Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC21-332 ECAT FiveStarDocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
AGREEMENT FOR PROCUREMENT
AND INSTALLATION SERVICES AND FOR ON -CALL SERVICES
BETWEEN EAGLE COUNTY AIR TERMINAL CORPORATION
AND
FIVE STAR AIRPORT ALLIANCE, INC.
THIS AGREEMENT ("Agreement") is effective as of 10/13/2021 by and between Five Star Airport
Alliance, Inc.a Florida Corporation (hereinafter "Contractor") and Eagle County Air Terminal Corporation, a
Colorado non-profit corporation (hereinafter "ECAT").
RECITALS
WHEREAS, ECAT desires to procure services involving the replacement and renewal of baggage handling system
parts and to procure on -call baggage handling system services at Eagle County Regional Air Terminal located at 217
Eldon Wilson Road, Gypsum, Colorado (the "Property" or "Properties"); 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 ECAT in connection with the
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 diligently provide all services, labor, personnel and materials
necessary to perform and complete the on -call services or work at the rates set forth in Exhibits A and B and in
accordance with a formal proposal for each on -call service to be provided by Contractor and approved by ECAT in
writing ("Services" or "Work"). Exhibits A and B are attached hereto and incorporated herein by reference. The
Services shall be performed in accordance with the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services in accordance with the schedule established in each
proposal approved by ECAT in writing. 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 Exhibits
A and B and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this
Agreement shall prevail.
2. ECAT'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 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 31 st day of August, 2022.
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
4. Extension or Modification. This Agreement may be extended for up to four 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 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 performance of the Services in accordance with
the fee schedule set forth in Exhibits A and B. Prior to commencement of Services at any Property or Properties,
Contractor shall first provide ECAT with a written estimate which shall include an estimate of the labor, materials
without any markup and any additional costs necessary to perform the Services at a particular Property or
Properties. Each estimate must be approved by ECAT's Representative prior to commencement of the Services by
Contractor and all rates shall be in accordance with the fee schedule set forth in Exhibits A and B. Total
compensation for all Services under this Agreement shall not exceed $250,000. Contractor shall not be entitled to
bill at overtime and/or double time rates for work done outside of normal business hours unless specifically
authorized in writing by ECAT.
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 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 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 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.
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 perform the Services 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
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.
2
ECAT On -Call Services Final 5/14
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
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.
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
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 C.
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 the 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 On -Call Services Final 5/14
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
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 ECAT and are to be
delivered to ECAT 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.
ECAT:
Eagle County, Colorado
Attention: Koltin Howard -Talbott
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-3 573
Facsimile: 970-328-2687
E-Mail: koltin.howardtalbott(a,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:
Kelly Cox
Five Star Airport Alliance
1630 South 4800 West Suite D
Salt Lake City Utah 84104
Office 801-401-5446
Cell 801-430-6018
kelly. c ox(a,fivestaraa. 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
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.
4
ECAT On -Call Services Final 5/14
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
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 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 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
ECAT 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 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.
5
ECAT On -Call Services Final 5/14
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
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
ECAT. 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.
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 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.
o. 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:
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.
6
ECAT On -Call Services Final 5/14
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
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:
https://www.uscis.gov/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 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
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 County as required by law.
g. ECAT will notify the Colorado Secretary of State if Contractor violates this provision of this
Agreement and County terminates the Agreement for such breach.
7
ECAT On -Call Services Final 5/14
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
Attest:
Signed by:
By: 5�w.
Sltvbl�
Jeff Shrol , t7L6+Q/y�P424...
EAGLE COUNTY AIR TERMINAL
CORPORATION
DocuSigned by:
By:F �41_
Matt Sche , 'A47A...
CONTRACTOR: DocuSigned by:
By: (','
CAOADUD6DB1497...
Print Name:
Title:
ECAT On -Call Services Final 5/14
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
EXHIBIT A
Fee Schedule
ECAT On -Call Services Final 5/14
DocuSign Envelope ID: OBB6ED33-CE58-4465-88BB-6992D3BB2D25
EGE - Eagle County
Regional Airport
BMA Upgrades
May 5, 2021 Rev. 1
Submitted by:
F I V E * S T A R
AIRPORT ALLIANCE
EXCLUSIVE MANUFACTURER OF HORSLEYAND G & T PRODUCT LINES
rdpHo E � -1
c.L -
((G&T
r—q CONVEYOR
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
Five Star Airport Alliance (FSAA) provides engineering, manufacturing and installation of baggage handling
systems; from a single drive, to the complex integration of the latest TSA/EDS systems at airports of any
size.
We are the exclusive manufacturer of Horsley, G&T & BAE products with over 100 years of combined
experience working for you. Horsley, G&T and BAE products are known for their robustness and their
contribution to low life -cycle costing. We are proudly 100% owned and operated in the United States.
Our Mission
Five Star Airport Alliance is committed to working together to provide the highest quality systems, products
and services to the aviation industry through our experience, innovation and integrity.
PE
Al RO
I RT ALLIANC1
y 'l
Confidential Disclaimer:
Information disclosed herein is the property of Five Star Airport Alliance (FSAA). Said information is furnished for
evaluation purposes only and shall not be used or disclosed for any other purpose except as specified by contract
between the recipient and FSAA. Duplication of any portion of this proposal shall include this legend.
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
Proposal Basis
FSAA's proposal is based on the following information and documented correspondence:
The project is located at the Eagle County Regional Airport
Email request from Koltin Howard -Talbott on April 23,2021
Scope of Work
This proposal covers the BMA Upgrades at the Eagle County Regional Airport. All new Equipment shall be
manufactured and/or procured by Five Star Airport Alliance (FSAA).
This upgrade will bring the dimensioning systems up to current standards and will "future proof' the system.
The performance of the ALISDIM system has been fully vetted by airport consultants and these systems
have made out -of -gauge determination for literally millions of bags across the United States; Eagle County
Regional Airport can rest assured that they are purchasing a stable and reliable system.
The Eagle County Regional Airport has three such `dimensioning systems' in place. While the system
components are obsolete, the systems will operate for several more years if enough spares are available.
For this reason FSAA recommends, at a minimum, to replace at least one BIDS baggage dimensioning
system and harvest the spares to support the remaining systems.
Parts for the original BDS200 are no longer available as new, nor are they repairable. Upgrading the existing
systems to ALISDIM dimensioning systems reduces downtime risk to the airport, ensures protection of
mission -critical downstream security screening equipment and provides a new two (2) year warranty with
many years of reliable operation into the future.
Note: if the customer's budget does not allow for all arrays to be upgraded, it is recommended to upgrade
one (1) BMA and keep the spares to support the other two systems. Therefore, 2 options are being provided.
Please refer to page 5 of this proposal for Clarifications, Inclusions and Exclusions.
Payment Schedule
All Invoices are Net 30. Invoices will be billed as follows:
• 50% down
25% before delivery
Balance upon completion
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
ALISDIM Upgrade Hardware
SICK ALISDIM Dimensioning System
Upgrade of existing redundant BD
Systems to include the following
equipment totals per ALISDIM system:
Upgrade of
redundant
City 2 — MSC800 Controllers
BDB to
City 2 — LS 500 Dimensioning Heads
ALISDIM
Qty 1 — VMC800-2202 Measurement PC
with Dimensioning Software & Relay
Interface (three DC relay outputs for
`°Pass/Fail/Status" for Out -of -Gauge
(00 Bags.)
1
4040035
Calibration Box small 402 x 802 x 202
Lot
Mounting frame add -on hardware for
ALISDIM
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
Pricing for BDS200 Upgrade to ALISDIM
• (not including tax or bond)
• $207,392.00
• (not including tax or bond)
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
General Clarifications:
1. FSAA's price is based on reaching a mutually agreed upon "General Conditions", Supplementary
Conditions", "Terms & Conditions", "Schedule", "Subcontractor Contract Agreement" and these being
satisfactorily executed.
