Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC17-418 DBT Transportation Systems LLCAGREEMENT FOR SERVICES
BETWEEN EAGLE COUN'T'Y, COLORADO
AND
DBT TRANSPORTATION SERVICES, I.C.
THIS AGREEMENT ("Agreement") is effective as of JANUARY t, 20t8 by and between DBT
TRANSPORTATION SERVICES a LIMITED LIABILITY COMPANY (hereinafter "Contractor") and
Eagle County, Colorado, a body corporate and politic (hereinafter "County").
RECITALS
WHEREAS, the County desires to have Contractor perform aviation support and preventive maintenance and, if
necessary, perform equipment restoration and repair services for navigational aids and tower equipment on an on-
call basis (the "Project") at the Eagle County Regional Airport (the "Airport"), Gypsum, Colorado (the "Facility");
and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and
experience necessary to provide the Services as defined below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the
Services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as
follows:
1. Services or Work. Contractor agrees to diligently provide all services, labor, personnel and materials
necessary to perform and complete the services or work 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 no later than December 31, 2018 and in accordance with
the schedule established 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.
2. County's Representative. The Airport Department's designee shall be Contractor's contact with respect to
this Agreement and performance of the Services.
3. Term of -he Agreement. This Agreement shall commence upon the date first written above, and subject to
the provisions of paragraph 1 1 hereof, shall continue in full force and effect through the 31 st day of DECEMBER,
2O 18.
C17-418
4. Extension or Modification. This Agreement may be extended for up to three additional one year terms
upon written agreement of the parties. Any amendments or modifications shall be in writing signed by both parties.
No additional services or work performed by Contractor shall be the basis for additional compensation unless and
until Contractor has obtained written authorization and acknowledgement by County for such additional services in
accordance with County's internal policies. Accordingly, no course of conduct or dealings between the parties, nor
verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that
County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust
enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written
authorization and acknowledgment by County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived
and such failure shall result in non-payment for such additional services or work performed.
5. Compensation. County shall compensate Contractor for the performance of the Services in a sum
computed and payable as set forth in Exhibit A. The performance of the Services under this Agreement shall not
exceed $52,451.66. 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-t-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X,
Sec. 20).
6. Subcontractor. Contractor acknowledges that County has entered into this Agreement in reliance upon the
particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for
the performance of any of the Services or additional services without County's prior written consent, which may be
withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all
personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom
County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each
subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be
bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and
responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not
the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and
2
Eagle County General Services Final 5/14
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 provided by the
Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage is provided by
Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax on any moneys
paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents
and employees against any losses, claims, damages or liabilities for which County may become subject to insofar as
any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon
any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall
reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection
with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not
3
Eagle County General Services Final 5/14
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 the Contractor. This paragraph shall survive expiration or termination
hereof.
9. Ownership of Documents. All documents (including electronic files) and materials obtained during,
purchased or prepared in the performance of the Services shall remain the property of the County and are to be
delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally
delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx
or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv)
when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing
the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with
confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days
prior written notice of such change to the other party.
[010HO r'/I
Eagle County, Colorado
Attention: Andy Solsvig
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-2649
Facsimile: 970-328-2687
E -Mail: andy.solsvig@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:
DBT Transportation Services, LLC
Attention: Nancy Thomsen
2655 Crescent Drive, Ste A-1
Lafayette, CO 80026
Telephone: 970-237-3521
Facsimile: 970-237-3524
nthomsen@dbitranserv.com
t t. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason,
with or without cause, and without penalty therefor with seven (7) calendar days' prior written notice to the
Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents
as defined in paragraph 9 hereof, in such format as. County shall direct and shall return all County owned materials
and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination.
4
Eagle County General Services Final 5/14
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.
B. 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, CRS. 24-71.3401 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the nature and extent of the Services to be provided
hereunder and the Property, and with all local conditions, federal, state and local laws, ordinances, rules and
regulations that in any manner affect cost, progress, or performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems
necessary for the performance of the Services.
