Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC12-316 Solar Electric Power Company AGREEMENT BETWEEN EAGLE COUNTY, COLORADO AND SOLAR ELECTRIC POWER COMPANY, INC.
THIS AGREEMENT is made this . day of 5epie 4e_r' , 2012, by and between Eagle County, Colorado (hereinafter referred
to as "County "), and Solar Electric Power Company, Inc. a Florida corporation, doing business as SEPCO (hereinafter "Vendor" or
"Contractor") with a principal place of business at 7986 SW Jack James Drive, Stuart, FL 34997.
WHEREAS, the County desires to purchase bus stop solar lighting systems for operation in bus stops located within Eagle County (the
"Equipment "); and
WHEREAS, the County, through the Eagle County Regional Transit Authority ("ECRTA'), issued an Invitation for Bids for Bus Stop
Solar Lighting Systems dated July 6, 2012, attached hereto as Exhibit A and incorporated herein by this reference, in order to solicit bids for
contractors willing and able to provide such Equipment and,
WHEREAS, Vendor is authorized to do business in the State of Colorado and has represented that it has the experience and knowledge in
the subject matter necessary to sell and provide said Equipment for its intended purpose and use to County, and
WHEREAS, after review of bids submitted in response to Exhibit A, County wishes to hire Vendor to supply the Equipment described in
Article 1 hereunder; and
WHEREAS, County and Vendor intend by this Agreement to set forth the scope of the responsibilities of the Vendor in connection with
the Equipment and related terns and conditions to govern the relationship between Vendor and County in connection with this Agreement
NOW, THEREFORE, in consideration of the foregoing premises and the following promises, County and Vendor agree as follows:
ARTICLE 1— EQUIPMENT
1.1 Vendor agrees to furnish and sell the Equipment described in the Invitation to Bid and responsive bid documents attached
hereto as Exhibit A, and incorporated herein by this reference, and as set forth in the County purchase order, attached hereto as Exhibit
B and incorporated herein by this reference. In the event of any conflict between the contents of this Agreement and Exhibit A or
Exhibit B this Agreement shall control.
1.2 County shall have the right to inspect all Equipment prior to acceptance. Inspection and acceptance shall not be unreasonably
delayed or refused. All Equipment, supplies and/or services which do not comply with the specifications and/or requirements or which
are otherwise unacceptable or defective by County, in its sole discretion, may be rejected. In addition, all Equipment, supplies, and or
services which are discovered to be defective or which do not conform to any warranty of the Contractor upon inspection (or at any
later time if the defects were not reasonably ascertainable upon the initial inspection) may be rejected. County reserves the right to
return any such rejected shipment at the Contractor's expense for full credit or replacement and to specify a reasonable date by which
replacements must be received. County's right to reject Equipment shall not exclude any other legal, equitable or contractual remedies
County may have.
ARTICLE 2 — COUNTY'S REPRESENTATIVE
2.1 The County's ECO Transit designee shall be Vendor's contact with respect to this Agreement
ARTICLE 3 — TERM OF AGREEMENT
3.1 This Agreement shall commence upon execution of this Agreement by both parties, and shall continue in full force and effect
until the Equipment is delivered, accepted by County and title passes to County. Any guarantees or warranties shall survive
termination.
ARTICLE 4 — COMPENSATION
4.1 For the Equipment to be provided hereunder, County will pay Vendor the sum set forth in Exhibit B. The maximum amount
of compensation under this Agreement shall not exceed twenty one thousand three hundred and thirty six dollars ($21,336.00) without
a signed amendment to the Agreement
4.2 Payment will be made for Equipment satisfactorily delivered and upon title of the Equipment passing to County, and within
thirty (30) days of receipt of a proper and accurate invoice from Vendor. The invoice shall include a description of Equipment sold to
County under this Agreement. Upon request, Vendor shall provide County with such other supporting information as County may
1
0,12.1
request.
4.3 County will not withhold any taxes from monies paid to the Vendor hereunder and Vendor 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.
4.4 Vendor shall comply with invoicing and payment terms set forth in the Invitation for Bid.
ARTICLE 5— VENDOR'S REPRESENTATIONS /WARRANTIES
In order to induce County to enter into this Agreement, Vendor makes the following representations:
5.1 Vendor shall deliver the Equipment to County within eight (8) weeks of agreement execution, and not later than November
16, 2012.
5.2 Vendor has familiarized itself with the intended purpose and use of the Equipment by County and with all local conditions,
and federal, state, and local laws, ordinances, rules and regulations that in any manner affect the performance of the Equipment.
Further, Vendor agrees to comply with all requirements of the Federal Transportation Administration as set forth in the Invitation for
Bid and attached hereto as Exhibit A.
5.3 Vendor will be responsible for provision of the Equipment to County in a skillful, professional and competent manner and in
accordance with the standard of care, skill and diligence applicable similar equipment vendors supplying similar Equipment.
5.4 Vendor expressly warrants that all Equipment, supplies, and/or services provided shall: (1) conform to each and every
specification, drawing, sample or other description which was furnished to or adopted by County, (2) be fit and sufficient for the
purpose expressed in the solicitation documents, (3) be merchantable, (4) be of good materials and workmanship, and (5) be free from
defect. Such warranty shall survive delivery and shall not be deemed waived either by reason of County's acceptance of or payment
for said Equipment. In addition to any specific guarantees required by this Agreement and any other documents related to this
Agreement, Vendor guarantees and warrants that the Equipment shall be new and free from defects of any nature for a period of one
(1) year from date the Equipment is delivered and accepted by County, or such longer period as may be provided by law.
5.5 Vendor warrants merchantability and fitness for the Equipment's intended use and purpose.
5.6 All guarantees and warranties of Equipment and other materials furnished to Vendor by any manufacturer or supplier are for
the benefit of County. If any manufacturer or supplier of any Equipment or materials furnishes a guarantee or warrantee for a period
longer than one (1) year from the date the Equipment is delivered and accepted by County, Vendor's guarantee shall extend for a like
period as to such Equipment and materials.
5.7 Vendor warrants that title to all Equipment will pass to County upon inspection and acceptance by County free and clear of
all liens, claims, security interests or encumbrances.
5.8 Vendor assumes all risk of loss with respect to the Equipment until title to the Equipment passes from Vendor to County.
Title shall pass to County after Vendor has delivered the Equipment and County has inspected and accepted the Equipment.
5.9 Within a reasonable time after receipt of written notice, Vendor shall correct at its own expense, without cost to County any
defects in the Equipment which existed prior to or during the period of any guarantee or warranty provided in this Agreement.
5.10 Guarantees and warranties shall not be construed to modify or limit any rights or actions County may otherwise have against
Vendor in law or in equity.
5.11 Warranties required by this Agreement shall commence on the date of acceptance of the Equipment by County and shall
terminate one (1) year after such date or such longer period as may be agreed between the parties or as may be provided under
applicable law.
ARTICLE 6 — ENTIRE AGREEMENT
The Contract Documents, which comprise the entire Agreement between the parties, are attached hereto, made a part hereof, and
consist of the following:
6.1 This Agreement.
6.2 Exhibit A: Invitation for Bids for Bus Stop Solar Lighting Systems dated July 6, 2012, and all attachments thereto, including but not
limited to the Federal Transit Administration Special Terms and Conditions; and all responsive bid documents.
6.3 Exhibit B: County Purchase Order.
There are no Contract Documents other than those listed above in this Article 6. The Contract Documents may only be altered,
amended, or repealed by a written agreement signed by the parties.
The intent of the Contract Documents is to include all items, components and services necessary for the provision of the Equipment
described in Article 1 of this Agreement. The Contract Documents are complementary, and what is required by any one shall be as
binding as if required by all. Words and abbreviations which have well known technical or trade meanings are used in the Contract
Documents in accordance with such recognized meanings. The Contract Documents are listed in order of priority. If a conflict exists
in the terms of any of the Contract Documents, the document with a higher priority shall control.
ARTICLE 7 — MISCELLANEOUS
7.1 No assignment by a party hereto of any rights under, or interests in the Agreement will be binding on another party hereto
without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due and
moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by
law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the
assignor from any duty or responsibility under the Agreement.
7.2 County and Vendor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in
respect to all covenants, agreements, and obligations contained in this Agreement.
7.3 Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this
Agreement after, nor shall any payments be made to Vendor in respect of any period after December 3 lwithout an appropriation
therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title
30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. § 29 -1 -101 et seq.) and the TABOR Amendment
(Colorado Constitution, Article X, Sec. 20).
7.4 Invalidity or unenforceability of any provision of this Agreement shall not affect the other provisions hereof, and this
Agreement shall be construed as if such invalid or unenforceable provision was omitted.
7.5 The Contract Documents constitute the entire agreement between the parties hereto with respect to the matters covered
thereby. All prior negotiations, representations and agreements not incorporated in such Contract Documents are superseded by this
Agreement and the Contract Documents.
ARTICLE 8 - JURISDICTION AND VENUE:
8.1 This Agreement shall be interpreted in accordance with the laws of the State of Colorado and the parties hereby agree to
submit to the jurisdiction of the courts thereof. Venue shall be in the Fifth Judicial District for the State of Colorado.
8.2 In the event of litigation between the parties hereto regarding the interpretation of this Agreement, or the obligations, duties
or rights of the parties hereunder, or if suit otherwise is brought to recover damages for breach of this Agreement, or an action be
brought for injunction or specific performance, then and in such events, the prevailing party shall recover all reasonable costs incurred
with regard to such litigation, including reasonable attorney' s fees.
ARTICLE 9 - INDEMNIFICATION:
9.1 The Vendor shall indemnify and hold harmless County and any of its officers, agents and employees against any losses,
claims, damages or liabilities for which County or any of its officers, agents, or employees 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 Vendor or any of its subcontractors hereunder; and Vendor shall reimburse County for any and all attorney fees
and costs, legal and other expenses incurred by County 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 County to the extent that the County is
solely liable to such third party for such claims without regard to the involvement of the Vendor.
3
ARTICLE 10 - OWNERSHIP OF DOCUMENTS AND MATERIALS:
10.1 Vendor shall execute any bill of sale or other documents required by County to transfer title to the Equipment to County.
Vendor shall provide County with copies of any instruction or operations manuals and shall further provide copies of any
manufacturers warranties associated with the Equipment.
ARTICLE 11— NOTICE
11.1 Any notice required under this Agreement shall be personally delivered, mailed in the United States mail, first class postage
prepaid, or sent via facsimile provided an original is also promptly delivered to the appropriate party at the following addresses:
The County: Eagle County, Colorado
3289 Cooley Mesa Road
P.O. Box 1070
Gypsum, Colorado 81637
(970) 328-3526(p)
and a copy to: Eagle County Attorney
P.O. Box 850
Eagle, Colorado 81631
(970) 328 -8685 (p)
(970) 328 -8699 (f)
The Vendor: SEPCO
Susan K. Robbins
7986 SW James Drive
Stuart, FL 34997
(772) 220 -6615 (p)
(772) 220 -8616 (f)
11.2 Notices shall be deemed given on the date of delivery; on the date a FAX is transmitted and confirmed received or, if
transmitted after normal business hours, on the next business day after transmission, provided that a paper copy is mailed the same
date; or three days after the date of deposit, first class postage prepaid, in an official depositary of the U.S. Postal Service.
ARTICLE 12- PROHIBITIONS ON PUBLIC CONTRACT FOR SERVICES
12.1 If Vendor has any employees or subcontractors, Contractor shall comply with C.R.S. § 8 -17.5 -101, et seq., regarding Illegal
Aliens — Public Contracts for Services, and this Agreement. By execution of this Agreement, Contractor certifies that it does not
knowingly employ or contract with an illegal alien who will perform under this Agreement and that Contractor will participate in the
E- verify Program or other Department of Labor and Employment program ( "Department Program ") in order to confirm the eligibility
of all employees who are newly hired for employment to perform Services under this Agreement.
