HomeMy WebLinkAboutC23-218 Skyline MechanicalAGREEMENT FOR PROCUREMENT AND INSTALLATION SERVICES BETWEEN EAGLE COUNTY, COLORADO AND SKYLINE MECHANICAL, INC. THIS AGREEMENT (“Agreement”) is effective as of _________________ by and between Skyline Mechanical, Inc., a Colorado corporation (hereinafter “Contractor”) Eagle County, Colorado, a body corporate and politic (hereinafter “County”). RECITALS WHEREAS, County desires to have Contractor purchase and install HVAC equipment for certain County facilities as described in Exhibit A for the MSC-A located at 3289 Cooley Mesa Road, Gypsum, CO 81637 (the “MSC Project”) and as described in Exhibit B for the Exhibit Hall located at 426 Fairgrounds Road, Eagle, CO 81631 (the “Fairgrounds Project”) (collectively the MSC Project and the Fairgrounds Project are referred to as the “Projects”); 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 equipment, materials and installation services as set forth below in paragraph 1 hereof; and WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the procurement of equipment, materials and 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 procure the materials, equipment and/or products (“Equipment”) necessary for each Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the procurement and installation services for the Projects as described in Exhibit A and Exhibit B (“Services” or “Work”) which 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 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 Exhibit B and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement shall prevail. DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA 7/3/2023 2 Skyline Mechanical Procurement and Installation.MSC-A and EH c. County shall have the right to inspect all Equipment. Inspection and acceptance shall not be unreasonably delayed or refused. In the event County does not accept the Equipment for either or both Projects for any reason in its sole discretion, then Contractor shall upon County’s request and at no charge to County: i. take the Equipment back; ii. exchange the Equipment; or iii. repair the Equipment. 2. County’s Representative. The Facilities Management Department’s designee shall be Contractor’s contact with respect to this Agreement and performance of the Services. 3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to the provisions until the work is deemed complete by the Facilities Management Department’s designee. 4. Extension or Modification. 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 Equipment and performance of the Services for each Project in a sum computed and payable as set forth in Exhibit A for the MSC Project and in Exhibit B for the Fairgrounds Project. The Equipment and performance of the Services under this Agreement shall not exceed four hundred nine thousand three hundred thirty nine dollars ($409,339.00) for the MSC Project and one hundred seventy two thousand three hundred forty two dollars ($172,342.00) for the Fairgrounds Project, for a total not to exceed amount of five hundred eighty one thousand six hundred eighty one dollars ($581,681.00) for Equipment and Services. In the event Contractor and County agree upon the need for additional services beyond those described in Exhibit A and Exhibit B (the “Additional Services”), those services shall be billed at the applicable rates as set forth in Exhibit C. Prior to commencement of any Additional Services beyond those described in Exhibit A and Exhibit B, Contractor shall first provide County with a written estimate. Each estimate must be approved by County’s Representative prior to commencement of the Additional Services by Contractor. Total compensation under this Agreement shall not exceed six hundred thousand dollars ($600,000). 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. Contractor shall DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA 3 Skyline Mechanical Procurement and Installation.MSC-A and EH 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 Equipment and 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 Equipment or Services for which payment was made were not provided or performed as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. c. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. d. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefor by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the performance of any of the Services or additional services without County’s prior written consent, which may be withheld in County’s sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Projects during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Projects. 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. DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA 4 Skyline Mechanical Procurement and Installation.MSC-A and EH 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 D. 