No preview available
HomeMy WebLinkAboutC21-414 EC + Personnel SafetyDocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 AGREEMENT FOR SERVICES BETWEEN EAGLE COUNTY, COLORADO AND PERSONNEL SAFETY ENTERPRISES, INC THIS AGREEMENT ("Agreement") is effective as of 11/30/2021 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 to provide and stock first aid cabinet supplies and other services as requested for the Airport (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, including providing and stocking first aid cabinet supplies and other services as requested by Eagle County, and as described in Exhibits A and B ("Service Locations" or "Price List") which are attached hereto and incorporated herein by reference. The Services are to be completed four times per year. 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. Count presentative. The Airport 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 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. 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 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 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 $3,000.00. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. a. Payment will be made for Services satisfactorily performed within thirty (30) days of receipt of a proper and accurate invoice from Contractor. All invoices shall include detail regarding the hours spent, tasks performed, who performed each task and such other detail as County may request. b. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the Services for which payment was made were not performed as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. 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 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. 2 Eagle County General Services Final 5/14 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 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. 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 3 Eagle County General Services Final 5/14 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 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 219 Eldon Wilson Road Gypsum, CO 81637 Post Office Box 850 Eagle, CO 81631 Telephone: 970-328-3 573 E-Mail: Koltin.howardtalbott@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 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. 4 Eagle County General Services Final 5/14 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 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. 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. 5 Eagle County General Services Final 5/14 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 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: 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. 6 Eagle County General Services Final 5/14 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 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.ciov/e-veri 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 INTENTIONALLYLEFT BLANK] 7 Eagle County General Services Final 5/14 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 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 Signed by: Docu By. �,V a Jeff Shro , E ptyanager CONTRACTOR: cuSigned by: Do By: &� a r "TTaco�'s Print Name: Ro Title: President 8 Eagle County General Services Final 5/14 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 EXHIBIT A Service Locations Eagle County General Services Final 5114 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 First Aid Station Locations - Airport - Gypsum Building Tower Class B Address 215 Airport