Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC13-228 Computer Sites, Inc. AgreementAGREEMENT BETWEEN EAGLE COUNTY AND COMPUTER SITES, INC.
THIS AGREEMENT is made this 14— day of August, 2013, by and between Eagle County("County"), and,
Computer Sites, Inc. ("Contractor"), a Colorado corporation with a principal place of business at 1225 S. Huron
Street, Denver, Colorado, 80223.
WHEREAS, County has contracted with Evans Chaffee, Inc. for the construction of an Emergency Operations
Center("EOC")(the"Project")in the Eagle County Building at 500 Broadway,Eagle Colorado(the"Facility");
and
WHEREAS, County desires to purchase and install a used 6" raised flooring system for the EOC to
accommodate electrical wiring for computer and other electrical systems as described in Eagle County's
Request for Proposals ("RFP")attached hereto as Exhibit A and incorporated herein by this reference; and
WHEREAS, Contractor is authorized to do business in the State of Colorado, has experience and expertise
necessary to provide said equipment, product and/or services to County and was the successful respondent to
Eagle County's RFP; and
WHEREAS, County and Contractor intend by this Agreement to set forth the scope of the responsibilities of
Contractor in connection with the materials, equipment and services and related terms and conditions to govern
the relationship between Contractor and County in connection with this Agreement.
NOW, THEREFORE, in consideration of the foregoing premises and the following promises, County and
Contractor agree as follows:
ARTICLE 1—WORK
1.1 Contractor agrees to deliver the 2000 square foot Tate All Steel Flooring System, including the ramp and
handrail, described in Contractor's Proposal dated August 1, 2013, attached hereto as Exhibit B and
incorporated herein by this reference (the "Equipment") and provide all services, labor, personnel and
materials to complete the installation services set forth in Exhibit B in the location highlighted in the map
attached hereto as Exhibit C and incorporated herein by this reference (hereinafter "Services" or "Work").
Contractor and will use its expertise and skill to perform the Services. In the event of any conflict between
the contents of this Agreement and Exhibit B, this Agreement shall control. Contractor's coordination and
cooperation with Evans Chaffee, Inc., in its installation of the Equipment is a component of the Work under
this Agreement.
1.2 County shall have the right to inspect all Equipment prior to acceptance. Inspection and acceptance shall not
be unreasonably delayed or refused. In the event County does not accept the Equipment for any reason in its
sole discretion, then Contractor shall upon County's request and at no charge or cost to County i) take the
Equipment back, ii)exchange,or iii)repair the Equipment.
ARTICLE 2—COUNTY'S REPRESENTATIVE
2.1 The Facilities Management Department designee, shall be Contractor's contact with respect to this
Agreement and the performance of the Services.
ARTICLE 3—CONTRACT TIME
3.1 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 Work has been completed.
1
Contractor will complete the Work in a diligent and expeditious manner and shall complete all Work no later
than September 20,2013.
3.2 County and Contractor recognize that time is of the essence of this Agreement and that County will
suffer financial loss if the Work is not substantially completed within the time specified in Paragraph 3.1 above.
They also recognize the delays, expense, and difficulties involved in proving, in a legal or arbitration
proceeding, the actual loss suffered by the County if Project is not substantially completed on time.
Accordingly, instead of requiring any such proof, County and Contractor agree that as liquidated damages for
delay(but not as a penalty)Contractor shall pay County$250 per day after September 20,2013 that the Work is
not complete.
3.3 The term of this Agreement may be extended or modified and the scope of services may be changed
upon a written amendment to this Agreement signed by both parties.
ARTICLE 4—COMPENSATION
4.1 For the Services to be provided hereunder, Countyty will pay Contractor the amounts provided in Exhibit
B. The maximum amount of compensation under this Agreement shall not exceed Twenty three thousand
eight hundred seventy five and 00/100 dollars($23,875.00)without a signed amendment to the Agreement.
