No preview available
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