No preview available
HomeMy WebLinkAboutECAT24-19 Five Star Airport AllianceAGREEMENT FOR PROCUREMENT AND INSTALLATION SERVICES AND ON-CALL SERVICES BETWEEN EAGLE COUNTY AIR TERMINAL CORPORATION AND FIVE STAR AIRPORT ALLIANCE THIS AGREEMENT (“Agreement”) is effective as of the _____________by and between Five Star Airport Alliance, Inc., a Florida corporation (hereinafter “Contractor”) and Eagle County Air Terminal Corporation, a Colorado non-profit corporation (hereinafter “ECAT”). RECITALS WHEREAS, ECAT desires to engage the services of a contractor to procure and install replacement parts for a baggage handling system at the Eagle County Regional Airport located at 217 Eldon Wilson Road, Gypsum, Colorado (the “Airport”) and to provide ongoing on-call services for maintenance and repair of the baggage handling system; 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 diligently provide all services, labor, personnel, materials and equipment (the “Equipment”) necessary to procure and install replacement parts for the baggage handling system at the Airport according to the scope of work set forth on Exhibit A (the “procurement and installation Services”) and to perform on-call services for the maintenance and repair of the baggage handling system at the rates set forth in Exhibit B (the “on-call Services”). The on-call Services shall be performed in accordance with a formal proposal for each on-call Service to be provided by Contractor and approved by ECAT in writing. The procurement and installation Services and the performance of the on-call Services shall be collectively referred to herein as the “Services” or the “Work”). Exhibit A and Exhibit B are attached hereto and incorporated herein by reference. The Services shall be performed in accordance with the provisions and conditions of this Agreement Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 9/4/2024 2 ECAT Procurement and Installation Final 01/10/2023 a. Contractor agrees to perform the procurement and installation Services no later than December 1. 2024. Contractor further agrees to perform the on-call Services in accordance with the schedule established in each proposal approved by ECAT in writing. If no completion date is specified, then Contractor agrees to furnish the Services in a timely and expeditious manner consistent with the applicable standard of care. By signing below, Contractor represents that it has the expertise and personnel necessary to properly and timely perform the Services. b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit A and Exhibit B 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 iii. repair the Equipment. d. Liquidated Damages: ECAT and Contractor recognize that time is of the essence with regard to the performance of this Agreement and that ECAT expects the procurement and installation Services to be complete no later than December 1, 2024. ECAT and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by ECAT if the procurement and installation Services are not complete by December 1, 2024. Accordingly, instead of requiring such proof, ECAT and Contractor agree that as liquidated damages (but not as a penalty) for delay of completion of the procurement and installation Services beyond December 1, 2024, Contractor shall pay to ECAT the sum of five hundred dollars ($500.00) for each day that expires after December 1, 2024 through December 15, 2024, and the sum of one thousand five hundred dollars ($1,500.00) for each day that expires after December 15, 2024, until the Project is complete. 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, 2025. Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 3 ECAT Procurement and Installation Final 01/10/2023 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 performance of the procurement and installation Services in accordance with the proposal set forth in Exhibit A, and shall compensate the Contractor for any on-call Services in accordance with the fee schedule set forth in Exhibit B. Prior to commencement of on-call Services at the Airport, Contractor shall first provide ECAT with a written estimate which shall include an estimate of the labor, materials without any markup and any additional costs necessary to perform the on-call Services. Each estimate must be approved by ECAT’s Representative prior to commencement of the Services by Contractor and all rates shall be in accordance with the fee schedule set forth in Exhibit B. Total compensation for the procurement and installation Services shall not exceed $75,200.00 and total compensation for all Services under this Agreement shall not exceed $150,000. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by ECAT. a. Payment will be made for 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. Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 4 ECAT Procurement and Installation Final 01/10/2023 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 Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 5 ECAT Procurement and Installation Final 01/10/2023 officials, employees, agents and volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached hereto as Exhibit C. ii. Contractor’s certificates of insurance shall include subcontractors, if any as additional insureds under its policies or Contractor shall furnish to ECAT separate certificates and endorsements for each subcontractor. iii. The insurance provisions of this Agreement shall survive expiration or termination hereof. iv. The parties hereto understand and agree that 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. Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 6 ECAT Procurement and Installation Final 01/10/2023 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: Eagle County, Colorado Attention: Koltin Howard-Talbott 500 Broadway Post Office Box 850 Eagle, CO 81631 Telephone: 970-328-3573 Facsimile: 970-328-2687 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: Five Star Airport Alliance Kelly Cox 1630 S 4800 W Ste D, Salt Lake City, UT 84104, US Office 801-401-5446 Cell 801-430-6018 kelly.cox@fivestaraa.com 11. Termination. ECAT may terminate this Agreement, in whole or in part, at any time and for any reason, with or without cause, and without penalty therefor with seven (7) calendar days’ prior written notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide ECAT with all documents as defined in paragraph 9 hereof, in such format as ECAT shall direct and shall return all ECAT owned materials and documents. ECAT shall pay Contractor for Services satisfactorily performed to the date of termination. Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 7 ECAT Procurement and Installation Final 01/10/2023 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. 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 Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 8 ECAT Procurement and Installation Final 01/10/2023 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 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. Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 9 ECAT Procurement and Installation Final 01/10/2023 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 D 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. 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. Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 10 ECAT Procurement and Installation Final 01/10/2023 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 Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 12 ECAT Procurement and Installation Final 01/10/2023 EXHIBIT A SCOPE OF SERVICES, EQUIPMENT, SCHEDULE, FEES Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB EGE-Eagle County Regional Airport Slope Plate Make-up Unit 4 (four) Drives Replacement Proposal June 5, 2024 Submitted by: Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 1 BAGGAGE HANDLING SYSTEMS ENGINEERING | MANUFACTURING | INSTALLATION Five Star Airport Alliance (FSAA) provides engineering, manufacturing and installation of baggage handling systems; from a single drive, to the complex integration of the latest TSA/EDS systems at airports of any size. We are the exclusive manufacturer of Horsley, G&T & BAE products with over 100 years of combined experience working for you. Horsley, G&T and BAE products are known for their robustness and their contribution to low life-cycle costing. We are proudly 100% owned and operated in the United States. Our Mission Five Star Airport Alliance is committed to working together to provide the highest quality systems, products and services to the aviation industry through our experience, innovation and integrity. Confidential Disclaimer: Information disclosed herein is the property of Five Star Airport Alliance (FSAA). Said information is furnished for evaluation purposes only and shall not be used or disclosed for any other purpose except as specified by contract between the recipient and FSAA. Duplication of any portion of this proposal shall include this legend. Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 2 BAGGAGE HANDLING SYSTEMS ENGINEERING | MANUFACTURING | INSTALLATION Price •$ 75,200.00 •(not including tax or bond) Proposal Basis FSAA’s proposal is based on the following information and documented correspondence: The project is located at the EGE Airport Scope of Work This proposal covers the Engineering, Manufacturing, and Mechanical Removal and Installation of 4 (four) Drives on the Slope Plate Make-up Unit. All new Equipment shall be manufactured and/or procured by Five Star Airport Alliance (FSAA). Payment Schedule Standard AIA progress billing has been anticipated for construction services. All Invoices are Net 30; FSAA has the right to stop work if not paid in 60 days. FSAA does not accept a “paid if paid” clause as a corporate policy. Final retention is to be paid within 90 days after substantial completion of BHS work unless mutually agreed upon extension. Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 3 BAGGAGE HANDLING SYSTEMS ENGINEERING | MANUFACTURING | INSTALLATION Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 4 BAGGAGE HANDLING SYSTEMS ENGINEERING | MANUFACTURING | INSTALLATION General Clarifications: 1. FSAA’s price is based on reaching a mutually agreed upon “General Conditions”, Supplementary Conditions”, “Terms & Conditions”, “Schedule”, “Subcontractor Contract Agreement” and these being satisfactorily executed. 2. Pricing is good for 30 days 3. FSAA assumes “Open Flame Permits” can be obtained at no cost. 4. Equipment deliveries shall be critical to the success of the project and therefore adequate/protected lay down space is required to be provided by the customer. 5. We shall accept liquidated damages to the extent of our direct cause of such impacts related to the imposition of Liquidated Damages with a cap of 10% of our contract value. 6. We request that indemnifications are mutual and governed by applicable laws of the state where work is performed. 7. All work to be in accordance with FSAA's Safety Policies and Procedures and OSHA requirements. This proposal excludes any costs associated with a full-time dedicated site safety officer. 8. FSAA assumed the Prime Contractor is responsible for all permits and has not included any cost for permits. 9. FSAA has included the cost for the replacement of all 4 (four) Drives during one trip. Extra mobilizations are not included. 