4.2 Payment will be made for Equipment satisfactorily delivered and accepted and Services satisfactorily
performed as specified in Exhibits B within thirty (30) days of receipt of a proper and accurate invoice from
Contractor respecting the same. The invoice shall include a description of services performed. Upon request,
Contractor shall provide County with such other supporting information as County may request.
4.3 County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees
to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant
to the terms of this Agreement.
4.4 Notwithstanding anything to the contrary contained in this Agreement, no charges shall be made to the
County nor shall any payment be made to the Contractor in excess of the amount for any Services done without
the written approval in accordance with a budget adopted by the Board in accordance with provisions of the
Colorado Revised Statutes. Moreover, the parties agree that the County is a governmental entity and that all
obligations beyond the current fiscal year are subject to funds being budgeted and appropriated.
4.5 The signatories to this Agreement aver to their knowledge,no employee of the County has any personal
or beneficial interest whatsoever in the service or property described in this Agreement. The Contractor has no
interest and shall not acquire any interest, direct or indirect,that would conflict in any matter or degree with the
performance of Contractor's services and Contractor shall not employ any person having such known interests.
ARTICLE 5—CONTRACTOR'S REPRESENTATIONS/WARRANTIES
In order to induce County to enter into this Agreement,Contractor makes the following representations:
5.1 Contractor shall deliver the Equipment and perform the Services no later than 45 days from the date
contract is executed.
5.2 Contractor has familiarized itself with the intended purpose and use of the Equipment, 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.
Any failure by Contractor to do so will not relieve it from responsibility for successfully performing the Work
2
without additional expense to the County.
5.3 Contractor will make, or cause to be made, examinations, investigations, and tests as he deems
necessary for the performance of the Services.
5.4 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.
5.5 To the extent possible Contractor, has given County written notice of all conflicts, errors, or
discrepancies that he has discovered in the Agreement.
5.6 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 standard of care, skill and diligence applicable
to Contractor's providing similar Equipment and Services. 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.
5.7 All guarantees and warranties of Equipment and other materials furnished to Contractor or
subcontractors 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 Work is completed, Contractor's guarantee shall extend for a like period as to such Equipment and
materials.
5.8 Contractor warrants that title to all Work, Equipment and materials will pass to County either by
incorporation into the Facility or upon the receipt of by Contractor of payment from County (whichever occurs
first) free and clear of all liens, claims, security interests or encumbrances. Contractor further warrants that
Contractor (or any other person performing Work covered by this Agreement) purchased all materials and/or
Equipment free and clear of all liens,claims,security interests or encumbrances.
5.9 Contractor assumes all risk of loss with respect to the Equipment until title to the Equipment passes
from Contractor to County, at which time County shall assume all risk of loss with respect to the Equipment.
Notwithstanding anything to the contrary herein, for purposes of this Section 5.10 title shall pass to County after
Contractor has installed the Equipment and Owner has inspected and approved the Equipment as installed.
5.10 Within a reasonable time after receipt of written notice, Contractor shall correct at its own expense,
without cost to County, and without interruption to County's occupancy:
a) Any defects in materials or workmanship which existed prior to or during the period of any
guarantee or warranty provided in this Agreement; and
b) Any damage to other Work or property caused by such defects or the repairing of such defects.
5.11 Guarantees and warranties shall not be construed to modify or limit any rights or actions County may
otherwise have against Contractor in law or in equity.
5.12 Warranties required by this Agreement shall commence on the date of completion of the Work and
acceptance of the Equipment by County and shall terminate one(1)year after such date or such longer period as
may be agreed to by the parties or as may be required by applicable law.
ARTICLE 6—ENTIRE AGREEMENT
6.1 This Agreement represents the entire Agreement between the parties hereto. There are no Contract
3
Documents other than this Agreement and Exhibits A, B, C and D. The Agreement may only be altered,
amended,or repealed in writing.
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 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.
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 Contractor in respect of any period after
December 31 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, 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 Provision Mandated by C.R.S. § 8-17.5-101 et seq. PROHIBITIONS ON PUBLIC CONTRACT FOR
SERVICES
7.4.1 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.
