No preview available
HomeMy WebLinkAboutECAT14-017 iFIDS.com Agreement for Procurement and Installation AGREEMENT FOR PROCUREMENT AND INSTALLATION SERVICES BETWEEN EAGLE COUNTY AIR TERMINAL CORPORATION AND IFIDS.COM, INC. THIS AGREEMENT("Agreement")is effective as of the j�''day of 1\1i11 31,, (20 � by and between iFIDS.com,Inc.,Ontario corporation with its principal office located at 340-100 Princess St., Thunder Bay,ON P7E 6S2,(hereinafter"Contractor")and Eagle County Air Terminal Corporation,a Colorado non-profit corporation(hereinafter"ECAT"). RECITALS WHEREAS,ECAT desires a Baggage Information Display System in its terminal for terminal users(the"Project") at the Eagle County Regional Airport Commercial Passenger Terminal,located at 217 Eldon Wilson Road in Gypsum, CO 81637(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 equipment,materials and installation services as set forth below in paragraph 1 hereof;and WHEREAS,this Agreement shall govern the relationship between Contractor and ECAT in connection with the procurement of equipment,materials and services. AGREEMENT NOW,THEREFORE,in consideration of the foregoing and the following promises Contractor and ECAT agree as follows: 1. Services or Work. Contractor agrees to procure the materials,equipment and/or products("Equipment") necessary for the Project and agrees to diligently provide all services,labor,personnel and materials necessary to perform and complete the procurement and installation services described in Exhibit A("Services"or"Work") which 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 within seven(7)weeks following receipt of project funds by iFIDS as specified in Exhibit A. If no completion date is specified in Exhibit A,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. c. ECAT shall have the right to inspect all Equipment. Inspection and acceptance shall not be unreasonably delayed or refused. In the event ECAT does not accept the Equipment for any reason in its sole discretion,then Contractor shall upon ECAT's request and at no charge to ECAT: i. take the Equipment back; ii. exchange the Equipment;or iii. repair the Equipment. 2. ECAT's Representative. The Aviation Director's designee shall be Contractor's contact with respect to this Agreement and performance of the Services. 3. Term of the Agreement. This Agreement shall commence upon the date first written above,and subject to the provisions of paragraph 11 hereof,the initial improvement project shall continue until project completion. 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 ECAT for such additional services in accordance with ECAT'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 ECAT 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 ECAT 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. ECAT shall compensate Contractor for the Equipment and performance of the Services in a sum computed and payable as set forth in Exhibit A. The Equipment and performance of the Services under this Agreement shall not exceed$24,844.00. 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 ECAT. 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 ECAT may request. b. If,at any time during the term or after termination or expiration of this Agreement,ECAT reasonably determines that any payment made by ECAT 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 ECAT,Contractor shall forthwith return such payment(s)to ECAT. Upon termination or expiration of this Agreement,unexpended funds advanced by ECAT,if any, shall forthwith be returned to ECAT. c. ECAT 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. 6. Subcontractors. Contractor acknowledges that ECAT 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 ECAT's prior written consent,which may be withheld in ECAT's sole discretion. ECAT shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom ECAT has an objection,in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by ECAT 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 ECAT.ECAT shall have the right(but not the obligation)to 2 ECAT Procurement and Installation Final 5/14 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. 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 commercial general liability coverage shall be endorsed to include ECAT,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 ECAT 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 ECAT 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 ECAT,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 ECAT,and any of its officers,agents and employees against any losses,claims,damages or liabilities for which ECAT 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 ECAT for reasonable attorney fees and costs,legal and other expenses incurred by ECAT 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 ECAT to the extent that ECAT is liable to such third party for such 3 ECAT Procurement and Installation Final 5/14 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 ECAT and are to be delivered to ECAT 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 ECAT to transfer title of the Equipment to ECAT.