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 DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA 5 Skyline Mechanical Procurement and Installation.MSC-A and EH 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. Further, Contractor shall execute any bill of sale or other documents required by County to transfer title of the Equipment to County. Contractor shall provide copies of any instruction or operations or care manuals and shall further provide copies of any manufacturers warranties associated with the Equipment. 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 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 3289 Cooley Mesa Road Gypsum, CO 81637 Telephone: 970-328-8881 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 E-Mail: atty@eaglecounty.us CONTRACTOR: Skyline Mechanical, Inc. 134 Airpark Dr. Unit 2-A Post Office Box 1258 Gypsum, CO 81637 Telephone: 970-524-6809 DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA 6 Skyline Mechanical Procurement and Installation.MSC-A and EH Facsimile: 970-524-6810 E-Mail: justin@skylinemechanical.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 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 intended purpose and use of the Equipment, nature and extent of the Services to be provided hereunder and the Properties, and with all local conditions, federal, state and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services. b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of the Services. c. To the extent possible, Contractor has correlated the results of such observations, examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement. d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or discrepancies. e. Contractor shall be responsible for 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 Equipment and/or Services shall not relieve Contractor of any of its responsibilities. Contractor shall perform the Services in a skillful, professional and competent DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA 7 Skyline Mechanical Procurement and Installation.MSC-A and EH 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 hereby represents and warrants that the Equipment will be new and will perform the Services in a good and workmanlike manner and guarantees all Work against defects in materials or workmanship for a period of one (1) year from the date the Work is accepted by County, or such longer period as may be provided by the law or as otherwise agreed to by the parties. g. All guarantees and warranties of Equipment furnished to Contractor or any subcontractor by any manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any Equipment furnishes a guarantee or warrantee for a period longer than one (1) year, then Contractor’s guarantee or warrantee shall extend for a like period as to such Equipment. h. Contractor warrants that title to all Work and Equipment shall pass to County either by incorporation into the Properties or upon receipt by Contractor of payment from County (whichever occurs first) free and clear of all liens, claims, security interests or encumbrances. Contractor further warrants that Contractor (or any other person performing Work) purchased all Equipment free and clear of all liens, claims, security interests or encumbrances. Notwithstanding the foregoing, Contractor assumes all risk of loss with respect to the Equipment until the Equipment is installed and County has inspected and approved the same. i. Within a reasonable time after receipt of written notice, Contractor shall correct at its own expense, without cost to County, and without interruption to County: i. Any defects in materials or workmanship which existed prior to or during the period of any guarantee or warranty provided in this Agreement; and ii. Any damage to any other Work or property caused by such defects or the repairing of such defects. j. Guarantees and warranties shall not be construed to modify or limit any rights or actions County may otherwise have against Contractor in law or in equity. k. 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. l. 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 DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA 8 Skyline Mechanical Procurement and Installation.MSC-A and EH or any other relationship between County and Contractor except that of independent contractor. Contractor shall have no authority to bind County. m. 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. n. 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. o. 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. p. 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. q. 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. r. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. s. 