Road Floor 9th Location Cab Terminal B 217 Eldon Wilson Road 1 st Maintenance room next to TSA exit lane Admin/ARFF B 219 Eldon Wilson Road 1st West ARFF Vehicle Bay Snow Removal Equipement B 221 Eldon Wilson Road 1 st East wall in bay above hand wash station. DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 EXHIBIT B Price List 10 Eagle County General Services Final 5114 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 PERSONNEL SAFETY ENTERPRISES MEKeeping your workplace safe since 1972 First -Aid supplies price list Item Description Qty Unit Price 22112 ALCOHOL WIPES, 10/UN 1 $4.30 22612 AMMONIA INHALANT, 10/UN 1 $9.75 90233 ANTACID, 100/BX 1 $18.10 90248 ANTACID, 250/BX 1 $33.40 51173 ANTISEPTIC, BIO-HAND SANTIZER, 25/BX 1 $9.05 90548 ASPIRIN, 250/BX 1 $18.80 07333 BACK PAIN -OFF, EXTRA STRENGTH, 100/BX 1 $22.70 80101 BLANKET, EMERG 70%WL 62'X80'W/CS 1 $93.80 64101 BLOODSTOPPER 1 $6.85 100673 BNDG, LARGE PATCH, 25/BX 1 $12.00 60233 BNDG, BUTTERFLY, MEDIUM, 100/BX 1 $26.35 102033 BNDG, PLASTIC STRIP, 1' x 3', 100/BX 1 $9.70 65001 BNDG, TRIANGULAR 40' STER 1/UN 1 $5.50 68550 BNDG, WATERSEAL, CLEAR STRIP, 50/BX 1 $17.80 65550 BNDG, WATERSEAL, SUPER STRIP, 50/BX 1 $19.15 100150 BNDG, WOVEN STRIP, 7/8'x3' 50/BX 1 $9.85 100250 BNDG, WOVEN STRIP, JUNIOR, 7/8' X 1 1/2' 50/BX 1 $8.35 100378 BNDG, WOVEN, FINGERTIP, 40/BX 1 $11.05 100578 BNDG, WOVEN, KNUCKLE, 40/BX 1 $12.20 100473 BNDG, WOVEN, XLG FINGERTIP, 25/BX 1 $12.00 93973 BURN CREAM W/LIDOCAINE, 25/BX 1 $12.65 66026 BURN JEL, 2' x 6' DRESSING 1 $12.70 66044 BURN JEL, 4' x 4' DRESSING 1 $20.70 66626 BURN JEL, UNIT DOSE, 6/BX 1 $13.55 22502 BURN SPRAY 20Z 1 $9.60 91525 CHERRY COUGH DROPS, 125/BX 1 $25.85 91550 CHERRY COUGH DROPS, 50/BX 1 $16.25 92233 COLD RELIEF, 100/BX 1 $25.85 92248 COLD RELIEF, 250/BX 1 $51.75 60501 CONFORMING GAUZE DRESSING, STERILE, 2' x 4.1 YDS 1 $4.95 61301 CONFORMING GAUZE DRESSING, STERILE, 3' x 4.1 YDS 1 $5.30 60433 COTTON TIP APPLICATOR, 3', 100/VIAL 1 $5.20 80201 CPR SHIELD, ECONOMY 1 $7.80 91033 CRAMP TABS, MENSTRUAL PAIN RELIEVER 100/BX 1 $20.45 20050 DIAMODE, 50/BX 1 $32.10 18447 DIPHEN (BENADRYL) 200/BX 1 $27.00 7044 EAR PLUGS,E.A.R. SOFT, NON -CORDED, 200/BX, 33db (312-1250) 1 $50.50 7009LL EAR PLUGS,SPEC-LASER LITE W/CORD, 100 PR/BX 1 $43.90 62301 ELASTIC TAPE, V x 5 YDS 1 $6.85 90433 EXTRA NON -ASPIRIN, 100/BX 1 $22.00 90448 EXTRA NON -ASPIRIN, 250/BX 1 $31.05 71069 EYE CUPS, 6/VIAL 1 $6.25 64470 EYE PADS, 4/UN 1 $7.80 93628 EYE WASH, 1 OZ BTL 1 $6.45 21511 EYE WASH, 16 OZ BTL 1 $25.85 21526 EYE WASH, 32 OZ BTL 1 $29.20 21508 EYE WASH, 8 OZ BTL 1 $18.10 20669 FIRST AID CREAM, 12/UN 1 $11.65 71401 FIRST AID HANDBOOK 1 $5.85 103512 GAUZE PADS, 2' x 2', 10/BX 1 $5.60 103612 GAUZE PADS, 3' x 3', 10/BX 1 $6.80 103712 GAUZE PADS, 4' x 4', 10/BX 1 $6.45 21771 GUAICON DMSCOUGH SYRUP 20PK/BX 10ML 1 $18.80 93373 HYDROCORTISONE CREAM 1%, 25/BX 1 $13.65 25702 HYDROGEN PEROXIDE, PUMP SPRAY, 2 OZ 1 $9.60 90833 IBUPROFEN, 100/BX 1 $20.70 90848 IBUPROFEN, 250/BX 1 $38.80 72401 ICE PACK, SMALL, BOXED 1 $4.35 Confidential 11/24/2021 Page 1 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 89701 KIT, BIO SAFETY (BODY FLUID) 1 $23.30 26671 LIP GUARD, 1/57 OZ, 20/BX 1 $11.05 HAR2360 LIQUID SKIN, 0.5GM, 5/BG 1 $14.50 20312 LORADAMED NON -DROWSY 10/BX 1 $15.25 60901 MEDI-RIP, 2' ROLL 1 $10.50 63101 MEDI-RIP, 3' ROLL 1 $14.30 93618 MFP EYEWASH, 4 OZ 1 $10.35 91133 PAIN ZAPPER, 100/BX 1 $18.10 91148 PAIN ZAPPER, 250/BX 1 $33.40 41220 PEP-T-MED, 36/BX 1 $17.80 77233 PLASTIC TWEEZERS, DISPOSABLE 1 $1.10 2332 OR WOUNDSEAL POWDER, 2/PK 1 $23.35 23672 REFRESH EYE DROPS, 30/BX 1 $32.35 80933 SINUS