No preview available
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