Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC24-375 Controltouch Systems, LLCAGREEMENT FOR PROCUREMENT AND INSTALLATION SERVICES
BETWEEN EAGLE COUNTY AIR TERMINAL CORPORATION
AND
CONTROLTOUCH SYSTEMS, LLC
THIS AGREEMENT (“Agreement”) is effective as of the _____________by and between ControlTouch
Systems, LLC, a Colorado limited liability company (hereinafter “Contractor”) and Eagle County Air
Terminal Corporation, a Colorado non-profit corporation (hereinafter “ECAT”).
RECITALS
WHEREAS, ECAT desires to engage Contractor to install replacement servers, workstations, and
updated applications for Eagle County airport’s custom baggage handling systems (the “Project”) located
at 217 Eldon Wilson Rd, Gypsum, CO 81637 (the “Property”); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill,
expertise, and experience necessary to provide the equipment, materials and installation services as set
forth below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and ECAT in connection
with the procurement of equipment, materials and services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and ECAT
agree as follows:
1. Services or Work. Contractor agrees to procure the materials, equipment and/or products
(“Equipment”) necessary for the Project and agrees to diligently provide all services, labor, personnel and
materials necessary to perform and complete the procurement and installation services described in
Exhibit A (“Services” or “Work”) which is attached hereto and incorporated herein by reference. The
Services shall be performed in accordance with the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services no later than October 15, 2024 and in
accordance with the schedule established in Exhibit A. If no completion date is specified in Exhibit A,
then Contractor agrees to furnish the Services in a timely and expeditious manner consistent with the
applicable standard of care. By signing below Contractor represents that it has the expertise and
personnel necessary to properly and timely perform the Services.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in
Exhibit A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in
this Agreement shall prevail.
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
9/5/2024
2
ECAT Procurement and Installation 07/17/2024
c. ECAT shall have the right to inspect all Equipment. Inspection and acceptance shall not
be unreasonably delayed or refused. In the event ECAT does not accept the Equipment for any reason in
its sole discretion, then Contractor shall upon ECAT’s request and at no charge to ECAT:
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
2. ECAT’s Representative. The Aviation Director’s designee shall be Contractor’s contact with
respect to this Agreement and performance of the Services.
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and
subject to the provisions of paragraph 11 hereof, shall continue in full force and effect through the 31st
day of December, 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 the Equipment and performance of the
Services in a sum computed and payable as set forth in Exhibit A. The Equipment and performance of
the Services under this Agreement shall not exceed $50,000.00. Contractor shall not be entitled to bill at
overtime and/or double time rates for work done outside of normal business hours unless specifically
authorized in writing by ECAT.
a. Payment will be made for Equipment and Services satisfactorily performed within thirty
(30) days of receipt of a proper and accurate invoice from Contractor. All invoices shall include detail
regarding the hours spent, tasks performed, who performed each task and such other detail as ECAT may
request.
b. If, at any time during the term or after termination or expiration of this Agreement,
ECAT reasonably determines that any payment made by ECAT to Contractor was improper because the
Equipment or Services for which payment was made were not provided or performed as set forth in this
Agreement, then upon written notice of such determination and request for reimbursement from ECAT,
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
3
ECAT Procurement and Installation 07/17/2024
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.
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.
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
4
ECAT Procurement and Installation 07/17/2024
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.
9. Ownership of Documents. All documents (including electronic files) and materials obtained
during, purchased or prepared in the performance of the Services shall remain the property of ECAT and
are to be delivered to ECAT before final payment is made to Contractor or upon earlier termination of this
Agreement. Further, Contractor shall execute any bill of sale or other documents required by ECAT to
transfer title of the Equipment to ECAT. Contractor shall provide copies of any instruction or operations
or care manuals and shall further provide copies of any manufacturers warranties associated with the
Equipment.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i)
personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii)
when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their
respective addresses listed below, or (iv) when 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:
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
5
ECAT Procurement and Installation 07/17/2024
Attention: Jodi Doney, C.M.
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-2645
E-mail: Jodi.doney@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:
With a copy to:
ControlTouch Systems
4528 Bishop Lane
Louisville, KY 40218
Email: allen.richey@controltouch.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.
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.
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
6
ECAT Procurement and Installation 07/17/2024
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the intended purpose and use of the Equipment,
nature and extent of the Services to be provided hereunder and the Property, and with all local conditions,
federal, state and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or
performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as he
deems necessary for the performance of the Services.
c. To the extent possible, Contractor has correlated the results of such observations,
examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement.
d. To the extent possible, Contractor has given ECAT written notice of all conflicts, errors,
or discrepancies.
e. Contractor shall be responsible for completeness and accuracy of the Services and shall
correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact
that the ECAT has accepted or approved the Equipment and/or Services shall not relieve Contractor of
any of its responsibilities. Contractor shall perform the Services in a skillful, professional and competent
manner and in accordance with the standard of care, skill and diligence applicable to contractors
performing similar services. Contractor represents and warrants that it has the expertise and personnel
necessary to properly perform the Services and shall comply with the highest standards of customer
service to the public. Contractor shall provide appropriate supervision to its employees to ensure the
Services are performed in accordance with this Agreement. This paragraph shall survive termination of
this Agreement.
f. Contractor hereby represents and warrants that the Equipment will be new and will
perform the Services in a good and workmanlike manner and guarantees all Work against defects in
materials or workmanship for a period of one (1) year from the date the Work is accepted by ECAT, or
such longer period as may be provided by the law or as otherwise agreed to by the parties.
g. All guarantees and warranties of Equipment furnished to Contractor or any subcontractor
by any manufacturer or supplier are for the benefit of ECAT. If any manufacturer or supplier of any
Equipment furnishes a guarantee or warrantee for a period longer than one (1) year, then Contractor’s
guarantee or warrantee shall extend for a like period as to such Equipment.
h. Contractor warrants that title to all Work and Equipment shall pass to ECAT either by
incorporation into the Property or upon receipt by Contractor of payment from ECAT (whichever occurs
first) free and clear of all liens, claims, security interests or encumbrances. Contractor further warrants
that Contractor (or any other person performing Work) purchased all Equipment free and clear of all
liens, claims, security interests or encumbrances. Notwithstanding the foregoing, Contractor assumes all
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
7
ECAT Procurement and Installation 07/17/2024
risk of loss with respect to the Equipment until the Equipment is installed and ECAT has inspected and
approved the same.
i. Within a reasonable time after receipt of written notice, Contractor shall correct at its
own expense, without cost to ECAT, and without interruption to ECAT:
i. Any defects in materials or workmanship which existed prior to or during the
period of any guarantee or warranty provided in this Agreement; and
ii. Any damage to any other Work or property caused by such defects or the
repairing of such defects.
j. Guarantees and warranties shall not be construed to modify or limit any rights or actions
ECAT may otherwise have against Contractor in law or in equity.
k. Contractor agrees to work in an expeditious manner, within the sound exercise of its
judgment and professional standards, in the performance of this Agreement. Time is of the essence with
respect to this Agreement.
l. This Agreement constitutes an agreement for performance of the Services by Contractor
as an independent contractor and not as an employee of ECAT. Nothing contained in this Agreement
shall be deemed to create a relationship of employer-employee, master-servant, partnership, joint venture
or any other relationship between ECAT and Contractor except that of independent contractor. Contractor
shall have no authority to bind ECAT.
m. Compliance with Law. 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.
n. 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.
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
8
ECAT Procurement and Installation 07/17/2024
o. 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.
p. 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.
q. 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.
r. 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.
s. 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.
t. The invalidity, illegality or unenforceability of any provision of this Agreement shall not
affect the validity or enforceability of any other provision hereof.
u. 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
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
9
ECAT Procurement and Installation 07/17/2024
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 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: 8C31F636-A213-45C5-BAB7-E8DF85D80030
10
ECAT Procurement and Installation 07/17/2024
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:
By:_____________________
Print Name:______________
Title: ___________________
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
Allen Richey
Director of Service & Support
11
ECAT Procurement and Installation 07/17/2024
EXHIBIT A
SCOPE OF SERVICES, EQUIPMENT, SCHEDULE, FEES
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
ControlTouch Systems
3101 Breckenridge Lane Louisville KY. 40220
(502) 452-9397 - Fax (502) 452-9373
ControlTouch.com
December 14, 2023
Subject: Eagle County Regional Airport Software upgrade and Hardware Migration.
Dear: Jake Klearman
ControlTouch Systems is focused on meeting the needs of our customers with creative and effective
solutions designed to enhance your system performance. We appreciate the opportunity to provide this
proposal to your team and look forward to further growing our business relationship.
ControlTouch Systems is pleased to present our Firm Proposal # 231209This proposal will provide a firm
pricing estimate for the Upper-Level Upgrade per the Scope of Work identified below.
Scope of Work:
Eagle County IT Department will provide the following:
•Provide remote access to the existing system or assist our software team to get all the required
files to do the upgrade.
•Install the new servers and workstations.
•Assist the Intellimodus software engineer while on-site to complete the upgrade.
Controltouch will provide the following:
.
•Two (2) SQL Server License
•Install FactoryTalk SE V13 on new servers.
•Install FactoryTalk SE client applications on workstations.
•Move and upgrade the existing FactoryTalk SE HMI application on the new servers.
•Verify the functionality of the upgraded FactoryTalk SE application.
•Restore backup DB files to the new servers.
•Move the existing SSRS reporting to the new servers and verify all existing reports are working
properly.
•Move the existing CT Server application to the new servers.
•Move the existing CTSystemManager application to the new workstations.
•Ship servers and workstations to Eagle County/.
•On-site overnight testing and verification that new applications and workstations are sending and
receiving all necessary data streams from PLC, BSM, etc.
•Set up and evaluate any other BHS applications that are needed on the new equipment.
Clarifications and Exceptions
•No electrical installation or panel wiring included.
•The current computer and TV monitors will be reused and are not part of this proposal.
ControlTouch Systems Proposal Number:
231209
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
3101 Breckenridge Lane Louisville KY. 40220
(502) 452-9397 - Fax (502) 452-9373
ControlTouch.com
•No spare parts or O&M manual(s) included.
•No sales tax is included in our pricing.
•Must be a mutually agreeable schedule for integration.
Pricing:$41,780.00
This proposal is good for 90 days.
Note: The above pricing does not include any performance bond, permits, or special insurance requirements. If
these items are required, they will be borne by the purchaser. Due to the rising cost of labor and materials, we
reserve the right to adjust this proposal if not accepted within thirty (30) days from the above date.
Nondisclosure Statement:
These documents are to be used solely by the client in evaluating this proposal. This non-public
disclosure by ControlTouch Systems is intended only for the person or entity to which it is addressed.
Subject to the Colorado Open Records Act, C.R.S. 24-72-200 et. seq. ("CORA"), the recipient agrees that
these documents and technical information will not be copied, disseminated, or made available to any
competitor of ControlTouch Systems, or any other parties without the prior written consent of
ControlTouch Systems. Copyright 2022 an unpublished work by ControlTouch Systems. All rights
reserved. Notwithstanding the foregoing, Contractor understands and agrees that the County is a
governmental entity and that reference to this agreement will be included on a public agenda, and the
executed agreement will be stored in a public database.
COVID:
The COVID pandemic has the potential to impact material costs, schedules, personnel
deployments, working hours, PPE requirements, and other elements required to successfully
deploy, commission, and hand over the system outlined in this proposal. These impacts may be
caused by laws, regulations, orders, restrictions, or other requirements or guidance issued by
local, state, federal, and/or foreign governments, and/or corresponding actions taken by suppliers
and subcontractors, and/or other factors. ControlTouch Systems reserves the right to make
reasonable adjustments to project costs and schedule therefore or result of these impacts,
foreseen or unforeseen, and will advise the client of actual or pending impacts as quickly as
possible.
On behalf of ControlTouch Systems, I would like to thank you for providing us with the opportunity to
provide this proposal. I hope this quotation meets your requirements and answers any questions you may
have. If
ControlTouch Systems
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
ControlTouch Systems
3101 Breckenridge Lane Louisville KY. 40220
(502) 452-9397 - Fax (502) 452-9373
ControlTouch.com
you need further clarification on any aspects of our proposed design or how the pricing was derived, please
feel free to contact us.
Sincerely,
Allen Richey Customer Acknowledgement
Director of Service and Support
ControlTouch Systems
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
12
ECAT Procurement and Installation 07/17/2024
EXHIBIT B
INSURANCE
CERTIFICATES
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
Five Star Airport Alliance Hourly Rates and Additional Fees
• Straight Time Hourly Rate: Mechanical: $105.00, Electrical: $150.00, Programming: $150.00
• Overtime Hourly Rate: Mechanical: $158.00, Electrical: $225.00, Programming: $225.00
• Additional Travel Hourly Rate $105.00
• Parts Cost Plus Markup
• Lodging $250 per night
• Airfare/Perdiem $50.00 per day
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
13
ECAT Procurement and Installation 07/17/2024
EXHIBIT C
CIVIL RIGHTS AND NON-DISCRIMINATION
1. In all its activities within the scope of its airport program, Contractor 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 Contractor transfers its obligation to
another, the transferee is obligated in the same manner as Contractor. This provision obligates
Contractor for the period during which the property is used or possessed by Contractor 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, Contractor 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: 8C31F636-A213-45C5-BAB7-E8DF85D80030
14
ECAT Procurement and Installation 07/17/2024
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, Contractor, for itself, its assignees, and successors
in interest, agrees as follows:
a. Compliance with Regulations: Contractor 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: Contractor, 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. Contractor 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 Contractor 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 Contractor of
contractor’s obligations under this Agreement and the Nondiscrimination Acts and
Authorities.
d. Information and Reports: Contractor will provide all information and reports required
by the Acts, the Regulations, and directives issued pursuant thereto and will permit access
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030
15
ECAT Procurement and Installation 07/17/2024
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, Contractor 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 Contractor’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: Contractor 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. Contractor 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 Contractor becomes involved in, or is threatened with litigation by a
subcontractor, or supplier because of such direction, Contractor may request the County to
enter into any litigation to protect the interests of the County. In addition, Contractor may
request the United States to enter into the litigation to protect the interests of the United
States.
Docusign Envelope ID: 8C31F636-A213-45C5-BAB7-E8DF85D80030