No preview available
HomeMy WebLinkAboutC13-145 Mitchell and Company, LLC Agreement AGREEMENT BETWEEN EAGLE COUNTY AIR TERMINAL CORPORATION AND MITCHELL AND COMPANY, LLC THIS AGREEMENT is made this A day of gem , 2013, by and between Eagle County Airport Terminal Corporation (` ECAT1'), and Mitchell and Company, LLC, a company organized under the laws of the State of Colorado ( "Contractor "). WHEREAS, County desires to purchase and have installed a public wireless internet access system in the Terminal Building at the Eagle County Regional Airport property (the "Airport"). WHEREAS, Contractor is authorized to do business in the State of Colorado, has experience and expertise necessary to provide said services to ECAT; and WHEREAS, ECAT and Contractor intend by this Agreement to set forth the scope of the responsibilities of Contractor in connection with the services and related terms and conditions to govern the relationship between Contractor and ECAT in connection with this Agreement. NOW, THEREFORE, in consideration of the foregoing premises and the following promises, ECAT and Contractor agree as follows: ARTICLE 1— WORK 1.1 Contractor will furnish all materials and labor necessary to install and maintain a public wireless internet access system in the Airport Terminal Building as identified and described in Contractor's proposal dated April 22, 2013, attached hereto as Exhibit "A," and hereby incorporated by this reference. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement shall prevail. ARTICLE 2 — TERM OF AGREEMENT 2.1 This Agreement shall commence upon execution of this Agreement by both parties, and, subject to the provisions of Article 11 hereof, shall continue in full force and effect until the services are satisfactorily completed in accordance with the terms of this Agreement. Contractor will complete all work as provided for in this contract and Exhibit A, provided that such work is within their control, within 30 days of contract execution, and will not be held accountable for any delays that are the direct cause of the Airport. ARTICLE 3 — COMPENSATION 3.1 For the services satisfactorily performed in accordance with this Agreement, ECAT will pay Contractor the amount provided in Exhibit A, not to exceed twelve 1 0)1?- V't'c thousand two hundred fifty dollars and zero cents ($12,250.00), which will be paid upon project completion. This not to exceed price includes $7,670.00 for labor and licenses, $4,345.00 for parts and equipment, $35.00 for shipping, and a maximum of $200.00 for materials and installation of a CAT 6 cable to connect the Baggage Claim Access Point to the system. The $12,250.00 price includes licenses and warranties for five access points for a three year period as described in Exhibit A. Contractor will provide license verification and license documentation to ECAT within 30 days of contract execution. The $7,670.00 for labor is a maximum price, and Contractor will submit an invoice reflecting the actual time utilized for the project. 3.2 Final Payment for Services satisfactorily performed will be made within thirty (30) days of receipt of a proper and accurate invoice from Contractor respecting the Services. The invoice shall include a description of services performed. Upon request, Contractor shall provide ECAT with such other supporting information as ECAT may request. 3.3 For any services that are desired above and beyond those that are covered in this Agreement or Exhibit A, a labor rate of one hundred twenty five dollars and zero cents ($125.00) per hour will apply for basic services, such as access point movement, and a labor rate of one hundred fifty dollars ($150.00) per hour will apply for advanced services, such as switch configuration. This labor rate will be in addition to materials. This labor rate will be good for a period of three (3) years from the date of contract execution. ARTICLE 4— CONTRACTOR'S REPRESENTATIONS In order to induce County to enter into this Agreement, Contractor makes the following representations: 4.1 Contractor has familiarized itself with the nature and extent of the Services to be provided hereunder, the Facility, and with all local conditions, and federal, state, and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services. 4.2 Contractor will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of the Services. 4.3 To the extent possible, Contractor has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement. 4.4 To the extent possible Contractor, has given County written notice of all conflicts, errors, or discrepancies that he has discovered in the Agreement. 