12.2 Contractor shall not:
(i) Knowingly employ or contract with an illegal alien to perform work under this contract for services; or
(ii) Enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not
knowingly employ or contract with an illegal alien to perform work under the public contract for services.
12.3 Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work
under this Agreement through participation in the E- verify Program or Department Program, as administered by the United States
Department of Homeland Security. Information on applying for the E- verify program can be found at:
http:// www .dhs.gov /xprevprotlproQrams /ec 1185221678150. stun
12.4 The Contractor shall not use either the E- verify program or other Department Program procedures to undertake pre-
employment screening of job applicants while the public contract for services is being performed.
12. 5 If the Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services
knowingly employs or contracts with an illegal alien, the Contractor shall be required to:
4
(i) Notify the subcontractor and the County within three days that the Contractor has actual knowledge that the
subcontractor is employing or contracting with an illegal alien; and
(ii) Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to
subparagraph (i) of the paragraph (D) the subcontractor does not stop employing or contracting with the illegal alien;
except that the Contractor shall not terminate the contract with the subcontractor if during such three days the
subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted
with an illegal alien.
12.6 The Contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of
an investigation that the department is undertaking pursuant to its authority established in C.R.S. § 8- 17.5- 102(5).
12.7 If a Contractor violates these prohibitions, the County may terminate this Agreement for a breach of the contract. If the
Agreement is so terminated specifically for a breach of this Article 12, the Contractor shall be liable for actual and consequential
damages to the County as required by law.
12.8 The County will notify the office of the Colorado Secretary of State if Contractor violates this provision of this Contract and
the County terminates the Contract for such breach.
ARTICLE 13 — INDEPENDENT CONTRACTOR
13.1 It is expressly acknowledged and understood by the parties hereto that nothing contained in this Agreement shall result in, or
be construed as establishing, an employment relationship between County and Contractor or County and Contractor's employees.
Contractor and its employees shall be, and shall perform as, independent contractors. No officer, agent, subcontractor, employee, or
servant of Contractor shall be, or shall be deemed to be, the employee, agent or servant of County. Contractor shall be solely and
entirely responsible for the means and methods to carry out the Services under this Agreement and for Contractor's acts and for the
acts of its officers, agents, employees, and servants during the performance of this agreement. Neither Contractor nor its officers,
agents, subcontractors, employees or servants may represent, act, purport to act or be deemed the agent, representative, employee or
servant of County.
ARTICLE 14 — INSURANCE REQUIREMENTS
14.1 At all times during the term of this Agreement, Contractor shall maintain insurance on its own behalf in the following
minimum amounts:
14.1.1 Workmen's Compensation, disability benefits, and other similar employee benefit acts, with coverage and in
amounts as required by the laws of the State of Colorado;
14.1.2 Comprehensive Automobile Insurance shall be carried in the amount of $1,000,000 for bodily injury and $1,000,000
for property damage, each occurrence. All liability and property damage insurance required hereunder shall be Comprehensive
General and Automobile Bodily Injury and Property Damage form of policy.
14.1.3 Comprehensive liability and property damage insurance issued to and covering Contractor and any subcontractor
with respect to all Work performed under this Agreement and shall also name County as an additional insured, in the following
minimum amounts:
Bodily Injury Liability:
Each Person: $1,000,000
Each Accident or Occurrence: $1,000,000
Property Damage Liability:
Each Accident or Occurrence: $1,000,000
14.2 Contractor shall purchase and maintain such insurance as required above and the certificate of insurance is attached hereto as
Exhibit C.
5
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written.
COUNTY OF EAGLE, STATE OF
COLORADO, by its County Manager
By: _s t
e Montag
CONTRACTOR:
Solar Electric Power Company, act 5 corporation,
doing business as SEPCO
B �� /
Title: , �
CONTRACTOR IS REQUIRED TO HAVE ITS SIGNATURE NOTARIZED
STATE OF F -
) ss.
COUNTY OF M a( -1-i (•
The foregoing instrument was acknowledged before me by Sievell G2f-4imof 3ta( Clec4fic ?)wef Co this /F
day of eic>itrseN Ye ,2012.
My commission expires: }�U5i 5 do 1 (9
A/zzztfr, (77 ars-
Notary Public
KATNRy mM R
` r My Comm. Expi Avg
Commission • EE 01 7 16
6
EAGLE COUNTY REGIONAL TRANSPORTATION AUTHORITY
dba ECO TRANSIT
Invitation For Bids
Bus Stop Solar Lighting Systems
DATE ISSUED
JULY 6, 2012
BIDS DUE:
(Bid Opening)
Friday, July 27th at 4:00 p.m. MST
3289 Cooley Mesa Road
Gypsum, CO 81637
SEND TO:
Kelley Collier, ECO Transit
MAILING ADDRESS (Postal Service):
PO Box 1070
Gypsum, CO 81637
MAILING ADDRESS (UPS /FEDEX or In Person Delivery):
3289 Cooley Mesa Road
Gypsum, CO 81637
970 - 328 -3533
kelley.collier @eaglecounty.us
1
EXHIBIT A
INVITATION FOR BIDS
Bus Stop Solar Lighting Systems
Eagle County Regional Transportation Authority dba ECO Transit desires to purchase the
bus stop solar lighting systems listed below in compliance with the terms, conditions and
specifications contained herein.
Sealed Bids, signed and original only, subject to the Invitation for Bid, Provisions and
Specifications documents, will be received until 4:00 p.m. MST on, Friday, July 27th,
2012, delivered to the contact and address listed on page 1.
The selection of a vendor shall be made without regard to race, color, sex, age, religion,
national origin, or political affiliation. Eagle County is an Equal Opportunity Employer and
encourages proposals from qualified minority and woman -owned businesses. In addition,
Eagle County does not discriminate on the basis of disability in the admissions or access to,
or treatment of or employment in, its programs or activities. Disability - related aids or
services, including printed information in alternate formats, to enable persons with
disabilities to participate in bid openings, and to deliver bid packages to the location
specified herein, are available by contacting Kelley Collier at (970) 328 -3533 one week
prior to the bid opening.
Bid Instructions
Submission of Bids: Each bid must be submitted in the prescribed format in a sealed
envelope with the bid ID: "ECO Transit Bus Stop Solar Lighting ", closing date, and time of
submission on the outside. Each bid must be submitted with original signatures.
Information must be furnished complete in compliance with the terms, conditions,
provisions and specifications of the Invitation For Bids. The information requested and the
manner of submission is essential to permit prompt evaluation of all bids on a fair and
uniform basis. Accordingly, ECO Transit reserves the right to declare as non - responsive,
and reject any bid in which material information requested is not furnished or where
indirect or incomplete answers or information is provided.
All prices and bids must be electronic typed in or in ink. No pencil figures or erasures are
permitted. Mistakes may be crossed out and corrections inserted adjacent thereto and
must be initialed in ink by the person signing the bid. All bids must be signed with the
firm's name and by a responsible officer or employee. Obligations assumed by such
signature must be fulfilled.
No electronic, telephone, or facsimile of bids will be accepted. If a photocopy is to be
submitted, it must be submitted with original signatures.
Bids and modifications or corrections thereof received after the closing time specified will
not be considered.
2
Bids shall be for the total net price including all applicable charges and fees, delivered
F.O.B., ECO Transit. Delivery location is ECO Transit, 3289 Cooley Mesa Road, Gypsum, CO
81637.
Delivery Charges: Delivery charges to ECO Transit shall be listed as a separate line item
where indicated in the Price Worksheet under IFB Submission Document #1 on page 15.
No installation from the vendor is required; Eagle County staff will complete installation.
Required Documents
1. IFB SUBMISSION DOCUMENT #1: Price Worksheet
2. IFB SUBMISSION DOCUMENT #2: Warranty Service
3. IFB SUBMISSION DOCUMENT #3: Product Information, Delivery, Conformance with
Specifications
4. IFB SUBMISSION DOCUMENT #4: Certification of Compliance with FTA Terms and
Conditions
5. Summary of solar system calculations (Array to Load Ratio, Battery Reserve
Storage Days, etc) providing a minimum Array to Load ratio of 1.05 and energy
reserve for a minimum of 3 nights.
Requests for Clarification
Requests for information and clarifications must be submitted in writing by email to the
contact person listed on page 1. Bidders are required to submit requests to the County no
later than 5:00 pm MST on Friday, July 20, 2012. The County may elect not to respond to
requests submitted after this time and date.
Addenda addressing the request for information or clarification will be posted on the Eagle
County website: http: / /www.eaglecounty.us /Transit/ and sent to the original bidder's list
by 5:00 pm MST on Tuesday, July 24.
Bid Results
NOTE: The results of the IFB opening can be obtained by accessing the County's web
site address listed below not sooner than five (5) days after opening of bids:
wvvw.eaglecounty.us/rfp
The posted IFB results will not list all exceptions taken to each specification, and shall not
be considered as final. Where IFB exceptions are noted, said exceptions will be evaluated to
determine exception or rejection. Should you have any questions regarding the IFB results,
please call Kelley Collier at (970) 328 -3533.
Certification of Compliance with FTA Terms and Conditions
Because this purchase is funded in part with Federal Transit Administration (FTA) grant
dollars, the vendor must read through the FTA required terms and conditions provided on
pages 19 -26 in IFB Submission Document #4, sign the certification of compliance on page
24, sign the debarment and suspension certification on page 26, and submit the signed
certifications with the bid response.
3
MINIMUM SPECIFICATIONS
NOTE: Any deviations from the written specifications shown in the Invitation for Bids shall
be noted in the Exception Portion of IFB SUBMISSION DOCUMENT #3: Product
Information, Delivery, Conformance with Specifications.
PART 1- PRODUCTS
1.1 GENERAL - Solar Powered Bus Stop Lighting System
A. Dusk to Dawn Lighting
B. 3 Day Battery Life
C. White Light LED Output
D. 1 Piece Unit (Light Attached to Post Prior to Delivery)
E. 12 Foot Posts - Black, 1 inches or 2 inch Round or Square Post
F. 14x12 Photovoltaic (PV) Module (Solar Panels) or Smaller
G. Minimum 4 foot Candle of Light Ground Level when Post at 10 feet
H. 21 units
1.2 SUBSYSTEM DETAIL - Solar Powered Bus Stop Lighting System
A. Solar Powered Bus Stop Light System consists of six subsystems: Photovoltaic (PV)
Modules, Solar Light Controller, Single Light System Enclosure (containing light
controller, battery, and luminaire), LED Luminaires, Batteries, Mounting and
Support Hardware and Wiring System.
B. Solar light system is sized to ensure light is available all night long at full intensity
with adequate PV for recharging.
C. Battery system is sized for a minimum battery reserve of 3 nights.
1. Photovoltaic (PV) Module
a. Construction:
1) Crystalline silicon solar cells
2) Framed in an all- aluminum structure
3) Sealed behind UV stabilized tempered glass
4) Covered by a 10 year power warranty
4
5) Meet or exceed IEC61215
6) RoHS compliant
7) Harnessing and cabling is 12 AWG THHN stranded wire with over
molded insulated rated for exterior usage
8) All cabling, framing and glass is UV stabilized
b. Performance: PV power rating generates adequate power to fully
recharge system batteries within two (2) days at the installation
location.
c. Finished with a weather -proof connector, junction box and sealant for a
tool - less connection to other system harnessing.
2. Solar Light Controller - consists of an integrated battery charge controller and
LED driver.
a. Construction:
1) Enclosed within the light system with touch -proof covers to
prevent damage.
