Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutECAT24-13 USN Rail 139 dba Synergy Airport LogisticsAGREEMENT FOR INSTALLATION SERVICES
BETWEEN EAGLE COUNTY AIR TERMINAL CORPORATION
AND
USN Rail 139 LLC / DBA Synergy Airport Logistics
THIS AGREEMENT (“Agreement”) is effective as of the ___________________by and
between USN Rail 139, LLC, a Massachusetts limited liability company, d/b/a Synergy Airport
Logistics (hereinafter “Contractor”) and Eagle County Air Terminal Corporation, a Colorado
non-profit corporation (hereinafter “ECAT”).
RECITALS
WHEREAS, Eagle County Air Terminal Corp desires the relocation and installation of a walk-
through metal detector and barriers in the TSA screening area (the “Project”) at Eagle County
Regional Airport located at 217 Eldon Wilson Road, Gypsum, Colorado (the “Airport”)
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time,
skill, expertise, and experience necessary to provide the equipment, materials and installation
services as set forth below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and ECAT in
connection with the procurement of equipment, materials and services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor
and ECAT agree as follows:
1. Services or Work. Contractor agrees to diligently provide all services, labor, personnel
and materials necessary to perform and complete the installation services described in Exhibit A
(“Services” or “Work”) which is attached hereto and incorporated herein by reference, which
include the relocation and reinstallation of a CEIA metal detector at the Airport. 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 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.
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
7/22/2024
2
ECAT Procurement and Installation Final 01/10/2023
b. In the event of any conflict or inconsistency between the terms and conditions set
forth in Exhibit A and the terms and conditions set forth in this Agreement, the terms and
conditions set forth in this Agreement shall prevail.
c. ECAT shall have the right to inspect the CEIA metal detector following
completion of the Services. Inspection and acceptance shall not be unreasonably delayed or
refused. In the event ECAT does not accept the Services for any reason in its sole discretion,
then Contractor shall upon ECAT’s request and at no charge to ECAT repair any damage to the
CEIA metal detector caused by Contractor during the performance of the Services.
2. ECAT’s Representative. The Airport’s 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 30th day of October, 2024.
4. Extension or Modification. Any amendments or modifications shall be in writing signed
by both parties. No additional services or work performed by Contractor shall be the basis for
additional compensation unless and until Contractor has obtained written authorization and
acknowledgement by ECAT for such additional services in accordance with ECAT’s internal
policies. Accordingly, no course of conduct or dealings between the parties, nor verbal change
orders, express or implied acceptance of alterations or additions to the Services, and no claim
that ECAT has been unjustly enriched by any additional services, whether or not there is in fact
any such unjust enrichment, shall be the basis of any increase in the compensation payable
hereunder. In the event that written authorization and acknowledgment by ECAT for such
additional services is not timely executed and issued in strict accordance with this Agreement,
Contractor’s rights with respect to such additional services shall be deemed waived and such
failure shall result in non-payment for such additional services or work performed.
5. Compensation. ECAT shall compensate Contractor for 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 $8,856. 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.
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
3
ECAT Procurement and Installation Final 01/10/2023
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 provided or performed as
set forth in this Agreement, then upon written notice of such determination and request for
reimbursement from ECAT, Contractor shall forthwith return such payment(s) to ECAT. Upon
termination or expiration of this Agreement, unexpended funds advanced by ECAT, if any, shall
forthwith be returned to ECAT.
c. ECAT will not withhold any taxes from monies paid to the Contractor hereunder
and Contractor agrees to be solely responsible for the accurate reporting and payment of any
taxes related to payments made pursuant to the terms of this Agreement.
6. Subcontractors. Contractor acknowledges that ECAT has entered into this Agreement in
reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter
into any subcontractor agreements for the performance of any of the Services or additional
services without ECAT’s prior written consent, which may be withheld in ECAT’s sole
discretion. ECAT shall have the right in its reasonable discretion to approve all personnel
assigned to the subject Project during the performance of this Agreement and no personnel to
whom ECAT has an objection, in its reasonable discretion, shall be assigned to the Project.