4.5 Contractor will be responsible for provision of the Services and shall perform the Services in a skillful, professional and competent manner and in accordance with the 2 standard of care, skill and diligence applicable to contractors of its kind. Further, in rendering the Services, Contractor shall comply with the highest standards of customer service to the public. Contractor shall provide appropriate supervision of its employees to ensure the Services are performed in accordance with this Agreement. 4.6 In addition to the warranties spelled out in Exhibit A, Contractor guarantees all Services against defects in materials and workmanship for a period of one (1) year from the date the Services are completed and accepted by ECAT, or such longer period as may be provided by law, and promises to repair or replace, at Contractor's expense, any Services that are found to be defective in materials or workmanship. 4.7 All guarantees and warranties of Equipment and other materials furnished to Consultant or subcontractors by any manufacturer or supplier are for the benefit of ECAT. With respect to any third party software provided by Consultant hereunder, Consultant shall, to the extent legally permitted, pass through to County all warranties provided by the licensor or manufacturer. 4.8 Contractor guarantees that should the system require repair, Contractor is available twenty four (24) hours a day, three hundred sixty five (365) days a year to repair the system. ARTICLE 5 — ENTIRE AGREEMENT 5.1 This Agreement represents the entire Agreement between the parties hereto. There are no Contract Documents other than this Agreement and Exhibit A. The Agreement may only be altered, amended, or repealed in writing. ARTICLE 6 — MISCELLANEOUS 6.1 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. 6.2 County and Contractor 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. 6.3 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 Contractor in respect of any period after December 31, 2013 without 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, 3 the Local Government Budget Law (C.R.S. § 29 -1 -101 et seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 6.4 Provision Mandated by C.R.S. § 8- 17.5 -101 et seq. PROHIBITIONS ON PUBLIC CONTRACT FOR SERVICES 6.4.1 If Contractor 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 Contract. By execution of this Contract, Contractor certifies that it does not knowingly employ or contract with an illegal alien who will perform under this Contract 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 Contract. 6.4.2 Contractor shall not: (i) Knowingly employ or contract with an illegal alien to () 1 gY p Y perform g P 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. 6.4.3 Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under this Contract 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 /xprevprot/programs /gc 1185221678150.shtm 6.4.4 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. 6.4.5 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: (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) 4 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. 6.4.6 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). 6.4.7 If a Contractor violates these prohibitions, the County may terminate the contract for a breach of the contract. If the contract is so terminated specifically for a breach of this provision of this Contract, the Contractor shall be liable for actual and consequential damages to the County as required by law. 6.4.8 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. 6.5 ATTORNEY'S FEES: 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. 6.6 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. ARTICLE 7 - JURISDICTION AND VENUE: 7.1 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. ARTICLE 8 - INDEMNIFICATION: 8.1 The Contractor shall, to the fullest extent permitted by law, 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 Contractor hereunder; and Contractor shall reimburse County for any 5 and all 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 liable to such third party for such claim without regard to the involvement of the Contractor. ARTICLE 9 - OWNERSHIP OF DOCUMENTS AND MATERIALS: All documents (including electronic files) which are obtained during, purchased or prepared in the performance of the Services shall remain the property of the County and are to be delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement. ARTICLE 10 - TERMINATION: 10.1 County may terminate this Agreement, in whole or in part, for any reason, at any time, with or without cause. Any such termination shall be effected by delivery to Contractor of a written notice of termination specifying the reason and date upon which termination becomes effective. In such event, Contractor shall be compensated for all Services satisfactorily completed up to the date of termination for such Services. 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 Air Terminal Corp. P.O. Box 850 Eagle, Colorado 81631 (970) 328 -2680 (p) (970) 328 -2687 (f) and a copy to: Eagle County Attorney P.O. Box 850 Eagle, Colorado 81631 (970) 328 -8699 (f) The Contractor: Mitchell and Company, LLC John Charters 2619 Dolores Way Carbondale, CO 81623 (970) 704 -9003 (p) 6 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 — INDEPENDENT CONTRACTOR 12.1 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 13 — INSURANCE REQUIREMENTS 13.1 At all times during the term of this Agreement, Contractor shall maintain insurance on its own behalf in the following minimum amounts: 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; 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. 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 7 13.2 Contractor shall purchase and maintain such insurance as required above and shall provide certificates of insurance in a form acceptable to County upon execution of this Agreement. / /SIGNATURE PAGE TO FOLLOW // IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. EAGLE COUNTY AIR TERMINAL CORPORATION, by and through its COUNTY MANAGER By: Mir. Keith P. Montag, County Ma• . ger MITCHELL A ID COMPANY LLC By: 00 Y: �G Title: GCv4 ' ` ci3biweS< o A STATE OF G'0 /0feaD ) ss. COUNTY OF 62,41d ) The foregoing instrument was acknowledged before me by Taw Ch�/-S k. , this /5 day of 7 - , 2013. My co) mission expires: 37,t (y , = . 0 D b �•' ' P • 6 e �' Notary,''ublic LIYIN L. FREE : 8 Exhibit A } We have prepared a proposal for you None a Agreement #000000C Document 000000C Version 4 CD a ...i., c, el% .. =— ap = 11.111111.1.1111 0 0 C2 = II .... =L 0 ell 0 0 = a Prepared for: III1= Eagle County Innovation & Technology C:2 Department = . "NM< . THE CONTENT OF THIS DOCUMENT IS CONFIDENTIAL AND THE PROPERTY OF THE NAMED CLIENT, AND IS ONLY INTENDED FOR USE OF AUTHORIZED PERSONNEL OF Mitchell and Company AND RECIPIENT, OR CLIENT WHO HAS RECEIVED THIS DIRECTLY FROM AN AUTHORIZED Mitchell and Company AGENT. UNAUTHORIZED DISTRIBUTION IS STRICTLY PROHIBITED. 16 mitchell and company people making technology work for you SCOPE OF WORK The Eagle County Regional Airport Terminal Solution: This proposal from MaC/RTP Technical Services represents a turnkey wireless infrastructure proposal as it pertains to the design, physical and logical installation and administration and support training. The proposed architecture along with the training and installation requirements is highlighted in this section. Unlike traditional wireless networks, which generally require an on -site hardware controller at each site, Meraki wireless networks are managed entirely from the cloud. For Eagle County Regional Airport, this would eliminate the need for onsite controllers — thus resulting in significant savings in infrastructure and licensing costs, as well as complexity. As shown in Figure 1 below, Meraki's Cloud Controller eliminates the need for on -site wireless LAN controllers. As illustrated, all user traffic is handled within the LAN and the only traffic that traverses the cloud is monitoring and management data. This traffic represents less than 1 kbps per access point. The Meraki Cloud Controller is managed from a secure browser -based dashboard, which can be accessed from any web - enabled device anywhere in the world. The dashboard manages a Meraki wireless network and the only hardware required is the access points themselves. These access points can be powered via Power over Ethernet (PoE) from a standard Ethernet connection to a PoE switch, or they can use either PoE injectors or an AC power supply. Our design utilizes PoE provided by a new PoE switch. Based on the requirements in the RFP and our extensive experience with WiFi surveys and Meraki installations, we propose the following quantities and types of access points for each of the reference 1 sites as shown in Table 1. MaC/RTP Technical Services Meraki wireless solution is based on the MR24. The MR24 provides 3- stream dual- radio, 802.11n coverage throughout the public terminal spaces. This access point is for high usage /density environments like baggage claim and boarding areas. Because of its third spatial stream, it is capable of delivering 50% higher throughput and increased coverage when compared to traditional 2x2 MIMO access points. Mitchell and Company 1/6 Quote uote Number: 000000C 2619 Dolores Way I Carbondale, 81623 I p: 970- 704 -9003 I f: 1 www.mitchandco.com mitchell