C. To the extent possible, Contractor has correlated the results of such observations, examinations,
investigations, tests, reports, and data with the terms and conditions of this Agreement.
d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or
discrepancies.
C. Contractor shall be responsible for the completeness and accuracy of the Services and shall
correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact that the
County has accepted or approved the Services shall not relieve Contractor of any of its responsibilities. Contractor
shall perform the Services in a skillful, professional and competent manner and in accordance with the standard of
care, skill and diligence applicable to contractors performing similar services. Contractor represents and warrants
that it has the expertise and personnel necessary to properly perform the Services and shall comply with the highest
standards of customer service to the public. Contractor shall provide appropriate supervision to its employees to
ensure the Services are performed in accordance with this Agreement. This paragraph shall survive termination of
this Agreement.
f. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and
professional standards, in the performance of this Agreement. Time is of the essence with respect to this
Agreement.
g. This Agreement constitutes an agreement for performance of the Services by Contractor as an
independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to
create a relationship of employer-employee, master -servant, partnership, joint venture or any other relationship
between County and Contractor except that of independent contractor. Contractor shall have no authority to bind
County.
5
Eagle County General Services Final 5/14
h. Contractor represents and warrants that at all times in the performance of the Services, Contractor
shall comply with any and all applicable laws, codes, rules and regulations.
i. This Agreement contains the entire agreement between the parties with respect to the subject
matter hereof and supersedes all other agreements or understanding between the parties with respect thereto.
j. Contractor shall not assign any portion of this Agreement without the prior written consent of the
County. Any attempt to assign this Agreement without such consent shall be void.
k. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their
respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations
hereunder are reserved solely for the parties, and not to any third party.
1. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver
thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach.
in. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
n. The signatories to this Agreement aver to their knowledge no employee of the County has any
personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor
has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the
Services and Contractor shall not employ any person having such known interests.
o. The Contractor, if a natural person eighteen (1 S) years of age or older, hereby swears and affirms
under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to
federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this
Agreement.
15. Prohibitions on Government Contracts.
As used in this Section 15, the term undocumented individual will refer to those individuals from foreign countries
not legally within the United States as set forth in C.R.S. 5-17.5-101, et. seq. If Contractor has any employees or
subcontractors, Contractor shall comply with C.R-S. 5-17.5-10t, et. seq., and this Agreement. By execution of this
Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual
who will perform under this Agreement and that Contractor will participate in the E -verify Program or other
Department of Labor and Employment program ("Department Program") in order to confirm the eligibility of all
employees who are newly hired for employment to perform Services under this Agreement.
a. Contractor shall not:
Knowingly employ or contract with an undocumented individual to perform Services
under this Agreement; or
ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not
knowingly employ or contract with an undocumented individual to perform work under the public contract for
services.
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
6
Eagle County General Services Final 5/14
Program, as administered by the United States Department of Homeland Security. Information on applying for the
E -verify program can be found at:
httos://www.uscis.aov/e-verify
C. Contractor shall not use either the E -verify program or other Department Program procedures to
undertake pre-employment screening of job applicants while the public contract for services is being performed.
d. If Contractor obtains actual knowledge that a subcontractor performing work under the public
contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required
to:
i. Notify the subcontractor and County within three (3) days that Contractor has actual
knowledge that the subcontractor is employing or contracting with an undocumented individual; and
ii. Terminate the subcontract with the subcontractor if within three days of receiving the
notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or
contracting with the undocumented individual; except that Contractor shall not terminate the contract with the
subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor
has not knowingly employed or contracted with an undocumented individual.