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 Properties 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. [REST OF PAGE INTENTIONALLY LEFT BLANK] DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA 9 Skyline Mechanical Procurement and Installation.MSC-A and EH 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 BOARD OF COUNTY COMMISSIONERS By: ______________________________ Kathy Chandler-Henry, Chair Attest: By: _____________________________ Regina O’Brien, Clerk to the Board CONTRACTOR SKYLINE MECHANICAL, INC By: _____________________________________ Print Name: ______________________________ Title: ___________________________________ DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA Justin Nielson President Item Description Quantity Price Amount Design Build Service MSC­A Design­Build Service Inclusions: ­Stamped mechanical plans ­Manual J Heat Loss/Gain Calculations ­Equipment selections & submittals for coordination ­Single Line concept drawings for initial approval ­1­Set final drawings with scaled duct & equipment routing. Schedules & conceptual 3d renderings  Note­Changes Made after the final Drawing set will be made on a T&M basis. 1 $10,300.00 $10,300.00 Heating & Cooling system RNC MSC­A Heating & Cooling System Inclusions: ­Remove & recycle 5ea Existing Gas rooftop units ­Remove & Recycle existing Gas makeup air unit  ­Provide & Install 2 Renew Air ERVs to meet Ventilation requirements ­ERV to replace EF­1&2 For general Exhaust ­Provide & Install 1 Toshiba Carrier heat recovery VRF Heat pump system  ­Provide& Install 9ea Carrier Toshiba VRF Fan coils W Electric backup ­ Cap or remove existing curbs TBD. SMI will coordinate with the roofing contractor ­Reconnect to the existing air distribution system in space ­Provide & Install 1 Carrier /Toshiba simple wired control for each zone ­Provide Cool Automation for remote access & Integration capability if desired ­Integrate ERV system program on cool automation for scheduled run times ­SMI Test & Balance ­Provide ­Gas piping­Demo & Safe off ­Provide start­up & warranty of the system provided Bid Excludes: ­Roof patch & Repair ­Line voltage wiring ­See allowance below 1 $359,439.00 $359,439.00 Allowance General Allowance: This is an allowance Based on past projects similar in nature. Pricing to be confirmed & passed on at cost +10% Electrical For new System=30.000.00 Drywall, paint & Ceiling grid allowance=6.000.00 1 $0.00 $.00 Bill to Eagle County Po Box 850 Eagle, CO 81631 Ship to Eagle County 3289 Cooley Mesa Rd Gypsum, CO 81637 Quote #: q4747 Quote Includes Design Build service with Mechanical design, Drawing & Equipment submittals for coordination. Start up & warranty Of systems Provided. Quote Is valid for 30 Days. Quote Date: 5/31/2023Sales Rep: Justin N. Total: $369,739.00 Skyline Mechanical, Inc. P.O. Box 1258 16 Alpine Ranch Road Gypsum, CO 81637 Phone: (970) 524­6809 support@skylinemechanical.com www.skylinemechanical.com Page 1 of 2 EXHIBIT A DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA Item Description Quantity Price Amount Item Description Quantity Price AmountDesignBuildServiceMSC­A Design­Build Service Inclusions:­Stamped mechanical plans­Manual J Heat Loss/Gain Calculations­Equipment selections & submittals for coordination­Single Line concept drawings for initial approval­1­Set final drawings with scaled duct & equipment routing.Schedules & conceptual 3d renderings Note­Changes Made after the final Drawing set will be made ona T&M basis.1 $10,300.00 $10,300.00Heating&CoolingsystemRNC MSC­A Heating & Cooling System Inclusions:­Remove & recycle 5ea Existing Gas rooftop units­Remove & Recycle existing Gas makeup air unit ­Provide & Install 2 Renew Air ERVs to meet Ventilationrequirements­ERV to replace EF­1&2 For general Exhaust­Provide & Install 1 Toshiba Carrier heat recovery VRF Heatpump system ­Provide& Install 9ea Carrier Toshiba VRF Fan coils W Electricbackup­ Cap or remove existing curbs TBD. SMI will coordinate with theroofing contractor­Reconnect to the existing air distribution system in space­Provide & Install 1 Carrier /Toshiba simple wired control for eachzone­Provide Cool Automation for remote access & Integrationcapability if desired ­Integrate ERV system program on cool automation for scheduled run times ­SMI Test & Balance ­Provide ­Gas piping­Demo & Safe off ­Provide start­up & warranty of the system provided Bid Excludes: ­Roof patch & Repair ­Line voltage wiring ­See allowance below 1 $359,439.00 $359,439.00 Allowance General Allowance: This is an allowance Based on past projects similar in nature. Pricing to be confirmed & passed on at cost +10% Electrical For new System=30.000.00 Drywall, paint & Ceiling grid allowance=6.000.00 1 $0.00 $.00 Bill toEagle CountyPo Box 850Eagle, CO 81631 Ship toEagle County3289 Cooley Mesa RdGypsum, CO 81637Quote #: q4747 Quote