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 sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing the date,time and receiving facsimile number for the transmission,or(v)when transmitted via e-mail with confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five(5)days prior written notice of such change to the other party. EAGLE COUNTY AIR TERMINAL CORPORATION: Attention: Aviation Director 219 Eldon Wilson Road Gypsum,CO 81637 Post Office Box 850 Eagle,CO 81631 Telephone: 970-328-2680 Facsimile:970-328-2687 E-mail: ecair @eaglecounty.us With a copy to: Eagle County Attorney 500 Broadway Post Office Box 850 Eagle,Co 81631 Telephone: 970-328-8685 Facsimile: 970-328-8699 E-mail:atty@eaglecounty.us CONTRACTOR: iFIDS.com,Inc. 340-100 Princess St., Thunder Bay,ON P7E 6S2 Telephone: 807-473-2609 E-mail: sales @ifids.com 11. Termination. ECAT 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 ECAT with all documents 4 ECAT Procurement and Installation Final 5/14 as defined in paragraph 9 hereof,in such format as ECAT shall direct and shall return all ECAT owned materials and documents.ECAT 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 Property,and with all local conditions,federal,state and local laws,ordinances,rules and regulations that in any manner affect cost,progress,or performance of the Services. b. Contractor will make,or cause to be made,examinations,investigations,and tests as he deems necessary for the performance of the Services. c. To the extent possible,Contractor has correlated the results of such observations,examinations, investigations,tests,reports,and data with the terms and conditions of this Agreement. d. To the extent possible,Contractor has given ECAT 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 ECAT 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 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 ECAT,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 ECAT. 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 5 ECAT Procurement and Installation Final 5/14 for a like period as to such Equipment. h. Contractor warrants that title to all Work and Equipment shall pass to ECAT either by incorporation into the Property or upon receipt by Contractor of payment from ECAT(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 ECAT 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 ECAT,and without interruption to ECAT: 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 ECAT 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. 1. This Agreement constitutes an agreement for performance of the Services by Contractor as an independent contractor and not as an employee of ECAT. 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 ECAT and Contractor except that of independent contractor.Contractor shall have no authority to bind ECAT. 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 ECAT. 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. 6 ECAT Procurement and Installation Final 5/14 s. The signatories to this Agreement aver to their knowledge,no employee of ECAT 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. t. The Contractor,if a natural person eighteen(18)years of age or older,hereby swears and affirms under penalty of perjury that he or she(i)is a citizen or otherwise lawfully present in the United States pursuant to federal law,(ii)to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this Agreement. 15. Prohibitions on Contracts. As used in this Section 15,the term undocumented individual will refer to those individuals from foreign countries not legally within the United States as set forth in C.R.S. 8-17.5-101, et.seq.If Contractor has any employees or subcontractors,Contractor shall comply with C.R.S. 8-17.5-101,et.seq.,and this Agreement. By execution of this Agreement,Contractor certifies that it does not knowingly employ or contract with an undocumented individual who will perform under this Agreement and that Contractor will participate in the E-verify Program or other Department of Labor and Employment program("Department Program")in order to confirm the eligibility of all employees who are newly hired for employment to perform Services under this Agreement. a. Contractor shall not: i. Knowingly employ or contract with an undocumented individual to perform Services under this Agreement;or ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an undocumented individual to perform work under the public contract for services. b. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform Services under this Agreement through participation in the E-Verify Program or Department Program,as administered by the United States Department of Homeland Security. Information on applying for the E-verify program can be found at: http://www.dhs.gov/xprevprot/programs/gc 1185221678150.shtm c. Contractor shall not use either the E-verify program or other Department Program procedures to undertake pre-employment screening of job applicants while the public contract for services is being performed. d. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an undocumented individual,Contractor shall be required to: i. Notify the subcontractor and ECAT within three (3) days that Contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented individual;and ii. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or contracting with the undocumented individual; except that Contractor shall not terminate the contract with the 7 ECAT Procurement and Installation Final 5/14 subcontractor if during such three(3)days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented individual. e. Contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to its authority established in C.R.S. 8-17.5-102(5). f. If Contractor violates these prohibitions, ECAT may terminate the Agreement for breach of contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor shall be liable for actual and consequential damages to ECAT as required by law. g. ECAT will notify the Colorado Secretary of State if Contractor violates this provision of this Agreement and ECAT terminates the Agreement for such breach. [Rest of page intentionally left blank] 8 ECAT Procurement and Installation Final 5/14 IN WITNESS WHEREOF,the parties have executed this Agreement the day and year first set forth above. EAGLE,COUNT AIR TERMINAL CO ATION By: Raeli Oy+s,Acting County manager 71411(41. iFIDS.com,Inc.: By: Print Name: Title: w e2 4 . t�r¢ffrs2. 9 ECAT Procurement and Installation Final 5/14 EXHIBIT A SCOPE OF SERVICES,EQUIPMENT, SCHEDULE,FEES 10 ECAT Procurement and Installation Final 5/14 ff 7 1 It IS 4 S • O S# REPq'I: Quotation: Replacement Baggage Information Display System (BIDS) for Eagle County Regional Airport 30th October 2014 Mr Chris Anderson Assistant Aviation Director Eagle County Regional Airport P.O. Box 850 Eagle, CO 81631 Tel 970-328-2649 EGE has an immediate requirement to replace the existing obsolete BIDS equipment with one that integrates into the Flight Information Display System (FIDS). The following design criteria have been used to generate this proposal: • Three touch screen PCs(weatherproofed to at least IP 56) should be mounted outside on each of the conveyor control arms (see Figure 1 and Figure 2). • Three customer BIDS screen should be mounted inside the terminal above or adjacent to each of the baggage carousels. The controllers for these BIDS screens should be PC-based and not our lower-cost Android controller. • The BIDS Controller PCs will be mounted behind each BIDS screen and will use HDMI video output. • Each touch screen and BIDS controller PC will have its own power and ethernet connections. • It's assumed that the EGE will be responsible for mounting all equipment and cabling and be available to assist iFIDS Inc. with remote commissioning and system testing. There are some additional notes at the end of this quotation listing different implementation options which the customer may wish to consider. iFIDS Inc. are happy to discuss pricing other alternatives which may have been omitted from this proposal. Page 1 of 5 Quotation: Replacement Baggage Information Display System (BIDS) for Eagle County Regional Airport 30th October 2014 Hardware and Labour Costs ID Item Description Quantity Unit Cost Total 1 iFIDS BIDS Baggage Module- purchase cost. 1 $2,700 $2,700 2a Commercial grade NEC V563 46" LED LCD Display 0 $1,176 $0 Shipping estimated at$50 for 1 to 3 units. Lead time is 2 weeks. 2b Commercial grade NEC V552 55" LED LCD Display Shipping estimated at$50 for 1 to 3 units. Lead time is 2 weeks. 2 $1,612 $3,224 EGE will procure a third baggage screen themselves. 3 PC-Type Display Controller Hardware (Lenovo Tiny PC) 3 $781 $2,343 4 Bracket: BIDS screen mounting bracket(model sf16d and plp- 3 $189 $567 v3x3) plus Lenovo Tiny mounting bracket 5 10.4" ruggedized touch screen PC(IP 65 compliant) including recycling charge. See detailed specifications on Page 5. 3 $4,296 $12,888 Lead time is 4 to 6 weeks. 5a Touch screen PC Option -32GB solid state hard drive 3 $242 $726 5b Touch screen PC Option -XGA(1024x768)screen 3 $236 $708 5c Touch screen PC Option—Mini PCI Express WiFi Option (high 3 $96 $288 temp. spec. and industrial grade components, external antenna). 6 Remote configuration of 3 PCs and 3 touch screen PCs Tasks include: LogMeln install, auto-power-on, installation of 12 $100 $1,200 BIDS Module software and integration with EGE FIDS 7 Effort for screen layout creation—Includes client consultation and 2 $100 $200 layout refinement/enhancement requested by the client 8 Touch screen PC mounting bracket with VESA template 0 unknown unknown (exact model/type is still TBD) TOTAL $24,844 All prices are quoted in US Dollars and do not include applicable taxes or shipping. Sixty percent of the setup and implementation &all hardware fees will be due upon acceptance of this proposal. This quotation is valid for 10 days. Sincerely, --\-- c\ 4c,..aj\-___ Dai Longfoot, iFIDS Project Manager Email: DLongfoot(aiFIDS.com Phone: 1-807-625-9260 340-100 Princess Street, Thunder Bay, ON. P7E6S2 NOTES: A) The BIDS Screens in the terminals will be driven using HDMI cables. B) iFIDS Inc. recommend NEC commercial displays but a near-equivalent LG product is 30% cheaper. Page 2 of 5 Quotation: Replacement Baggage Information Display System (BIDS) for Eagle County Regional Airport 30th October 2014 C) Opting for one touch screen controller(instead of 3)will significantly reduce implementation costs. Mounting an IP56-rated 46" screen above the baggage loading area would allow the baggage handlers to identify which belts are assigned to each flight. D) The behind-BIDS-screen controller Lenovo M92P PCs could be replaced by NEC OPS PCs. These plug directly into the screen, they are very sleek, but cost around $1,176 each. E) A larger 15" ruggedized touch screen PC (XGA resolution 1024 x 768) is also available at a unit cost of $5,082. Page 3 of 5 Quotation: Replacement Baggage Information Display System (BIDS) for Eagle County Regional Airport 30th October 2014 I R r--- ----- - -, , „ ... Y g i ' ., ..