C. Contractor shall comply with any reasonable request by the Department of Labor and Employment
made in the course of an investigation that the department is undertaking pursuant to its authority established in
C.R.S. 8-17.5-102(5).
f. If Contractor violates these prohibitions, County may terminate the Agreement for breach of
contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor
shall be liable for actual and consequential damages to County as required by law.
g. County will notify the Colorado Secretary of State if Contractor violates this provision of this
Agreement and County terminates the Agreement for such breach.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
7
Eagle County General Services Final 5/14
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
Attest:
By: -------- --
Regina O'Brien, Clerk to the Board
COUNTY OF EAGLE, STATE OF COLORADO, B y and
Through Its BOARD OF COUNTY COMMISSIONERS
By:
cT�aw 4l-aw
Jillian H. Ryan, Chair
CONTRACTOR:
DBT TRAEN,� �.�«ri ° �;�, CES, LLC.
�Cucty �ia�cQP,s2
By
Print Name: -------------
Nancy Thomsen
_---- -----
Title:
Executive VP
8
Eagle County General Services Final 5/14
SCOPE OF SERVICES, SCHEDULE, FEES
Eagle County General Services Final 5/14
TRANSPORTATION SERVICES
AVIATION SUPPORT AND MAINTENANCE SERVICES
Order and Pricing Schedule
DBT Transportation Services
2655 Crescent Drive, Ste A-1
Lafayette, Colorado 80026
.com
Customer: Eagle County
Eagle Airport {EGE)
Sox 850
Eagle, CO 81631
Email:
This Order and Pricing Schedule is incorporated by reference into the Agreement for
Transportation Services and Maintenance between the parties, and the Statement of Work, and
made a part thereof.
The Effective Date of this Abreemeni is January 1 70 18
The Terni of this Agreement shall be for a period of 1 year(s) from the Ef ective Date.
Services (check as applicable) Parts Excluded
® Periodic/Pre-Season Maintenance 3 trips
8 Ec ui meat Restoration Unlimited
B Data Service —
Equipment Manufacturer/Model
Equipment
Manufacturer/Model
8 VOR Thales
❑ RWIS
M DME AVI
8 RWIS Runway
Lx RPU
❑ LOC
❑ NDB
❑ Gs
® Control Tower
Radio, Weather, Switch
8 AWOS Vaisala AWOS I
❑ Markers
❑ RVR
❑ Other
DBT 2016 Pane l of 2
Statement of Work and Additional Terms
Attachment 2: Statement of Work
Invoice Contact (Accts. Pavable):
Name:
Address:
Phone:
Email:
Invoice Instructions:
Airport Manager/Authority:
Name: Alex Everman
Address: 219 Eldon Wilson Road
Gypsum, CO 81637
Phone: 970-328-2580
Email: aiex.everman @eaglecounty.us
Accepted and agreed to by the duly authorized signatories below.
DBT Transp -tation Services
By: By:
Title: EVP of Sales Title:
Date: 1112117
Date:
Eagle County
DBT 2016
Page 2 of?
_�
--amiK-11
1
AWOS and Navaid Maintenance Statement of Work TRANSPORTATION SERVFCES
1. Description of Equipment Services
1.1 Periodic Maintenance consists of such periodic routine tests and adjustments as may be required by the
equipment manufacturer and by the FAA for non -Federal facilities in accordance with 14 C.F.R Part 171 and AC
150/5220-16C as they may be modified or superseded from time to time.
1.2 Equipment Restoration. In the event of an unplanned equipment failure or outage, DBT Transportation Services
shall notify the customer as to the restoration plan of action within one (1) business day after the outage is reported
and complete restoration services in a reasonable prompt manner. Diagnosis may be performed remotely and render
the system inoperable until which time replacement equipment/parts can arrive to Customer's site. Repairs required
due to Acts of God, lightning, vandalism, etc. are excluded and will be billed at the Unplanned Outage price.
1.3 All services provided by DBT shall be performed by qualified field technicians having all required certifications
and licenses required by the FAA and OSHA. DBT will also maintain a full Aviation Products and Liability Insurance
policy for the term of the contract.
1.4 DST shall record test results in a station log and maintain the required 6000 series records, copies of which will
be provided to the FAA as required.