2) Conformal coated to prevent corrosion and failure due to water.
3) Minimum 5 year operational life when operating at minimum or
maximum rated system environmental specifications (10° C to
50° C at 0 - 100% relative humidity, non - condensing).
4) Designed to withstand electrostatic discharges up to 15,000 V
without impairment per IEC 801 -2.
5) Designed to withstand up to a 6,000 Volt surge without
impairment of performance as defined by ANSI C62.41 Category
A.
b. Performance:
1) Operates in the following modes (factory set, not field adjustable):
a) Dusk to Dawn
2) Controller automatically determines "dusk" and "dawn" and does
not require additional exterior sensors.
3) Charge Controller operates with battery charging limits ensuring
battery charging and discharging protects battery(ies) from
5
over and under voltage stress.
4) Operate the light for three (3) nights without adequate insulation
during the day to charge the batteries.
5) Charge controller never discharges more than 40% depth of
discharge per night to ensure a full life cycle on the batteries.
3. Light System Enclosure
a. Construction:
1) Heavy gauge aluminum
2) Powder coated to match the stop
3) Vandal resistant stainless steel hardware
4) Diffuse High Flux white LED light
5) Polycarbonate clear lens with tamper proof screws
6) Sealed, rain - proof, and hose -clean tight
7) Hinged cover for easy maintenance access by authorized
personnel
4. LED Luminaires
a. Construction:
1) Sealed, water tight, IP65 High Flux LED integrated into enclosure
2) Diffusing polycarbonate lens to distribute light within the stop
3) Tamper resistant hardware
4) Factory installed LED module only
5) Screw in type base bulbs are not acceptable
6) Keyed "test" switch for checking lights during daylight hours
b. Performance:
1) LED source designed for a minimum of 60,000 hour performance
with over 70% initial lumen maintenance in the worst case
operating conditions.
2) LED junction temperature does not exceed 120° C in worst -case
site temperature conditions.
3) High brightness LEDs only ( >80 lumens /Watt) per LED. 5 mm type
LEDs are not acceptable
6
4) Bright white LEDs with a color temperature greater than 5000 K
(> 5000 K)
5) Illuminance shall be a minimum 2 Footcandles at bench height
spread evenly throughout the bus stop footprint.
5. Batteries
a. Construction:
1) Sealed valve regulated Gel or AGM cell type
2) Maintenance free
3) Air shippable
4) 100% recyclable
b. Performance:
1) Capable of over 2000 cycles
2) Deep cycle technology
3) Maintains over 80% of charge after 2 months if left disconnected
6. Mounting and Support Hardware & Wire Harnesses
a. Construction:
1) All aluminum bracing and support struts.
2) Aluminum or stainless steel hardware for rust -proof and corrosion
resistant mounting equipment.
3) All field serviceable cabling is quick- connect plug -in type and
designed to prevent incorrect wiring of system. All quick -
connects are IP65 rated.
b. Performance:
1) PV, Battery, and Fixture mounting hardware rated for 100 mph
wind conditions.
2) PV support structure adjustable for mounting on flat or pitched
stop roofs degrees for ideal solar harvesting.
1.3 Source Quality Control — Solar Powered Bus Stop Lighting System
A. Perform full- function testing on 100% of all lighting systems at the factory.
7
PART 2 - GENERAL
2.1 REFERENCES
A. International Electrotechnical Commission. 1. (IEC) 801 -2 Electrostatic
Discharge Testing Standard.
B. National Electrical Code (www.nfpa.org) 1. NEC Handbook Book 2011
C. National Electrical Manufacturers Association (NEMA)
1. NEMA 250 -2003 - Enclosures for Electrical Equipment
2. ANSI /IEC 60529 -2004 - Degrees of Protection Provided by Enclosures
D. Underwriters Laboratories, Inc. (UL):
1. UL 2108 Low Voltage Lighting Systems
2.2 SAFETY
A. All products shall be low voltage DC lighting products.
B. All products shall comply with the National Electrical Code.
2.3 QUALITY ASSURANCE
A. Manufacturer and Seller: Minimum 5 years experience producing of solar powered
lighting systems.
B. Photo Voltaic panels shall be IEC61215 compliant.
C. Battery shall be rated "non- spillable" by ICAO /IATA /DOT.
2.4 PROJECT CONDITIONS
A. Ambient temperature: -40° to 50° C.
B. Relative humidity: 0 to 100 %.
C. PV panel, architectural angle, bracing and security hardware and all coupling
components exceed maximum specified wind loading conditions (ASCE Wind
Map).
D. Photo Voltaic Panel rated to withstand hailstone impact described in ASTM E1038-
93 and surface Cut Susceptibility tests (UL 1703 -24).
8
2.5 WARRANTY
A. Provide manufacturer's warranty covering 3 years on solar lighting system from
date of purchase.
B. Solar Voltaic Panel covered for 10 years.
C. Mounting hardware, arms, angle, & brackets covered for a minimum of 10 years.
D. LED light engine, lamps and fixtures covered for a minimum of 10 years.
E. Wire harnessing, connectors and terminals covered for a minimum of 10 years.
F. Electronics: LED driver, charge controller, communications covered for a minimum
of 3 years.
G. Batteries have a limited warranty with a replacement cost credit for up to 3 years
with the following minimum coverage: 100% credit for the first year, 60% credit
for year 2, 40% coverage for year 3.
2.6 STORAGE AND HANDLING
A. Battery(ies) approved for shipping via ground, air, or sea.
B. Battery(ies) retains 80% charge or higher from four (4) months of shipment.
C. Battery(ies) require no charging or service prior to use if installed within four (4)
months of shipment from manufacturer's facility.
2.7 MAINTENANCE
A. Make replacements available for minimum of five years from date of manufacture.
B. Seller shall provide telephone and e -mail technical support for warranty,
maintenance, repair and installation questions and issues during the hours of
8:00 am to 5:00 pm MST, Monday - Friday.
9
STANDARD SOLICITATION PROVISIONS
1. This Invitation For Bids shall result in a firm, fixed price contract to purchase.
2. Eagle County reserves the right to reject any or all bids /quotes /proposals, and to accept
or reject any items thereon, and to waive technicalities. In case of error in the extension
of prices in the bid /quote /proposal, unit prices will govern.
3. All bids /quotes /proposals must be signed with the firm name and by a responsible
officer or employee. Obligations assumed by such signature must be fulfilled.
4. If providing bids /quotes /proposals for commodities, the Bidder /Offeror will state
brand or make on each item. If bidding or proposing other than the make, model or
brand specified, the manufacturer's name, model number or catalog number must be
given.
5. The date specified for the returning of bids /quotes /proposals is a firm deadline and all
bids /quotes /proposals must be received at the designated office by that time.
GENERAL TERMS AND CONDITIONS
Bid Postponement and Amendment
ECO Transit reserves the right to revise or amend the specifications up to the time set for
opening the bids. Such revisions and amendments, if any, shall be announced by
amendments to this solicitation. Copies of such amendments shall be furnished to all
prospective sellers. Prospective sellers are defined as those sellers listed on ECO Transit's
bidder list for this material, or who have obtained bid documents subsequent to the bid
advertisement. If the revisions and amendments require changes in quantities or prices
proposed, or both, the date set for opening bids may be postponed by such number of days
as in the opinion of ECO Transit shall enable sellers to revise their bids. In any case, the bid
opening shall be at least five (5) working days after the last amendment, and the
amendment shall include an announcement of the new date, if applicable, for the opening
of bids.
Single Bid Response
If only one bid is received in response to the Invitation For Bids, a detailed cost proposal
may be requested of the single Seller. A cost /price analysis and evaluation and /or audit
may be performed of the cost proposal in order to determine if the price is fair and
reasonable.
Bid Withdrawal
After the bids are opened, bids may not be withdrawn for thirty (30) calendar days. Prior to
the date /time set for the bid opening, however, bids may be modified or withdrawn by the
Seller's authorized representative in person, or by written email notice. If bids are modified
or withdrawn in person, the authorized representative shall make his identity known and
shall sign a receipt for the bid. Written notices shall be received in the office designated on
10
Page No. 1 of this Invitation For Bids no later than the exact date /time for the bid opening.
Award
Notice of bid award, if bid be awarded, will be made within thirty (30) days of opening of
bids to the lowest responsive and responsible seller, whose bid proposal complies with all
the requirements in the Invitation For Bids.
Modification
ECO Transit at any time prior to the delivery date specified on the resulting Purchase Order
or Purchase Contract, may issue a written order for any modifications. Such modifications
shall be the result of negotiation and agreement between both parties.
Oral change orders are not permitted. No change in this Invitation For Bids or resulting
Purchase Order or Purchase Contract shall be made unless ECO Transit gives its prior
written approval. The Seller shall be liable for all costs resulting from any unauthorized
changes to the Invitation For Bids, Purchase Order or Purchase Contract.
Contract /Purchase Order
By submitting a bid /quote /proposal, the Bidder /Offeror agrees to furnish any and all
equipment, supplies and /or services specified in the solicitation documents, at the prices
quoted, pursuant to all requirements and specifications contained therein.
A binding contract shall consist of: (1) the solicitation documents, amendments thereto,
and /or Best and Final Offer (BAFO) request(s) with any changes /additions, (2) the
Contractor's proposal and /or submitted pricing, and (3) Eagle County acceptance of the
proposal and /or bid by purchase order or post -award contract.
A notice of award does not constitute an authorization for shipment of equipment or
supplies or a directive to proceed with services. Before providing equipment, supplies
and /or services, the Contractor must receive a properly authorized purchase order and /or
notice to proceed.
Orders
Orders against the contract will be placed by the Eagle County personnel unless notified
differently in writing.
Invoicing and Payment
Eagle County is exempt from paying Colorado Sales Tax. However, the Contractor may
themselves be responsible for the payment of taxes on materials they purchase to fulfill the
contract. A Sales Tax Exemption Certificate will be furnished to the successful
Bidder /Offeror upon request.
Each invoice should be itemized in accordance with items listed on the purchase order
and /or contract. Each invoice submitted must reference the purchase order number and
must be itemized in accordance with items listed on the purchase order. Failure to comply
with this requirement may delay processing of invoices for payment.
11
Unless otherwise provided for in the solicitation documents, payment for all equipment,
supplies, and /or services required herein shall be made once delivery has occurred. Eagle
County shall not make any advance deposits.
Eagle County assumes no obligation for equipment, supplies, and /or services shipped or
provided in excess of the quantity ordered. Any unauthorized quantity is subject to the
Eagle County rejection and shall be returned at the Contractor's expense.
Cancellation of Contract
Eagle County may cancel the contract at any time for a material breach of contractual
obligations or for convenience by providing the Contractor with written notice of
cancellation. Should Eagle County exercise its right to cancel the contract for such reasons,
cancellation will become effective upon the date specified in the notice of cancellation sent
to the Contractor.
If Eagle County cancels the contract for breach, Eagle County reserves the right to obtain
the equipment, supplies, and /or services to be provided pursuant to the contract from
other sources and upon such terms and in such manner as Eagle County deems appropriate
and charge the Contractor for any additional costs incurred thereby.
Deliveries
The delivery date or term within which the proposed item(s) will be delivered shall be
stated in the space provided under Delivery Information. Failure by the successful seller to
notify ECO Transit immediately of any delivery beyond the stated date or terms is cause for
the contractor to be held responsible for damages incurred as a result of an extended
delivery time.
Delivery will only be received between the hours of 8:00 a.m. to 5:00 p.m., Monday through
Friday. Material arriving after 5:00 p.m. will not be unloaded until the following workday.