Contractor shall require each subcontractor, as approved by ECAT and to the extent of the
Services to be performed by the subcontractor, to be bound to Contractor by the terms of this
Agreement, and to assume toward Contractor all the obligations and responsibilities which
Contractor, by this Agreement, assumes toward ECAT. ECAT shall have the right (but not the
obligation) to enforce the provisions of this Agreement against any subcontractor hired by
Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible
for the acts and omissions of its agents, employees and subcontractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and
expense, the following insurance coverage with limits of liability not less than those stated
below:
a. Types of Insurance.
i. Workers’ Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each
accident combined bodily injury and property damage liability insurance, including coverage for
owned, hired, and non-owned vehicles.
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
4
ECAT Procurement and Installation Final 01/10/2023
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 B.
ii. Contractor’s certificates of insurance shall include subcontractors, if any
as additional insureds under its policies or Contractor shall furnish to ECAT separate certificates
and endorsements for each subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that ECAT is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or
rights, immunities and protections provided by the Colorado Governmental Immunity Act, as
from time to time amended, or otherwise available to ECAT, its affiliated entities, successors or
assigns, its elected officials, employees, agents and volunteers.
v. Contractor is not entitled to workers’ compensation benefits except as
provided by the Contractor, nor to unemployment insurance benefits unless unemployment
compensation coverage is provided by Contractor or some other entity. The Contractor is
obligated to pay all federal and state income tax on any moneys paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify, defend 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 claims without regard to the involvement
of the Contractor. This paragraph shall survive expiration or termination hereof.
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
5
ECAT Procurement and Installation Final 01/10/2023
9. Ownership of Documents. All documents (including electronic files) and materials
obtained during, purchased or prepared in the performance of the Services shall remain the
property of ECAT and are to be delivered to ECAT before final payment is made to Contractor
or upon earlier termination of this Agreement.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when
(i) personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid,
or (iii) when delivered by FedEx or other comparable courier service, charges prepaid, to the
parties at their respective addresses listed below, or (iv) when transmitted via e-mail with
confirmation of receipt. Either party may change its address for purposes of this paragraph by
giving five (5) days prior written notice of such change to the other party.
EAGLE COUNTY AIR TERMINAL CORPORATION:
Attention:
Eagle County Regional Airport
Attention: Koltin Howard Talbott
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-3573
E-mail: koltin.howardtalbott@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-328-8685
E-mail: atty@eaglecounty.us
CONTRACTOR:
USN Rail 139 LLC / DBA Synergy Airport Logistics
Dennis Allsopp
265 Westford Street
Dunstable MA 01827
714-661-3369
dennis@synergyairport.com
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
6
ECAT Procurement and Installation Final 01/10/2023
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.
12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies
related to this Agreement, or breach thereof, shall be litigated in the District Court for Eagle
County, Colorado, which shall be the sole and exclusive forum for such litigation. This
Agreement shall be construed and interpreted under and shall be governed by the laws of the
State of Colorado.
13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in
two or more counterparts, each of which shall be deemed an original, but all of which shall
constitute one and the same instrument. The parties approve the use of electronic signatures for
execution of this Agreement. Only the following two forms of electronic signatures shall be
permitted to bind the parties to this Agreement: (i) Electronic or facsimile delivery of a fully
executed copy of the signature page; (ii) the image of the signature of an authorized signer
inserted onto PDF format documents. All documents must be properly notarized, if applicable.
All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act,
C.R.S. 24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the intended purpose and use of the
Equipment, nature and extent of the Services to be provided hereunder and the Property, and
with all local conditions, federal, state and local laws, ordinances, rules and regulations that in
any manner affect cost, progress, or performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests
as he deems necessary for the performance of the Services.
c. To the extent possible, Contractor has correlated the results of such observations,
examinations, investigations, tests, reports, and data with the terms and conditions of this
Agreement.
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
7
ECAT Procurement and Installation Final 01/10/2023
d. To the extent possible, Contractor has given ECAT written notice of all conflicts,
errors, or discrepancies.
e. Contractor shall be responsible for completeness and accuracy of the Services and
shall correct, at its sole expense, all significant errors and omissions in performance of the
Services, including any damage to the CEIA metal detector caused by it in the performance of
the Services. The fact that the ECAT has accepted or approved Services shall not relieve
Contractor of any of its responsibilities. Contractor shall perform the Services in a skillful,
professional and competent manner and in accordance with the standard of care, skill and
diligence applicable to contractors performing similar services. Contractor represents and
warrants that it has the expertise and personnel necessary to properly perform the Services and
shall comply with the highest standards of customer service to the public. Contractor shall
provide appropriate supervision to its employees to ensure the Services are performed in
accordance with this Agreement. This paragraph shall survive termination of this Agreement.
f. Contractor hereby represents it will perform the Services in a good and
workmanlike manner and guarantees all Work against defects in workmanship for a period of
one (1) year from the date the Work is accepted by ECAT, or such longer period as may be
provided by the law or as otherwise agreed to by the parties. Notwithstanding the foregoing,
Contractor is not responsible for the CEIA metal detector not passing site assessment tests or
verification of calibration due to malfunctioning parts and/or mechanical or electrical noise in the
area where the CEIA metal detector is located which may cause interference or “ghost
alarming”.
h. Contractor assumes all risk of loss with respect to the equipment to be installed
under this Agreement until the equipment is installed and ECAT has inspected and approved the
same.
i. Guarantees and warranties shall not be construed to modify or limit any rights or
actions ECAT may otherwise have against Contractor in law or in equity.
j. 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.
k. 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.
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
8
ECAT Procurement and Installation Final 01/10/2023
l. 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,
including, but not limited to, all Airport Rules and Regulations, as amended from time to time;
all applicable federal, state and local laws, ordinances, resolutions and all rules and regulations
adopted by ECAT or Eagle County for the management, operation and control of the Airport,
either promulgated by the ECAT or the County on their own initiative or in compliance with
regulations or actions of the Federal Aviation Administration or other authorized federal agency
including the Transportation Security Administration. Contractor additionally agrees to comply
with the Federal Assurances attached hereto as Exhibit C and incorporated herein by this
reference.
m. Compliance with Environmental Requirements. Contractor in conducting any
activity on Airport property shall comply with all applicable local, state or federal environmental
rules, regulations, statutes, laws or orders (collectively “Environmental Regulations”), including
but not limited to Environmental Regulations regarding the storage, use and disposal of
Hazardous Materials or Special Wastes to the Environment. Contractor shall acquire all
necessary federal, state, and local environmental permits and comply with all applicable federal
and state environmental permit requirements in the performance of services under this
Agreement.
n. Security. Contractor shall cause its officers, contractors, agents and employees to
comply with any and all existing and future security regulations or Security Plan adopted by the
County or ECAT pursuant to requirements of the Transportation Security Administration or Part
107, Federal Air Regulations of the Federal Aviation Administration, as it may be amended from
time to time.
o. 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.
p. 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.
q. 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.
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
9
ECAT Procurement and Installation Final 01/10/2023
r. 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.
s. The invalidity, illegality or unenforceability of any provision of this Agreement
shall not affect the validity or enforceability of any other provision hereof.
t. The signatories to this Agreement aver to their knowledge, no employee of ECAT
has any personal or beneficial interest whatsoever in the Services or Property described in this
Agreement. The Contractor has no beneficial interest, direct or indirect, that would conflict in
any manner or degree with the performance of the Services and Contractor shall not employ any
person having such known interests.
15. Protection of Airport.
a. Contractor shall not construct, erect or install any structure or equipment
determined by the FAA pursuant to FAR Part 77 to constitute an obstruction or hazard to air
navigation. Contractor acknowledges that an obstruction or hazard may be found based on the
height of structures and also based on, for example and without limitation, aeronautical effects
on air traffic control radar, direction finders, air traffic control line-of-sight visibility, and
physical or electromagnetic effects on air navigation, communication facilities, and other
surveillance systems. Contractor shall comply with any conditions, limitation, supplemental
notice requirements, and marking and lighting recommendations issued by the FAA pursuant to
FAR Part 77.
b. Contractor by accepting this Agreement expressly agrees for itself, its successors,
and assigns that its services performed under this Agreement will not in any manner interfere
with the landing and taking off of aircraft from the Airport or otherwise constitute a hazard. In
the event the aforesaid covenant is breached, ECAT and the County reserve the right to cause the
abatement of such interference at the expense of the Contractor.
16. Subordination.
a. This Agreement is subject and subordinate to the provisions of any agreements
heretofore or hereafter made between the County and the United States, relative to the operation
or maintenance of the Airport, or to the expenditure of federal funds for the improvement or
development of the Airport, including the expenditure of federal funds for the development of
the Airport in accordance with the provisions of the Federal Aviation Act of 1958, the Federal
Aid to Airport Act, the Airport and Airway Development Act of 1970 and the Airport and
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
10
ECAT Procurement and Installation Final 01/10/2023
Airway Improvement Act of 1982, as such acts have been amended or replaced from time-to-
time.
b. This Agreement and all the provisions hereof shall be subject to whatever right
the United States Government now has or in the future may have or require affecting the control,
operation, regulation, and taking over of the Airport.
c. This Agreement is subordinate to any bond ordinance, indenture or covenant
made by ECAT with respect to the Airport prior to or during the term hereof and, in the event of
a conflict, the requirements of the ordinance, indenture or covenant shall control.
[Rest of page intentionally left blank]
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
11
ECAT Procurement and Installation Final 01/10/2023
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set
forth above.
EAGLE COUNTY AIR TERMINAL
CORPORATION
By: ___________________________
David Reid, Director of Aviation
CONTRACTOR: USN Rail 139 LLC / DBA
Synergy Airport Logistics
By:________________
Name:______________
Title: ______________
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
DENNIS ALLSOPP
President
12
ECAT Procurement and Installation Final 01/10/2023
EXHIBIT A
SCOPE OF SERVICES, EQUIPMENT, SCHEDULE, FEES
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
Synergy Airport Logistics | 265 Westford St, Dunstable MA 01827 | (978) 496-9860 | synergyairport.com
Josh,
Thank you for the opportunity to quote on this effort. Our team has thoroughly reviewed the scope and requirements. We are confident in our
planning to support this effort.
Operational Plan
Synergy will provide the necessary resources, equipment, and manpower to complete this effort.
SCOPE:
• Relocate one (1) Ceia WTMD within the current checkpoint.
• Perform the VOC and SAT for the Ceia WTMD.
• Complete all VOC and SAT documents and submit to TSA and provide copies to locals.
• Install one (1) 1’ barrier and one (1) 2’ barrier
Assumptions
The barriers to be installed are already on-site at EGE. Escorts will be provided by locals if required.
Pricing
Synergy is pleased to present a bid of $8,856 to support this effort. This includes all labor, mobilization, installation, tools, supplies and the WTMD
commissioning. Payment will be due NET30 upon the completion of the specified work and submission of the invoice.
Thank you for your time. We look forward to partnering with you on this project.
Regards,
Aaron Allsopp
Chief Operating Officer
714.809.3336
aaron@synergyairport.com
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
13
ECAT Procurement and Installation Final 01/10/2023
EXHIBIT B
INSURANCE CERTIFICATES
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
06/11/2024
C & S Insurance Agency, Inc.
190 Chauncy St
Mansfield MA 02048
Maureen Alexander
(508) 339-2951 (508) 339-4811
maureen@candsins.com
USN Rail 139 LLC, DBA: Synergy Airport
265 Westford Street
Dunstable MA 01827
Kinsale Insurance Company
Continental Casualty Company
2024
A Y 0100176671-2 01/22/2024 01/22/2025
1,000,000
100,000
Excluded
1,000,000
2,000,000
2,000,000
A 0100236903 01/22/2024 01/22/2025
5,000,000
5,000,000
B Inland Marine C7018348926 01/22/2024 01/22/2025
Installation Floater $200,000
Deductible $2,500
Eagle County Air Terminal Corp is included as additional insured in regards to General Liability as required by a signed written contract or agreement with
the named insured.
Eagle County Air Terminal Corp
217 Eldon Wilson Road
Gypsum CO 81637
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
INSURER(S) AFFORDING COVERAGE
INSURER F :
INSURER E :
INSURER D :
INSURER C :
INSURER B :
INSURER A :
NAIC #
NAME:CONTACT
(A/C, No):FAX
E-MAILADDRESS:
PRODUCER
(A/C, No, Ext):PHONE
INSURED
REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES
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 rights to the certificate holder in lieu of such endorsement(s).
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.
OTHER:
(Per accident)
(Ea accident)
$
$
N / A
SUBR
WVD
ADDL
INSD
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.
$
$
$
$PROPERTY DAMAGE
BODILY INJURY (Per accident)
BODILY INJURY (Per person)
COMBINED SINGLE LIMIT
AUTOS ONLY
AUTOSAUTOS ONLY
NON-OWNED
SCHEDULEDOWNED
ANY AUTO
AUTOMOBILE LIABILITY
Y / N
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
DESCRIPTION OF OPERATIONS below
If yes, describe under
ANY PROPRIETOR/PARTNER/EXECUTIVE
$
$
$
E.L. DISEASE - POLICY LIMIT
E.L. DISEASE - EA EMPLOYEE
E.L. EACH ACCIDENT
EROTH-STATUTEPER
LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
EXCESS LIAB
UMBRELLA LIAB $EACH OCCURRENCE
$AGGREGATE
$
OCCUR
CLAIMS-MADE
DED RETENTION $
$PRODUCTS - COMP/OP AGG
$GENERAL AGGREGATE
$PERSONAL & ADV INJURY
$MED EXP (Any one person)
$EACH OCCURRENCE
DAMAGE TO RENTED $PREMISES (Ea occurrence)
COMMERCIAL GENERAL LIABILITY
CLAIMS-MADE OCCUR
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PRO-JECT LOC
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
CANCELLATION
AUTHORIZED REPRESENTATIVE
ACORD 25 (2016/03)
© 1988-2015 ACORD CORPORATION. All rights reserved.
CERTIFICATE HOLDER
The ACORD name and logo are registered marks of ACORD
HIRED
AUTOS ONLY
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
14
ECAT Procurement and Installation Final 01/10/2023
EXHIBIT C
CIVIL RIGHTS AND NON-DISCRIMINATION
1. In all its activities within the scope of its airport program, Consultant agrees to comply with
pertinent statutes, Executive Orders and such rules as identified in Title VI List of Pertinent
Nondiscrimination Acts and Authorities to ensure that no person shall, on the grounds of race,
color, national origin (including limited English proficiency), creed, sex (including sexual
orientation and gender identity), age, or disability be excluded from participating in any activity
conducted with or benefiting from Federal assistance. If Consultant transfers its obligation to
another, the transferee is obligated in the same manner as Consultant. This provision obligates
Consultant for the period during which the property is used or possessed by Consultant and Eagle
County (the “Airport”) remains obligated to the FAA. This provision is in addition to that required
by Title VI of the Civil Rights Act of 1964.
2. During the performance of this Agreement, Consultant for itself, its assignees, and successors
in interest, agrees to comply with the following non-discrimination statutes and authorities:
a. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 Stat. 252)
(prohibits discrimination on the basis of race, color, national origin);
b. 49 CFR part 21 (Non-discrimination in Federally-assisted programs of the Department
of Transportation – Effectuation of Title VI of the Civil Rights Act of 1964);
c. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,
42 U.S.C. § 4601 (prohibits unfair treatment of persons displaced or whose property has
been acquired because of Federal or Federal-aid programs and projects);
d. Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.) as amended
(prohibiting discrimination on the basis of disability), and 49 CFR Part 27
(Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal
Financial Assistance);
e. The Age Discrimination Act of 1975, as amended (42 U.S.C. § 6101 et seq.) (prohibits
discrimination on the basis of age);
f. Airport and Airway Improvement Act of 1982 (49 U.S.C. § 47123), as amended
(prohibits discrimination based on race, creed, color, national origin, or sex);
g. The Civil Rights Restoration Act of 1987 (PL 100-259) (broadening the scope, coverage,
and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act
of 1975, and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of
terms “programs or activities” to include all of the programs or activities of the Federal-
aid recipients, sub-recipients and contractors, whether such programs or activities are
Federally funded or not);
h. Titles II and III of the Americans with Disabilities Act of 1990 (42 USC § 12101, et seq)
(prohibits discrimination on the basis of disability in the operation of public entities, public
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
15
ECAT Procurement and Installation Final 01/10/2023
and private transportation systems, places of public accommodation, and certain testing
entities) as implementing by U.S. Department of Transportation Regulations at 49 CFR
Parts 37 and 38;
i. The Federal Aviation Administration’s Nondiscrimination statute (49 USC § 47123)
(prohibits discrimination on the basis of race, color, national origin, and sex);
j. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority
Populations and Low-Income Populations, which ensures non-discrimination against
minority populations by discouraging programs, policies, and activities with
disproportionately high and adverse human health or environmental effects on minority
and low-income populations;
k. Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes
discrimination because of limited English proficient (LEP). To ensure compliance with
Title VI, you must take reasonable steps to ensure that LEP persons have meaningful
access to your programs [70 Fed. Reg. at 74087 (2005)]; and
l. Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 USC § 1681 et seq.).
3. During the performance of this Agreement, Consultant, for itself, its assignees, and successors
in interest, agrees as follows:
a. Compliance with Regulations: Consultant will comply with the Title VI List of Pertinent
Nondiscrimination Acts and Authorities, as they may be amended from time to time, which
are herein incorporated by reference and made a part of this Agreement.
b. Nondiscrimination: Consultant, with regard to the work performed by it during the
Agreement, will not discriminate on the grounds of race, color, national origin (including
limited English proficiency), creed, sex (including sexual orientation and gender identity),
age, or disability in the selection and retention of subcontractors, including procurements
of materials and leases of equipment. Consultant will not participate directly or indirectly
in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including
employment practices when the contract covers any activity, project, or program set forth
in Appendix B of 49 CFR part 21.
c. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In
all solicitations, either by competitive bidding or negotiation made by Consultant for work
to be performed under a subcontract, including procurements of materials, or leases of
equipment, each potential subcontractor or supplier will be notified by Consultant of
contractor’s obligations under this Agreement and the Nondiscrimination Acts and
Authorities.
d. Information and Reports: Consultant will provide all information and reports required
by the Acts, the Regulations, and directives issued pursuant thereto and will permit access
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B
16
ECAT Procurement and Installation Final 01/10/2023
to its books, records, accounts, other sources of information, and its facilities as may be
determined by the County or the FAA to be pertinent to ascertain compliance with such
Nondiscrimination Acts and Authorities and instructions. Where any information required
of a contractor is in the exclusive possession of another who fails or refuses to furnish the
information, Consultant will so certify to the County or the FAA, as appropriate, and will
set forth what efforts it has made to obtain the information.
e. Sanctions for Noncompliance: In the event of Consultant’s noncompliance with the non-
discrimination provisions of this Agreement, the County will impose such contract
sanctions as it or the FAA may determine to be appropriate, including, but not limited to,
cancelling, terminating, or suspending this Agreement, in whole or in part.
f. Incorporation of Provisions: Consultant will include the provisions of this subsection in
every contract, including procurements of materials and leases of equipment, unless
exempt by the Acts, the Regulations, and directives issued pursuant hereto. Consultant will
take action with respect to any subcontract or procurement as the County or the FAA may
direct as a means of enforcing such provisions including sanctions for noncompliance.
Provided, that if Consultant becomes involved in, or is threatened with litigation by a
subcontractor, or supplier because of such direction, Consultant may request the County to
enter into any litigation to protect the interests of the County. In addition, Consultant may
request the United States to enter into the litigation to protect the interests of the United
States.
Docusign Envelope ID: DBFFAC52-C992-4FE9-8512-A18764FA1A2B