10. Lead time is 14 weeks from receipt of Purchase Order/Contract. General Inclusions: 1. All BHS system inspections, testing and timely punch list resolution to support the work. 2. Unless otherwise indicated, the price does not include any sales, use, excise, VAT, duty, or similar taxes, and Purchaser shall be responsible for all such taxes, whether or not invoiced by FSAA. Note that when submitting an order for FSAA Conveyor Products and Services, the Purchaser shall be responsible for submitting a valid sales tax exemption certificate. In case no exemption certificate exists or is supplied, the sales tax will be applicable and will automatically be added to every invoice. General Exclusions: 1. It is understood that all concrete work shall be supplied by others. All core drilling for concrete and masonry penetrations, including analysis of structural impact, shall be performed by others. Concrete housekeeping pads for Motor Control Panels shall be provided by others. 2. Temporary barricades & demising walls, if required, are by others. 3. If required, any outside or third party x-raying of floors, partitions, or ceilings are to be excluded. 4. Protection of finished flooring, if required, is not included. 5. Dumpsters shall be provided by others. 6. We offer this proposal on the basis of a mutual waiver of consequential damages. 7. The repair and replacement of fire proofing materials shall be accomplished by others. Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 5 BAGGAGE HANDLING SYSTEMS ENGINEERING | MANUFACTURING | INSTALLATION 1928 The Horsley Company is Incorporated in Ogden, Utah 1987 G&T Conveyor Co. is Incorporated in Miami, Florida becoming the largest Manufacturer and Installer of Airport Baggage Handling Systems in the United States 2002 G&T Conveyor Co. acquires assets and intellectual property from BAE Automated Systems, whose systems are installed in 75+ sorting systems in more than 35 major airports. 2001 Brynwood Partners acquires G&T Conveyor Co. who continues to operate independently as G&T Conveyor Co. 2004 G&T Conveyor Co. acquires The Horsley Company assets and intellectual property relating to their 75+ year history . The Horsley Co. operates Independently out of its Salt Lake City, Utah facility. 2013 G&T Conveyor Co. and The Horsley Co . Merge into one Company Headquartered in Salt Lake City, Utah and changed the name to Five Star Airport Alliance, Inc. 2016 The Five Star Airport Alliance Management Team with over 100 years of Combined Experience in Baggage Handling Systems purchases the Company from the Investment Firm. Continual Growth and Evolution keeps Five Star Airport Alliance, Inc. at the forefront of the Aviation Industry Historical Timeline: Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 6 BAGGAGE HANDLING SYSTEMS ENGINEERING | MANUFACTURING | INSTALLATION Safety: Since 2009, FSAA is proudly one of only 11 companies in the State of Utah that holds the OSHA SHARP certification for our manufacturing facility. This designation must be reviewed and renewed every three years. It involves a detailed shop safety inspection by OSHA and shows a proactive approach to continued safety for the organization. For on-site activities, each FSAA Site Superintendent is OSHA 30 certified. They conduct weekly safety topic meetings for all subcontractors and employees on site. All of our employees and subcontractors are required to go through initial and on-going safety training. FSAA – has a complete Safety program, Zero OSHA Citations, employs a full time Safety Director and conducts regular safety trainings. Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 13 ECAT Procurement and Installation Final 01/10/2023 EXHIBIT B RATE SHEET Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 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: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 14 ECAT Procurement and Installation Final 01/10/2023 EXHIBIT C INSURANCE CERTIFICATE Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) 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) COMMERCIAL GENERAL LIABILITY 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 INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $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 LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED 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 any 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. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Continental Insurance Company Travelers Property Casualty Co. of Am WCF Mutual Insurance Company WCF Select Insurance Company Valley Forge Insurance Company Lloyds of London 7/12/2024 Moreton & Company - Utah P.O. Box 58139 Salt Lake City, UT 84158-0139 801 531-1234 Cyndi Pissare 801-715-7193 801-531-6117 cpissare@moreton.com Five Star Airport Alliance, Inc 1630 South 4800 West, Ste D Salt Lake City, UT 84104 35289 25674 10033 21865 20508 A X X X 7034622773 10/01/2023 10/01/2024 1,000,000 500,000 15,000 1,000,000 2,000,000 2,000,000 E X X X 7034622742 10/01/2023 10/01/2024 1,000,000 A B X X X X X 0 7034622756 EX0W14733923NF 10/01/2023 10/01/2023 10/01/2024 10/01/2024 $10M/$10M $5M/$5M C D N 4002556- UT 4002558- OSC 10/01/2023 10/01/2023 10/01/2024 10/01/2024 X 1,000,000 1,000,000 1,000,000 F A E&O Rent/Leased Equip B0621PFIVE000223 7034622773 10/01/2023 10/01/2023 10/01/2024 10/01/2024 $2,000,000/$2,000,000 $100,000/ $1,000 Ded Eagle County Air Terminal Corp 217 Eldon Wilson Rd Gypsum, CO 81637 1 of 1 #S1977029/M1862658 FIVESTA3Client#: 13489 CYNPI 1 of 1 #S1977029/M1862658 Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 15 ECAT Procurement and Installation Final 01/10/2023 Exhibit D 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); Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 16 ECAT Procurement and Installation Final 01/10/2023 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 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. Docusign Envelope ID: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB 17 ECAT Procurement and Installation Final 01/10/2023 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: CFA5BE3C-7E8D-4C27-B15A-21E2F2C149EB