Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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