if more space Is requiradl
Certificate holder is Additional Insured with regard to General Liability
and ongoing operations of the insured & Business Auto as required by
contract for HVAC system maintenance & service at the Eagle County Regional
Airport, Gypsum, CD,
EAGLE -9
Eagle County
Aviation Director
PO Box 850
Eagle, CO 81631
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES HE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS,
AUTHORIZED REPRESENTATIVE
Oak K�
ut
ACORD 25 (2016103) 019BB-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD