No preview available
HomeMy WebLinkAboutC19-100 Personnel Safety EnterprisesDocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 AGREEMENT FOR SERVICES BETWEEN EAGLE COUNTY, COLORADO AND PERSONNEL SAFETY ENTERPRISES, INC THIS AGREEMENT ("Agreement") is effective as of 4/2/2019 , by and between Personnel Safety Enterprises, Inc. an Arizona corporation (hereinafter "Contractor") and Eagle County, Colorado, a body corporate and politic (hereinafter "County"). RECITALS WHEREAS, County desires to utilize Contractor provide and stock first aid cabinet supplies and other services as requested for County owned -facilities (the "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 services or work, including providing and stocking first aid cabinet supplies and other services as requested by Eagle County, and as described in Exhibits A and B ("Services" or "Work") which are attached hereto and incorporated herein by reference. The Services are to be completed two times per year unless product use warrants the Services occur more often at specific facilities. This additional schedule shall be determined during the normal scheduled Services and approved by the Facilities Manager. The Services shall be performed in accordance with the provisions and conditions of this Agreement. a. Contractor agrees to furnish the Services in a timely and expeditious manner consistent with the applicable standard of care. By signing below Contractor represents that it has the expertise and personnel necessary to properly and timely perform the Services. b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibits A and B 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. The Facilities Management Department's designee shall be Contractor's contact with respect to this Agreement and performance of the Services. 3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to the provisions of paragraph 11 hereof, shall continue in full force and effect for a period of one year. 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. DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 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 a sum computed and payable as set forth in Exhibit B. The performance of the Services under this Agreement shall not exceed three thousand dollars ($3,000.00). In the event Contractor and County agree upon the need for additional services beyond those described in Exhibit A, those services shall be billed at the rates as set forth in Exhibit B. Prior to commencement of any additional 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 mark up and any additional costs necessary to perform the Services at a particular Property or Properties. Each estimate must be approved by County's Representative prior to commencement of the Services by Contractor and all rates shall be in accordance with the fee schedule set forth in Exhibit B. Total compensation under this Agreement shall not exceed four thousand ($4,000.00) without a written amendment to this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. a. Payment will be made for 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. d. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefor by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the performance of any of the Services or additional services without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all 2 GATeam Drives\ATT Department\Andy\Contract Final DraftsTersonnel Safety EnterprisesTersonnel Safety Enterprises, Inc.Agreement.Approved.docx DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 7. Insurance. Contractor agrees to provide and maintain at Contractor's sole cost and expense, the following insurance coverage with limits of liability not less than those stated below: a. Types of Insurance. 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 Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached hereto as Exhibit C. ii. Contractor's certificates of insurance shall include subcontractors, if any as additional insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each subcontractor. iii. The insurance provisions of this Agreement shall survive expiration or termination hereof. iv. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and volunteers. V. Contractor is not entitled to workers' compensation benefits except as provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax on any moneys paid pursuant to this Agreement. 3 GATeam Drives\ATT Department\Andy\Contract Final DraftsTersonnel Safety EnterprisesTersonnel Safety Enterprises, Inc.Agreement.Approved.docx DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 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: Eagle County, Colorado Attention: Ron Siebert 3289 Cooley Mesa Road Gypsum, CO 81637 Post Office Box 850 Eagle, CO 81631 Telephone: 970-328-8881 Facsimile: 970-328-3539 E -Mail: ron.siebert@eaglecounty.us With a copy to: Eagle County Attorney 500 Broadway Post Office Box 850 Eagle, Co 81631 Telephone: 970-328-8685 Facsimile: 970-328-8699 E -Mail: atty@eaglecounty.us CONTRACTOR: Personnel Safety Enterprises, Inc. 3716 N. Eagle Mountain Drive Flagstaff, AZ 86004 Telephone: 1-928-526-3131 x114 Facsimile: 1-928-526-2372 E -Mail: julie@personnelsafety.com 4 GATeam Drives\ATT Department\Andy\Contract Final DraftsTersonnel Safety EnterprisesTersonnel Safety Enterprises, Inc.Agreement.Approved.docx DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason, with or without cause, and without penalty therefor with seven (7) calendar days' prior written notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination. 12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, 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, 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. 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 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. 5 GATeam Drives\ATT Department\Andy\Contract Final DraftsTersonnel Safety EnterprisesTersonnel Safety Enterprises, Inc.Agreement.Approved.docx DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 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. in. 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 C.R.S. 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. 8-17.5-101, et. seq. If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. 8-17.5-101, 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: i. Knowingly employ or contract with an undocumented individual to perform Services under this Agreement; or 6 GATeam Drives\ATT Department\Andy\Contract Final DraftsTersonnel Safety EnterprisesTersonnel Safety Enterprises, Inc.Agreement.Approved.docx DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 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: htti)s://www.uscis.gov/e-verify 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. e. 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 GATeam Drives\ATT Department\Andy\Contract Final DraftsTersonnel Safety EnterprisesTersonnel Safety Enterprises, Inc.Agreement.Approved.docx DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above. COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its COUNTY MANAGER DocuSign/Ied�� by: By: S U,�'a J %46emnty Manager CONTRACTOR: PERSONNEL SAFETY ENTERPRISES, INC DocuSigned by: By: 92C56777BFAD471... Print Name:7ulie ]acobs Title: office Manager 8 G:\Team Drives\ATT Department\Andy\Contract Final DraftsTersonnel Safety EnterprisesTersonnel Safety Enterprises, Inc.Agreement.Approved.docx DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 aX LL a� ° p >,y a� a� a� a� a� a� a� a� c c ay U y s o o w¢ o o E- o c cr si sV N1E Cx°4 C04 O°L+ OV o � Cz. O I a� m O w " �� cG c u: _ L� °L' aea4x14 34 a4 � ae sae a� o V)�,��MT .o �, U U ° _ 3 w 3 U i2 D c ✓: J t ✓: � C rr M LL fC -14U -O r. N t V. 1 T T T T T T T T T T T T C� z v fC fC fd fC lC CC (C f0 c0 R fC (C 3 �, L W T 3 U R O O O m m 0 -0 m -0 m -o m -0 m -0 m R7 m b m 'C m -o m y y y y ° T T T T T T N T N T N U W L O O OOOOOO OO D U 0 0 0 0 0 _ >U .. s- .= .OA = M M M 0.1 L W M L M L M Q] 0.1 M x i 0 ; DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 ANS! ComplianCE The American National Standards Institute (ANSI) is a private non-profit organization that oversees the development of voluntary consensus standards for products, services, processes, systems, and personnel in the United States. The International Safety Equipment Association (ISEA) is a trade association of manufacturers of personal protective equipment and other safety equipment. Together, they established new standards for workplace first aid kits known as, Z308.1-2015 which was last updated in 2009. The new standards sets minimum performance requirements for first aid kits and their supplies that are intended for use in various work environments. OSHA often refers employers to the ANSI Z308.1 standard as a best practices solution for requirements if a company does not have an infirmary. Class A ANSI/ISEA Z308.1-2015, Class A, Type I, II, III or IV First Aid Kit This kit meets the ANSI/ISEA Z308.1-2015 standard as so d. It conta rs -' -s' a d p-od• •cts wh ch meet performance specifications detailed in the standard at the be ow recu rec m m f . t vill continue to be compliant only when maintained with products :hat mee: ti,e s:anda c at spec f ed quantities. Required Minimum Fill 1 First Aid Guide 16 Adhesive Bandage 1 x 3 in. 1 E e S.( r .'.as. f oz total 1 Adhesive Tape 2.5 yd (total) 1 F rst A d Gi ce 10 Antibiotic Application 1/57 oz 6 Harc Sa- : zer 1 32 oz 10 Antiseptic 1/57 oz 2 pr Medica Exar G o\ es 1 Breathing Barrier 1 Roller Barcage 2 in. x 4 yd 1 Burn Dressing (gel soaked) 4 x 4 in. 1 Scissors 10 Burn Treatment 1/32 oz 2 Stene pad 3 3 1 Cold Pack 4 x 5 in. 2 Trauma pad 5 9 n. 2 Eye Covering w/ means of attachment 2.9 sq. in. 1 Tnangu a Bandage 40 x 40 x 56 in. The described kit may be suitable for some businesses. However, the adequac, of t a contents for hazards of each work environment should always be evaluated by competent personnel. Kits shou d be inspected frequently to ensure the completeness and usability of all first aid supplies. Any supply beyond its marked expiration date should be discarded and replaced. For a variety of operations, employers may find that additional first aid supplies and kits are needed. Class B ANSI/ISEA Z308.1-2015, Class B, Type I, II, 111 or IV First Aid Kit This kit meets the ANSI/ISEA Z308.1-2015 standard as sold It contains first aid products which meet performance specifications detailed in the standard at the below required minimum fill. It will continue to be compliant only when maintained with products that meet the standard at specified quantities. Required Minimum Fill 1 First Aid Guide 50 Adhesive Bandage 1 x 3 in. 10 Hand Sanitizer 1'32 oz 2 Adhesive Tape 2.5 yd (total) 4 pr Medical Exam Gloves 25 Antibiotic Application 1.57 oz 2 Roller Bandage 2 in. x 4 yd 50 Antiseptic 1/57 oz 1 Roller Bandage 4 in. x 4 yd 1 Breathing Barrier 1 Scissors 2 Burn Dressing (gel soaked) 4 x 4 in. 1 Splint 25 Burn Treatments/32 oz. 4 Sterile pad 3 x 3 in. 2 Cold Pack 4 x 5 in. 1 Tourniquet 2 Eye Covering w/ means of attachment 2.9 sq. in. 4 Trauma pad 5 x 9 in. 1 Eye/Skin Wash 4 fl. oz. total 2 Triangulai Bandage 40 x 40 x 56 in. The described kit may be suitable for some businesses. However, the adequacy of the contents for hazards of each work environment should always be evaluated by competent personnel. Kits should be inspected frequently to ensure the completeness and usability of all first aid supplies. Any supply beyond its marked expiration date should be discarded and replaced. For a variety of operations, employers may find that additional first aid supplies and kits are needed. Class A first aid kits are intended to provide a basic range of products to deal with most common types of injuries encountered in the work- place including: major wounds, minor wounds (cuts and abrasions), minor burns and eye injuries. Class B kits are intended to provide a broader range and quantity of supplies to deal with injuries encountered in more populated, complex and/or high risk work- place