DECONGESTANT, 100/BX 1 $27.90 80948 SINUS DECONGESTANT, 250/BX 1 $38.80 91933 SINUS PAIN & PRESSURE, 100/BX 1 $22.70 91948 SINUS PAIN & PRESSURE, 250/BX 1 $42.10 17818 SORE THROAT LOZENGES, CHERRY/MENTHOL 18/BX 1 $18.55 76512 SPLINTER -OUT, 10/CASE 1 $6.45 10346 TRANSCEND GLUCOSE 1/2 OZ STRAWBERRY 1 $8.45 89801 TRAUMA DRESSING, STERILE 5' X 9' 1 $3.55 93473 TRIPLE ANTIBIOTIC OINTMENT, 25/BX 1 $13.65 103150 WIPES, ALCOHOL, 50/BX 1 $8.45 103071 WIPES, ANTISEPTIC 20/BX 1 $8.05 77101 WIRE SCISSOR, STAINLESS STEEL, 4-1/2' 1 $3.85 MCRBK110 GLASSES, BEARKAT CLEAR LENS 1 $3.50 MCRBK112 GLASSES, BEARKAT GREY LENS PR 1 $4.35 81533 LENS CLEANER TOWELETTES 100/BX 1 $24.70 Confidential 11/24/2021 Page 2 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 EXHIBIT C INSURANCE CERTIFICATE I Eagle County General Services Final 5114 DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 / ACOR" CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 10/20/2021 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 Crest Insurance Group, LLC 7272 E. Indian School Rd. Suite 375 Scottsdale AZ 85251 CONTACT NAME: Teri Pickering PHONE FAX AIC No Ext: 520-881-5760 AIC No:520-325-3757 ADDRESS: info@crestins.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Navigators Specialty Ins. Co. 36056 INSURED PERSSAF-01 Personnel Safety Enterprises, Inc & R J R Investments PO Box 2487 INSURER B: Acuity 14184 INsuRERc: AmGUARD Insurance Company 42390 INSURER D : Flagstaff AZ 86003 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1905490191 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 Y Y LA21CGLZO412PIC 1/1/2021 1/1/2022 EACH OCCURRENCE $1,000,000 Fv� CLAIMS -MADE OCCUR DAMAGE PREM SES� IENTEa o_cur ence $ 50,000 X MED EXP (Any one person) $ DED $2500 EA OCC PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ❑ PRO- JECT ❑ LOC X PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: B AUTOMOBILE LIABILITY Y Y ZE9244 2/2/2021 2/2/2022 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 B UMBRELLA LIAB X OCCUR ZE9244 2/2/2021 2/2/2022 EACH OCCURRENCE $ 1,000,000 X AGGREGATE $ 1,000,000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $ n OVER AUTO LIAB ONLY $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N R2WC292981 1/1/2021 1/1/2022 X PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? Y ❑ 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 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder and others when required in a written contract or agreement are Additional Insured (General Liability) including Ongoing and Products -Completed Operations per form CG 20 10 04 13 and CG 20 37 04 13 and for (Auto Liability) per form CA-7214. Coverage is Primary & Non -Contributory (General Liability) per form CG 20 01 04 13 and (Auto) per form CA-7214. Waiver of Subrogation (General Liability) applies per form CG 24 04 05 09 and (Auto) per form CA-7255 . This form is subject to all policy forms, terms, endorsements, conditions definitions & exclusions. WORKERS COMPENSATION AND EMPLOYERS LIABILITY EXECUTIVE OFFICER(s) EXCLUDED: Robert Jacobs, President Paula Jacobs, VP 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 PO Box 850 AUTHORIZED REPRESENTATIVE Eagle CO 81631 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: CB36321E-96E7-4B65-B255-FF93420E1AC4 Policy #LA2ICGLZ0412PIC COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization when you and such person or organization have agreed in writing in a contract or agreement that you will waive any right of recovery against such person or organization. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1