Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC21-267 Pye-Barker Fire, LLC.AgreementpdfDocuSign Envelope ID: E2059F96-8EC0-4D3A-BEB8-1AFFC9014C26
AGREEMENT FOR ON -CALL SERVICES
BETWEEN EAGLE COUNTY, COLORADO
AND
PYE-BARKER FIRE, LLC d/b/a TRI COUNTY FIRE PROTECTION
THIS AGREEMENT ("Agreement") is effective as of the 8/6/2021 by and between
Pye-Barker Fire, LLC d/b/a Tri County Fire protection, a Georgia corporation (hereinafter "Contractor"), and Eagle
County, Colorado, a body corporate and politic (hereinafter "County").
RECITALS
WHEREAS, County desires to contract for annual testing, inspection, and repair services for fire extinguishers at
County owned facilities; the FM200 systems for the IT server room at the Eagle County Building, 500 Broadway,
Eagle, Colorado, the Evidence Room at the Justice Center, 0885 Chambers, Eagle, Colorado; the Halon system at
the Detentions Control Room at the Justice Center, 0885 Chambers, Eagle, Colorado; and the cooking hood systems
at the Justice Center, 0885 Chambers, Eagle, Colorado; Senior Center, 713 Broadway, Eagle, Colorado and El Jebel
Community Center, 0020 Eagle County Road, El Jebel, Colorado, (the "Property"); 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 described in Exhibit A ("Services" or "Work") which is
attached hereto and incorporated herein by reference. The Services shall be performed in accordance with the
provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services in accordance with the schedule established in each
proposal approved by County. 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. CountRpresentative. 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 on the 28' day of September, 2021, and subject
to the provisions of paragraph 11 hereof, shall continue in full force and effect for a period of one year.
C21-267
DocuSign Envelope ID: E2059F96-8EC0-4D3A-BEB8-1AFFC9014C26
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 a sum
computed and payable as set forth in Exhibit A. In the event Contractor and County agree upon the need for
additional maintenance or repair services beyond the Services described in Exhibit A, 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. 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 rates set forth
herein. Total compensation under this Agreement shall not exceed fifty thousand dollars ($50,000.00) 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.
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
personnel assigned to perform the Services during the performance of this Agreement and no personnel to whom
C21-267
DocuSign Envelope ID: E2059F96-8EC0-4D3A-BEB8-1AFFC9014C26
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 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, agent,s 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 monies paid pursuant to this Agreement.
C21-267
DocuSign Envelope ID: E2059F96-8EC0-4D3A-BEB8-1AFFC9014C26
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
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-8881
Facsimile: 970-328-8782
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:
Tri County Fire Protection, Inc.
3159 Baron Lane
Rifle, CO 81650
Telephone: 970-625-453 3
Facsimile: 970-625-9010
E-Mail: info@tcfire.net
C21-267
DocuSign Envelope ID: E2059F96-8EC0-4D3A-BEB8-1AFFC9014C26
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, interpreted under, and governed by
the laws of the State of Colorado.
13. Execution by Counterparts: Electronic Signatures. This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same
instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following
two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or
facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized
signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of
electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the nature and extent of the Services to be provided
hereunder and the Property or Properties, and with all local conditions, federal, state and local laws, ordinances,
rules, and regulations that in any manner affect cost, progress, or performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as it 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.
C21-267
DocuSign Envelope ID: E2059F96-8EC0-4D3A-BEB8-1AFFC9014C26
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 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:
under this Agreement; or
Knowingly employ or contract with an undocumented individual to perform Services
C21-267
DocuSign Envelope ID: E2059F96-8EC0-4D3A-BEB8-1AFFC9014C26
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:
httos://www. uscis.00v/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).
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 INTENTIONALL Y LEFT BLANK]
C21-267
DocuSign Envelope ID: E2059F96-8EC0-4D3A-BEB8-1AFFC9014C26
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
DocuSigned by:
By: J % 'b(t
Jeff Shroll, County ay&?644A328424—
CONTRACTOR:
PYE-BARKER FIRE, LLC d/b/a TRI COUNTY FIRE PROTECTION
By:5DocuSigned by:
)6'S6V'
6449AFD1EMA4
Print Name: Jason Beak
Title: mg r
C21-267
DocuSign Envelope ID: E2059F96-8EC0-4D3A-BEB8-1AFFC9014C26
PYE-BARKER FIRE, LLC
DBA TRI COUNTY FIRE PROTECTION
3159 BARON LN
Rifle, CO 81650
970-625-4533 (Voice)
REMIT TO:PO BOX 309, RIFLE, CO 81650
Bill To: EAGLE COUNTY ACCOUNTS PAYABLE
PO BOX 850
EAGLE, CO 81631
Deliver: EAGLE COUNTY A/P
PO BOX 850
EAGLE, CO 81631
QUOTATION
Date: 08/02/21
Bill To: EAGLECOUNTAP
Account: EAGLECOUNTAP
P/O #:
Ref #: 6222
Terms: NET 30
Due:
FOB:
Technician: HOUSE ACCOUNT
Contact: RON
Phone: 970-328-8880
Fax:
Page
1
Line
Order
Ship B/O
Item Number Description
Unit Price
Unit
Extension
1
1
1 0
ANNUAL MAINT / ANNUAL MAINT/INSP FIRE EXTIN
8.000
EA
8.00
2
1
1 0
RECH 2.5 DC / RECH DC 2 LB
20.000
EA
20.00
RECHARGE
ON 2.5LB FIRE EXTINGUISHER
3
1
1 0
RECH 5 DC / RECH DC 5 LB
30.000
EA
30.00
RECHARGE
ON 5LB FIRE EXTINGUISHER
4
1
1 0
DC MAINT / DC MAINT ASSEMBLY/CHEM
18.000
EA
18.00
MAINT ASSEMBLY CHARGED WITH ANY RECHARGE FOR REPLACING
PARTS
5
1
1 0
NEW5ABC NEW / ANSUL ABC 5LB, AA05-1 3
75.000
EA
75.00
6
1
1 0
NEW2ABC NEW / ANSUL ABC 2.5LB, A02VB
49.000
EA
49.00
7
1
1 0
SYS INSP 102 / SYS INSP/MAINT R 102
135.000
EA
135.00
EACH HOOD SYSTEM IS $95.00 THERE ARE HOOD PARTS THAT ARE
ADDED TO
THIS TOTAL THEY WILL BE ABOUT $73.00
8
1
1 0
SYS INSP FM2 / SYS INSP/MAINT FM200
535.000
EA
535.00
9
1
1 0
HYDRO 5 DC / HYDRO DC 5 LB
16.000
EA
16.00
FIRE EXTINGUISHERS NEED TO BE HYDRO TESTES EVERY 12 YEARS
FROM THE
DATE OF MANUFACTURE
10
1
1 0
LABOR SY REG / LABOR SYS SP HAZ REG
125.000
HR
125.00
HOURLY RATE FOR WORK DONE ON HOOD SYSTEMS
11
1
1 0
LABOR SY REG / LABOR SYS SP HAZ REG
125.000
HR
125.00
HOURLY WORK DONE ON FM200 SYSTEMS
Continued on Next Page
EA'
IT
C21-267
DocuSign Envelope ID: E2059F96-8EC0-4D3A-BEB8-1AFFC9014C26
PYE-BARKER FIRE, LLC
DBA TRI COUNTY FIRE PROTECTION
3159 BARON LN
Rifle, CO 81650
970-625-4533 (Voice)
REMIT TO:PO BOX 309, RIFLE, CO 81650
Bill To: EAGLE COUNTY ACCOUNTS PAYABLE
PO BOX 850
EAGLE, CO 81631
Deliver: EAGLE COUNTY A/P
PO BOX 850
EAGLE, CO 81631
Line Order Ship B/O Item Number Description
ACCEPTED BY
PRINT NAME DATE
QUOTATION TOTAL SUBJECT TO CHANGE BASED UPON WORK PERFORMED
ORPRODUCTSORDERED. IN ALL CASE UNIT PRICE PREVAILS.
WORK TO BE PERFORMED DURING NORMAL WORKING HOURS.
QUOTATION
Continued
Page
2
Date: 08/02/21
Bill To: EAGLECOUNTAP
Account: EAGLECOUNTAP
P/O #:
Ref ##: 6222
Terms: NET 30
Due:
FOB:
Technician: HOUSE ACCOUNT
Contact: RON
Phone: 970-328-8880
Fax:
Unit Price Unit Extension
Quotation Total 1136.00
C21-267
DocuSign Envelope ID: E2059F96-8EC0-4D3A-BEB8-1AFFC9014C26
AC� "® CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DDIYYYY)
F8/3/2021
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
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
Marsh & McLennan Agency LLC
2301 Sugar Bush Road
Suite 600
CONTACT
NAME:
PHONE FAX
AIC No Ext : 919-510-7580 A/C No): 212-607-1139
ADDRESS: Certificates@MarshMMA.com
INSURER(S) AFFORDING COVERAGE
NAIC#
Raleigh NC 27612
INSURERA: Everest Indemnity Insurance Company
10851
INSURED
Pye-Barker Fire & Safety, LLC*
PO Box 69 Roswell, GA, 30077
INSURERB: Evanston Insurance Company
35378
INsuRERc: Cincinnati Insurance Company
10677
INSURERD: Starr Indemnity & Liability Company
38318
11605 Haynes Bridge Rd, Ste 350
INSURER E: Axis Surplus Insurance Company
26620
Alpharetta GA 30009
INSURER F: Aspen American Insurance Company
43460
COVERAGES CERTIFICATE NUMBER: 1496218747 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.
INSR
LTR
TYPE OF INSURANCE
ADDL
INSD
SUBR
WVD
POLICY NUMBER
POLICY EFF
MM/DDIYYYY
POLICY EXP
MM/DDIYYYY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
51GL003490211
1/1/2021
1/1/2022
EACH OCCURRENCE
$1,000,000
CLAIMS -MADE � OCCUR
PREMISES (Ea occur DAMAGE TO ante
$ 500,000
X
MED EXP (Any one person)
$ 10,000
Contractual Tort
X
XCU Included
PERSONAL &ADV INJURY
$ 1,000,000
GEN'L
AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 2,000,000
POLICY � PE� LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
Professional Liab
$ Included
OTHER:
C
AUTOMOBILE
LIABILITY
EBA0560840
1/1/2021
1/1/2022
COMBINED SINGLE LIMIT
Ea accident
$1,000,000
X
BODILY INJURY (Per person)
$
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident)
$
X
PROPERTY DAMAGE
Per accident
$
HIRED X NON -OWNED
AUTOS ONLY AUTOS ONLY
A
E
X
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
51CCO01080211
P00100047311501
1/1/2021
1/1/2021
1/1/2022
1/ 1 /2022
EACH OCCURRENCE
$10,000,000
X
AGGREGATE
$ 10,000,000
DED RETENTION $ *
10,000,000/Occ
$ 10,000,000/Agg
D
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
100000447400
1/1/2021
1/1/2022
X PER OTH-
STATUTE ER
ANYPROPRIETOR/PARTNER/EXECUTIVE
E.L. EACH ACCIDENT
$ 1,000,000
OFFICER/MEMBER EXCLUDED? ❑
NIA
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
B
Pollution Liability
MMAENVO02219
1/1/2021
1/1/2022
$3,000,000Limit
C
F
Leased/Rented Equipment
Excess Liability
EPP0560840
CXOOAD621
1/1/2021
1/1/2021
1/1/2022
1/1/2022
$500,000
10,000,000/Occ
maximum
10,000,000/Agg
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Workers Compensation includes Stop Gap Liability for WA, WY, and ND
Workers Compensation Waiver of Subrogation does not apply to KY
Umbrella Liability: Carrier A: Retention-$10,000
Excess Liability: Carrier E: Deductible: $10,000,000
Excess Liability: Carrier F: Deductible: $20,000,000
Cyber Liability: Policy Number: CPR361421 1/1/2021-1/1/2022 Limit: $3,000,000 Carrier: Certain Underwriters at Lloyd's NAIC: 99999
Crime Policy Number: P00100026176801 11/26/2020-11/26/2021 Limit: $2,000,000 Carrier: AXIS Insurance Company NAIC: 37273
**DBA's: PB Parent; LLC, Lanstar, LLC; Pye-Barker Holdco, LLC; DBA A.A.C. United Fire & Safety Equipment, Inc.; DBA Accurate Fire Protection, Inc.; DBA
See Attached...
