59
Page i PROJECT MANUAL Converse County Joint Justice Center 2018 CCJCC Joint Communications Center Project Converse County, Wyoming OWNER: CONVERSE COUNTY JOINT JUSTICE CENTER DOUGLAS, WY 82633 October 30, 2017

OWNER: CONVERSE COUNTY JOINT JUSTICE CENTER …

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page i

PROJECT MANUAL

Converse County Joint Justice Center

2018 CCJCC Joint CommunicationsCenter Project

Converse County, Wyoming

OWNER:

CONVERSE COUNTY JOINT JUSTICE CENTERDOUGLAS, WY 82633

October 30, 2017

Page ii

Converse County Joint Justice Center2018 CCJJC Joint Communications Project

Converse County, Wyoming

TABLE OF CONTENTS

TITLE PAGE NO.

Invitation for Bids 3 - 4

Instructions to Bidders 6 - 11

Bid Form 12 - 19

Contract Agreement 20 -24

General Conditions 25 – 32

Technical Specifications 33 - 51

Standard Forms 52 - 55

Appendices:

A. Contractor Authority Statement

B. ANSI/HFES 100 – 2007 pertinent excerpts

C. Ergonomic Console Height Requirements Drawings

D. Specification Compliance Table

E. Testing Certification1. ANSI/BIFMA structural integrity and durability tests

a. ANSI/BIFMA X5.5-2008 Desk/Table Productsb. ANSI/BIFMA X5.9-2004 Storage Unitsc. ANSI/BIFMA X5.6-2003 Panel Systems Standard

2. Acoustical NRC rating per ASTM C423-08a (minimum .65)3. Surface Burning Characteristics of Building Materials ASTM E-84-09a

F. Owner Center Construction Rendering

Page iii

INVITATION FOR BIDS

Page iv

INVITATION FOR BIDS

CONVERSE COUNTY JOINT JUSTICE CENTER2018 CCJJC JOINT COMMUNICATIONS CENTER PROJECT

CONVERSE COUNTY, WYOMING

Invitation for Bids for the furnishing, delivery, assembly and installation of fourergonomic emergency communications workstations with cable management system,(4) drawer pedestals, (8) Lateral Files, (3) Rotating Resource Guides under worksurface, Cabling Management System, Climate Control at each work station for heatand air conditioning and task lighting, anti-microbial work surface and all associatedmaterials and mechanisms required for the project. Functionality, durability andaesthetics will be considered.

Notice is hereby given that Converse County Joint Justice Center (Owner) will receivesealed bids prior to 4:00 PM MDT on November 10, 2017 at the Converse CountyClerk’s Office, 107 N. 5th St., Douglas, Wyoming for the furnishing, delivery, assemblyand installation of the proposed emergency communications workstations with cablemanagement system, (4) drawer pedestals, (8) Lateral Files, (3) Rotating ResourceGuides under work surface, Cabling Management System, Climate Control at eachwork station for heat and air conditioning and task lighting, anti-microbial work surfaceand all associated materials and mechanics. The Contract Documents are availableelectronically. Contact Hal Hutchinson at 307-441-0183 or [email protected] torequest a set of the documents.

No bids will be opened unless sealed and filed with the Converse County Joint JusticeCenter and accompanied by a money order, certified check, or bid bond payable to theOwner for 10% of the bid amount (to be forfeited as liquidated damages in the eventthat the bidder fails to enter promptly into a written agreement contract and furnish therequired documents).

The successful bidder shall provide a 100% Performance Bond.

In accordance with Wyoming Statutes, a five percent (5%) bid preference will apply tobids from Wyoming Resident Contractors.

The Owner reserves the right to reject any or all proposals and to waive informalitiesand irregularities in proposals.

END OF INVITATION

Publish: November 1st and 8th, 2017

Page v

INSTRUCTIONS TO BIDDERS

Page vi

INSTRUCTION TO BIDDERS

OWNER:

Converse County Joint Justice Center107 N. 5th St., Douglas, WY 82633

ENGINEER:

Hal Hutchinson, Owner’s Representative107 N. 5th St., Suite B-3Douglas, WY 82633

PROJECT:

2018 Converse County Joint Justice Center (CCJJC) Joint Communications CenterProject. Furnishing, delivery, assembly and installation of four ergonomic emergencycommunications workstations with cable management system, (4) drawer pedestals, (8)Lateral Files, (3) Rotating Resource Guides under work surface, climate control at eachwork station for heat and air conditioning and task lighting, anti-microbial work surfaceand all associated materials and mechanisms that are required for the project.

To be considered, Proposals must be made in accordance with these Instructions to

Bidders.

1. OBTAINING DOCUMENTS

A. Bidders may obtain a digital copy from the Engineer upon request.Contact Hal Hutchinson at 307.441.0183 or [email protected] forinformation

2. EXAMINATION OF DOCUMENTS AND SITE

Bidders shall carefully examine the Documents and will not be given extra payments forconditions, which can be determined by examining the Documents.

3. RESOLUTION OF DISCREPANCY

A. Submit all questions about the Project Manual to the Engineer in writing.Replies will be issued to all prime bidders of record as Addenda and will become part ofthe Contract. The Engineer and the Owner will not be responsible for oral clarification.Questions received less than 7 days before the bid opening cannot be answered.

B. Should conflict occur in or between the Project Manual and nointerpretation is requested, Bidder is deemed to have estimated the more expensiveway of doing work and the Engineer will decide which stipulation will provide the bestinstallation.

Page vii

4. SUBSTITUTIONS OF MATERIALS AND/OR METHODS

A. If applicable, materials, products, equipment or services specified bymanufacturer, brand or trade name, or catalog reference shall be the basis for theContractor’s Proposal. It is not the intent to limit competition, and Materials, Products,Equipment or services other than those specified will be permitted if they have beenapproved in writing by the Engineer prior to the bid opening.

B. To obtain approval to use unspecified materials, products, equipment orservices, bidders (prime Contractors, Subcontractors, suppliers, manufacturers, etc.)shall submit written requests at least 7 calendar days prior to bidding. Requestsreceived after this time will not be considered.

C. Request shall clearly describe the product for which approval is asked,including all performance data necessary to demonstrate acceptability.

D. Request shall show in detail the Paragraphs and / or Drawing Detailsfrom which the proposed item varies from the items specified, and shall providecomplete data showing and explaining in detail all such changes or variations the Bidderproposes to make from the Project Manual. If no variances or changes are noted, thesubstituted items shall meet the applicable specifications in every way.

E. On request of the Engineer, the Bidder at his own expense, shall furnishinformation or data concerning the materials, apparatus, equipment, or process offeredby him as equal to, and as a substitute for, that indicated or specified by name; and ifthe Engineer shall so require, the Bidder at his own expense shall have said material,apparatus, equipment or process tested under the direction of the Engineer, as to itsperformance data / specifications and / or other characteristics.

F. If the Engineer accepts such substitutions, he will do so for the designconcept only and will so advise plan holders in an Addendum issued to all prime bidderson record.

G. If the Bidder does not offer any substitute in the manner required in thisSection, or, if a substitute so offered is not deemed by the Engineer to be equal and / oracceptable to that indicated or specified, then the Contractor shall furnish all materialsindicated or specified by name.

5. BASIC OF PROPOSALS

A. Types of Bids: The Owner invites bids as follows and as hereinafterdescribed:

Bids for providing all labor, materials, equipment and services necessary toperform all work required for furnishing, delivery, assembly, and installation of fourergonomic emergency communications workstations with cable management system,(4) drawer pedestals, (8) Lateral Files, (3) Rotating Resource Guides under worksurface, climate control at each work station for heat and air conditioning and tasklighting, anti-microbial work surface and all associated materials and mechanisms thatare required for the project, as intended by the Project Manual and further detailed inthe Bid Proposal.

Page viii

B. BIDDING PROCEDURE:

1. Proposals for the project will be received up to but no later than thetime hereinafter noted and at the time will be publicly opened and read aloud.

Time, Date: 4:00PM MDT, Friday, November 10th, 2017

Place: Converse County Clerk’s Office107 N. 5th St.Douglas, WY 82633

2. Bid shall include all labor, materials, equipment and servicesnecessary to furnish, deliver, assemble and install the four ergonomic emergencycommunications consoles with cable management system, (4) drawer pedestals, (8)Lateral Files, (3) Rotating Resource Guides under work surface, climate control at eachwork station for heat and air conditioning and task lighting, anti-microbial work surfaceand all associated materials and mechanisms that are required for the project asindicated in the Project Manual.

6. PREPARATION OF PROPOSALS

A. To be entitled to consideration, Proposals must be in compliance with thefollowing instructions: Proposals shall be in the form, which is bound with the ProjectManual and all blank spaces in the form shall be filled. Discrepancies between themultiplication of units of Work and unit prices will be resolved in favor of the unit prices.Discrepancies between the sum of any column of figures and correct sum thereof will beresolved in favor of the correct sum. Discrepancies between the words and figures willbe resolved in favor of the words. The signature shall be in longhand the complete formshall be without interlineations, alterations or erasures.

