Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC21-276 Peak ElevatorDocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
AGREEMENT FOR PROCUREMENT
AND INSTALLATION SERVICES AND FOR ON -CALL SERVICES
BETWEEN EAGLE COUNTY, COLORADO
AND
PEAK ELEVATOR, LLC
THIS AGREEMENT ("Agreement") is effective as of 8/16/2021 by and between
Peak Elevator, LLC a Colorado Limited Liability Company (hereinafter "Contractor") and Eagle
County, Colorado, a body corporate and politic (hereinafter "County").
RECITALS
WHEREAS, Eagle County desires to procure services involving the replacement and renewal of
elevator parts and to procure preventative elevator system maintenance and on -call elevator
services at Eagle County Regional Airport Air Traffic Control Tower located at 215 Airport
Road, 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 on -call services or work at the rates set forth
in Exhibits A and B. Work that is agreed upon by both parties to fall outside of the scope of
Exhibit A and B will require a formal proposal to be provided by Contractor and approved by
Eagle County in writing ("Services" or "Work"). Exhibits A and B are 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 Exhibits A and B. 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 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 Airport Department's designee shall be Contractor's
contact with respect to this Agreement and performance of the Services.
C21-276
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
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
through the 31 st day of August, 2022.
4. Extension or Modification. This Agreement may be extended for up to four 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 Exhibits A and B. Prior to commencement of
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 Exhibits A
and B. Total compensation for all Services under this Agreement shall not exceed $25,000.
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
2
C21-276
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
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
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.
i. Workers' Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each
accident combined bodily injury and property damage liability insurance, including coverage for
owned, hired, and non -owned vehicles.
iii. Commercial General Liability coverage to include premises and
operations, personal/advertising injury, products/completed operations, broad form property
damage with limits of liability not less than $1,000,000 per occurrence and $1,000,000 aggregate
limits.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be
endorsed to include 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.
3
C21-276
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
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, or 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.
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: Koltin Howard -Talbott
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-3 573
Facsimile: 970-328-2687
E-Mail: koltin.howardtalbott(keaglecounty.us
4
C21-276
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
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:
Peak Elevator, LLC
2950 Janitell Road,
Suite 119
Colorado Spring, CO 80906
Phone: 303-905-9241
E-mail: brittani.mccaig@peakelevator.com
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
5
C21-276
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
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.
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.
C.1
C21-276
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
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:
i. 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:
https://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:
7
C21-276
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
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 INTENTIONALL Y LEFT BLANK]
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: . S(A, (
Jeff tl;C0 . Manager
CONTRACTO DocuSignedb�y::
By: i° &Mi
8D06311 E0339455...
Print Name: Bri ttani McCaig
Title: vice President
C21-276
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
EXHIBIT A
SCOPE OF SERVICES, SCHEDULE, FEES
EXHIBIT B
FEE SCHEDULE - ON CALL SERVICES
C21-276
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
E L E V A T O R.
Tuesday, August 10, 2021
Eagle County Airport
Wallace Oliveira
219 Eldon Wilson Rd
Gypsum, CO
Wilson. oliveira(cDea leg county.us
970-471-6279
RE: Tower Elevator — Packings Replacement and Shaftway Clean down
Dear Wallace,
PEAK is pleased to provide you with our proposal for the above -mentioned project. Our proposal meets all applicable
codes and includes all labor and material required for a complete installation.
Scope of Work:
PEAK to have a repair crew mobilize, hang the car with rigging, disassemble the pistons,
remove the worn packings, replace with new packings, reassemble both pistons, add oil,
and return the elevator to service. Crew will also clean pit of oil and perform a shaftway
clean down throughout the hoistway.
Thank you for the opportunity to submit our proposal for this project. Our proposal is for a total net sum of
$15,700.00 (Fifteen Thousand Seven Hundred and 00/100 dollars). If you should have any questions,
comments or concerns, please do not hesitate to call.
*Price includes lodging
PEAK Elevator will schedule and perform work based on approved credit. Pricing is good for thirty (30) days.
1. Our proposal is submitted with the understanding that all referenced documents will be signed without alteration
in order to provide you the best possible value solution for this project.
2. Our proposal is submitted with the understanding that PEAK will need to have uninterrupted access to
the elevator for five (5) days and the elevator will be unavailable to the building patrons for this time.
Unless specifically stated to the contrary in this Agreement, PEAK's services shall be performed between the
hours of 7:30 a.m. and 4:00 p.m. Monday through Friday, local property time.
3. Our proposal is submitted with the understanding that PEAK will mobilize to the project site one (1) time for the
process. If PEAK shall be required to incur additional mobilizations due to circumstances beyond PEAK's
control additional mobilization fees shall be owed PEAK.
4. The delivered material shall remain the property of PEAK and PEAK shall retain title thereto until final payment
is made.
5. The Purchaser agrees to indemnify, defend and hold harmless to the extent provided by law PEAK from any
loss, damage or claim for damages or injuries, including death, connected with the use or operation of the
Equipment. Should damage occur to PEAK's material or work on the premises, where work is to be or is being
performed, by fire, theft or otherwise, the Purchaser is to compensate PEAK therefore. PEAK's obligation to
defend, indemnify and hold Purchaser harmless shall be limited to the extent a claim for damages or injuries
5405 W 5611 Ave., Tt4fb2l7a Arvada, CO 80002
Phone 303.466.6231 • Fax 303.466.6232
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
E L E V A T O R.
results from PEAK's negligence acts or omission or willful misconduct, but not the negligent acts or omissions
or willful misconduct of others.
Sincerely,
PEAK Elevator, LLC
Matt !teal Vw2 w
Matt Kallman
Account Executive
Ph.: 303-378-7686
Email: matthew.kallman(&peakelevator.com
Accepted by:
Printed Name:
Title:
Firm Name:
Date:
This offer, when accepted by purchaser and countersigned by an officer of PEAK, will be the entire agreement between
parties. This offer, if accepted on any other form or document or if the terms are amended, shall not be binding on
PEAK unless countersigned in writing by an officer of PEAK.
Approved by — PEAK Elevator Corporate Officer
PEAK Proposal 07012101 MK
C21-276 Page 2 of 2
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
E L E V A T Q R.
August 10, 2021
Eagle County Airport
Wallace Oliveira
219 Eldon Wilson Rd
Gypsum, CO
Wilson. oliveira(&,ea leg counry.us
970-471-6279
RE: PEAK's "PEAK PERFORMANCE" MAINTENANCE PROGRAM
Dear Wallace,
We appreciate this opportunity to submit our proposal for the above -referenced project.
PEAK's maintenance program provides a structured program to properly cover all areas of your elevator's
operational requirements and is tailored to your facility, equipment and needs. PEAK's maintenance program
always places your facility's safety, elevator reliability, and risk mitigation in the forefront of every task
performed. Additionally, your PEAK Performance Maintenance Program focuses on maximizing the life span of
your elevator equipment.
Please review this information thoroughly and feel free to contact me with any questions you may have. If you
decide to move forward with this agreement, upon your approval, please sign and return two (2) copies of the
PEAK maintenance agreement to our office for processing. One fully executed copy of the agreement will be
returned to your office for your records.
Again, thank you for the opportunity to allow PEAK to serve you.
Sincerely,
O L U NJtnan.
Matt Kallman
2950 Janitell Road, Suite 119, Colorado Springs, CO 80906
Phone 303.905.qF�1127l�ax 303.466.6232
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
E L E V A T D R_
"PEAK Elevator" Maintenance Program
EQUIPMENT LOCATION:
Eagle County Airport
219 Eldon Wilson Rd
Gypsum, CO
CONTACT:
Wallace Oliveira
Wilson.oliveira(a)ea leg county.us
970-471-6279
Property/Equipment Description:
219 Eldon Wilson Rd, Gypsum, CO
Contract
Qty
Option
OEM
Type
Capaci
Monthly
(See
Cost
Below
1
"D"
OTIS
Hydraulic
Passenger
$150.00
Total Annual
$1,800.00
PEAK Proposal 07012102MK
C21-276 Page 2 of 6
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
This Elevator Maintenance Agreement (the "Agreement"), between
PEAK Elevator ("PEAK") and
("Purchaser"), is effective this day of , 20_ (the "Effective
Date") and shall pertain to the vertical transportation equipment
described herein.
AGREEMENT INTENT
A. PEAK will provide pro -active preventive maintenance for the
equipment covered by this Agreement ("Equipment" or "Units")
to facilitate the following:
1. Consistent safe operation of Equipment
2. Maximum operational performance of Equipment
3. Maximum beneficial usage of Equipment
4. Maximum life cycle of Equipment
B. PEAK expressly acknowledges that Purchaser is relying on
PEAK's professional expertise in the performance of Services to
achieve and maintain the intent of this Agreement.
PEAK's SERVICES
PEAK agrees to provide systematic routine Quarterly elevator
maintenance. Services shall include, without limitation, all labor,
transportation, supplies, materials, parts, tools, scaffolding, machinery,
hoists, employee safety equipment, equipment, lubricants, supervision,
applicable taxes, and all other work and materials expressly required
under this Agreement or reasonably inferred whether or not expressly
stated herein.
PEAK will coordinate and follow the directives of Purchaser with
respect to scheduling Services and any deliveries made pursuant to this
Agreement.
Services shall be performed as follows:
1. In conformance with all provisions of this Agreement.
2. In conformance with all applicable Federal, state and/or
local laws, rules, regulations, standards and codes.
3. In conformance with all applicable original equipment
manufacturers specifications.
4. In conformance with Purchaser's rules, policies, regulations
and/or requirements for work at the Property, as amended
from time to time during term of this Agreement.
5. In conformance with Purchaser's requirements for cleanup
using containers supplied by PEAK.
6. To Purchaser's satisfaction.
7. By qualified, careful and efficient employees in conformity
with best industry practices.
8. Diligently and in a first-class, complete and workmanlike
manner, free of defect or deficiency.
9. In such manner as to minimize any annoyance, interference
or disruption to occupants of Property and their invitees.
® OPTION "D" SERVICES Initial if checked
PEAK will regularly and systematically examine, clean, lubricate,
adjust and, as conditions warrant, repair or replace all Equipment.
PEAK will consistently maintain machine rooms, hoistways, pits,
car tops and Equipment in or on these areas in a clean condition.
PEAK will consistently maintain escalator machine rooms, pits
and the Equipment in them in a clean condition. Escalator trusses,
drip pans and internal equipment shall be cleaned annually. During
cleaning process, PEAK will test and adjust all escalator safety
switches.
A A-\
E L E V A T O R.
Lubrication intervals shall be as recommended by original
equipment manufacturer or as dictated by Equipment use or
adverse environmental conditions.
PEAK will check and adjust individual and/or group operational
systems at planned intervals to ensure all control circuits and time
settings are properly adjusted to minimize system response time to
registered car and hall calls and maximize car and/or group
operational performance.
PEAK will schedule, coordinate and complete statutory and other
equipment tests including, but not limited to:
1. Hydraulic Elevator: Annual no load slow speed test of car and
counterweight safeties, governors, and buffers. INCLUDED
2. Hydraulic Elevator: 5-year, full load, full speed test of car and
counterweight safeties, governors, and buffers. NOT
INCLUDED
Local inspection fees in regard to operation of equipment covered
by this Agreement shall be paid by the Purchaser.
PEAK will provide Purchaser with a minimum of five (5) working
days' prior written notification of tests so a representative of the
Purchaser may witness all tests. PEAK will submit written reports
to Purchaser within ten (10) working days of completion of tests,
confirming findings including corrective actions required and
taken, if any. PEAK will affix and maintain governmental
jurisdiction number designations on all Unit equipment in the
machine rooms and pits including hoist machine, pump unit,
controller, and car crosshead, electrical disconnect switches and
buffers.
PEAK will affix metal tags to the tested devices and provide
Purchaser with written documentation clearly indicating the type
of test, date of test, the individual performing test and applicable
code rule.
When, as a result of examination or testing of the Equipment,
PEAK identifies corrective action is required, PEAK shall proceed
expeditiously to make required repairs, replacements, and
adjustments. If PEAK believes such work is not PEAK's
responsibility, a written report signed by PEAK shall be delivered
to Purchaser for further action with exception of a safety or
potential safety situation, in which case, PEAK shall expeditiously
correct the problem.