and company people making technology work for you i = , :t Meraki -.. . Branch Office Cloud Controller = ( 0 (4 , \„ 07 0 A User Traffic Monitoring and s 1 Management Data - - Meraki Browser -Based Dashboard Fiber / DSL Local Area Network Meraki Access Mesh Link Points ■ i w - - w ■ Figure 1: Meraki Cloud Controller Architecture Table 1: Design Proposal 9 p Wireless Access Point Locations: Ticket Lobby (1) MR16 Baggage Claim (1) MR16 Hold Room East (1) MR16 Hold Room West (1) MR16 Hold Room Concession (1) MR16 The MR24s at each location are all managed from the cloud by the Meraki Cloud Controller. In order for this to be allowed, each AP simply requires an Enterprise Cloud License, which Meraki sells in 1, 3, 5, and 7 year options. We have proposed 3 year licenses for this deployment. The Enterprise Cloud License includes all of the features found in the dashboard, so no additional licensing fees apply, even for our most advanced features like layer 7 firewall, traffic shaping, and wireless intrusion prevention services. The Enterprise Cloud License also includes all software and firmware upgrades at no additional cost. All access points with a valid license come with a lifetime hardware warranty as well. Training: Mitchell and Company 2/6 Quote Number: 000000C 2619 Dolores Way I Carbondale, 81623 I p: 970 - 704 -9003 I f: I www.mitchandco.com it h II and company mce a p y wimp people making technology work for you MaC/RTP Technical Services has provided as part of its proposal allocated installation and training costs. Training as quoted in this proposal will be provided as follows: 1. Up to one full day on site training for physical analysis, configuration adjustment and general troubleshooting typically related to facility and environmental factors. 2. Over the first three months of deployment and additional full day of training to further facilitate knowledge transfer, support and training on an ad -hoc basis for optimizing configuration adjustments. Installation: MaC/RTP Technical Services has provided as part of its proposal allocated installation and training costs to provide on site installation and training. Installation as quoted in this proposal will be addressed as follows: 1. In this proposal it is assumed that MaC /RTP Technical Services will perform the physical mounting installation of the AP's required to provide this turnkey wireless infrastructure. If Eagle County Airport wishes or decides to use some of its on maintenance staff to perform the simple mounting of these AP's throughout the airport (or just some of the locations) the overall installation pricing as quoted can be reduced proportionally. 2. We have not accounted for any discrepancies with floor plans and floor plans provided within each building's as provided in this RFP. Future clarification may impact total number of Access Points proposed. 3. It is assumed that adequate CAT5e, or better, wiring is available at each access points proposed location as required in our design to connect the Meraki Access points to the corresponding PoE switch ports. For those locations where it is not adequate or available which is unknown at the time of this proposal, MaC /RTP Technical Services has proposed a cost per cable run based on 100' and 200' runs for your consideration. 4. The installation of PoE switch in Airport provided rack space and configuration of said switch. 5. It is assumed that all physical location maps are complete by Eagle County Airport and individual floor plans and readily available in electronic format to facilitate the Meraki Cloud Controller configuration. 6. This proposal does not include any other tasks not specifically mentioned herein, and does not include any marketing, advertising, billing services of any kind for premium service or third party captive portal or splash page configuration and or design. a. MaC /RTP Technical Services has included a solution to install new or additional data runs based on specified lengths. Given that it is unknown how many or what lengths these runs will be in each location, it is difficult to provide a fixed price in this proposal. We have provided quotes to provide data runs of up to 100 feet and up to 200 feet which approaches the theoretical limit for successfully running data over CAT5e or CAT6. The summary of how this will be priced is as follows: Cat5E Plenum $161 for 100ft and $184 for 200ft. Cat6 is $172 for 100ft and $200 for 200ft. ii. Cable Placement 1. End -to -end cable placement, to include testing and label identification. 2. The customer will specify CAT5e vs. CAT6. 3. This proposal assumes all cable placement will follow standard installation procedures requiring the following: - a. False /push -out ceilings — Mitchell and Company 3/6 Quote Number. 