CERTIFICATE HOLDER 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.
EAGLE COUNTY
590 BROADWAY
EAGLE CO 81631 AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION. EXHIBIT
ACORD 25 (2016/03) The ACORD name and Io62a1re26igistered marks of ACORD B
DocuSign Envelope ID: E2059F96-8EC0-4D3A-BEB8-1AFFC9014C26
AGENCY CUSTOMER ID:
LOC #:
'ORE) ADDITIONAL REMARKS SCHEDULE Page 1 of 1
AGENCY
Marsh & McLennan Agency LLC
NAMED INSURED
Pye-Barker Fire & Safety, LLC'
PO Box 69 Roswell, GA, 30077
11605 Haynes Bridge Rd, Ste 350
Alpharetta GA 30009
POLICY NUMBER
CARRIER
NAIC CODE
EFFECTIVE DATE:
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25
FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE
Ace Fire Equipment; DBA Advanced Fire Extinguishers & Safety Equipment; DBA Allstate Fire Protection, Inc.; DBA American Fire & Safety; DBA BRS Holdings
LLC; DBA Commercial Fire Equipment Company; DBA D&C Fire Protection; DBA Dekalb Fire Protection Services, Inc. dba Georgia Fire; DBA East Coast Fire
Equipment, Inc.; DBA Fire Boss, Inc. d/b/a Dragon Fire Systems; DBA Fire Inspections Plus; DBA Fire Pro, Inc.; DBA Fire X Services, LLC; DBA Innovative
Electronic Control Systems Inc.; DBA Integrity Fire & Safety; DBA Lester King Fire and Safety Equipment, Inc.; DBA Metro Fire & Safety, Inc.; DBA Myrtle Beach
Fire Safety Group; DBA Pro Fire Extinguishment, Inc.; DBA Pye Barker Industrial Cleaning, LLC; DBA Reliable Alarm Technology and Equipment, Inc.; DBA
Reliable Fire & Safety Equipment Company, Inc.; DBA Sentry Fire & Safety; DBA South Carolina Safety Co.; DBA Suncoast Fire Safety; DBA Tampa Bay Fire
Equipment; DBA Tanner Fire & Safety Equipment, Inc.; DBA Hernando Fire & Safety Equipment Co., Utah Fire Equipment Company, Inc.; Hernando Fire &
Safety Equipment Co.; Sea Coast Fire Inc.
Tri County Fire Protection Inc.; Triangle Fire, Inc.; Universal Fire Equipment; Ace Fire Sprinklers, Inc.; A Fire Protection Plus, Inc.; Kansas Fire Equipment Co.;
Interstate Fire Systems, Inc.; AAA Fire & Safety Equipment Co. Inc.; Empire Fire & Safety dba Pyrotech, Inc, dba Red Comet Fire Protection, dba AD-X Fire
Protection; Gulf Coast Fire & Safety Equipment; Certified Fire Protection, Inc. ; Florida Fire Safety, Inc.;
Alpine Fire & Safety Systems, Inc.; Greer's Supply Company, Incorporated;American Fire & Safety, Inc.; M&S Supply of Roanoke, Inc. ; B&R Fire and Safety,
LLC; DBA Mitec; Life Safety Designs, Inc.; Fire Equipment Services of St. Lucie, Inc.; AA Fire Equipment Co Inc.; Nardini Fire Equipment Company of North
Dakota; Nardini Fire Equipment Co Inc.; Industrial Fire Systems, Inc.; Alpha Fire & Safety, Inc.; Fire Alarm Services Inc.; Commercial Fyr-Fyters, Inc.; United Fire
Protection, Inc.; LPS Fire LLC; LifeProtection Sprinkler, LLC; PB Parent Holdco LP; Gerry's Fire & Safety, Inc.; Haines City Fire acquisition; Haines City Fire &
Security Service, Inc. ;Haines City Fire Extinguisher Service, Inc.; Haines City Fire & Extinguisher Service Inc.; Willis Alarm Company; T & S Fire and Security
Inc.; Total LifeSafety Corporation: Naples Fire Protection, Inc.
Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers are included as Additional
Insureds under the General Liability and Automobile Liability with respect to work performed by the insured if required by written contract for the referenced job
and/or contract.
ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo 6MiWistered marks of ACORD