No material will be received on Saturday, Sunday or state holidays.
If the prices bid herein include the delivery cost of the material, the Contractor agrees to
pay all transportation charges on the material as FOB - Destination.
Inspection and Acceptance
No equipment, supplies, and /or services received by Eagle County pursuant to a contract
shall be deemed accepted until Eagle County has had reasonable opportunity to inspect
said equipment, supplies, and /or services.
All equipment, supplies, and /or services which do not comply with the specifications
and /or requirements or which are otherwise unacceptable or defective may be rejected. In
addition, all equipment, supplies, and /or services which are discovered to be defective or
which do not conform to any warranty of the Contractor upon inspection (or at any later
time if the defects contained were not reasonably ascertainable upon the initial inspection)
may be rejected.
12
Eagle County reserves the right to return any such rejected shipment at the Contractor's
expense for full credit or replacement and to specify a reasonable date by which
replacements must be received.
Eagle County's right to reject any unacceptable equipment, supplies, and /or services shall
not exclude any other legal, equitable or contractual remedies Eagle County may have.
Warranty
The Offeror shall state on IFB SUBMISSION DOCUMENT #2: Warranty Service the terms
and conditions of the warranty being offered with the equipment bid.
The Contractor expressly warrants that all equipment, supplies, and /or services provided
shall: (1) conform to each and every specification, drawing, sample or other description
which was furnished to or adopted by Eagle County, (2) be fit and sufficient for the purpose
expressed in the solicitation documents, (3) be merchantable, (4) be of good materials and
workmanship, and (5) be free from defect.
Such warranty shall survive delivery and shall not be deemed waived either by reason of
Eagle County's acceptance of or payment for said equipment, supplies, and /or services.
Nondiscrimination
The Contractor shall comply with the Regulations relative to nondiscrimination in
federally- assisted programs of the Department of Transportation, Title 49, Code of Federal
Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as
the Regulations), which are herein incorporated by reference and made a part of this
contract.
All solicitations either by competitive bidding or negotiation made by the Contractor for
work to be performed under a subcontract, including procurements of materials or leases
of the Contractor's obligations under this contract and the Regulations, will be relative to
nondiscrimination on the grounds of race, color, or national origin.
Status of Independent Contractor
The Contractor represents itself to be an independent Contractor offering such services to
the general public and shall not represent itself or its employees to be an employee of the
Eagle County. Therefore, the Contractor shall assume all legal and financial responsibility
for taxes, FICA, employee fringe benefits, workers' compensation, employee insurance,
minimum wage requirements, overtime, etc., and agrees to indemnify, save and hold Eagle
County, its officers, agents and employees harmless from and against any and all losses
(including attorney fees) and damage of any kind related to such matters.
Assignment and Subcontracting:
The seller shall not assign or subcontract the work, or any part thereof, without the
previous written consent of ECO Transit, nor shall he /she assign, by power of attorney or
otherwise, any of the money payable under this contract unless written consent of ECO
13
Transit has been obtained.
Indemnification
The Offeror shall defend, indemnify and hold harmless, including its members and
department employees, from any claim or liability whether based on a claim for damages to
real or personal property or to a person for any matter relating to or arising out of the
Offeror's performance of its obligations under this Agreement.
SPECIAL PROVISIONS
Technical Data
Bidder shall submit with their bid complete and current technical data on the proposed bus
stop solar lighting systems. The technical submittals shall provide sufficient information for
the County to determine a bidder's compliance with the IFB Minimum Specifications. This
information may include, but is not limited to, written specifications, cut sheets, diagrams,
drawings and sales literature.
Replacement Parts
Replacement parts availability shall be a critical consideration in the evaluation of this bid.
The bidder shall maintain a stock of replacement parts for each bid item, and shall be in a
position to replace such part or parts as may be required for a period consistent with the
life of the bus stop solar lighting system. The type and location of the supplier's parts
service facility shall be provided with the bid submittal.
Manuals and Technical Information
During the contract term, the successful bidder shall provide to the City the following
technical information for the bus stop solar lighting systems:
A. Installation and Operation manuals including wiring diagrams covering the
proposed systems.
B. Repair and maintenance manuals covering all components as purchased.
C. Parts lists giving service part numbers covering the equipment purchased.
14
IFB SUBMISSION DOCUMENT #1: PRICE WORKSHEET
QUANTITY BID ITEM UNIT PRICE (1) TOTAL PRICE
(Unit x Quantity)
Bus Stop Solar Lighting Systems.
• Dusk to dawn lighting.
• White light LED illumination.
21 • Three -day battery life. $ $
SEE MINIMUM SPECIFICATIONS
page 4.
Sub -Total $
Sales Tax EXEMPT = $0
Delivery Charge $
Total Price $
In compliance with the above, the undersigned offers and agrees, if this IFB is accepted,
within sixty (60) calendar days from date of opening, to furnish any or all of the items upon
which prices are offered at the price set opposite each item, delivered at the designated
point(s) within the time specified in the Schedule.
Name and Address of Bidder: Signature of Person Authorized to Sign:
Please Print Signer's Name and Title:
Date of Bid: Phone Number:
15
IFB SUBMISSION DOCUMENT #2: Warranty Service
The bus stop solar lighting systems shall be covered by the warranty as described under
Specification Part 2.5 - Warranty and shall be confirmed by the bidder in the below spaces.
Bidders shall also provide in the below spaces the name and address of the warranty
service locations during the warranty period and after the warranty period. NOTE: In all
purchases made by ECO Transit, availability and accessibility of warranty service and
service after warranty may be considered in determining the lowest responsive and
responsible bidder.
Warranty Terms and Conditions
Warranty Service Location:
Name: Phone:
Address:
Email /Fax:
Service and Parts Location after warranty:
Name: Phone:
Address:
Email /Fax:
16
IFB SUBMISSION DOCUMENT #3: Product Information, Delivery, Conformance
with Specifications
PRODUCT INFORMATION
With this document please provide any product data to include catalog specification sheets
with performance details demonstrating compliance with specifications.
DELIVERY INFORMATION
The Bidder shall be required to state the delivery specified herein in the space provided
below.
No later than calendar days after placing order.
CONFORMANCE WITH SPECIFICATIONS
Indicate whether the submitted equipment:
1. Meets the specification exactly as stated. YES NO
2. Meets the specification via an alternate means YES NO
and indicate the specific methodology used
below in the VENDOR NOTES section.
VENDOR NOTES
Please provide the product brand name, description and any additional information in
regards to the quotation and materials in the vendor notes section (below).
17
Eagle County purchase orders must be issued to the invoicing company /address. If the
invoicing company /address will be different from that listed in the vendor information IFB
Submission Document #1, the vendor must specify the "remit to" company /address in the
vendor information section below.
VENDOR INFORMATION
Vendor Name /Mailing Address: Vendor Contact Information (including area
codes):
Phone #:
Fax #:
Is your company registered /certified with the State of Colorado as a(please circle):
MINORITY BUSINESS ENTERPRISE (MBE)? YES NO
DISADVANTAGED BUSINESS ENTERPRISE (DBE)? YES NO
18
IFB SUBMISSION DOCUMENT #4: Certification of Compliance with FTA Terms
and Conditions
FEDERAL TRANSIT ADMINISTRATION
SPECIAL TERMS AND CONDITIONS
This project is funded in part by the Federal Transit Administration and the Colorado
Department of Transportation, and therefore is subject to the following federal Third Party
Contract requirements.
Compliance with Federal Regulations
Any contract entered pursuant to this solicitation shall contain the following provisions: All USDOT-
required contractual provisions, as set forth in FTA Circular 4220.1F, are incorporated by reference.
Anything to the contrary herein notwithstanding, FTA mandated terms shall control in the event of
a conflict with other provisions contained in this Agreement. Contractor shall not perform any act,
fail to perform any act, or refuse to comply with any grantee request that would cause the recipient
to be in violation of FTA terms and conditions. Contractor shall comply with all applicable FTA
regulations, policies, procedures and directives, including, without limitation, those listed directly
or incorporated by reference in the Master Agreement between the recipient and FTA, as may be
amended or promulgated from time to time during the term of this contract. Contractor's failure to
so comply shall constitute a material breach of this contract.
Energy Conservation
Contractor shall comply with mandatory standards and policies relating to energy efficiency, stated
in the state energy conservation plan issued in compliance with the Energy Policy & Conservation
Act.
Access to Records and Reports
The following access to records requirements apply to this Contract:
Contractor shall provide the purchaser, the FTA, the US Comptroller General or their authorized
representatives access to any books, documents, papers and contractor records which are pertinent
to this contract for the purposes of making audits, examinations, excerpts and transcriptions.
Contractor shall also, pursuant to 49 CFR 633.17, provide authorized FTA representatives,
including any PMO contractor, access to contractor's records and construction sites pertaining to a
capital project, defined at 49 USC 5302(a)1, which is receiving FTA assistance through the
programs described at 49 USC 5307, 5309 or 5311.
Contractor shall maintain all books, records, accounts and reports required under this contract for a
period of not less than three (3) years after the date of termination or expiration of this contract,
except in the event of litigation or settlement of claims arising from the performance of this
contract, in which case contractor agrees to maintain same until the recipient, FTA Administrator,
US Comptroller General, or any of their authorized representatives, have disposed of all such
litigation, appeals, claims or exceptions related thereto. Re: 49 CFR 18.39(i)(11).
FTA does not require the inclusion of these requirements in subcontracts.
Federal Changes
Contractor shall comply with all applicable FTA regulations, policies, procedures and directives,
19
including without limitation those listed directly or by reference in the Master Agreement between
the purchaser and FTA, as they may be amended or promulgated from time to time during the term
of the contract. Contractor's failure to comply shall constitute a material breach of the contract.
Recycled Products
The contractor agrees to comply with all the requirements of Section 6002 of the Resource
Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to
the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the
procurement of the items designated in Subpart B of 40 CFR Part 247.
No Government Obligation to Third Parties
(1) The recipient and contractor acknowledge and agree that, notwithstanding any concurrence by
the US Government in or approval of the solicitation or award of the underlying contract, absent the
express written consent by the US Government, the US Government is not a party to this contract
and shall not be subject to any obligations or liabilities to the recipient, the contractor, or any other
party (whether or not a party to that contract) pertaining to any matter resulting from the
underlying contract.
(2) Contractor agrees to include the above clause in each subcontract financed in whole or in part
with FTA assistance. It is further agreed that the clause shall not be modified, except to identify the
subcontractor who will be subject to its provisions.
Program Fraud and False or Fraudulent Statements or Related Acts
(1) Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986,
as amended, 31 USC 3801 et seq. and USDOT regulations, "Program Fraud Civil Remedies," 49 CFR
31, apply to its actions pertaining to this project. Upon execution of the underlying contract,
contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes,
it may make, or causes to be made, pertaining to the underlying contract or FTA assisted project for
which this contract work is being performed. In addition to other penalties that may be applicable,
contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or
fraudulent claim, statement, submittal, or certification, the US Government reserves the right to
impose the penalties of the Program Fraud Civil Remedies Act (1986) on contractor to the extent
the US Government deems appropriate.
(2) If contractor makes, or causes to be made, a false, fictitious, or fraudulent claim, statement,
submittal, or certification to the US Government under a contract connected with a project that is
financed in whole or in part with FTA assistance under the authority of 49 USC 5307, the
Government reserves the right to impose the penalties of 18 USC 1001 and 49 USC 5307(n)(1) on
contractor, to the extent the US Government deems appropriate.
(3) Contractor shall include the above two clauses in each subcontract financed in whole or in part
with FTA assistance. The clauses shall not be modified, except to identify the subcontractor who
will be subject to the provisions.