Services shall be all inclusive with following exclusions only:
1. Installation of new attachments or performance of newly
mandated tests recommended or directed by inspecting entities,
insurance companies and federal, state or municipal
governmental authorities subsequent to the Effective Date of this
Agreement. In the event of new or retroactive requirements
required by such authorities PEAK shall provide written notice
and proposal to Purchaser within ten (10) working days of the
effective date of the authority's notification.
2. With the passage of time, equipment, technology, and designs
will change. If any part or component of your equipment
covered under this agreement cannot, in our sole opinion be
safely repaired and is no longer stocked and readily available
from the original equipment manufacturer or an after -market
source, the part or component shall be considered obsolete. You
will be responsible for any and all charges associated with
replacing any obsolete part(s) or component(s) as well as all
charges required to ensure the remainder of the equipment is
functionally compatible with that replacement part or
component.
PEAK Proposal 07012102MK
C21-276 Page 3 of 6
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
3. Before PEAK can warrant any parts under this agreement,
everything must be in good working condition. Should there be
any repairs/replacements necessary that were pre-existing issues
that were never addressed by your last provider, PEAK will
submit a proposal within 30 days of our initial service to
complete those repairs. The customer can decline this work;
however, the proposed repair/replacement will not be
covered/warranted under this agreement until repaired/ replaced.
Callbacks, repairs, modifications, adjustments, or replacements
required due to negligence, vandalism, accident, or misuse of the
Equipment by anyone other than the PEAK, its employees,
subcontractors, servants or agents, or other causes beyond the
PEAK's reasonable control except ordinary wear.
4. Repair or replacement of Property items, such as hoistway or
machine room walls, floors, car interior finishes, car finish floor
material, hoistway entrance frames, car and hoistway door
panels, car and hoistway door sills, signal fixture faceplate and
fire alarm initiating devices.
5. Mainline and auxiliary disconnecting means, fuses and electrical
feeders to equipment control panels in machine rooms.
6. Lamps for normal car illumination.
7. Failure or fluctuations of Property electric power, air
conditioning or humidity control.
8. Ingress by water or other material into machine room, hoistway,
car enclosure or pit.
9. Purchaser loading Unit in excess of its rated car capacity or load
classification.
10. Audio and visual devices.
11. Shrinkage, settlement or movement of building.
12. Above exclusions shall apply except to the extent that they arise
out of or are caused by the negligence, willful misconduct,
breach of contract or breach of statutory duty of the PEAK, its
employees, agents, subcontractors, or others for whom it is
responsible.
13. Due to the fact that PEAK only has access to this unit 4 times a
year and does not have access to this elevator for 8 months out
of the year, all motors, motor starters, motor starter contacts,
pumps, valves, generators, selectors and any other non -
maintainable items reasonably inferred whether or not expressly
stated herein.
ADDITIONAL SERVICES ADDED TO AGREEMENT
® (If checked applicable):
24-Hour Answering Service and Callout Dispatching;
PEAK will provide Purchaser with 24-hour, year round
dispatching service. In the event of a Unit malfunction,
Purchaser shall place a telephone call to PEAK's customer
service representative, who will, at Purchaser's request,
dispatch a technician to perform service. In the event
PEAK receives an ADA call from a Unit's ADA telephone
outside of regular working hours as described herein,
PEAK shall make at least one attempt to contact a
Purchaser's representative for an assessment of the
situation and authorization to respond to the call. If PEAK
is unable to reach a Purchaser's representative, PEAK shall
respond to the ADA call. The visit will be treated as a
Callback outside of regular working hours. * Customer
relieves PEAK of completing the phone check on months that
A A-\
E L E V A T D R_
PEAK is not on property. This test must be properly documented
in the MCP binder in the machine room, per elevator and state
code.
PEAK'S HOURS AND MANNER OF WORK
Unless specifically stated to the contrary in this Agreement, Services
shall be performed between the hours of 7:30 a.m. and 4:00 p.m.
Monday through Friday, local Property time.
Callback shall be defined as any request for service or assistance by
Purchaser when any unit is not available for beneficial usage due to
equipment shutdown or malfunction.
Response time for callback service:
During the hours identified herein, PEAK shall arrive at Property
within two (2) hours from time of notification of equipment problem
or failure by Purchaser.