1.5 DBT shall make a best effort to maintain and repair all equipment. Customer acknowledges that components
and equipment under contract may be obsolete rendering repair or restoration of equipment impossible.
2. Testing Equipment and Replacement Parts — Navaids Only
2.1 Customer shall at its own expense furnish, maintain and calibrate test equipment in accordance with FAA
requirements.
2.2 Customer shall maintain at its own expense an inventory of replacement parts for the Equipment to be utilized by
DBT when providing service under this Agreement. In the event parts necessary for maintenance or restoration of the
Equipment are not available in Customer's Inventory, DST will provide such part(s) and invoice the Customer for
required part(s). If customer does not have the necessary spare parts available for use in restoring the Equipment,
DST reserves the right to charge $1500 for a return trip charge.
3. Customer Responsibilities
3.1 Customer shall be responsible for monitoring the status of the systems following maintenance by DBT.
3.2 Customer shall be responsible for providing transportation and/or access for DST personnel between the airport
office and the location of the Equipment.
3.3 Customer shall be responsible for providing security in and around the Equipment to be maintained under the
Agreement.
3.4 Customer shall be responsible for any loss or damage to the Equipment for reasons other than the fault of DBT
and for providing any insurance Customer may desire to cover any such loss or damage.
3.5 Customer shall be responsible for the issuance of all NOTAMS (Notice to Airmen) relating to the status of the
facilities to be maintained under this Agreement.
3.6 Customer shall be responsible for maintaining the grounds and buildings associated with the NAVAID
(Navigational Aids and Equipment 1n good repair and in compliance with all FAA and all applicable laws.
3.7 Customer shall be responsible for the purchase of all replacement components for AWOS and Navaid equipment.
TRANSPORTATION SERVICES
RWIS Maintenance Statement of Work
Description of Equipment Services.
1.1. Periodic Maintenance consists of inspection, functional checks,
adjustments, replacement of failed components and cleaning in accordance with the
equipment manufacturer's published guidelines and requirements. DBT Transportation
Services will perform one (i) Fre-Season Maintenance check per year at Customer's site
and notify customer at least one week in advance of the estimated service time. DBT
shall make a report in writing containing observations and actions taken during each
Maintenance visit and a copy will be supplied to Customer.
1.2. Equipment Restoration. In the event of an unplanned equipment
failure or outage. DBT shall commence restoration work within two (2) business days
after the outage is reported and complete restoration services in a reasonable prompt
manner. Diagnosis may be performed remotely and render the system inoperable until
which time replacement equipment/parts can arrive to Customer's site. Repairs required
due to Acts of God, lightning, vandalism, etc. are excluded and will be billed at the
Unplanned Outage Fee rate detailed on the Order and Pricing Schedule. A maximum of
three (3) restorative trips per year are allowed under contract. If more trips are required.
the unplanned outage fee wiII apply.
1.3. All services provided by DBT shall be performed by qualified field
technicians and other personnel having all required certifications and licenses required.
2. Customer Responsibilities.
2.1. Customer shall be responsible for monitoring the status of the
systems following maintenance by DBT if customer has their own server.
2.2. Customer shall be responsible for providing transportation and/or
access for DBT personnel between the airport office and the location of the Equipment;
2.3. Customer shall be responsible for providing security in and around
the Equipment to be maintained under the Agreement;
2.4. Customer shall be responsible for any loss or damage to the
Equipment for reasons other than the fault of DBT and for providing any insurance
Customer may desire to cover any such loss or damage.;
2.5. Customer shall be responsible for maintaining the grounds and
buildings associated with Equipment in good repair.
2.6. Customer shall be responsible for purchasing all RWIS repair
and/or replacement parts. Customer agrees to pay for any parts DBT uses as part of the
periodic maintenance or restorative services provided herein.
VAISALA APPENDIX S
Vaisala Service Contract
Customer
DBT Transportation Services LLC
2655 Crescent Drive
Suite A- 1
Lafayette, CO USA
(reterred to as "the Customer )
Validity of the Contract
Contract Number: US0002175SER
Start Date: January 01,2018
End Date: December 31,2018
This Contract shall be prolonged by one year at
a time after the end date, unless terminated by
notice in writing at least sixty (60) days before
the expiration of the current Contract period.
