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