During the hours identified herein, PEAK shall arrive at Property in
response to passenger entrapment calls within thirty (30) minutes from
time of notification by Purchaser.
After hours, PEAK shall respond to callback service within two (2)
hours from the time of notification by Purchaser.
AGREEMENT AMOUNT AND ANNUAL LABOR/MATERLAL
ADJUSTMENT
During term of this Agreement, Purchaser shall pay PEAK on or before
last day of each and every month the sum of $150.00, including all
applicable taxes, for faithful performance of Services completed for
prior month subject to the following: Agreement amount shall be
subject to review and adjustment at the end of each 12 month period
thereafter. 100% of Agreement price shall be adjusted to reflect
increase or decrease in labor cost based on the straight time rate of
Elevator Mechanics in area wherein equipment covered by this
Agreement is located.
The method of payment will be by check or electronic transfer.
The work shall be performed for the agreed price plus any applicable
sales, excise or similar taxes as required by law. In addition to the
agreed price, Purchaser shall pay to us any future applicable tax
imposed on PEAK, PEAK's suppliers or Purchaser in connection with
the performance of the work described.
Purchaser agrees to pay a late charge from the date such sums become
due of three percent (3%) per month, or the highest legally permitted
rate, whichever is less, on any balance past due for more than forty-
five (45) days, together with all costs (including, but not limited to,
collection fees or attorney's fees) incurred by PEAK to collect overdue
amounts.
Failure to pay any sum due by you within sixty (60) days will be a
material breach. PEAK may at PEAK's option declare all sums due or
to become due for the unexpired term immediately due and payable as
liquidated damages, and until the same are paid be discharged from
further obligation under the contract.
If straight time work is required, outside scope of Services, hourly rates
below apply. If overtime work is required, within the scope of
Services, Purchaser will pay only difference between straight time and
overtime labor at hourly rates indicated below. If overtime work is
PEAK Proposal 07012102MK
C21-276 Page 4 of 6
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
required outside scope of Services, straight time rate plus applicable
overtime premium will be basis for hourly charges.
Billing Rates Straight Overtime Overtime
Time (1.7) (2.0)
Mechanic $302.50 $514.25 $605.00
Crew $605.00 $1,028.50 $1,210.00
INSURANCE
Prior to commencing work, PEAK shall secure required insurance, at
its sole cost. Nothing in this Agreement shall be construed to mean
that PEAK assumes any liability on account of accidents to persons, or
property, except those directly, or indirectly, due to negligent acts or
omissions of PEAK, its employees, subcontractors, servants or agents.
PEAK shall not be held responsible or liable for any loss or damage
due to any cause beyond its control, including, but not limited to, acts
of government, fire, explosion, theft, floods, riot, civil commotion,
war, malicious mischief, or act of God, with the exception of explosion
caused by action or inaction of PEAK, its employees, subcontractors,
servants or agents which shall be the responsibility of the PEAK.
Dates for performance or completion of any ongoing maintenance or
corrective action required shall be extended by such length of time as
may be reasonably necessary to compensate for unavoidable delay.
"Force Majeure" under this Agreement shall mean in relation to either
party any circumstances beyond the reasonable control of that party.
1. If either party is affected by Force Majeure it shall promptly notify
the other of the nature and extent of the circumstances in question.
2. Notwithstanding any provision of this Agreement neither party
shall be deemed to be in breach of this Agreement or otherwise be
liable to the other for any delay in performance or the non-
performance of any of its obligations under this Agreement, to the
extent that the delay or non-performance is due to any Force
Majeure of which it has notified the other party, and the time for
performance of the obligation shall be amended accordingly.
3. If at any time the PEAK claims Force Majeure in respect of the
obligations under this Agreement with regard to the supply of the
Services, the Purchaser shall be entitled to obtain from any other
person such Services as the PEAK is unable to provide.
A A-\
E L E V A T D R_
PURCHASER RESPONSIBILITIES
1. Provide clear, safe, and convenient access to Property and
equipment rooms.
2. Maintain car lighting, telephone lines to controller terminal(s),
equipment room electrical switch gear, and electrical feeders to
unit controllers.
3. Maintain equipment room heating and air conditioning systems.
4. Maintain fire alarm initiating devices in elevator lobbies,
machine rooms, hoistways, etc.