Agreed Fees for the Services. All fees and
reimbursements are exclusive of any value added
tax (VAT), sales tax and other applicable taxes or
duties. which shall be payable by the Customer in
accordance with applicable laws. In case of
prolonged Contract, annual fee may be subject to, at
maximum, a three percent (3%) increase per year.
Customer Contact, commercial
Name: Nancy Thomsen
Phone: 970.237.3521
Email: whom,,,en a dburrrrlserv.com
Vaisala Service Contract
Date: 2017-11-02
Contractor
Vaisala Inc.
194 South Taylor Avenue
Louisville. CO 80027
USA
(referred to as "Vaisala")
Scope: This Contract covers the agreed service and
maintenance ("the Services") of the agreed Weather
Observation Systems ("the System") indicated below
and more closely specified in Annex 1
Invoicin Schedule:
Annuall ][ Semiannual!
Quarterly Months
Payment Term: 30 days net (Advance)
Period
Total fee for the Contract
(USD)
Year 1
$3,918.661YR
Year 2
Year3
Year 4
Year 5
Customer Contact, technical
Name:
Phone:
Email:
This Contract represents the entire understanding of the parties with respect to the subject matter hereof
and, as of its entering into force, supersedes all prior communications, representations and agreements,
whether oral or written, with respect to the same subject matter. In all other respects this Contract will be
governed by Vaisala General Conditions of Service. The priority order of these documents shall be:
1. This Service Contract; and the following Annexes form an integral part of this Contract:
Annex 1: System and Services
Annex 2: Service rates and contact methods
2. Vaisala General Conditions of Information Services: nEfo.+rwvw va saEa wn,rye,Sara�oam�„E:.re,, srooc�a3 e-
3. Warranty Terms: hiEp Nwxw vaisaia.comNa�sala9620�Qr�Nnanlslg+och�_rpsy�pQa�asheeEsNVananty odr
This Contract is an integral part of Quotation No. 82480-1
On behalf of Customer: On behalf of Vaisala:
Name
Date
I►FT,iTa
Date
VAISALAAPPENDIX S
ANNEX 1: System and Services
1.1 The System covered by this Contract:
Vaisala Service Contract
Date: 2017-11-02
RPU Description Site ID Service Provided
(2) LX RPUs Data Hosting & Cellular
1.2 Services included in this Contract:
• 1.2.1 Data Acquisition
■ 1.2.2 Data Storage
1.2.3 Data Processing
■ 1.2.4 Data Dissemination
1.2.1 Data Acquisition
Service scope:
• Vaisala will take responsibility for the collection of the observational data from the customer's
surface weather station(s). Data acquisition is managed using one of two methods;
o Data polling - data is actively collected from the surface weather station by polling
infrastructure moused at one of the Vaisala data centers.
o Data push - data is pushed from the surface weather station through a communication
network to one of the Vaisala data centers.
Service requirements: Where the customer is responsible for managing their own station communications:
■ The customer must always provide the number of the phone line or of the GSM SIM card.
o For CPRS, CDMA enabled SIM cards, the network provider APN and the data number
should also be provided.
o The customer should manage the performance of the land line and take responsibility for
addressing issues with faults that may occur on the line, The customer must also take
responsibility for the bill payment for both land line and sim card accounts.
1.2.2 Data Storage
Service scope:
■ Data Warehousing - Data is stored for the customer access for the duration of the service contract.
Service requirements:
• Data is available for the times where data was being reported from the surface weather station(s).
• Camera Images are available for live access for up to 5 weeks through the Vaisala Navigator site.
■ Archive data is only available to view the Vaisala Navigator data display website.
