HomeMy WebLinkAboutC24-107 Wagner Equipment Co. dba Wagner Power SystemsAGREEMENT FOR ON-CALL
AND PREVENTATIVE MAINTENANCE SERVICES
BETWEEN EAGLE COUNTY, COLORADO
AND
WAGNER EQUIPMENT CO. D/B/A WAGNER POWER SYSTEMS
THIS AGREEMENT (“Agreement”) is effective as of _________________ by and between Wagner Equipment Co.
d/b/a Wagner Power Systems, a Colorado corporation (hereinafter “Contractor”), and Eagle County, Colorado, a
body corporate and politic (hereinafter “County”).
RECITALS
WHEREAS, County operates the Eagle County Regional Airport located at 217 Eldon Wilson Road, Gypsum,
Colorado (the “Property” or “Properties”); and
WHEREAS, the Eagle County Regional Airport desires to engage a contractor to provide preventative maintenance
and on-call services to emergency generators located at 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 work and preventative maintenance as set forth in Exhibit A at the rates set forth
in Exhibit A and in accordance with a formal proposal for each on-call service to be provided by Contractor and
approved by County in writing (“Services” or “Work”). Exhibit A is attached hereto and incorporated herein by
reference. The Services shall be performed in accordance with the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services in accordance with the schedule set forth in Exhibit A
or as established in each proposal approved by County. If no completion date is specified, then Contractor agrees to
furnish the Services in a timely and expeditious manner consistent with the applicable standard of care. By signing
below, Contractor represents that it has the expertise and personnel necessary to properly and timely perform the
Services.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit
A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement
shall prevail.
2. County’s Representative. The Airport Department’s designee shall be Contractor’s contact with respect to
this Agreement and performance of the Services.
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779
2/21/2024
2
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 31st day of December,
2026.
4. Extension or Modification. This Agreement may be extended for up to two 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 Exhibit A. 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 Exhibit A. On-call services shall
not exceed $35,000.00. Preventative maintenance on generators will be performed at the fee schedule set forth in
Exhibit A and shall not exceed $64,626.00. Total compensation for all Services under this Agreement shall not
exceed $99,626.00. 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.
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).
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779
3
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 B.
ii. Contractor’s certificates of insurance shall include subcontractors, if any as additional
insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each
subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that the County is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities, and
protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise
available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents, and
volunteers.
v. Contractor is not entitled to workers’ compensation benefits except as
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779
4
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage
is provided by Contractor or some other entity. Contractor is obligated to pay all federal and state income tax on
any monies paid pursuant to this Agreement.
8. Indemnification. 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 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 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: 970-471-2583
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
E-Mail: atty@eaglecounty.us
CONTRACTOR:
Wagner Equipment Co.
Attention: MaSharon Greer
18000 Smith Rd
Aurora, Colorado, 81505
Telephone: 303-739-3286
Email: mgreer@wagnerequipment.com
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779
5
11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason,
with or without cause, and without penalty therefor with seven (7) calendar days’ prior written notice to the
Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents
as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials
and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination.
12. Venue, Jurisdiction, and Applicable Law. Any and all claims, disputes or controversies related to this
Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the
sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be
governed by the laws of the State of Colorado.
13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same
instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following
two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or
facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized
signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of
electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the nature and extent of the Services to be provided
hereunder and the Property or Properties, and with all local conditions, federal, state and local laws, ordinances,
rules, and regulations that in any manner affect cost, progress, or performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as it deems
necessary for the performance of the Services.
c. To the extent possible, Contractor has correlated the results of such observations, examinations,
investigations, tests, reports, and data with the terms and conditions of this Agreement.
d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or
discrepancies.
e. Contractor shall be responsible for the completeness and accuracy of the Services and shall
correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact that 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.