7.4.2 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.
7.4.3 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
7.4.4 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.
4
7.4.5 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) 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.
7.4.6 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).
7.4.7 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.
7.4.8 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.
7.5 The Contractor, if a natural person eighteen (18)years of age or older, hereby swears and affirms under
penalty of perjury that he or she (a) is a citizen or otherwise lawfully present in the United States pursuant to
federal law, (b)to the extent applicable shall comply with the provisions of C.R.S. 24-76.5-101 et. seq., and(c)
has produced one form of identification required by C.R.S. 24-76.5-103 prior to the effective date of this
Agreement.
7.6 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.
7.7 Contractor acknowledges that County has entered into this Agreement in reliance upon the
particular reputation and expertise of Contractor. Contractor shall not enter into any sub-consultant or sub-
contractor agreements for the performance of any of the Services or without County's prior written consent,
which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to
approve all personnel assigned to perform the Work and no personnel to whom County has an objection, in its
reasonable discretion, shall be assigned. Contractor shall require each sub-consultant or sub-contractor, as
approved by County and to the extent of the Services to be performed by the sub-consultant or sub-contractor,
to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations
and responsibilities which Contractor,by this Agreement, assumes toward County.
7.8 Contractor acknowledges and agrees that this Project is being funded in part by a grant to Eagle County
by the State of Colorado Department of Public Safety Division of Homeland Security and Emergency
Management. Contractor represents that it has familiarized itself with the requirements of that grant pertaining
to its Work under this Agreement as set forth in Exhibit A and agrees to at all times comply with such
requirements.
ARTICLE 8-JURISDICTION AND VENUE:
5
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-IND)EMNIFICATION:
9.1 The Contractor 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 Contractor or any of its
subcontractors hereunder; and Contractor 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 Contractor.
ARTICLE 10-OWNERSHIP OF DOCUMENTS AND MATERIALS:
10.1 All documents (including electronic files) and flooring materials 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 fmal payment is made to Contractor or upon earlier termination of this Agreement.
ARTICLE 11-TERMINATION:
11.1 Countyty ma terminate this Agreement, in whole or in part, for any reason,ason, 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 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 12—NOTICE
12.1 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 Facilities Management
P.O. Box 850
Eagle,Colorado 81631
970)328-8786(p)
970)328-8899 (f)
and a copy to: Eagle County Attorney
P.O. Box 850
Eagle, Colorado 81631
970)328-8685 (p)
6
970)328-8699 (f)
The Contractor: Computer Sites, Inc.
1225 S. Huron Street
Denver,Colorado 80223
303) 871-0550(p)
303) 871-0515 (f)
12.2 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 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 REOUIREMENTS
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 D.
7
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: ,,/
eithM•: Ng
CONTRACTOR:
COMPUTER SITES, INC.
BY:Ii .. i,. dl.. ,. 4,r a
Title: 60
CONTRACTOR IS REQUIRED TO HAVE ITS SIGNATURE NOTARIZED
STATE OF V1-470
ss.
COUNTY OF ZIP//o('
The f9regoing ' ent was 'owled ed before by d, 1/i S"4/ ,of
lmp trjfeS, %this cff, day of t 2013.
J
My commission expires: 949/149/...9.--
c 1
11111tlN1':
nO
111 p.`''''
i
Notary Public sa•.••• •. NO1 '•Vi•
WCO
1• ,6 n.y;•, Bi IC
tz. S/
n
fnipinunll
COLOc` Expires
W' v
8
Eagle County,Colorado
REQUEST FOR PROPOSAL
EAGLE COUNTY EMERGENCY OPERATIONS CENTER
RAISED FLOORING SYSTEM
EAGLE,COLORADO
Eagle,Colorado July,2013
I. PROJECT DESCRIPTION
Eagle County("County")is soliciting Request for Proposals to provide and install a
used/refurbished 6"raised floor system for the new Emergency Operations Center in the Garden
Level of the Eagle County Building,500 Broadway,Eagle,Colorado.