Termination
a. Termination for Convenience. The recipient may terminate this contract, in whole or in part, at
any time by written notice to contractor when it is in the recipient's best interest. Contractor shall
be paid its costs, including contract close -out costs, and profit on work performed up to the time of
termination. Contractor shall promptly submit its termination claim to the recipient. If contractor is
in possession of any of the recipient's property, contractor shall account for same, and dispose of it
20
as the recipient directs.
b. Termination for Default [Breach or Cause]. If contractor does not deliver items in accordance
with the contract delivery schedule, or, if the contract is for services, and contractor fails to perform
in the manner called for in the contract, or if contractor fails to comply with any other provisions of
the contract, the recipient may terminate this contract for default. Termination shall be effected by
serving a notice of termination to contractor setting forth the manner in which contractor is in
default. Contractor shall only be paid the contract price for supplies delivered and accepted, or for
services performed in accordance with the manner of performance set forth in the contract. If it is
later determined by the recipient that contractor had an excusable reason for not performing, such
as a strike, fire, or flood, events which are not the fault of or are beyond the control of contractor,
the recipient, after setting up a new delivery or performance schedule, may allow contractor to
continue work, or treat the termination as a termination for convenience.
c. Opportunity to Cure. The recipient in its sole discretion may, in the case of a termination for
breach or default, allow contractor an appropriately short period of time in which to cure the
defect. In such case, the notice of termination shall state the time period in which cure is permitted
and other appropriate conditions If contractor fails to remedy to the recipient's satisfaction the
breach or default or any of the terms, covenants, or conditions of this Contract within ten (10) days
after receipt by contractor or written notice from the recipient setting forth the nature of said
breach or default, the recipient shall have the right to terminate the Contract without any further
obligation to contractor. Any such termination for default shall not in any way operate to preclude
the recipient from also pursuing all available remedies against contractor and its sureties for said
breach or default.
d. Waiver of Remedies for any Breach. In the event that the recipient elects to waive its remedies for
any breach by contractor of any covenant, term or condition of this Contract, such waiver by the
recipient shall not limit its remedies for any succeeding breach of that or of any other term,
covenant, or condition of this Contract.
Contracts Involving Federal Privacy Act Requirements
The following requirements apply to the Contractor and its employees that administer any system
of records on behalf of the Federal Government under any contract:
(1) The Contractor agrees to comply with, and assures the compliance of its employees with, the
information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. §
552a. Among other things, the Contractor agrees to obtain the express consent of the Federal
Government before the Contractor or its employees operate a system of records on behalf of the
Federal Government. The Contractor understands that the requirements of the Privacy Act,
including the civil and criminal penalties for violation of that Act, apply to those individuals
involved, and that failure to comply with the terms of the Privacy Act may result in termination of
the underlying contract.
(2) The Contractor also agrees to include these requirements in each subcontract to administer any
system of records on behalf of the Federal Government financed in whole or in part with Federal
assistance provided by FTA.
Civil Rights Requirements
(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 USC
2000d, Sec. 303 of the Age Discrimination Act (1975), as amended, 42 USC 6102, Sec. 202 of the
21
Americans with Disabilities Act (1990), 42 USC 12132, and 49 USC 5332, contractor shall not
discriminate against any employee or applicant for employment because of race, color, creed,
national origin, sex, age or disability. Contractor shall also comply with applicable Federal
implementing regulations and other requirements FTA may issue.
(2) Equal Employment Opportunity - The following equal employment opportunity requirements
apply to the underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as
amended, 42 USC 2000e, and 49 USC 5332, contractor shall comply with all applicable equal
employment opportunity requirements of USDOL, "Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, USDOL," 41 CFR 60 et seq., (implementing Executive
Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375,
"Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 USC 2000e),
and any applicable Federal statutes, executive orders, regulations, and policies that may in the
future affect construction activities undertaken in the course of the project. Contractor shall take
affirmative action to ensure that applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, national origin, sex or age. Such action shall
include, but not be limited to, the following: employment, upgrading, demotion or transfer,
recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. In addition, contractor shall
comply with any implementing requirements FTA may issue.
(b) Age - In accordance with Sec. 4 of the Age Discrimination in Employment Act (1967), as
amended, 29 USC 623 and 49 USC 5332, contractor shall refrain from discrimination against
present and prospective employees for reason of age. Contractor shall also comply with any
implementing requirements FTA may issue.
(c) Disabilities - In accordance with Sec. 102 of the Americans with Disabilities Act (ADA), as
amended, 42 USC 12112, contractor shall comply with the requirements of US Equal Employment
Opportunity Commission (EEOC), Regulations to Implement Equal Employment Provisions of the
Americans with Disabilities Act, 29 CFR 1630, pertaining to employment of persons with
disabilities. Contractor shall also comply with any implementing requirements FTA may issue.
(3) Contractor shall include these requirements in each subcontract financed in whole or in part
with FTA assistance, modified only if necessary to identify the affected parties.
Disadvantaged Business Enterprise
a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26,
Participation by Disadvantaged Business Enterprises in Department of Transportation Financial
Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises
(DBE) is 10 %. The recipient's overall goal for DBE participation is listed elsewhere. If a separate
contract goal for DBE participation has been established for this procurement, it is listed elsewhere.
b. The contractor shall not discriminate on the basis of race, color, national origin or sex in the
performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part
26 in the award and administration of this contract. Failure by the contractor to carry out these
requirements is a material breach of this contract, which may result in the termination of this
contract or such other remedy as the municipal corporation deems appropriate. Each subcontract
the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR
22
26.13(b)).
c. If a separate contract goal has been established, Bidders /offerors are required to document
sufficient DBE participation to meet these goals or, alternatively, document adequate good faith
efforts to do so, as provided for in 49 CFR 26.53.
d. If no separate contract goal has been established, the successful bidder /offeror will be required
to report its DBE participation obtained through race - neutral means throughout the period of
performance.
e. The contractor is required to pay its subcontractors performing work related to this contract for
satisfactory performance of that work no later than 30 days after the contractor's receipt of
payment for that work from the recipient. In addition, the contractor may not hold retainage from
its subcontractors or must return any retainage payments to those subcontractors within 30 days
after the subcontractor's work related to this contract is satisfactorily completed or must return
any retainage payments to those subcontractors within 30 days after incremental acceptance of the
subcontractor's work by the recipient and contractor's receipt of the partial retainage payment
related to the subcontractor's work.
f. The contractor must promptly notify the recipient whenever a DBE subcontractor performing
work related to this contract is terminated or fails to complete its work, and must make good faith
efforts to engage another DBE subcontractor to perform at least the same amount of work. The
contractor may not terminate any DBE subcontractor and perform that work through its own forces
or those of an affiliate without prior written consent of the recipient.
Access Requirements for Persons with Disabilities
Contractor shall comply with 49 USC 5301(d), stating Federal policy that the elderly and persons
with disabilities have the same rights as other persons to use mass transportation services and
facilities and that special efforts shall be made in planning and designing those services and
facilities to implement that policy. Contractor shall also comply with all applicable requirements of
Sec. 504 of the Rehabilitation Act (1973), as amended, 29 USC 794, which prohibits discrimination
on the basis of handicaps, and the Americans with Disabilities Act of 1990 (ADA), as amended, 42
USC 12101 et seq., which requires that accessible facilities and services be made available to
persons with disabilities, including any subsequent amendments thereto.
Incorporation of Federal Transit Administration (FTA) Terms
The preceding provisions include, in part, certain Standard Terms & Conditions required by USDOT,
whether or not expressly stated in the preceding contract provisions. All USDOT- required
contractual provisions, as stated in FTA Circular 4220.1F, are hereby incorporated by reference.
Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to
control in the event of a conflict with other provisions contained in this Agreement. The contractor
shall not perform any act, fail to perform any act, or refuse to comply with any request that would
cause the recipient to be in violation of FTA terms and conditions.
Environmental Protections
Compliance is required with any applicable Federal laws imposing environmental and resource
conservation requirements for the project. Some, but not all, of the major Federal laws that may
affect the project include: the National Environmental Policy Act of 1969; the Clean Air Act; the
Resource Conservation and Recovery Act; the comprehensive Environmental response,
Compensation and Liability Act; as well as environmental provisions with Title 23 U.S.C., and 49
23
U.C. chapter 53. The U.S. EPA, FHWA and other federal agencies may issue other federal regulations
and directives that may affect the project. Compliance is required with any applicable Federal laws
and regulations in effect now or that become effective in the future.
Ineligible Contractors and Subcontractors
Any name appearing upon the Comptroller General's list of ineligible contractors for federally -
assisted contracts shall be ineligible to act as a subcontractor for contractor pursuant to this
contract. If contractor is on the Comptroller General's list of ineligible contractors for federally
financed or assisted construction, the recipient shall cancel, terminate or suspend this contract.
Government Wide Debarment and Suspension
This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is
required to verify that none of the contractors, its principals, as defined at 49 CFR 29.995, or
affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and
29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the
requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters
into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The
certification in this clause is a material representation of fact relied upon by the recipient. If it is
later determined that the bidder or proposer knowingly rendered an erroneous certification, in
addition to remedies available to the recipient, the Federal Government may pursue available
remedies, including but not limited to suspension and /or debarment. The bidder or proposer
agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and
throughout the period of any contract that may arise from this offer. The bidder or proposer further
agrees to include a provision requiring such compliance in its lower tier covered transactions.
PLEASE PROVIDE THE FOLLOWING INFORMATION AS ACCEPTANCE OF THESE
TERMS.
VENDOR BUSINESS:
NAME:
TITLE:
SIGNATURE:
DATE:
24
GOVERNMENT -WIDE DEBARMENT AND SUSPENSION
49 CFR Part29, Executive Orders 12549, 12689, and 31 U.S.C.6101 (Contracts over $25,000)
Background and Applicability
In conjunction with the Office of Management and Budget and other affected Federal
agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This
government -wide regulation implements Executive Order 12549, Debarment and
Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C. 6101 note
(Section 2455, Public Law 103 -355, 108 Stat. 3327).
The provisions of Part 29 apply to all grantee contracts and subcontracts at any level
expected to equal or exceed $25,000 as well as any contract or subcontract (at any level)
for Federally required auditing services. 49 CFR 29.220(b). This represents a change from
prior practice in that the dollar threshold for application of these rules has been lowered
from $100,000 to $25,000. These are contracts and subcontracts referred to in the
regulation as "covered transactions."
Grantees, contractors, and subcontractors (at any level) that enter into covered
transactions are required to verify that the entity (as well as its principals and affiliates)
they propose to contract or subcontract with is not excluded or disqualified. They do this
by (a) Checking the Excluded Parties List System, (b) Collecting a certification from that
person, or (c) Adding a clause or condition to the contract or subcontract. This represents a
change from prior practice in that certification is still acceptable but is no longer required.
49 CFR 29.300.
Grantees, contractors, and subcontractors who enter into covered transactions also must
require the entities they contract with to comply with 49 CFR 29, subpart C and include this
requirement in their own subsequent covered transactions (i.e., the requirement flows
down to subcontracts at all levels).
Instructions for Certification: By signing and submitting this bid or proposal, the
prospective lower tier participant is providing the signed certification set out below.
Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR
Part 29. As such, the contractor is required to verify that none of the contractor, its
principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are
excluded or disqualified as defined at 49 CFR 29.940 and 29.945.
The contractor is required to comply with 49 CFR 29, Subpart C and must include the
requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it
enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies
as follows:
The certification in this clause is a material representation of fact relied upon by the
recipient. If it is later determined that the bidder or proposer knowingly rendered an
erroneous certification, in addition to remedies available to the recipient, the Federal
25
Government may pursue available remedies, including but not limited to suspension
and /or debarment. The bidder or proposer agrees to comply with the requirements of 49
CFR 29, Subpart C while this offer is valid and throughout the period of any contract that
may arise from this offer. The bidder or proposer further agrees to include a provision
requiring such compliance in its lower tier covered transactions.