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779
6
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.
l. 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.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779
7
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
By: _______________________
Jeff Shroll, County Manager
CONTRACTOR
By: _____________________________
Print Name: _______________________
Title: _______________________
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779
MaSharon Greer
Risk Manager
8
EXHIBIT A
PREVENTATIVE MAINTENANCE PROPOSAL AND ON-CALL RATES
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779
Quote Issued Date:12/18/23
STANDBY PREVENTIVE MAINTENANCE
Customer Value Agreement (CVA)
Quote #79142.1
Wagner Power Systems,Customer Value Agreement (CVA),herein referred to as "Agreement"for new and used equipment is an important part of Caterpillar's continuing effort
to provide OEM equipment owners with superior value and product support.This Agreement provides the owner reasonable assurance that the reliability and productivity of your
equipment is maintained and unexpected repair cost is minimized.This Agreement allows you to do what you do best and focus on your core business while Wagner provides
expert product support services on your equipment.
Additional customer benefits:
*FACTORY-TRAINED TECHNICIANS ..................Experienced technicians keep pace with advances in equipment technology.
*MAINTENANCE HISTORY &SCHEDULING ........Maintenance support staff utilize computerized scheduling &monitoring system.
*GUARANTEED QUALITY ...................................Cat diagnostic tools,fluids &filters assure consistent product quality and results.
*EPA COMPLIANCE ............................................Properly dispose of used fluids and filters in compliance with local &federal laws.
*SAVINGS .........................................................Avoid overhead on maintenance vehicles,insurance or unemployment compensation;minimize costly downtime;
repair before failure;increase your productivity;extend your equipment life and get maximum performance and
resale benefits.
COMPANY NAME:EAGLE COUNTY REGIONAL AIRPOR -29415 ACCOUNT NO:29415
COMPANY ADDRESS:PO BOX 0850 SITE:Eagle County Airport Tower
CITY:EAGLE SITE ADDRESS:217 Eldon Wilson Rd
STATE:CO ZIP:81631 0850 CITY:Gypsum
CONTACT NAME:Walley Oliveira STATE:CO ZIP:81637
CONTACT E-MAIL:wallace.oliveira@eaglecounty.us PSSR NAME:Patrick J.Smith
CONTACT PHONE:(970)471-6279 PSSR PHONE:970-270-0583
MAKE /MODEL ENGINE SERIAL NO.START
HOURS
START DATE TERM Type
Cummins /DGDB-5630969 I030544945 538 1/1/2024 36 Month Renewal
Unit $Qty Total $Frequency Planned Dates of Maintenance
PM 1 $1,750.00 3 $5,250.00 Yearly March 2024,2025,2026
PM 2 $2,222.00 2 $4,444.00 Yearly September 2024,2026
PM 3 $4,648.00 1 $4,648.00 Every 3 Years September 2025
Load Bank Test $2,400.00 3 $7,200.00 Yearly September 2024,2025,2026
Grand Total:$21,542.00
Volts Kilowatts Cable Length (ft)
240 100
SPECIAL INSTRUCTIONS:
2 Hour load bank test quoted.(4 hours travel,2 hours set up /take down,2 hour run)
Standard Labor Rate (Non-PM Agreement)2024
Reg Time (Mon-Fri 7:00 am to 5:00PM)$238.00 Hr
OT (Other Hours and Sat)$278.00 Hr
Premium Time (Sunday and Holiday's)$318.00 Hr
Any non Customer Value Agreement maintenance repairs will be billed at Time &Material at the current Wagner Power Systems rate,and are subject to customer approval.
Pricing is subject to change based on manufacturer changes to cost and availability.
Tax and/or environmental charges should they apply are not included in above rate.Price Is Per Unit,Per Visit Including Parts,Labor and Travel
SERVICE PROVIDED:
1.Perform the indicated maintenance per the scope of work for that maintenance.
2.Provide written Preventive Maintenance and fluids analysis reports and estimate(s)for any corrective action.
3.Provide computerized maintenance scheduling system and a contact person to coordinate the efficient scheduling of work.
4.Maintain service records of all Preventive Maintenance including fluid analysis.