environments. DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 PERSONNEL SAFETY P+ ENTERPRISES 111111111IN 0 Keeping your workplaceI Personnelsafety.com • 3716 N. Eagle Mountain Dr. • Flagstaff, AZ 86004 • Phone: 800-526-1232 • Fax: 928-526-2372 Eagle County - Facilities 3289 Cooley Mesa Rd Gypsum, CO 81637 Dear Mr. Siebert, January 10, 2019 Thank you for your interest in working with us. Personnel Safety Enterprises has provided van based first aid, safety and training services since 1972. Please find attached a specialized price list generated exclusively for Eagle County — Facilities. This price list is valid for one year. Additionally, I would like to point out that: There are no hidden service or delivery fees with us We offer complementary injury prevention clinics for your staff; and I live in Gypsum and will never use the weather, road conditions, or any other excuse to not show up when you need me. Looking forward to working with you! Sincerely, Bennett Pollack First Aid & Safety Territory Manager Mountain Communities M: 970-773-0831 E: bennett@personnelsafety.com Personnel Safety Enterprises, Inc. 3716 N. Eagle Mountain Drive Flagstaff, AZ 86004 DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 PkPERSONNEL SAFETY ENTERPRISES E Keeping your workplaceI Person nelsafety.com • 3716 N. Eagle Mountain Dr. • Flagstaff, AZ 86004 • Phone: 800-526-1232 • Fax: 928-526-2372 Eagle County Facilities - 2019 Price List Part # Description Price 81586 LENS CLEANER TOWELETTES 120/BX $18.11 MCRBK110 GLASSES, BEARKAT CLEAR LENS $2.55 MCRBK112 GLASSES, BEARKAT GREY LENS PR $2.55 22502 BURN SPRAY, PUMP 2 OZ $6.89 24402 MF ANTISEPTIC SPRAY,PUMP 2 OZ $6.89 51173 ANTISEPTIC, BIO -HAND SANITIZER 25/bx $6.33 60433 CTN TIP APPLICATOR 3", NS, 100/VL $3.74 60901 MEDI-RIP 2" X 5 YDS $7.57 61101 TAPE, ADH TRI CUT, SYDS $6.08 62301 ELASTIC TAPE, 1" x 5 YDS $4.96 63101 MEDI-RIP 3" X 5 YDS $10.29 64101 BLOODSTOPPER COMPRESS 5" X 9" $4.93 64470 EYE PADS 4/UN $5.57 65001 BNDG, TRIANGULAR 40" STER 1/UN $3.91 66044 BURNAID DRESSING, 4X4 $14.92 66626 BURNJEL WATERIEL 6/UN $9.78 69932 ELASTIC RLLR GAUZE N/S 2" X 4.5 YDS $4.46 71401 FIRST AID HANDBOOK $4.21 72401 ICE PACK, SMALL BOXED $3.10 73699 GLOVES, DISPOSABLE, NITRILE, 2 PR/BX $3.06 76512 SPLINTER OUT $4.63 77101 SCISSORS, 4-1/2" WIRE $2.76 77233 TWEEZER, DISP $0,72 80201 CPR SHIELD, ECONOMY $5.57 90233 MFP ANTACID, 100/BX $13.05 90433 MFP NON-ASPRIN EXTRA STRNGTH 500MG, 100/BX $15.85 90833 MFP IBUPROFEN, 100/BX $14.92 91148 MFP PAIN ZAPPERS 250/BX $24.10 91933 MFP SINUS PAIN & PRESSURE 100/BX $16.36 93473 MFP TRI -ANTIBIOTIC OINT, 25/BX $9.82 93618 MFP EYEWASH, 4 OZ $7.44 100150 BNDG,WOVEN STRIP NON -LTX 7/8"x3" 50/BX $7.10 100378 FLEXIBLE HW FINGERTIP 40/BX $7.95 100578 BNDG, MFP HW WVN KNUCKLE 40/BX $8.80 100673 BNDG, MFP HW WVN 2X3 WVN PATCH 25/BX $8.63 102033 BNDG,DURA-STRIP NON -LTX 1" 100/BX $6.99 103071 ANTISEPTIC, MFP WIPES (XL) 20/BX $5.78 103150 ALCOHOL, MFP PREP PADS 50/BX $6.08 103612 GAUZE PADS, 3" x 3", 10/BX $4.89 MOO90033 SPLINT, SAM 9" $7,74 DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 PERSSAF-01 AROMANELI A�ORO CERTIFICATE OF LIABILITY INSURANCE [DAOT.E(MMIDD/YYVY) /18/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on t this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Angela ROmaneli0 The Mahoney Group - Show LowPHONE — FAX 1835 South Extension Road (A/c, No, Ext): (928) 537-4197 (A/c, No):(928) 537-4232 Mesa, AZ 85210 I E-MAIL ADDRESS: INSURERA • Gemini Insurance Company 110833 INSURED INSURER B: CENTRAL MUTUAL INSURANCE CO. 120230 Personnel Safety Enterprises I INSURER C: Cincinnati Insurance Company 110677 P.O. BOX 2487 I INSURER D Flagstaff, AZ 86003 I INSURER E: ( INSURER F: I COVERAGES CERTIFICATE NUMBER: 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 BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X1 OCCUR L AGGREGATE LIMIT APPLIES PER: POLICY 1 PRO- F-1 LOC —1 PRO- JECT AUTOMOBILE LIABILITY )DLISUBR' POLICY EFF POLICY EXP ISD WVD POLICY NUMBER IMMIDDIYYYYI I IMM/DDIYYYYI I X VNGP001481 03/03/2019 03/03/2020 X i BAP 9944538 02/02/2019 02/02/2020 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIIETgOERIPARTNER/EXECUTIVE jMandatolry In NHI EXCLUDED? r N / A If yes, describe under I EXS 0523257 ' 02/02/2019 102/02/2020 LIM LIMITS ,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Eagle County its associated or affiliated entities , Its successors and assigns, elected officials employees agents and volunteers are additional insured CERTIFICATE HOLDER Eagle County Po Box 850 Eagle, CO 81631-0850 ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE I ©19888-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ANY AUTO X AUTOS I I SCHEDULED X I AUOS ONLY X I AUTOS ONLY II X I UMBRELLA LIAR X I OCCUR —j EXCESS LIAB �01I CLAIMS -N DED _[RETENTIONS S )DLISUBR' POLICY EFF POLICY EXP ISD WVD POLICY NUMBER IMMIDDIYYYYI I IMM/DDIYYYYI I X VNGP001481 03/03/2019 03/03/2020 X i BAP 9944538 02/02/2019 02/02/2020 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIIETgOERIPARTNER/EXECUTIVE jMandatolry In NHI EXCLUDED? r N / A If yes, describe under I EXS 0523257 ' 02/02/2019 102/02/2020 LIM LIMITS ,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Eagle County its associated or affiliated entities , Its successors and assigns, elected officials employees agents and volunteers are additional insured CERTIFICATE HOLDER Eagle County Po Box 850 Eagle, CO 81631-0850 ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE I ©19888-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: B93BE29F-31DC-410C-8457-08993964F6D1 ,ac [ CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) IADDLSUBR I INSR 03/25/2019 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 CONTACT Applied Risk Services, Inc. 10825 Old Mill Rd NAME: PHONE FAx (A/C. No,(877)234-4420 (A/C,No): (877)234-4421 Omaha, NE 68154 E-MAIL ADDRESS: (877)234-4420 PRODUCER CUSTOMER ID# INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A- California Insurance Co. 38865 Personnel Safety Enterprises, Inc. dba Personnel Safety Enterprises, Inc. INSURER B: INSURER C: PO BOX 2487 INSURER D: Flagstaff, AZ 86003-2487 INSURER E: CTL 1273 1522852 INSURER F: I GEN'L AGGREGATE LIMIT APPLIES PER: �j PRO- I� POLICY jIJECT F7 LOC COVERAGES CERTIFICATE NUMBER: REVICiON NUMRFR• 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 IADDLSUBR I INSR IWVD POLICY NUMBER POLICYEFF MMIDD/YYYY POLICYEXP MM/DD/YYYYLIMITS 106468 GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY ' CLAIMS MADE C OCCUR 7 _ EACH OCCL/RRENCE i $ _ DAMAGE TO RENTED IS - PREMES (Ea_eGcurrence) $ MED EXP fanv one person) ( $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ PR D TS - COMP/OP A � $ $ I GEN'L AGGREGATE LIMIT APPLIES PER: �j PRO- I� POLICY jIJECT F7 LOC AUTOMOBILE LIABILITY I COMBINED SINGLE LIMIT (Ea accident) $ ]ANYAUTO ALL OWNED AUTOS BODILY INJURY Weir ers n) $ `— ISCHEDULEDAUTOS BODILY INJRY P r n $ HIRED AUTOS INON•OWNEDAUTOS PROPERTY DAMAGE Per accident $ I $ I$ UM13RELLA LIAB I (OCCUR EXCESS LIAB 71 CLAIMS MADE �I I� I EACH OCCURRENCE I $ AGGREGATE $ DEDUCTIBLE RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? � (Mandatory In NH) If yes, describe under SPECIAL PROVISIONS below N I A _TORY I _J 3 7- 5 4 4 4 2 3- O 1- 0 1 01/01/2019 X WC STATU- OTH- LIMITS 01/01/2020 E.L. EACH ACCIDENT $ 1,0001000 E.L. DISEASE - EA EMPLOYEE! $ 1,000,000 I E.L. DISEASE - POLICY LIMIT I $ 1, 000,000 I DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (Attach Acord 101, Additional Remarks Schedule, if more space Is required) Re: Facility Services, Building 77 at 575 Pine Knoll Drive, Flagstaff, AZ 86011. Waiver of subrogation in favor of the State of Arizona, its departments, agencies, boards, commissions, universities and its officers, officials, agents, and employees relative to work performed under contract. CER I iFiCA I t HOLUER CANCELLATION State of Arizona, Arizona Board of Regents and NAU PO Box 4104 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Flagstaff, AZ 86011 AUTHORIZED REPRESENTATIVE 106468 AGORD 25 (2009109) ©1988-2009'ACORD CORPORATION. All rights reserved