Contractor
Signature of Authorized Official
Date _ /_ /_
Name and Title of Contractor's Authorized Official
26
EAGLE COUNTY REGIONAL TRANSPORTATION AUTHORITY
dba ECO TRANSIT
Invitation For Bids
Bus Stop Solar Lighting Systems
Addendum #1
Please accept this revision to Section 1.1 G.
G. Minimum 2 foot Candle of Light Ground Level when Post at 10
feet
970 - 328 -3533
kelley.collier@eaglecounty.us
IFB SUBMISSION DOCUMENT #1: PRICE WORKSHEET
QUANTITY BID ITEM UNIT PRICE (1) TOTAL PRICE
(Unit x Quantity)
Bus Stop Solar Lighting Systems.
• Dusk to dawn lighting.
• White light LED illumination.
• Three -day battery life. $ 9 ,3(� eg $ /965 —
SEE MINIMUM SPECIFICATIONS
page 4.
Sub -Total $
Sales Tax EXEMPT = $0
Delivery Charge $ eo
Total Price $ 2- / 336
In compliance with the above, the undersigned offers and agrees, if this IFB is accepted,
within sixty (60) calendar days from date of opening, to furnish any or all of the items upon
which prices are offered at the price set opposite each item, delivered at the designated
point(s) within the time specified in the Schedule.
Name and Address of Bidder: Signature of Person Authorized to Sign:
/�o L
7 66 S IA> .� GLk �cw✓Ies or.
Sfu�►rf �L
z-.-/19 7
Please Print Signer's Name and Title:
Date of Bid: Phone Number:
7 7. 12_ 772- 2 2 °.66/
15
IFB SUBMISSION DOCUMENT #2: Warranty Service
The bus stop solar lighting systems shall be covered by the warranty as described under
Specification Part 2.5 - Warranty and shall be confirmed by the bidder in the below spaces.
Bidders shall also provide in the below spaces the name and address of the warranty
service locations during the warranty period and after the warranty period. NOTE: In all
purchases made by ECO Transit, availability and accessibility of warranty service and
service after warranty maybe considered in determining the lowest responsive and
responsible bidder.
Warranty Terms and Conditions
S /72O here ,� 7 b 5
P . 5 ec. , , c
TUB' 1Ve iota �7 �%� 7 2. 5 e1 t° 4,'c/ Spec s
6 ,,5PCn / S r ed -P✓?" iTarn 7'O 9/A1 /1� - b",
.. d 7 "7 G'ci� ,Suit/, 71' Qr A1
Warranty Service Location:
Name: S IGO Phone: 77 Z. - 2 z - d6/ 3
Address: 7 9 CC6 S ( - V 3.1,4/e-3 Kam''. `✓e. . ,L 3 9 7
Email /Fax: r.A41 © 5 eix,o e Gam e- : 77 Z - 2Z d - 061C
Service and Parts Location after warranty:
Name: .S gee Phone:
Address:
Email /Fax:
16
IFB SUBMISSION DOCUMENT #3: Product Information, Delivery, Conformance
with Specifications
PRODUCT INFORMATION
With this document please provide any product data to include catalog specification sheets
with performance details demonstrating compliance with specifications.
DELIVERY INFORMATION
The Bidder shall be required to state the delivery specified herein in the space provided
below.
No later than .6 calendar days after placing order.
CONFORMANCE WITH SPECIFICATIONS
Indicate whether the submitted equipment:
1. Meets the specification exactly as stated. YES
2. Meets the specification via an alternate means YES NO
and indicate the specific methodology used
below in the VENDOR NOTES section.
VENDOR NOTES
Please provide the product brand name, description and any additional information in
regards to the quotation and materials in the vendor notes section (below).
`�9 cces5 �� aoew fn 0 ,44s , T1 xrvre s ✓' G ✓ ' e.novk 10 /&
/i'c/ ,' -� x ed -Fo f Gee /-o f o-g e P , x /vi r` w ; 4, Z s cre►4s,
('re, plD ✓✓1
+ eoe. , 4 The_ $t(4./ &ere
Solar o<
d �� �X e et fo erPas ed Li S u ✓1 cr�,GQ
Ce p je, � r rtes s 00 io e,
stieol Snow /i'a
SITS f' a t1C dej ree °'-'0 6 � °
/Lit' ,d/ic/d r ,4•i S (c'"
17
Eagle County purchase orders must be issued to the invoicing company /address. If the
invoicing company /address will be different from that listed in the vendor information IFB
Submission Document #1, the vendor must specify the "remit to" company /address in the
vendor information section below.
VENDOR INFORMATION
Vendor Name /Mailing Address: Vendor Contact Information (including area
codes):
Phone #:
Fax #:
Is your company registered /certified with the State of Colorado as a(please circle):
MINORITY BUSINESS ENTERPRISE (MBE)? YES NO
DISADVANTAGED BUSINESS ENTERPRISE (DBE)? YES NO
18
IFB SUBMISSION DOCUMENT #4: Certification of Compliance with FTA Terms
and Conditions
FEDERAL TRANSIT ADMINISTRATION
SPECIAL TERMS AND CONDITIONS
This project is funded in part by the Federal Transit Administration and the Colorado
Department of Transportation, and therefore is subject to the following federal Third Party
Contract requirements.
Compliance with Federal Regulations
Any contract entered pursuant to this solicitation shall contain the following provisions: All USDOT-
required contractual provisions, as set forth in FTA Circular 4220.1F, are incorporated by reference.
Anything to the contrary herein notwithstanding, FTA mandated terms shall control in the event of
a conflict with other provisions contained in this Agreement. Contractor shall not perform any act,
fail to perform any act, or refuse to comply with any grantee request that would cause the recipient
to be in violation of FTA terms and conditions. Contractor shall comply with all applicable FTA
regulations, policies, procedures and directives, including, without limitation, those listed directly
or incorporated by reference in the Master Agreement between the recipient and FTA, as may be
amended or promulgated from time to time during the term of this contract. Contractor's failure to
so comply shall constitute a material breach of this contract.
Energy Conservation
Contractor shall comply with mandatory standards and policies relating to energy efficiency, stated
in the state energy conservation plan issued in compliance with the Energy Policy & Conservation
Act.
Access to Records and Reports
The following access to records requirements apply to this Contract:
Contractor shall provide the purchaser, the FTA, the US Comptroller General or their authorized
representatives access to any books, documents, papers and contractor records which are pertinent
to this contract for the purposes of making audits, examinations, excerpts and transcriptions.
Contractor shall also, pursuant to 49 CFR 633.17, provide authorized FTA representatives,
including any PMO contractor, access to contractor's records and construction sites pertaining to a
capital project, defined at 49 USC 5302(a)1, which is receiving FTA assistance through the
programs described at 49 USC 5307, 5309 or 5311.
Contractor shall maintain all books, records, accounts and reports required under this contract for a
period of not less than three (3) years after the date of termination or expiration of this contract,
except in the event of litigation or settlement of claims arising from the performance of this
contract, in which case contractor agrees to maintain same until the recipient, FTA Administrator,
US Comptroller General, or any of their authorized representatives, have disposed of all such
litigation, appeals, claims or exceptions related thereto. Re: 49 CFR 18.39(i)(11).
FTA does not require the inclusion of these requirements in subcontracts.
Federal Changes
Contractor shall comply with all applicable FTA regulations, policies, procedures and directives,
19
including without limitation those listed directly or by reference in the Master Agreement between
the purchaser and FTA, as they may be amended or promulgated from time to time during the term
of the contract. Contractor's failure to comply shall constitute a material breach of the contract.
Recycled Products
The contractor agrees to comply with all the requirements of Section 6002 of the Resource
Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to
the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the
procurement of the items designated in Subpart B of 40 CFR Part 247.
No Government Obligation to Third Parties
(1) The recipient and contractor acknowledge and agree that, notwithstanding any concurrence by
the US Government in or approval of the solicitation or award of the underlying contract, absent the
express written consent by the US Government, the US Government is not a party to this contract
and shall not be subject to any obligations or Liabilities to the recipient, the contractor, or any other
party (whether or not a party to that contract) pertaining to any matter resulting from the
underlying contract
(2) Contractor agrees to include the above clause in each subcontract financed in whole or in part
with FTA assistance. It is further agreed that the clause shall not be modified, except to identify the
subcontractor who will be subject to its provisions.
Program Fraud and False or Fraudulent Statements or Related Acts
(1) Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986,
as amended, 31 USC 3801 et seq. and USDOT regulations, "Program Fraud Civil Remedies," 49 CFR
31, apply to its actions pertaining to this project. Upon execution of the underlying contract,
contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes,
it may make, or causes to be made, pertaining to the underlying contract or FTA assisted project for
which this contract work is being performed. In addition to other penalties that may be applicable,
contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or
fraudulent claim, statement, submittal, or certification, the US Government reserves the right to
impose the penalties of the Program Fraud Civil Remedies Act (1986) on contractor to the extent
the US Government deems appropriate.
(2) If contractor makes, or causes to be made, a false, fictitious, or fraudulent claim, statement,
submittal, or certification to the US Government under a contract connected with a project that is
financed in whole or in part with FTA assistance under the authority of 49 USC 5307, the
Government reserves the right to impose the penalties of 18 USC 1001 and 49 USC 5307(n)(1) on
contractor, to the extent the US Government deems appropriate.
(3) Contractor shall include the above two clauses in each subcontract financed in whole or in part
with FTA assistance. The clauses shall not be modified, except to identify the subcontractor who
will be subject to the provisions.
Termination
a. Termination for Convenience. The recipient may terminate this contract, in whole or in part, at
any time by written notice to contractor when it is in the recipient's best interest. Contractor shall
be paid its costs, including contract close -out costs, and profit on work performed up to the time of
termination. Contractor shall promptly submit its termination claim to the recipient. If contractor is
in possession of any of the recipient's property, contractor shall account for same, and dispose of it
20
26.13(b)).
c. If a separate contract goal has been established, Bidders /offerors are required to document
sufficient DBE participation to meet these goals or, alternatively, document adequate good faith
efforts to do so, as provided for in 49 CFR 26.53.
d. If no separate contract goal has been established, the successful bidder /offeror will be required
to report its DBE participation obtained through race - neutral means throughout the period of
performance.
e. The contractor is required to pay its subcontractors performing work related to this contract for
satisfactory performance of that work no later than 30 days after the contractor's receipt of
payment for that work from the recipient In addition, the contractor may not hold retainage from
its subcontractors or must return any retainage payments to those subcontractors within 30 days
after the subcontractor's work related to this contract is satisfactorily completed or must return
any retainage payments to those subcontractors within 30 days after incremental acceptance of the
subcontractor's work by the recipient and contractor's receipt of the partial retainage payment
related to the subcontractor's work
f. The contractor must promptly notify the recipient whenever a DBE subcontractor performing
work related to this contract is terminated or fails to complete its work, and must make good faith
efforts to engage another DBE subcontractor to perform at least the same amount of work. The
contractor may not terminate any DBE subcontractor and perform that work through its own forces
or those of an affiliate without prior written consent of the recipient.
Access Requirements for Persons with Disabilities
Contractor shall comply with 49 USC 5301(d), stating Federal policy that the elderly and persons
with disabilities have the same rights as other persons to use mass transportation services and
facilities and that special efforts shall be made in planning and designing those services and
facilities to implement that policy. Contractor shall also comply with all applicable requirements of
Sec. 504 of the Rehabilitation Act (1973), as amended, 29 USC 794, which prohibits discrimination
on the basis of handicaps, and the Americans with Disabilities Act of 1990 (ADA), as amended, 42
USC 12101 et seq., which requires that accessible facilities and services be made available to
persons with disabilities, including any subsequent amendments thereto.