The project involves the supply and installation of the following:
1. Approx.2,000 S.F of grounded 6"finished floor height(FFH)raised flooring system. Actual
quantities to be finalized prior to delivery.
2. 4'x 6' ramp and handrail.
3. 1-step and handrail.
4. Tile floor covering(color to be determined).
5. 16-four plex electrical boxes with data/voice capability.
6. Contractor to receive and transport flooring system to Garden Level. Freight elevator and
loading dock available for use.
7. Project is tax exempt.
8. Work to be completed on or about September 15,2013. To be coordinated with General
Contractor schedule.
This Project is supported by grant#12EM13EAGL, issued by the Division of Homeland Security
and Emergency Management.
II. CONTRACT PROVISIONS: The following are incorporated into the Bid and Contract without
limitation:
1 Davis-Bacon Act(40 U.S.C. SS 276a to 276a-7)as supplemented by Department of Labor
regulations(29 CFR Part 5)shall apply
2 Age Discrimination Act of 1975,42 U.S.C.Sections 6101, et seq.
3 Age Discrimination in Employment Act of 1967,29 U.S.C. 621-634
4 Americans with Disabilities Act of 1990(ADA),42 U.S.C. 12101,et seq.
5 Equal Pay Act of 1963,29 U.S.C. 206(d)
6 Immigration Reform and Control Act of 1986, 8 U.S.C. 1324b
Page 1 EXHIBIT
u A
7 Section 504 of the Rehabilitation Act of 1973,29 U.S.C. 794
8 Title VI of the Civil Rights Act of 1964,42 U.S.C.2000d
9 Title VII of the Civil Rights Act of 1964,42 U.S.C.2000e
10 Title IX of the Education Amendment of 1972,20 U.S.C. 1681, et seq.
11. Section 24-34-301,et seq.,Colorado Revised Statutes 1997,as amended
12 The applicable of the following:
12.1 Cost Principals for State,Local and Indian Tribal Governments,2 C.F.R. 225,(OMB
Circular A-87);
12.2 Cost Principals for Education Institutions,2 C.F.R. 220, (OMB Circular A-21);
12.3 Cost Principals for Non-Profit Organizations,2 C.F.R.230,(OMB Circular A-122),and
12.4 Audits of States,Local Governments,and Non-Profit Organizations(OMB Circular A-
133);and/or the Colorado Local Government Audit Law,29-1-601, et seq,C.R.S.,and
State implementing rules and regulations.
12.5 Immigration Status-Cooperation with Federal Officials,CRS 29-29-10I,et seq.
12.6 Davis-Bacon Act,40 U.S.C. SS 276a to 276a-7.
12.7 Copeland Act,40 U.S.C. S 276c and 18 U.S.C. SS 874.
12.8 Contract Work Hours and Safety Standards Act,40 U.S.C. SS 327-333,regarding labor
standards for federally assisted construction sub-awards.
12.9 Wild and Scenic Rivers Act of 1968, 16 U.S.C. SS 1271 et. seq.,related to protecting
components or potential components of the national wild and scenic rivers system.
12.10 National Historic Preservation Act of 1966,as amended, 16 U.S.C. 470,Executive Order
No. 11593 (identification and protection of historic properties),and the Archaeological
and Historic Preservation Act of 1974, 16 U.S.C.469a-1 et.seq.
12.11 Robert T. Stafford Disaster Assistance and Emergency Relief Act(Stafford Act),42
U.S.C. 5121 et seq.,as amended.
12.12 National Flood Insurance Act of 1968,42 U.S.C. 4001 et. seq.
12.13 Comprehensive Environmental Response,Compensation,and Liability Act of 1980
CERCLA),42 U.S.C. 104.
12.14 Department of Defense Authorization Act of 1986,Title 14,Part B, Section 1412,Public
Law 99-145, 50 U.S.C. 1521.