000000C 2619 Dolores Way I Carbondale, 81623 p: 970 - 704 -9003 f: 1 www.mitchandco.com • mitchell and company people making technology work for you b. Patch panels will accommodate newly installed cables. 4. Should installations obstacles exist, will work on a time ($85.00 / hr.) and material basis. 5. Installation obstacles include but are not limited to: - a. Hard -deck ceilings and /or walls requiring Panduit installation a. Material and Labor = $2.75 / foot b. Non - existent and /or fully populated conduit sleeves. Material and Labor = TBD c. Requirement for additional patch panel(s) CAT5e 24 -Port Patch Panel = $132.00 ii. CAT6 24 -Port Patch Panel = $154.00 b. MaC /RTP Technical Services has included a turn -key solution as required by this RFP and can absolutely meet the requirement to perform analysis, install /run wiring and install related equipment as part of this proposal. MaC /RTP Technical Services has invested in the necessary tools from Ekahau to perform full WIFI and Spectrum analysis survey on the Airport terminal. To perform the survey, MaC /RTP Technical Services personnel will walk through with the Ekahau WIFI RF Analyzer and Spectrum Analyzer leveraging the current RF propagation characteristics that exist today. Also, by inputting specific construction materials for each building, inputting the type of proposed AP's and other external RF interference from other sources, the analysis will provide the optimal configuration and placement of the AP's against the preloaded floor plans to give us a complete picture of the current environment. The tool output will analyze for optimal placement and AP type to determine the best possible solution for optimal coverage. From this the determination of what additional or new data runs can also be made. The cost to perform this intensive survey has not been provided as part of this proposal but can be supplemented if required or desired. c. MaC /RTP Technical Services and its sub contractors are prepared to begin all wiring and wireless solution installation within 14 calendar days of the award and receipt of notice to proceed. End User Support: 7. Eagle County Airport can either select the original 24x7x365 end user support program that was priced at $250 /month by Answer I.T, LLC. or they may opt for the per call support program of $50 /month plus $20 per support ticket. This end user support program is between Eagle County Airport and Answer 1.T. LLC. MaC/RTPTS will not be responsible for end user support. Mitchell and Company 4/6 Quote Number: 0000000 2619 Dolores Way I Carbondale, 81623 p: 970 - 704 -9003 f: I www.mitchandco.com mitchell and company people making technology work for you Quoted to Ship to 000000C Eagle County Innovation & Technology Eagle County Innovation & Technology Monday, April 22, 2013 Department Department Dale Ahrens Amanda Bay Amanda Bay 970- 704 -9003 500 Broadway P.0 Box 850 500 Broadway P.O Box 850 orders @mitchandco.com Eagle, CO 81631 Eagle, CO 81631 Description of Work Open a quote, or do File -> New Quote Notes Quote Summary Subtotal $12,015.00 Shipping $35.00 Total $12,050.00 Description Price Total HW & SW 5 Meraki MR24 IEEE 802.11n 900 Mbps Wireless Access Point - PoE Ports $935.00 $4,675.00 5 Enterprise Controller AP License (3 Year) $255.00 $1,275.00 1 Miscellaneous Parts and Materials for installation $175.00 $175.00 1 SonicWall NSA 220 - Appliance Only with 8x5 Support. $1,070.00 $1,070.00 1 HP 1910- 8G -PoE+ (1801A.I) Switch - Switch - L3 - managed - 8 x 10/100/1000 + 1 x $475.00 $475.00 SFP - rack - mountable - PoE+ HW & SW Subtotal $7,670.00 Labor 8 Labor - Adv. Technologies $150.00 $1,200.00 15 Labor -Basic Support and Installation $125.00 $1,875.00 2 Labor - Design and Planning $135.00 $270.00 8 Labor- Training and Tesating $125.00 $1,000.00 Labor Subtotal $4,345.00 Managed Services 24x7x365 End User Customer Support provided by Answer 1. T. LLC. Eagle County Airport will decide upon the $250 /Month Plan or per call plan of $50 /Month plus $20 per call /ticket. Please see Answer 1. T. LLC contract for details of what is included. Managed Services Subtotal $0.00 Mitchell and Company 5/6 Quote Number: 0000000 2619 Dolores Way Carbondale, 81623 p: 970 - 704 -9003 I f: I www.mitchandco.com . , • 1 16 mitchell and company people making technology work for you Qty Description Price Total Shipping 1 Proposal estimated shipping /freight $35.00 $35.00 Shipping Subtotal $35.00 Other Items Other Items Subtotal $0.00 • Mitchell and Company 616 Quote Number 000000C 2619 Dolores Way I Carbondale, 81623 I p: 970 - 704 -9003 I f: I www.mitchandco.com