Incorporation of Federal Transit Administration (FTA) Terms
The preceding provisions include, in part, certain Standard Terms & Conditions required by USDOT,
whether or not expressly stated in the preceding contract provisions. All USDOT- required
contractual provisions, as stated in FTA Circular 4220.1F, are hereby incorporated by reference.
Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to
control in the event of a conflict with other provisions contained in this Agreement The contractor
shall not perform any act, fail to perform any act, or refuse to comply with any request that would
cause the recipient to be in violation of FTA terms and conditions.
Environmental Protections
Compliance is required with any applicable Federal laws imposing environmental and resource
conservation requirements for the project. Some, but not all, of the major Federal laws that may
affect the project include: the National Environmental Policy Act of 1969; the Clean Air Act; the
Resource Conservation and Recovery Act; the comprehensive Environmental response,
Compensation and Liability Act; as well as environmental provisions with Title 23 U.S.C., and 49
23
U.C. chapter 53. The U.S. EPA, FHWA and other federal agencies may issue other federal regulations
and directives that may affect the project Compliance is required with any applicable Federal laws
and regulations in effect now or that become effective in the future.
Ineligible Contractors and Subcontractors
Any name appearing upon the Comptroller General's list of ineligible contractors for federally -
assisted contracts shall be ineligible to act as a subcontractor for contractor pursuant to this
contract If contractor is on the Comptroller General's list of ineligible contractors for federally
financed or assisted construction, the recipient shall cancel, terminate or suspend this contract
Government Wide Debarment and Suspension
This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is
required to verify that none of the contractors, its principals, as defined at 49 CFR 29.995, or
affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and
29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the
requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters
into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The
certification in this clause is a material representation of fact relied upon by the recipient. If it is
later determined that the bidder or proposer knowingly rendered an erroneous certification, in
addition to remedies available to the recipient, the Federal Government may pursue available
remedies, including but not limited to suspension and /or debarment The bidder or proposer
agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and
throughout the period of any contract that may arise from this offer. The bidder or proposer further
agrees to include a provision requiring such compliance in its lower tier covered transactions.
PLEASE PROVIDE THE FOLLOWING INFORMATION AS ACCEPTANCE OF THESE
TERMS.
VENDOR BUSINESS: 5tPCO -- 30 la ELam/ -;C ThLd r C nrw
NAME: S u-5G \. 'Rai* fv
TITLE: C_ P.
SIGNATURE: /3 t, ,v,„ ir`) R) 0py
DATE: - ` 93I /
24
as the recipient directs.
b. Termination for Default [Breach or Cause]. If contractor does not deliver items in accordance
with the contract delivery schedule, or, if the contract is for services, and contractor fails to perform
in the manner called for in the contract, or if contractor fails to comply with any other provisions of
the contract, the recipient may terminate this contract for default. Termination shall be effected by
serving a notice of termination to contractor setting forth the manner in which contractor is in
default. Contractor shall only be paid the contract price for supplies delivered and accepted, or for
services performed in accordance with the manner of performance set forth in the contract. If it is
later determined by the recipient that contractor had an excusable reason for not performing, such
as a strike, fire, or flood, events which are not the fault of or are beyond the control of contractor,
the recipient, after setting up a new delivery or performance schedule, may allow contractor to
continue work, or treat the termination as a termination for convenience.
c. Opportunity to Cure. The recipient in its sole discretion may, in the case of a termination for
breach or default, allow contractor an appropriately short period of time in which to cure the
defect. In such case, the notice of termination shall state the time period in which cure is permitted
and other appropriate conditions If contractor fails to remedy to the recipient's satisfaction the
breach or default or any of the terms, covenants, or conditions of this Contract within ten (10) days
after receipt by contractor or written notice from the recipient setting forth the nature of said
breach or default, the recipient shall have the right to terminate the Contract without any further
obligation to contractor. Any such termination for default shall not in any way operate to preclude
the recipient from also pursuing all available remedies against contractor and its sureties for said
breach or default.
d. Waiver of Remedies for any Breach. In the event that the recipient elects to waive its remedies for
any breach by contractor of any covenant, term or condition of this Contract, such waiver by the
recipient shall not limit its remedies for any succeeding breach of that or of any other term,
covenant, or condition of this Contract.
Contracts Involving Federal Privacy Act Requirements
The following requirements apply to the Contractor and its employees that administer any system
of records on behalf of the Federal Government under any contract:
(1) The Contractor agrees to comply with, and assures the compliance of its employees with, the
information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. §
552a. Among other things, the Contractor agrees to obtain the express consent of the Federal
Government before the Contractor or its employees operate a system of records on behalf of the
Federal Government. The Contractor understands that the requirements of the Privacy Act,
including the civil and criminal penalties for violation of that Act, apply to those individuals
involved, and that failure to comply with the terms of the Privacy Act may result in termination of
the underlying contract.
(2) The Contractor also agrees to include these requirements in each subcontract to administer any
system of records on behalf of the Federal Government financed in whole or in part with Federal
assistance provided by FTA.
Civil Rights Requirements
(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 USC
2000d, Sec. 303 of the Age Discrimination Act (1975), as amended, 42 USC 6102, Sec. 202 of the
21
Americans with Disabilities Act (1990), 42 USC 12132, and 49 USC 5332, contractor shall not
discriminate against any employee or applicant for employment because of race, color, creed,
national origin, sex, age or disability. Contractor shall also comply with applicable Federal
implementing regulations and other requirements FTA may issue.
(2) Equal Employment Opportunity - The following equal employment opportunity requirements
apply to the underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as
amended, 42 USC 2000e, and 49 USC 5332, contractor shall comply with all applicable equal
employment opportunity requirements of USDOL, "Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, USDOL," 41 CFR 60 et seq., (implementing Executive
Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375,
"Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 USC 2000e),
and any applicable Federal statutes, executive orders, regulations, and policies that may in the
future affect construction activities undertaken in the course of the project Contractor shall take
affirmative action to ensure that applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, national origin, sex or age. Such action shall
include, but not be limited to, the following: employment, upgrading, demotion or transfer,
recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. In addition, contractor shall
comply with any implementing requirements FTA may issue.
(b) Age - In accordance with Sec. 4 of the Age Discrimination in Employment Act (1967), as
amended, 29 USC 623 and 49 USC 5332, contractor shall refrain from discrimination against
present and prospective employees for reason of age. Contractor shall also comply with any
implementing requirements FTA may issue.
(c) Disabilities - In accordance with Sec. 102 of the Americans with Disabilities Act (ADA), as
amended, 42 USC 12112, contractor shall comply with the requirements of US Equal Employment
Opportunity Commission (EEOC), Regulations to Implement Equal Employment Provisions of the
Americans with Disabilities Act, 29 CFR 1630, pertaining to employment of persons with
disabilities. Contractor shall also comply with any implementing requirements FTA may issue.
(3) Contractor shall include these requirements in each subcontract financed in whole or in part
with FTA assistance, modified only if necessary to identify the affected parties.
Disadvantaged Business Enterprise
a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26,
Participation by Disadvantaged Business Enterprises in Department of Transportation Financial
Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises
(DBE) is 10 %. The recipient's overall goal for DBE participation is listed elsewhere. If a separate
contract goal for DBE participation has been established for this procurement, it is listed elsewhere.
b. The contractor shall not discriminate on the basis of race, color, national origin or sex in the
performance of this contract The contractor shall carry out applicable requirements of 49 CFR Part
26 in the award and administration of this contract Failure by the contractor to carry out these
requirements is a material breach of this contract, which may result in the termination of this
contract or such other remedy as the municipal corporation deems appropriate. Each subcontract
the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR
22
GOVERNMENT -WIDE DEBARMENT AND SUSPENSION
49 CFR Part 29, Executive Orders 12549, 12689, and 31 U.S C.6101 (Contracts over $25,000)
Background and Applicability
In conjunction with the Office of Management and Budget and other affected Federal
agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This
government -wide regulation implements Executive Order 12549, Debarment and
Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C. 6101 note
(Section 2455, Public Law 103 -355, 108 Stat. 3327).
The provisions of Part 29 apply to all grantee contracts and subcontracts at any level
expected to equal or exceed $25,000 as well as any contract or subcontract (at any level)
for Federally required auditing services. 49 CFR 29.220(b). This represents a change from
prior practice in that the dollar threshold for application of these rules has been lowered
from $100,000 to $25,000. These are contracts and subcontracts referred to in the
regulation as "covered transactions."
Grantees, contractors, and subcontractors (at any level) that enter into covered
transactions are required to verify that the entity (as well as its principals and affiliates)
they propose to contract or subcontract with is not excluded or disqualified. They do this
by (a) Checking the Excluded Parties List System, (b) Collecting a certification from that
person, or (c) Adding a clause or condition to the contract or subcontract. This represents a
change from prior practice in that certification is still acceptable but is no longer required.
49 CFR 29.300.
Grantees, contractors, and subcontractors who enter into covered transactions also must
require the entities they contract with to comply with 49 CFR 29, subpart C and include this
requirement in their own subsequent covered transactions (i.e., the requirement flows
down to subcontracts at all levels).
Instructions for Certification: By signing and submitting this bid or proposal, the
prospective lower tier participant is providing the signed certification set out below.
Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR
Part 29. As such, the contractor is required to verify that none of the contractor, its
principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are
excluded or disqualified as defined at 49 CFR 29.940 and 29.945.
The contractor is required to comply with 49 CFR 29, Subpart C and must include the
requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it
enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies
as follows:
The certification in this clause is a material representation of fact relied upon by the
recipient. If it is later determined that the bidder or proposer knowingly rendered an
erroneous certification, in addition to remedies available to the recipient, the Federal
25
Government may pursue available remedies, including but not limited to suspension
and /or debarment. The bidder or proposer agrees to comply with the requirements of 49
CFR 29, Subpart C while this offer is valid and throughout the period of any contract that
may arise from this offer. The bidder or proposer further agrees to include a provision
requiring such compliance in its lower tier covered transactions.
Contractor C) - `3etoor Re *r L. 7c (i X -- n j
Signature of Authorized Official 4 0- 02,M c3'j9'��
Date 7 /2,3/_1_
•
Name and Title of Contractor's Authorized Official LSO-u'. t -10bth.s sz,v,C \LP
26
-,/
Quote # 14201
4,
,. ......
p „N.
'tit '*
1 , 7/20/12
o, V To:
R tt� Eagle County Transportation Authority
°`,� ° Kelly Collier, ECO Transit
Project:
Bus Stop Lighting
Terms Earliest Ship Shipping Ship Via Project Manager
Standard T & C 4 to 8 Weeks Quote Estimated, Prepay & Add Best Way Shawn Tefft
Item No Qty Description Unit Price Tota
1 21 SEPCO- SEPA20- REPT3- DTD /CTT -P21 $936.00 $19,656.00
Solar Electric Power Assembly 20 Watt
21 Amp Hour Battery Assembly
Bus Stop Fixture w/ 3 Watt LED, Powder Coated Black
Dusk to Dawn Controller
Click to Test Controller
Aluminum Pole 12' Direct Burial, Round 2 7/8" OD, PC Black
GSA - GS- 07F -0288M Sub Total $19,656.00
EIN - 65- 0472624 Shipping $1,680.00
Tax Rate - Exempt Total $21,336.00
Quote good for 30 days
Authorized Signature
1 (- 7
or
*s \
7986 SW Jack James Drive, Stuart, FL 34997 1 ph: 772- 220 -6615 1 fax: 772 - 220 -8616 1 www.sepconet.com
NNW
Ishi
# , TM
} Bus Stop Lighting Project N o
S.