2
VAISALA
APPENDIX S Vaisala Service Contract
Date: 2017-11-02
1.2.3 Data Processing
Service scope:
Data from the customer's surface weather station(s) is received and processed at a Vaisala data
center. The data is subjected to multiple data quality tests to remove erroneous data before being
made available to visualization software or third party exports.
If the data is to be used for forecasting, the quality -controlled data can be sent to the forecast
provider in a common format. Forecasts are received and processed by the Vaisala system before
being made available to visualization software. Methods of forecast data exchange utilize FTP or
Web Services.
Service requirements:
There must be a regular and reliable feed of data from the surface weather station{s},
Forecaster and data feeds will vary in scope and requirement. These must be agreed between
Vaisala and the customer before the contract is signed.
1.2.4 Data Dissemination
Service scope:
• Data and forecasts will be displayed in Navigator II
• If data is required to be hosted locally, then products are available to collect and display data.
These products require installation at the customer's offices and require external access to a
Vaisala data center.
■ Data can be forwarded directly to the customer for use as required. A common data format is
provided and sent to the customer by FTP.
Service requirements:
■ Customer must provide a PC with internet access to a standard appropriate for the chosen web
based application.
• Locally hosted displays require secure SSH access through the customers firewall to a specific IP
address. This will be provided by the Vaisala Technical Support team at the time of install.
VAISALA APPENDIX
ANNEX 2: Service rates and contact methods
2.1 Contact: methods for technical support
Vaisala Service Contract
Date: 2017-08-15
■ Email: priority@vaisala.com
Priority Technical Support a Phone: 877-VAISALA (824-7252)
Priority Technical Support is available . This is a contact point of Technical Support
2417. This is a contact point of Vaisala from where Customer can. In
Writing, order spare parts
EX-IIBIT B
INSURANCE CERTIFICATE
10
Eagle County General Services Final 5/14
,a CCW"® CERTIFICATE OF LIABILITY INSURANCE
DaTE {Mr,� DDrrvvvl
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
1 9/28/2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this Certificate does not confer rig hts to the certificate holder in lieu of such endorsement(s).
PRODUCER
H MEAS Judly Hruska
Higginbotham Insurance Agency, Inc.
PHONE 713-349-5215 FAX 71�9r 9939
11700 Katy Freeway Suite 1100
E-MAIL
ADDRESS,jhruska@higginbotham.net
Houston TX 77079
INSURER AFFORDfNG COVERAGE NAIL 9
MED EXP (Anyone ) $5,050
INSURER A:Natl Union Fire Ins Co of Pitts PA 19445
INSURER a:Trumbull Insurance Company 27120
INSURED DBTTR
DBT T ran sp ort ati o n Services. LLC
IN$URERC:Twin City Fire Insurance Company 29459
2655 Crescent Drive, Stse A-1
Layfayette CO 80026
INSURER D:
INSURER E
INSURER F:
COVFRAAFS r_FRTIFIr'-OTF NIIMRFR. 33 06 748 1 6 RFVISIr]N NIIMRFR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
IN$ DDL-SUBR POLICY EFF iLY EXP
LTR TYPE OFINSURANCE wgD WVD POLICY NUMBER DDI MMIDDIYY QTS
A
X COMMERCIAL OENERALLIABILn91
AVD1543662102 712M17
7/29/2018 EACH OCC URRENCE $20,Op0,000
CLAIMS -MADE FX OCCUR
PR EMI ETO RENTED $50,05D
MED EXP (Anyone ) $5,050
PERSONAL&ADV INJURY $20,000,000
GE NTAGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE $
X PRO -
POLICY JECTPRO- LOC
PRODUCTS - COMPIOP AGG $20,000,000
OTHER..