12.15 USA PATRIOT Act of 2001,(Pub.L. 107-56).
12.16 Digital Television Transition and Public Safety Act of 2005,(Pub L. 109-171)
13 Federal Emergency Management Agency,Department of Homeland Security Regulations: All
Applicable Portions of 44 CFR Chapter 1,with the following Parts specially noted and applicable to
all grants of FEMAJDHS funds:
13.1 Uniform Administrative Requirements for Grants and Cooperative Agreements to State
and Local Governments,44 C.F.R. 13.
13.2 Governmentwide Debarment and Suspension(Nonprocurement)and Requirements for
Drug-Free Workplace,44 C.F.R. 17.
Page 2
13.3 New Restrictions on Lobbying,44 C.F.R. 18
14 Privacy Act of 1974, 5 U.S.C. S 5529 and Regulations adopted thereunder(44 C.F.R. 6).
15 Prohibition against use of Federal Funds for Lobbying, 31 U.S.C. 1352
16 None of the funds made available through this agreement shall be used in contravention of the
Federal buildings performance and reporting requirements of Executive Order No. 13123,
part 3 of title V of the National Energy Conservation Policy Act, 42 U.S.C. 8251 et. Seq.,or
subtitle A of title I of the Energy Policy Act of 2005 (including the amendments made
thereby).
17 None of the funds made available shall be used in contravention of section 303 of the Energy
Policy Act of 1992,42 U.S.C. 13212.
18 Buy American Act,41 U.S.C. l0a et seq.
19 Relevant Federal and State Grant Program Guidance
III. OBJECTIVE OF THE REOUEST
The objective of the request is to select highly-qualified flooring system contractor or team. The
Request for Proposal documentation submitted shall serve as the basis for selection.
General information is provided to prospective firms concerning the Request for Proposals and the
awarding of the agreement.The Request for Proposals document is not intended to completely
define the selection or contractual relationship to be entered into by the County and the successful
firm.
IV. SELECTION CRITERIA
Respondents should address each of the evaluation criteria listed below and provide specific
examples of projects they have undertaken that demonstrate their qualifications:
a.General Approach to the Project: Provide a detailed narrative or other form to explain your
intended approach to the overall service needs of the County.
b. Experience: Each firm will be evaluated based on its overall experience providing services for
public buildings and experience with local government projects and regulations. Evaluation of
experience will include the following.
1. Resumes of the company and proposed members of the team who will be committed to the
project. Resumes must include a description of the person's qualifications,professional
licensing and past experience with similar projects.
Page 3
2. The firm's construction experience for public and other building facilities. Provide specific
examples of similar or larger projects and all applicable contact information, including owner
and other parties.
c.Schedule and Budget Constraints: Provide detailed recent history of project cost estimates,
change order history and schedules similar in scope. Identify your ability to undertake and
complete the project in a timely manner.
d.Legal Issues: Are any lawsuits; Federal, State or Local tax liens; or any potential claims or
liabilities pending against you,your firm or the officers of the firm at this time?If yes,please
explain.
V. METHOD OF AWARD
All proposals will be reviewed by Eagle County and any other review as determined to be necessary.
Firms may be asked to supplement their initial proposals with additional written material. The
County may short-list firms based upon an evaluation of the written submittals.
The County reserves the right to award this Contract to the firm that demonstrates the best ability to
fulfill the requirements of the project. The successful firm will be chosen based on the Proposal,
selection criteria evaluation,and any other review deemed prudent by Eagle County.
The firm selected will be given the first right to negotiate an Agreement acceptable to the County.
In the event that an Agreement satisfactory to the County cannot be reached, the County may enter
into negotiations with one or more of the remaining firms. The successful firm shall commence
work only after execution of an acceptable Agreement and approval of insurance certificates. The
successful firm will perform all services indicated in the proposal in compliance with the negotiated
Agreement.
VI. EAGLE COUNTY GOVERNMENT RIGHTS
The County reserves the right to reject all or portions of any or all Request for Proposals,to waive
irregularities and technicalities,to re-advertise,or to proceed to provide the services otherwise, in
the best interest of the County. The County may,at is sole discretion,modify or amend any and all
provisions herein. The County will not pay for any information herein requested,nor is it liable for
any costs incurred by the participating firm.
The County reserves the right to extend the Request for Proposals submittal date if needed. All
changes and/or clarifications will be distributed to all firms indicating interest in the form of
addenda. A list of firms and others who have been issued Request for Proposals documents will be
made available upon request.
VII. INSURANCE REQUIREMENTS
Page 4
Prior to the commencement of performance, the successful firm/joint venture shall furnish to the
County a certificate of insurance for workers' compensation and general liability,with limits of not
less than$1,000,000.
VIII. PROPOSAL MEETING/INOUIRIES
Any questions related to this request must be directed to the Eagle County Facilities Management
Department,Attention Ron Siebert,Project Manager,(EMAIL: ron.siebert(aeaglecounty.us; FAX
NO. 970-328-3539).
IX. SUBMISSION CRITERIA:
Firms interested in performing the professional services requested must submit the
following information:
1. One(1 )copy of their proposal.
2. Fee Schedule to provide the services for this project and hourly rates and
material mark-ups in advance of defining the scope of work.
Proposals shall be addressed to:
Eagle County Facilities Management Department
ATTN:Ron Siebert,Project Manager
Mail: PO Box 850
Eagle,CO 81631-0850
ron.siebert(n?eaglecounty.us
Physical: 3289 Cooley Mesa Road,Building A
Gypsum,CO 81637
All proposals shall be received by Friday, July 19, 2013, at 3:00pm., local time.
Proposals may be sent via US Mail, FedEx, UPS, hand delivered or emailed. Any
statement of qualifications received after this time will not be opened. Proposals will be
evaluated by a selection committee. The County reserves the right to reject any or all
proposals.
Page 5
9A
g
Quotation
Computer Sites,Inc. To: Eagle County Data: 8/1/2013
1225 S Huron St. 303 871-0550 Phone Your req.No.:
Denver,CO 80223 303 871-0515 Fax Our quota No.:
Quota valid for:30
Attn: Barr/Smith/Ron Siebert
By: Phone:
Vem Shuize Fax: Project EOC
Ilan Lead - Modal Unit Extended
No. Qty ARO No. Description Price Price
2000 sq ft Access Flooringat EOC
1 Used Tate AN Steel HPL Finish(will have small blemishes in fnish)
Under Structure Freestanding-6"FFH
Installation based on standard labor&working hours
Ramp&Step 1 each 4 x 6 and 1 step
Handrail 1 step handrail 81 ramp herxhaN included
1 Total Used flooring/labor 522.500.00 $22,500.00
1 Davis Bacon Wages Adder 1,375.00 $1,375.00
available color in used floor is Grey Manila ST6-1
Electrical Box Cutouts 16 Electrical box cutouts included
Uncluded data&adr plates
Carpet Option Add Mannington Berbecoa carpet tile Add$9400
Not included.
Grounding of system
Landing tile
Rubber base
Wages:Carpenter$55 per hour
Notes)Exceptions: Used Flooring Is subjects prior sale-it is ctxrenHy available. Sub Total:23.875.00
Taxes: 0.00
Est Freight Included
Grand Total:23,875.00
Patrraie mime Lease options
MOW FROM available.
a Iti Customer Acceptance:
Authorization to proceed with the above listed proposal.
asttollmemeear
z
Dew
EXHIBITmoiseppuimlallieseganiumams
az;
1. :
o E o
n
i..—...,......—.—.a
0I
r
r' 11111200,1
t,..
EOG/7RAINN6
2
ROOM PM
Ai
COMM.RPM! , O! W O 2•
r h. I
Z
7
n x B1 1 a
CY MMN.M '131 W
f MACS
et as ra
ED .
a
R
tea~
A O I
Q
I EI—
1 . 1 1. . . 1 IA
EXHIBIT
I G"