2. Pricing is good for 30 days.
3. FSAA assumes "Open Flame Permits" can be obtained at no cost. All other permits have been
excluded.
4. Equipment deliveries shall be critical to the success of the project and therefore adequate/protected
lay down space is required to be provided by the customer.
5. We request that indemnifications are mutual and governed by applicable laws of the state where
work is performed.
6. All work to be in accordance with FSAA's Safety Policies and Procedures and OSHA requirements.
This proposal excludes any costs associated with a full-time dedicated site safety officer.
7. Prior to Final Project Completion FSAA will provide a list of Estimated Recommended Spare Parts
required for the first year of operation for the Owner's review and consideration for purchase. The
cost of spare parts or any other allowances are not included in this proposal.
8. Option 1-1 BMA Upgrade: Existing parts will be retained from the 1 unit receiving the new ALISDIM
system for the customer to add to their current spare parts inventory.
9. Option 2 — 3 BMA Upgrades: FSAA has not included the cost of new spare parts in our proposal.
Any existing spare parts the customer has in their inventory after the BMA upgrade will be obsolete
and unusable.
General Inclusions:
FSAA has included only a spot test of the operation of each BMA. This will consist of one 8-hour day
of work.
2. Items in the Manifest on page 3 of this proposal
General Exclusions:
1. Temporary barricades & demising walls, if required, are by others.
2. Protection of finished flooring, if required, is not included.
3. Dumpsters shall be provided by others.
4. We offer this proposal on the basis of a mutual waiver of consequential damages.
5. Taxes and bond costs have not been included in our proposal.
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
Experience:
2016—FSAA Management TIMELINE
team with over lODyeors
combined experience in BH5
purchases company from Continual growth and evolution
Investment firm. Keeps Five Star Airport Alliance at the
: forefront of the aviation Industry
F I V E* S T A R
AIRPORT ALLIANCE
...................
-H
2013- G&T and Horsley
Merged into one company
Headquartered in Salt Lake 2004 - G&T acquires Horsley assets and
City, UT and changed its intellectual property relating to their Horsley 75+
name to Five Star Airport year history. Horsley Operates independently
Alliance out of its Salt Lake City, UT facility.
......................
YNWOOD
I
I
► BAE " -= WARTNERS
2002 - G&T acquires assets and intellectual property
from BAE Automated Systems, whose systems are 2001 — Byrnwood Partners
Installed in 75+ sorting systems in more than 35 major acquires G&T Conveyor —
airports. Who continues to operate
Independently as G&T
Conveyor
*.......................
1987—G&T is incorporated,
becoming the largest manufacturer
and installer of airport baggage
handling systems in the United Sates
-H 1928—The Horsley Company is
Incorporated in Ogden UT.
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
Safety:
Since 2009, FSAA is proudly one of only 13 companies in the State of Utah that holds the OSHA SHARP
certification for our manufacturing facility. This designation must be reviewed and renewed every three
years. It involves a detailed shop safety inspection by OSHA and shows a proactive approach to continued
safety for the organization.
For on -site activities, each FSAA Site Superintendent is OSHA 30 certified. They conduct weekly safety
topic meetings for all subcontractors and employees on site. All of our employees and subcontractors are
required to go through initial and on -going safety training.
FSAA — has a complete Safety program, Zero OSHA Citations, employs a full time Safety Director and
conducts regular safety trainings.
Five Star Airport Alliance has also been designated and certified as a Qualified Anti -Terrorism Technology
(QATT) under the SAFETY Act by the U.S. Department of Homeland Security since 2008. The QATT is
technology designed, developed, modified, procured or sold for the purpose of preventing, detecting,
identifying or deterring acts of terrorism.