$
B AUTOMOBILE LIABILITY61
UENHFDD81 7l29l2D1 7
7l29/2D18
EaacgGde°t IN LE LIMIT $1 000 000
X1HIRANY AUTO
®ODILY INJURY [Per person] $
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY [Per acpdent] $
ED NON-OWNEDPer
AUTOS ONLY AUTOS ONLY
PROPERTY DAMA E $
acddent
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE $
AGGREGATE $
EXCES$ LIAB
CLAIMS -MADE
DED RETENTION
$
0 WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
R
ANYPROPIETORIPARTNERIEXECUTIVE Y�
61WEAA51'CG
7/29/2017
7/29/2018
TH-
X 7T -PER TE OER
E.L. EACH ACCIDENT $1,000,000
OFFICERIMEMBER EXCLUDED?
NIA
E.L. DISEASE - EA EMPLOYE$1,050,000
(Mandatary In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT I $1,000,000
DESCRIPTION OF OPERATIONS; LOCATIONIS I VEHICLES {ACORD 101, Additional Remarks Schedule, may be a[La ched II more space Isregt*W)
See Attached...
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Eagle County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Box 850 ACCORDANCE WITH THE POLICY PROVISIONS.
Eagle CO 81631
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016,'03) The ACORD name and logo are registered marks of ACORD
A�Q �
AGENCY
Higginbotham Insurance Agency, Inc.
POLICY NUMBER
CARRIER
ADDITIONAL REMARKS
AGENCY CUSTOMER ID: DBTTR
LOC #:
ADDITIONAL REMARKS SCHEDULE
NAIC CODE
NAMED INSURED
DBT Transportation Services, LLC
2655 Crescent Drive, Stse A-1
Layfayette CO 80026
EFFECTIVE DATE:
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE
Page 1 of 2
The General Liability policy includes a blanket automatic additional insured and provision that provides additional insured status to the
certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status.
The General Liability policy includes a blanket waiver of subrogation provision to the certificate holder only when there is a written contract
between the named insured and the certificate holder that requires such status.
The General Liability policy contains a special endorsement with "Primary and Noncontributory" wording.
The Automobile Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the
certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status.
The Automobile Liability policy includes a blanket waiver of subrogation provision to the certificate holder only when there is a written contract
between the named insured and the certificate holder that requires such status.
The Automobile Liability policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder
when required by written contract.
Workers Compensation - State and Carrier Information
Arizona - Twin City Fire Insurance Company
California - Property and Casualty Insurance Company of Hartford
Delaware - Twin City Fire Insurance Company
Colorado - Twin City Fire Insurance Company
Georgia - Twin City Fire Insurance Company
Iowa - Twin City Fire Insurance Company
Louisiana - Twin City Fire Insurance Company
Maryland - Twin City Fire Insurance Company
Minnesota - Hartford Accident and Indemnity Insurance Company
North Carolina - Hartford Underwriter Insurance Company
Missouri - Hartford Underwriter Insurance Company
Texas - Hartford Underwriter Insurance Company
The Workers' Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there
is a written contract between the named insured and the certificate holder that requires it.
The Workers' Compensation policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate
h old er.
Carriers List for Workers' Compensation Policy:
GA Twin City Insurance Company
CO Twin City Insurance Company
DE Twin City Insurance Company
MO Hartford Underwriters Insurance Company
IA Twin City Insurance Company
AZ Twin City Insurance Company
MN Hartford Accident & Indemnity Company
LA Twin City Insurance Company
TX Hartford Underwriters Insurance Company
MD Twin City Insurance Company
GA Property and Casualty Ins. Company of Hartford
NG Hartford Underwriters Insurance Company
The General Liability policy includes an endorsement providing 30 days' notice of cancellation to the certificate holder except 10 days of
nonpayment of premium.
ACORD 101 (2008101) Q 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
ACQ
AGENCY CUSTOMER ID: DBTTR
LOC #:
ADDITIONAL REMARKS SCHEDULE
Page 2 of 2
AGENCY
Higginbotham Insurance Agency, Inc.
NAMED INSURED
DBT Transportation Services, LLC
2655 Crescent Drive, Stse A-1
Layfayette CO 80026
POLICY NUMBER
CARRIER
NAIL CODE
EFFECTIVE DATE:
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE
ACORD 101 (2008101) C 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD