Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutECAT24-18 Commercial Specialists of Western Colorado LLCAGREEMENT FOR PROCUREMENT AND INSTALLATION SERVICES
BETWEEN EAGLE COUNTY AIR TERMINAL CORPORATION
AND
COMMERCIAL SPECIALISTS OF WESTERN COLORADO, LLC
THIS AGREEMENT (“Agreement”) is effective as of __________________by and between Commercial
Specialists of Western Colorado, LLC, a Colorado Limited Liability Company (hereinafter “Contractor” or
“Consultant”) and Eagle County Air Terminal Corporation, a Colorado non-profit corporation (hereinafter
“ECAT”).
RECITALS
WHEREAS, ECAT desires to work with a contractor to procure and install fire detection devices (the “Project”) at
the airport terminal located at 217 Eldon Wilson Road (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 necessary for the Project 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 December 31, 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.
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
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
11/22/2024
2
iii. repair the Equipment.
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 31st day of May, 2025.
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 $$20,889.80. 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, 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
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
3
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.
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 monies 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
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
4
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:
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:
Commercial Specialists of Western Colorado, LLC
Tim Ward
Tward@csigj.com
970.241.0268
601 Mulberry St
Grand Junction, CO 81501
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
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
5
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 it 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
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
6
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 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. 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, Colorado (the “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. 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.
o. 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.
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
7
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 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.
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
8
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: 48294AD1-30E0-4B46-BA26-981DD5105DE7
Tim Ward
Vice President
9
EXHIBIT A
SCOPE OF SERVICES, EQUIPMENT, SCHEDULE, FEES
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
Commercial Specialists, Inc.
601 Mulberry Street Grand Junction CO 81501
210 Marmot Lane #B5 Eagle CO 81631
Voice : (970) 241-0268
Fax : (970) 241-0269
www.csigj.com
JOB NAME :EAGLE COUNTY AIRPORT QUOTE # 231018
REPLACEMENT OF DISCONTINUED DEVICES
ATTN : DATE :10/13/23
SENT VIA EMAIL
FIRE ALARM - Turn-Key Price :$20,889.80
Material Tax, Not included :$1,299.59
Note : The Prices Above are based on the Attached Qualifications.
QTY SUPP PART NO DESCRIPTION
6 N FSP-951 INTELLIGENT ADDRESSABLE PHOTO DETECTOR; WITH FLASHSCAN; WHITE
4 N FSP-951-BP INTELLIGENT ADDRESSABLE PHOTO DETECTOR; WITH FLASHSCAN; WHITE BULK PACK 10
6 N FST-951 INTELLIGENT ADDRESSABLE 135 DEGREE THERMAL DETECTOR WITH FLASHSCAN; WHITE
7 N FRM-1
ADDRESSABLE RELAY MODULE WITH FLASHSCAN; PROVIDES TWO FORM-C DRY CONTACTS THAT SWITCH
TOGETHER.
1 N FRM-1-BP
ADDRESSABLE RELAY MODULE WITH FLASHSCAN; PROVIDES TWO FORM-C DRY CONTACTS THAT SWITCH
TOGETHER, BULK PACK OF 10
5 N NBG-12LX ADDRESSABLE NBG-12L PULL STATION; WITH FLASHSCAN.
1 N NBG-12LX-BP ADDRESSABLE NBG-12L PULL STATION; WITH FLASHSCAN, BULK PACK OF 10
6 N CK300
WHITE DETECTOR CONVERSION KIT FOR SSD INTELLIGENT LOW-PROFILE PHOTO, ION AND LASER DETECTORS.
PACKAGE OF 10 WHITE TRIM RINGS AND 10 WHITE DETECTORS. BRIGHT WHITE COLOR WILL MATCH THE
WHITE OF SSD A/V PRODUCTS.
9 N DNR INNOVAIRFLEX INTELLIGENT DUCT DETECTOR, NON-RELAY, DOES NOT INCLUDE HEAD.
1 N FSP-951R-BP
REMOTE TEST CAPABLE INTELLIGENT PHOTO DETECTOR WITH FLASHSCAN; FOR USE WITH DNR(W) DUCT
DETECTOR HOUSING; WHITE BULK PACK 10
9 N DST5 INNOVAIRFLEX SAMPLING TUBE, STEEL, 5’ WITH HOLES
PAGE 1
Timothy M Ward Customer Acceptance:________________________
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
9 N RTS151 REMOTE TEST STATION; WITH SWITCH, ALARM AND POWER LED’S.
PROJECT SPECIFIC QUALIFICATIONS
This proposal replaces the discontinued “CLIP” mode devices with the new “FLASHSCAN” devices. Includes, devices
installation, testing and reprograming.
This should be covered under maintenance, no permit is included.
*** THIS PROPOSAL IS VALID FOR 30-DAYS FROM THE DATE SHOWN ABOVE.
PAGE 2
Timothy M Ward Customer Acceptance:________________________
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
10
EXHIBIT B
INSURANCE CERTIFICATES
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
INSR ADDL SUBR
LTR INSD WVD
PRODUCER CONTACT
NAME:
FAXPHONE
(A/C, No):(A/C, No, Ext):
E-MAIL
ADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY)
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
EACH OCCURRENCE $
DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence)
MED EXP (Any one person)$
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $
PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT
OTHER:$
COMBINED SINGLE LIMIT
$(Ea accident)
ANY AUTO BODILY INJURY (Per person)$
OWNED SCHEDULED
BODILY INJURY (Per accident)$AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE
$AUTOS ONLY AUTOS ONLY (Per accident)
$
OCCUR EACH OCCURRENCE
CLAIMS-MADE AGGREGATE $
DED RETENTION $
PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below
INSURER(S) AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
Y / N
N / A
(Mandatory in NH)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
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.
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 rights to the certificate holder in lieu of such endorsement(s).
COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
© 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03)
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
$
$
$
$
$
The ACORD name and logo are registered marks of ACORD
11/13/2024
(970) 254-0864 (970) 243-3914
Commercial Specialists, Inc.
Comm Spec of W CO, LLC
601 Mulberry St
Grand Junction, CO 81501
14184
41190
A 1,000,000
X 34UENQD3BNV 8/17/2024 8/17/2025 300,000
10,000
1,000,000
2,000,000
2,000,000
ERRORS AND OMIS Included
1,000,000B
ZS2777 8/17/2024 8/17/2025
2,000,000A
34HHUQD5203 8/17/2024 8/17/2025
10,000 2,000,000
C
4051307 9/1/2024 9/1/2025 1,000,000
1,000,000
1,000,000
Eagle County Air Terminal Corporation (ECAT) is additional insured with respect to General Liability where required by written contract.
Eagle County Air Terminal Corporation
PO Box 850
Eagle, CO 81631
COMMSPE-02 HALLEYH
Mountain West In & Fin Serv LLC
100 E Victory Way
Craig, CO 81625
Kathryne Sweet
katies@mtnwst.com
The Hartford
Acuity Insurance Co.
Pinnacol Assurance
X
X
X
X
X
X
X
X
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
11
EXHIBIT C
CIVIL RIGHTS 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 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
Docusign Envelope ID: 48294AD1-30E0-4B46-BA26-981DD5105DE7
12
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 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: 48294AD1-30E0-4B46-BA26-981DD5105DE7