ifig:
jM::1
• EMR - 0-71
0 EMR - 0.70
• EMR - 0.73
• Lost Time - 0
0 Lost Time - 0
• Last Time - 0
• Recordable Rate - 0
0 Recordable Rate - 0
• Recordable Rate - 0
® Ststr of Utah OSHA
AWARD
UiW tIJ1\ati+1Yl11 ESN �\
r M �ti..rti yew
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
EXHIBIT B
Bill Rates
10
ECAT On -Call Services Final 5/14
DocuSign Envelope ID: OBB6ED33-CE58-4465-88BB-6992D3BB2D25
FIVE STAR AIRPORT ALLIANCE
F I V E* S T A R 1S. 4800 W., SUITE
SALT LT FAKE CITY, UT 84104
P:(801)401-550
AIRPORT ALLIANCE
F: (80141-550
1
WWW.F[VESTARAA.COM
Five Star Airport Alliance's Bill Rates for: EGE
• 24 Hour Response Time for Emergency Services
• Straight Time Hourly Rate: Mechanical: $100 Electrical: $120.00
Programming $125.00
• Overtime Hourly Rate Mechanical: $150 Electrical: $180.00 Programming
$187.50
• Additional Travel Hourly Rate $100.00
• Parts Cost Plus Markup
• Lodging and Expenses Extra
• Airfare/Perdiem Extra
EXCLUSIVE MANUFACTURER OF HORSLEY AND G & T PRODUCT LINES
n.Ho ((G&T
C O N V E Y O R
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
EXHIBIT C
INSURANCE CERTIFICATES
11
ECAT On -Call Services Final 5/14
DocuSign Envelope ID: 0BB6ED33-CE58-4465-88BB-6992D3BB2D25
V IIGllllr. IJTVJ
FIVESTA3
ACORD.. CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
9/25/2020
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 any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
ACT
AE: NAMME: Lisa Sorensen
N
Moreton & Company - Utah
PHONE 801 531-1234 FAX 801-531-6117
A/C, No, Ext : A/C, No
P.O. Box 58139
ADDRESS: lorensen@moreton.com
Salt Lake City, UT 84158-0139
INSURER(S) AFFORDING COVERAGE
NAIC #
801 531-1234
Cincinnati Insurance Company
INSURER A : P Y
10677
INSURED
INSURER B : Travelers Property Casualty Co. of Am
25674
Five Star Airport Alliance
WCF Mutual Insurance Company
INSURER C : P Y
10033
1630 South 4800 West, Ste. D
WCF National Insurance Company
INSURER D : p Y
40517
Salt Lake City, UT 84104
INSURER E
INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
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 CONTRACTOR 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.
LT R
LTR
TYPE OF INSURANCE
ADDL
INSR
SUBR
WVD
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM/DD/YYYY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE � OCCUR
ENP0506997
10/01/2020
10/01/2021
EACH OCCURRENCE
$1,000,000
PREMISES ERENTED
ccr nce
$ 500,000
MED EXP (Any one person)
$10,000
PERSONAL & ADV INJURY
$1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
R-
POLICYFI JECT LOC
OTHER:
GENERAL AGGREGATE
$2,000,000
PRODUCTS - COMP/OPAGG
$2,000,000
$
A
AUTOMOBILE
LIABILITY
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY X AUTOS ONLY
ENP0506997
10/01/2020
10/01/2021
CMINED
Ea acciden SINGLE LIMIT
$1'000,000
X
BODILY INJURY (Per person)
$
X
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
B
X
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
ZUP41NO17812ONF
10/01/2020
10/01/2021
EACH OCCURRENCE
$15000000
AGGREGATE
$15,000,000
DED X RETENTION $0
$
C
D
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N
OFFICER/MEMBER EXCLUDED? �
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N / A
4002556-UT
4002558-Other
10/01/2020
10/01/2021
X PER OTH-
TAT TE ER
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYEE
$1,000,000
E.L. DISEASE - POLICY LIMIT
$1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Proof of Insurance
IL" aY I I a PfGM in III PJ A.Ja\C Pf a A AG\ I PJ0
For Information Only
Five Star Airport Alliance, Inc.
1630 South 4800 West Suite D
Salt Lake City, UT 84104
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2016/03) 1 of 1
#S1336334/M1336294
© 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
LISSO