„, . f, fi �x C' "i45�� . w«u' 1 Pr Figure 1 The Three EGE Baggage Conveyors(Airside View) s is.,• 1 .,ip app.- Figure 2 Baggage Conveyor Controls Showing Obsolete BIDS Control Keypad illiw-evilit e"111 PI • Figure 3 Ruggedized 10.4" Touch Screen PC Page 4 of 5 Quotation: Replacement Baggage Information Display System (BIDS) for Eagle County Regional Airport 30th October 2014 11:04 AM Arrivals 10-Apr-201 Flight Fli ht From Scheduled Ex.ected Belt Status vN=s100 - 3260 Victoria 11:09 AM 11:09AM 2 Cancelled vyllEggirj s-av 1 11:34 14 "' 4°` 705 Red Deer 12:15 PM 12:15 PM 1 On Time AIR CANADA® 1188 Vancouver 12:30 PM 12:30 PM 1 On Time vVlEsrjEra, 61 Calgary 1:35 PM 1:35 PM 2 On Time vvllmwrjErs 61 Calgary 1:35 PM 1:35 PM 2 On Time AIR CANADA : 01 Calgary 1:38 PM 1:38 PM 1 On Time WIEZWIjIEIVAtv 3266 Vancouver 2:06 PM 2:06 PM 2 Cancelled 2670 Seattle 2:17 PM 2:17 PM 3 On Time AIR CANADA 3 8414 Vancouver 2:22 PM 2:22 PM 1 On Time %,= None 1 2 3 Save Figure 4 Typical Touch Screen Layout Ruggedized Touch screen PC Specifications 10.4"Very Bright,Sunlight Readable Active Matrix TFT Display, 1000 nits(cd/m2) Fanless Design Powered by Intel's dual core Atom D2550 1.86GHz Processor 2GB 1066MHz System Memory(Expandable to 4GB) 500 GB SATA Fast Access Disk Drive Standard (Up to 2TB Available) Computer Reliability-100,000 plus MTBF Ideal for sustained performance and long duty cycles. Shock Mounted Motherboard High-Luminance Solid-State LED-enhanced Backlighting Optical Bonding of Protective Window(or Touch Screen) Directly to the Front Surface of the LCD Face (VBOND) Integration of light management films Fully Enclosed/Fully Sealed,Gasket Sealed NEMA 4(IP65) Black Powder Coated Enclosure Resistive Touch Screen Standard(other technologies available) Windows 7 Pro 32Bit High Contrast Ratio& Definition, Outstanding Vivid Color& Image Quality Wide Color Gamut 16.8 million colors Energy Efficient, Low Power Consumption High Environmental Performance and Reliability SVGA(800 x 600) Resolution (optional XGA 1024 x 768) Wide Operational Temperature Range,-10°C to+450°C(14°F to+113°F)(optional extended temperature ranges available) RoHS Compliant Engineered, Fabricated and Assembled in the USA.Two(2)Year Warranty. Figure 5 Touch Screen Specifications Page 5 of 5 EXHIBIT B INSURANCE CERTIFICATES 11 ECAT Procurement and Installation Final 5/14 ACW CERTIFICATE OF INSURANCE Certificate Holder: EAGLE COUNTY AIR TERMINAL CORPORATION Attention: Aviation Director 219 Eldon Wilson Road, Gypsum, CO 81637 Post Office Box 850 Eagle, CO 81631 Telephone: 970-328-2680, Facsimile: 970-328-2687 E-mail: ecair:3)eaglecountyus This is to certify that the insurance policies listed below have been arranged for the Insured named below Notwithstanding any requirement,term or condition of any contract or other document with respect to which this Certificate may be issued or may be issued or may pertain the Insurance is subject to all the forms,exclusions and conditions in the policies Aggregate omits shown may have been reduced by paid claims insured: Thunder Bay International Airport Authority Payee: The Insured or Order COVERAGE I POLICY POLICY TERM j LIMIT OF LIABILITY NUMBER Airport Operators'Liability AD1450317 July 1 2014 to S500,000 000 Any One Occurrence&in the Aggregate with July 1 2015 respect to Products&Completed Operations Various Licensed Subscribing Insurers USS25 000 000 Any One Offence&in the Aggregate with respect to Personal Injury AVN 52(r EXTENDED COVERAGE ENDORSEMENT (AVIATION LIABILITIES)•Sub-limit of USS50 000,000 Any One Occurrence and in the Annual Aggregate +- Automobile Insurance CAP045764854 I July 1 2014 to Si 000,000 Public Liability/Property Damage any accident July 1 2015 (Excess Limit of USS25,000 000 provided by Airport Operators* ; Royal&Sun Alliance Insurance Company Liability shown above) of Canada Commercial General Liability GI-1130992 July 1 2014 to $1 000,000 Bodily Injury/Property Damage Occurrence Limit July 1 2015 (Aggregate applicable to Products and Completed Operations) Catlin Canada Inc (Excess Limit of USS25.000 000 provided by Airport Operators Liability shown above) CONDITIONS' 1 EAGLE COUNTY AIR TERMINAL CORPORATION Is added as an Additional Insured The insurance described above is subject to the limitations, exclusions and Conditions: contained in the policy. This Policy Contains a Clause Which May Limit the Amount Payable. This Certificate constitutes a statement of facts as of the Jate of issuance and is issued at the request of the Insured and for the benefit of the Insured and the Certificate Holder Aon Reed Stenhouse Inc shal have no liability to any other party who places any reliance hereon Date: November 11,2914 Aon Reed Stenhouse Inc. t(VZ( cc; Thunder Bay International Airport Authority Monica/Wall Aon Riot Srautions' O've 1.!-,Prtef ,.:anada P7B 6t,14 t '4ti, I ax •v