Includes Design Build service with Mechanical design, Drawing &Equipment submittals for coordination. Start up & warranty Of systemsProvided. Quote Is valid for 30 Days.Quote Date: 5/31/2023Sales Rep: Justin N. Total: $369,739.00 Skyline Mechanical, Inc. P.O. Box 1258 16 Alpine Ranch Road Gypsum, CO 81637 Phone: (970) 524­6809 support@skylinemechanical.com www.skylinemechanical.com Page 2 of 2 $409,339.00 NTE Allowances $39,600.00 DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA Item Description Quantity Price Amount Design Build Service Design­Build Service Inclusions: ­Stamped mechanical Plans ­Manual J Heat Loss/Gain Calculations ­Equipment selections & submittals for coordination ­Single Line concept drawings for initial approval ­1­Set final drawings with scaled duct & equipment routing. schedules & conceptual 3d renderings  Note­Changes Made after the final Drawing set will be made on a T&M basis 1 $4,650.00 $4,650.00 Heating & Cooling system RNC Exhibit Hall  Heating & Cooling System Inclusions: Remove & recycle Existing Gas unit heaters Provide & Install 1 Carrier VRF Heat pump system  Provide & Install 4ea Carrier VRF Fan coil units with backup electric heat Provide & Install 4ea​ equipment Stands for new exterior heat pump systems New exposed spiral distribution system Provide & Install a Honeywell Redlink control system with remotes sensors & remote access Provide & Install 1 Demand control ventilation system SMI Test & Balance Provide ​Gas piping​Demo & Safe off Provide start​up & warranty of the system provided Bid Excludes: ­Line voltage wiring 1 $167,692.00 $167,692.00 Heating & Cooling system RNC Control system Options: Add Cool automation integration with DDC Capability 0 $6,800.00 $0.00 Bill to Eagle County Exhibit Hall Eagle, CO 81631 Ship to Eagle County Exhibit Hall Eagle, CO 81631 Quote #: q5442 Quote Includes Design Build service with Mechanical design, Drawing & Equipment submittals for coordination. Start up & warranty Of systems Provided. Quote Is valid for 30 Days. Quote Date: 6/6/2023Sales Rep: Justin N. Total: $172,342.00 Skyline Mechanical, Inc. P.O. Box 1258 16 Alpine Ranch Road Gypsum, CO 81637 Phone: (970) 524­6809 support@skylinemechanical.com www.skylinemechanical.com Page 1 of 1 EXHIBIT B B EXHIBIT DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA P.O. Box 1258, 134 Airpark Dr. Unit 2-A Gypsum, Co. 81637 970-524-6809 Fax 970-524-6810 www.skylinemechanical.com Proposal To: TO: Eagle County, Colorado 590 Broadway Eagle, CO 81631 Fee Schedule Below: SMI Acknowledges & Agrees to all requirements as listed for the HVAC Contractor on call service. -On Call Service technician rate=95.00 Per HR 24/7/365 -Construction & Fabrication Service rate=85.00 Per HR -Material Mark Up = Cost Plus 30% Contact Info: After Hours On call #=970-390-2388 Office =970-524-6809 Jesse Meryhew, Service manager =970-904-6551 Justin Nielsen, President 970-904-6225 Qualifications: -Skyline Mechanical INC has been in business in Eagle County since 1997 & our 55+ Member team includes Trained & Certified Service technicians, Installation technicians, Fabrication technicians, Control technicians, Air duct cleaning technicians. We specialize in all Areas of The HVAC Industry & Offer custom sheet metal fabrication & Design build service. -Skyline Mechanical has been providing Service for Eagle County in multiple locations for many years & is familiar with locations & personnel. References: 1-Shaeffer Hyde Construction, Kevin Squires-Customer Care 970-376-3469 2-Beck Building Co, Wesley Anderson-Customer Care 970-904-0755 3-Town Of Gypsum, Jeff Kingston-Public Works 970-524-3122 EXHIBIT C CEXHIBIT DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSDWVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 6/14/2023 (970) 945-9111 (970) 945-2350 10677 Skyline Mechanical, Inc. PO Box 1258 Gypsum, CO 81637 41190 10172 A 1,000,000 X EPP0154141 7/1/2022 7/1/2023 500,000 10,000 1,000,000 2,000,000 2,000,000 1,000,000A X EPP0154141 7/1/2022 7/1/2023 2,000,000A EPP0154141 7/1/2022 7/1/2023 2,000,000 0 B 4012909 8/1/2022 8/1/2023 1,000,000N1,000,000 1,000,000 A Professional Liabili EPP0154141 7/1/2022 Each Claim/Aggregate 2,000,000 C Pollution G7115824A005 7/1/2022 7/1/2023 Aggregate 2,000,000 Certificate holder, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers are Additional Insureds with regard to General Liability and ongoing and completed operations of the insured and Business Auto as required by contract. Eagle County Facilities PO Box 850 Eagle, CO 81631 SKYLMEC-01 MELISSAA Mountain West Insurance - Glenwood 201 Centennial St 4th Floor Glenwood Springs, CO 81601 Cincinnati Insurance Company Pinnacol Assurance Westchester Surplus Lines Insurance Company XX 7/1/2023 X X X X X X X EXHIBIT D DEXHIBIT DocuSign Envelope ID: 65485875-33D1-4235-971E-CE2262B3B2BA