Customer Signature:Date:
PSSR Signature:Date:
Service Manager Signature:Date:
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779
Quote Issued Date:12/18/23
STANDBY PREVENTIVE MAINTENANCE
Customer Value Agreement (CVA)
Quote #84644.1
Wagner Power Systems,Customer Value Agreement (CVA),herein referred to as "Agreement"for new and used equipment is an important part of Caterpillar's continuing effort
to provide OEM equipment owners with superior value and product support.This Agreement provides the owner reasonable assurance that the reliability and productivity of your
equipment is maintained and unexpected repair cost is minimized.This Agreement allows you to do what you do best and focus on your core business while Wagner provides
expert product support services on your equipment.
Additional customer benefits:
*FACTORY-TRAINED TECHNICIANS ..................Experienced technicians keep pace with advances in equipment technology.
*MAINTENANCE HISTORY &SCHEDULING ........Maintenance support staff utilize computerized scheduling &monitoring system.
*GUARANTEED QUALITY ...................................Cat diagnostic tools,fluids &filters assure consistent product quality and results.
*EPA COMPLIANCE ............................................Properly dispose of used fluids and filters in compliance with local &federal laws.
*SAVINGS .........................................................Avoid overhead on maintenance vehicles,insurance or unemployment compensation;minimize costly downtime;
repair before failure;increase your productivity;extend your equipment life and get maximum performance and
resale benefits.
COMPANY NAME:EAGLE COUNTY REGIONAL AIRPOR -29415 ACCOUNT NO:29415
COMPANY ADDRESS:PO BOX 0850 SITE:Eagle County Airport
CITY:EAGLE SITE ADDRESS:217 Eldon Wilson Rd
STATE:CO ZIP:81631 0850 CITY:Gypsum
CONTACT NAME:Walley Oliveira STATE:CO ZIP:81637
CONTACT E-MAIL:wallace.oliveira@eaglecounty.us PSSR NAME:Patrick J.Smith
CONTACT PHONE:970-471-6279 PSSR PHONE:970-270-0583
MAKE /MODEL ENGINE SERIAL NO.START
HOURS
START DATE TERM Type
Cummins /DGFA-3387455 A000049253 554 1/1/2024 36 Month New
Unit $Qty Total $Frequency Planned Dates of Maintenance
PM 1 $1,750.00 3 $5,250.00 Yearly March 2024,2025,2026
PM 2 $2,222.00 2 $4,444.00 Yearly September 2024,2026
PM 3 $4,648.00 1 $4,648.00 Every 3 Years September 2025
Load Bank Test $2,400.00 3 $7,200.00 Yearly September 2024,2025,2026
Grand Total:$21,542.00
Volts Kilowatts Cable Length (ft)
120/240 150
SPECIAL INSTRUCTIONS:
2 Hour load bank test quoted.(4 hours travel,2 hours set up /take down,2 hour run)
Standard Labor Rate (Non-PM Agreement)2024
Reg Time (Mon-Fri 7:00 am to 5:00PM)$238.00 Hr
OT (Other Hours and Sat)$278.00 Hr
Premium Time (Sunday and Holiday's)$318.00 Hr
Any non Customer Value Agreement maintenance repairs will be billed at Time &Material at the current Wagner Power Systems rate,and are subject to customer approval.
Pricing is subject to change based on manufacturer changes to cost and availability.
Tax and/or environmental charges should they apply are not included in above rate.Price Is Per Unit,Per Visit Including Parts,Labor and Travel
SERVICE PROVIDED:
1.Perform the indicated maintenance per the scope of work for that maintenance.
2.Provide written Preventive Maintenance and fluids analysis reports and estimate(s)for any corrective action.
3.Provide computerized maintenance scheduling system and a contact person to coordinate the efficient scheduling of work.
4.Maintain service records of all Preventive Maintenance including fluid analysis.
Customer Signature:Date:
PSSR Signature:Date:
Service Manager Signature:Date:
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779
Quote Issued Date:12/18/23
STANDBY PREVENTIVE MAINTENANCE
Customer Value Agreement (CVA)
Quote #79137.1
Wagner Power Systems,Customer Value Agreement (CVA),herein referred to as "Agreement"for new and used equipment is an important part of Caterpillar's continuing effort
to provide OEM equipment owners with superior value and product support.This Agreement provides the owner reasonable assurance that the reliability and productivity of your
equipment is maintained and unexpected repair cost is minimized.This Agreement allows you to do what you do best and focus on your core business while Wagner provides
expert product support services on your equipment.
Additional customer benefits:
*FACTORY-TRAINED TECHNICIANS ..................Experienced technicians keep pace with advances in equipment technology.
*MAINTENANCE HISTORY &SCHEDULING ........Maintenance support staff utilize computerized scheduling &monitoring system.
*GUARANTEED QUALITY ...................................Cat diagnostic tools,fluids &filters assure consistent product quality and results.
*EPA COMPLIANCE ............................................Properly dispose of used fluids and filters in compliance with local &federal laws.
*SAVINGS .........................................................Avoid overhead on maintenance vehicles,insurance or unemployment compensation;minimize costly downtime;
repair before failure;increase your productivity;extend your equipment life and get maximum performance and
resale benefits.
COMPANY NAME:EAGLE COUNTY REGIONAL AIRPOR -29415 ACCOUNT NO:29415
COMPANY ADDRESS:PO BOX 0850 SITE:Eagle County Airport Lighting Vault
CITY:EAGLE SITE ADDRESS:217 Eldon Wilson Rd
STATE:CO ZIP:81631 0850 CITY:Gypsum
CONTACT NAME:Walley Oliveira STATE:CO ZIP:81637
CONTACT E-MAIL:wallace.oliveira@eaglecounty.us PSSR NAME:Patrick J.Smith
CONTACT PHONE:(970)471-6279 PSSR PHONE:970-270-0583
MAKE /MODEL ENGINE SERIAL NO.START
HOURS
START DATE TERM Type
Olympian /D150P1 E3976T/001 694 1/1/2024 36 Month Renewal
Unit $Qty Total $Frequency Planned Dates of Maintenance
PM 1 $1,750.00 3 $5,250.00 Yearly March 2024,2025,2026
PM 2 $2,222.00 2 $4,444.00 Yearly September 2024,2026
PM 3 $4,648.00 1 $4,648.00 Every 3 Years September 2025
Load Bank Test $2,400.00 3 $7,200.00 Yearly September 2024,2025,2026
Grand Total:$21,542.00
Volts Kilowatts Cable Length (ft)
480 150
SPECIAL INSTRUCTIONS:
2 Hour load bank test quoted.(5 hours travel,2 hours set up /take down,2 hour run)
Standard Labor Rate (Non-PM Agreement)2024
Reg Time (Mon-Fri 7:00 am to 5:00PM)$238.00 Hr
OT (Other Hours and Sat)$278.00 Hr
Premium Time (Sunday and Holiday's)$318.00 Hr
Any non Customer Value Agreement maintenance repairs will be billed at Time &Material at the current Wagner Power Systems rate,and are subject to customer approval.
Pricing is subject to change based on manufacturer changes to cost and availability.
Tax and/or environmental charges should they apply are not included in above rate.Price Is Per Unit,Per Visit Including Parts,Labor and Travel
SERVICE PROVIDED:
1.Perform the indicated maintenance per the scope of work for that maintenance.
2.Provide written Preventive Maintenance and fluids analysis reports and estimate(s)for any corrective action.
3.Provide computerized maintenance scheduling system and a contact person to coordinate the efficient scheduling of work.
4.Maintain service records of all Preventive Maintenance including fluid analysis.
Customer Signature:Date:
PSSR Signature:Date:
Service Manager Signature:Date:
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779
9
EXHIBIT B
INSURANCE CERTIFICATES
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779
DocuSign Envelope ID: 535DC12F-FA54-4940-95DE-9C38162BB779