Gypsum, Colorado •.o'�
Part Number -
SEPCO-SEPA20-REPT3-DTD-CTT-PZ
The Bus Stop Lighting Fixture was designed to meet the requirements set forth in the specifications of the project. The
Bus Stop fixture features a high performance RE -PT 3 Watt LED recessed lamp with a PV rated plastic refractor and
lens covering the LEDs. The LEDs operate with the requested 60,000 hours and 5000 K white light color. A light meter
was used to measure the light from the fixture at 10' mounting height which measured 21 lux or slightly over 2 ft.
candle to meet the required 2 foot candle at ground level for the bus stop area. The fixture will come on at full
i intensity and has a pre -set controller from the factory for dusk to dawn operation. The LED Tamp will be recessed in
the bottom face of the Wedge battery box. The Bus Stop Fixture will be powder coated black and will mount to the top
side of the aluminum pole using vandal resistant stainless steel hardware included with the fixture.
The solar array is a CE rated 20 Watt multi crystal solar module integrated onto an aluminum frame designed to meet
high wind loads. The solar module is mounted to a powder coated aluminum bracket at a 45 degree angle and
secured at the top of the pole with included pole clamps. The solar array is versatile in that it can be mounted on the
pole facing south to the sun and the fixture mounted and aimed in any desired location on the pole. The array comes
prewired. The wire from the array can be run on the inside of the pole to the fixture.
The battery in the fixture is made up of 3 Deka 7 amp hour, gel, air shippable batteries which have a prewired wiring
harness with in -line fuse and a plug for the solar array and the included SEPCO LCU2 dusk to dawn preset controller.
The 21 amp hour battery supply will allow for 3.1 nights of autonomy lighting in zero sun. A couple of days of
operation in the beginning are necessary for the controller to learn fluctuating dusk and dawn occurrences.
Included in the part number is a CCT or Click to Test. This device allows you to test the light via remote control during
the day to make sure the lights are operable. The system will come with a key fob for easy testing of the lights.
The pole specified in the quote is a 2 7/8" X 12' round aluminum black powder coated direct burial pole with the
correct EPA to handle the projected 100 mph wind load of the Bus Stop fixture.
If you have any questions or need any additional specifications sheets that are not included in this submittal package
please feel free to contact project manager Shawn Tefft at 772 - 220 -6615.
�Gy _w
Solar Electric Power Company s H
i` i kUiy .•• a - 1 -.. - 1 -:. . •$ •1• •u
eCOAm■mmi
PURCHASE ORDER
eagle county regional transportation authority
Eagle County Regional Transportation Authority P.O. # 5309 -SGR2
DATE: SEPTEMBER 20, 2012
3289 Cooley Mesa Rd, PO Box 1070
Gypsum, CO 81637
Phone: 970 - 328 -3533 Fax: 970 - 328 -3539
Email: Kelley.collier@eaglecounty.us
VENDOR Susan K. Robbins SHIP James Epperson
SEPCO TO ECO Transit
7986 SW Jack James Drive 3289 Cooley Mesa Rd.
Stuart, FL 34997 Gypsum, CO 81637
772 - 220 -6615 970 - 328 -3526
QTY ITEM # DESCRIPTION JOB UNIT PRICE LINE TOTAL
21 Bus Stop Solar Lighting Systems 5309 SGR 936.00 j 19,656.00
Per attached
Bid Doc. Freight Charge 5309 SGR 1680.00 1,680.00
SUBTOTAL 21,336.00
SALES TAX EXEMPT
TOTAL 21,336.00
Send all correspondence to:
Kelley Collier
PO Box 1070
Gypsum, CO 81637
970- 328 -3533 4
Fax: 970 - 328 -3539
Email: Kelley.collier @eaglecounty.us Authorized by Date
EXHIBIT B
Ac o CERTIFICATE OF LIABILITY INSURANCE
L....--- DATE(MM /DD/YYYY)
9/12/2012
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 NY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BIETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER,
IMPORTANT: If the certificate holder is an ADDITIONAL INSUITal, OW policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certein policies may require on endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER CONTAC Tammy Waddington
NAME: y g
S. T. Good Insurance, Inc. PHONE - FAx
IA /C. No. E (772) 267 -3625 (A/C, Nol: 1772) 267 = § }§
Stuart Jet Center E -MAIL t: addin ton@ the ooda enc com
ADDRESS: 9 g g Y
2501 S. E. Aviation Way INSURER(S) AFFORDING COVERAGE NAIC #
Stuart FL 34996 INSuRER A:Hartford Casualty Ins. Co. 29424
INSURED
INSURER B :
SOLAR ELECTRIC POWER COMPANY INSURER C :
798 JACK JAMES DR INSURERD:
INSURER E :
STUART FL 34897 INSURER F :
COVERAGES CERTIFICATE NUMBER:CL11101213747 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OE 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 AFFOR @ED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH PALI6IEB. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR — ADDL SUBR — POLICY EFF POLICY EXP - -
LTR TYP €OF INSURANCE INSR WVD POLICY NUMBER (SAM /DD/YYYY) (MM /DD /YYYY)_ LIMITS
0 €NPRAL umil -ITY EACH OCCURRENCE $ 2,000,000
X COMMERCIAL O €N €PAL LIABILITY ` P R EMI E S ( aEc urr 300,000
� _PREMISES (Ea occurrence) $
A CLAIMS -MADE rill I OCCUR 21SBAEH8001 9/26/2011 9/26/2012 MED EXP (Any one person) $ 10,000
PERSONAL ADV INJURY $ 2,000,000
GENERAL ARCR €GATE $ 4,000,000
GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 4,000,000
POLICY PRO LOC $
.IFS:T
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
(Ea accident) $
ANY AUTO BODILY INJURY (Per person) $
;WED ED SCHEDULED BODILY INJURY (Per accident) $
NON -OWNED PROPERTY DAMAGE $ —
-- HIRED AUTOS (Per accident)
$
X UMBRELLA LIAB OCCUR €AOkI OCCURRENCE $ 3,000,000
A EXCESS LIAB CLAIMS -MADE ANNEGATE $ 3,000,000
DED X RETENTION$ 10,000 21SBAEH8001 9/26/2011 9/26/2012 $
WORKERS COMPENSATION TTU OTH-
AND EMPLOYERS' LIABILITY Y N '714V1
I IITS ER
ANY PROPRIETORJPARTNERJEXECUTIVE E.L. EACH ACCIDENT $
OFFICER /MEMBER EXCLUDED? N/A --
(Mandatory in NH) E . DISEASE - EA EMPLOYEE $
If rs, describe under
PA6DRIPTIAN OF OPERATIONS below E.L DISEASE - POLICY LIMIT $
DESCRIPTION OF OPERATIONS / (_()0ATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space 14 required)
Certificate Holder ie an Additional Insured per the Business Liability Coverage Form SS0008 attached to
this policy. Coverage ie pyimary fi )<1on oont €ibutgry per the Business Liability Coverage $'o
SS0008,attached to t ie policy. Coverage in provided for all operatsione of the named i>:}e}$red per the
Business Liability COVe €ope Form SS0008
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Eagle Cote, CO ACCORDANCE WITH THE POLICY PROVISIONS.
3298 Cooley Mesa Road -- - - --
PO Box 1070 AUTHORIZED REPRESENTATIVE
Gypsum, CO 81637
Samuel food, TIT /TM, - -
ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved.
INS025oninn'oni Thn A(`ARI1 nmma and Innn am rnnic#crnfl mnrlec .,f AC(1Rrl
AC® CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DD/YYYY
_ 9i12i_2o12
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 be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER NAME Tammy WW�nqton
S. T. Good Insurance of Florida Zhe,
Mgt. Extl: (772)287 -3625 FAX
(A/C, (772) 2 87 - 1$1$
2501 SE Aviation Way E - MAIL twaddin ton@ the ooda enc _.
piDDRESS: g g g Y com
Stuart Jet Center Suite H INSURER(S) AFFORDING COVERAGE _ NAIC #
S tuart FL 34996 _ Cagua1ty Ins. Co. 89424
INSURED - — —
INSURER B
SOLAR ELECTRIC POWER COMPANY INSURER C :
7986 JACK JAME S DR INSURER D:
INSURER E :
STUART FL 3 4997 INSURER F :
COVERAGES CERTIFICATE NUMBER:CL129
REVISION NUMBER; _
THIS IS TO - P, ERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO _ THE INSURED NAMED ABOVE FOR THE _ POLICY PERIOD
INDICATED. NOTWITHSTANDINR 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.
INSR " —" ADDL SUBR' -" POLICY POLICY EXP --
LTR TYPE OF INeYNANC€ INSR WVD POLICY NUMBER (MM/DD fY Y) (MM /DD /YYYY) LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000
DAMAGE TO RENTED
X COMMERCIAL ( NERAL LIABILITY 300,000
PREMISES (Ea occurrence) .
A 1 CLAIMS -MADE ® OCCUR 213BAEH8001 0 /36/8Q12 9/202013 MED EXP (Any one person) $ 10,000
—_ —
PERSONAL & APVINJURY $ 2,000,00Q
GENERAL AGGREGATE $ 4,000,000
GE - 'L AGGREGATE LIMIT APPLIES KR. PRODUCTS - COMP /OP AGG $ 4 , 000 , OOQ
X POLICY PRO - 1 -
JECT . _l $
AUTOMOBILE LIABILIjY COMBINED SINGLE LIMIT
-- (Ea accident) $
_ ANY AUTO BODILY INJURY (Per person) $
ALL OWNED — SCHEDULED BODILY INJURY (Per $
_ AUTOS AUTOS ( )
— NON -OWNED PROPERTY DAMAGE
HIRED AUTOS AUTOS (Per accident) $
$
X UMRR €I.14 l-1Af OCCUR EACH OCCURRENCE $ 3,000,00Q
—
EXCESS LIAR CLAIMS -MADE AGGREGATE $ 3 , 0 00,000
DED X RETENTION$ 10,000 21313AEH8001 9/26/2012 9/26/2013 $
WORKERS COMPENSATION WC STATU- OTH-
AND EMPLOYERS' LIABILITY Y / N TORY I MIT FR
ANY PROPRIETOR/PARTNER /EXECUTIVE E.L. EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? N / A _ —_ —.-
(Mandatory in NH) _ - E.L. DISEANE - EA EMPLOYEE $
If yes, describe under - -- -
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $
—
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
Certificate Holder is an Additional Insured per the Business Liability Coverage Form SS0008 attached to
this policy. Coverage is primary & non - contributory per the Business Liability Coverage Form
SS0008,attached to this policy. Coverage is provided for all operations of the named insured per the
Business Liability Covetege Form SS0008
CERTIFICATE HOLDER CANCELLATION
$HQULD ANY CF THE ABOVE DESCRIBED POLICIES BE CANCELLED §E ORE
THE EXPIRATION DATE THEREOF, NOTICE WILT, €€ DELIVERED IN
Eagle County r CO
ACCORDANCE WITH THE POLICY PROVISIONS.
32 98 Cooley Mesa Road
PD Box Q°�Q AUTHORIZED REPRESENTATIVE
Gypsum, CO 81637
Samuel Good, III /TJW --
ACORD 25 (2010/05) ©1988.2010 ACORD CORPORATION. All rights reserved.
INSA2$i (70100 n1 Th. AC ARrl nmn 2nel Innn ern rnnicfnrnrl mnrke nF Anr1Rr1