5. Prevent storage of Property or other PEAK's equipment or
supplies in unit equipment rooms and obstruction of equipment
room access corridors and doors.
6. Maintain standby power generator systems and related switch
gear and feeders.
7. Maintain equipment rooms, hoistways, wellways, and pits in
code compliant dry condition.
8. Coordinate with PEAK in regard to equipment retrofits such as
security systems, new car interior finishes, car interior TV
systems, etc.
9. During Property construction and/or modernization, make
provisions to limit infiltration of dust and debris into equipment
and equipment spaces.
10. Purchaser agrees to furnish to the PEAK a complete set of wiring
diagrams.
EXTENT OF LAW
This Agreement shall be interpreted in accordance with the laws of the
State of Colorado.
TIME
Time shall be of the essence in the performance of the terms of this
Agreement.
ACCEPTANCE
This proposal, when accepted by Purchaser below and approved by
PEAK's authorized representative, will constitute the entire and
exclusive contract between Purchaser and PEAK for the services to
be provide and Purchaser's authorization to perform as outlined
herein. All prior or contemporaneous oral or written representations
or agreements not incorporated herein will be superseded. Any
purchase order issued by Purchaser in connection with the services to
be provided will be deemed to be issued for Purchaser's
administrative or billing identification purpose only, and the parties
hereto intend that the terms and conditions contained herein will
exclusively govern the services to be provided. PEAK does not give
up rights under any existing contract until this Agreement is fully
executed. This Agreement may not be changed, modified, revised, or
amended unless in writing and signed by both parties. Further, any
manual changes to this form will not be effective unless initialed in
the margin by both parties
PEAK Proposal 07012102MK
C21-276 Page 5 of 6
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
EXECUTION
IN WITNESS WHEREOF, the parties have executed this Agreement as of the Effective Date.
MATT K A LLMA N
PEAK ELEVATORTA9
BY: MATT KALLMAN
TITLE: ACCOUNT EXECUTIVE
DATE: 07-12-2021
PURCHASER
BY:
TITLE:
DATE:
Ai
iL
E L E V A T O R.,
PEAK Proposal 07012102MK
C21-276 Page 6 of 6
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
EXHIBIT C
INSURANCE CERTIFICATES
10
C21-276
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
PEAKELE-02 HPAYNE
,4coR0` CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIDD/YYYY)
7/13/2021
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
CONTACT Harry Payne
PHONE FAX
(A/C, No, Ext): (303) 996-5366 (A/C, No):
Carver and Associates Insurance Services, Inc.
7710 Ralston Road
Arvada, CO 80002
ADDRESS: hpayne@carverandassociates.com
INSURERS AFFORDING COVERAGE
NAIC #
INSURER A: Plnnacol Assurance
41190
INSURED
INSURER B :
INSURER C :
Peak Elevator LLC
INSURER D :
5405 W 56th Ave #E
Arvada, CO 80002
INSURER E
INSURER F :
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.
INSR
LTR
TYPE OF INSURANCE
ADDL
INSD
SUBR
WVD
POLICY NUMBER
POLICY EFF
MM DD YYYY
POLICY EXP
MM DD YYYY
LIMITS
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE ❑ OCCUR
EACH OCCURRENCE
$
DAMAGE TO RENTED
PREMISES Ea occurrence
$
MED EXP (Any oneperson)
$
PERSONAL & ADV INJURY
$
GEN'L
AGGREGATE LIMIT APPLIES PER:
POLICY El PECOT- LOC
OTHER:
GENERAL AGGREGATE
$
PRODUCTS - COMP/OP AGG
$
$
AUTOMOBILE
LIABILITY
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED L NON -OWNED
AUTOS ONLY AUTOS ONLY
COMBINED SINGLE LIMIT
Ea accident
$
BODILY INJURY Perperson)
$
BODILY INJURY Per accident
$
PROPERTY DAMAGE
ccident
Per accident)
$
$
UMBRELLA LIAB
EXCESS LIAB
OCCUR
CLAIMS -MADE
EACH OCCURRENCE
$
AGGREGATE
$
DED RETENTION $
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
Y/N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N / A
4198225
5/1/2021
5/1/2022
X PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
1,000,000
$
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
1,000,000
$
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
All operations of the named insured.
Blanket Waiver of Subrogation applies
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.
AUTHORIZED REPRESENTATIVE
Eagle County Airport
219 Eldon Wilson Road
Gypsum, CO 81637
ACORD 25 (2016/03) C21-276 © 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
PINNAA COL
ASSURANCE
PEAK Elevator LLC
5405 West 56th Avenue Unit E
Arvada, CO 80002
ENDORSEMENT: Blanket Waiver of Subrogation
7501 E. Lowry Blvd.
Denver, CO 80230-7006
303.361.4000 / 800.873.7242
Pinnacol.com
NCCI #: WC000313B
Policy #: 4198225
Carver and Associates Insurance Ser
PO Box 567
Arvada, CO 80001
(303) 420-1637
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
SCHEDULE
To any person or organization when agreed to under a written contract or agreement, as defined above
and with the insured, which is in effect and executed prior to any loss.
Effective Date:May 1, 2021 Expires on: May 1, 2022
Pinnacol Assurance has issued this endorsement April 20, 2021
7501 E. Lowry Blvd Denver, CO 80230-7006
Page 1 of 1 P ELLIOTTB - Uerw"��pr 04/20/2021 13:50:37 4198225 57723896 359-B
DocuSign Envelope ID: 3B09CD2D-2C49-4808-AB34-2B53F98A57CE
/
AC"R " CERTIFICATE OF LIABILITY INSURANCE
PD7TE'MMIDD/YYYY)
07113/2021
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
CONTACT Kayla Castrup
NAME:
Brown &Brown of Colorado, Inc.
pnHiC Ext : (303) 980-6265 AIX No : (720) 962-5142
E-MAIL kcastrup@bbdenver.com
ADDRESS:
2170 S Parker Road, Suite 251
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURERA: Great American Insurance Company
Denver CO 80231
INSURED
INSURER B: Firemen's Insurance Company of Washington, D.C.
21784
INSURER C : National Union Fire Insurance Company of Pittsburgh PA
Peak Elevator, LLC DBA Peak
INSURER D :
5405 W. 56th Ave., Unit E
INSURER E :
INSURER F :
Arvada CO 80002
COVERAGES CERTIFICATE NUMBER: 21/22 Master 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 INSURANCEADDLSUBR
INSD
WVD
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM/DD/YYYY
LIMITS
X
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE F OCCUR
PREM SES Ea oNcE ante
$ 300,000
MED EXP (Any one person)
$ 10,000
X
Each elevator
PERSONAL&ADV INJURY
$ 1,000,000
A
GLP132462704
05/03/2021
05/03/2022
LAGGREGATE LIMIT APPLIES PERGENERAL
AGGREGATE
$4,000,000
POLICY � PRO FX LOC
JECT:
MOTHER
PRODUCTS-COMP/OP AGG
$4,000,000
Max Aggregate
$ 10,000,000
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident
$ 1,000,000
X
BODILY INJURY (Per person)
$
ANYAUTO
B
OWNED SCHEDULED
AUTOS ONLY AUTOS
CPA3224274 21
05/03/2021
05/03/2022
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
HIRED HNON-OWNED
AUTOS ONLY AUTOS ONLY
X
UMBRELLA LIAB
X
OCCUR
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
$ 25,000,000
C
EXCESS LIAB
CLAIMS -MADE
EBU 035651836
05/03/2021
05/03/2022
DED I X1 RETENTION $ 0
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
PER OTH-
STATUTE ER
ANY PROPRIETOR/PARTNER/EXECUTIVE ❑
OFFICER/MEMBER EXCLUDED?
NIA
E.L. EACH ACCIDENT
$
(Mandatory in NH)
E.L. DISEASE - EA EMPLOYEE
$
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$
B
Employee Theft
Cyber Liability- C-4LWN-095817
CPA3224274 21
05/03/2021
05/03/2022
Theft per claim
Cyber Limit
$25,000
$1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Eagle County Airport
ACCORDANCE WITH THE POLICY PROVISIONS.
219 Eldon Wilson Road
AUTHORIZED REPRESENTATIVE
Gypsum CO 81637
QQ
Y+ O
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and lodW4476-gistered marks of ACORD