B. Bid must give full firm name and address of bidder. Failure to manuallysign bid will disqualify it. Person signing bid should show TITLE or AUTHORITY TOBIND HIS FIRM IN A CONTRACT.

C. Bidder must complete with his bid the requested names ofSubcontractors or Organizations proposed for the portions of the work and as listed onthe proposal form.

D. Facsimile Proposals will be accepted if facsimiles contain all informationrequired in Articles 6 & 7 of Instructions to Bidders and are delivered as per Article 8 ofInstructions to Bidders. In addition, Bidder shall be required to provide the Owneroriginals of said Documents within forty-eight (48) hours of the Bid Opening.

7. BID SECURITY INFORMATION

All proposals must be accompanied by a cashiers check, irrevocable letter ofcredit or a Bid Bond executed by the bidder as principal and satisfactory SuretyCompany executed in favor of the Owner in the amount of ten (10%) percent of themaximum amount of the Proposal. Bid Bond shall be accompanied by a certified copy ofPower of Attorney and shall be signed or countersigned by an Agent of the BondingCompany. The cashiers check, irrevocable letter of credit or Bid Bond will be retained

Page ix

by the Owner as liquidated damages if the successful bidder refuses or fails to enterinto a contract or to furnish a 100% Contractor’s Performance Bond, and meet therequired provisions for insurance in accordance with the Specifications, within ten (10)days after being notified of the award of the Contract.

8. IDENTIFICATION & SUBMITTAL OF PROPOSAL.

Each bid must be addressed to the Owner in an opaque sealed envelopebearing on the outside the name of the bidder, his address, and the name of the Projectfor which the bid is submitted.

9. MODIFICATION & WITHDRAWAL OF PROPOSAL

A. Telegraphic, oral or telephonic Proposals will not be considered, buttelegraphic modifications of Proposals already submitted will be considered if receivedprior to time of the opening provided that such modifications are confirmed in writingover the signature of the bidder within forty-eight (48) hours thereafter, provided furtherthat the Owner may, at his discretion, waive failure of the bidder to so confirm suchmodification. Telegraphic modifications, if not explicit and if in any case subject tomisinterpretation shall make the Proposal so modified or amended subject to rejection.

B. Any bidder may withdraw his bid at anytime prior to the scheduled closingtime for the receipt of bids, but no bid shall be withdrawn for a period of thirty (30) daysafter the scheduled time for receipt of bids.

10. DISQUALIFICATION OF BIDDERS

The Owner may make such investigations as he deems necessary to determinethe ability of the bidder to perform the Work, and the bidder shall furnish to the Ownerall such information and data for this purpose as the Owner may request. The Ownerreserves the right to reject any bid if the evidence submitted by, or investigation of, suchbidder fails to satisfy the Owner that such bidder is properly qualified to carry out theobligations of the Contract and to complete the work contemplated therein. Conditionalbids will not be accepted.

11. OPENING OF PROPOSALS

Proposals will be opened as stated in the Invitation to Bid and in the precedingparagraphs. Proposals received prior to the time of opening will be securely kept andunopened. The officer whose duty it is to open them will decide when the time specifiedhas arrived, and no proposal received thereafter will be considered.

12. AWARD OF CONTRACT

The Owner reserves the right in awarding contracts to consider the competency,responsibility and suitability of the bidder, as well as the amounts of the various bids,Contracts therefore will not necessarily be awarded to the low bidders. The Ownerfurther reserves the right to accept or reject alternates in any order or combination, toaccept or reject any bid on any section or all sections as stated in the Project Manual, towaive any irregularities or informalities and to award contracts in the best interest of theOwner.

Page x

13. POST BID INFORMATION

A. Upon request by the Engineer, the low bidder or bidders shall withinseven (7) days thereafter submit the following:

1.Certification indicating that the Bidder is an authorized dealer for theproduct and not a reseller.

B. The bidder will be required to establish to the satisfaction of the Engineerand the Owner the reliability and responsibility of the proposed Bidder to furnish theitem described in the Project Manual.

C. Prior to the award of the Contract, the Engineer will notify the bidder inwriting if either the Owner or the Engineer has reasonable and substantial objection toany person or organization on such list. If the Owner or Engineer has a reasonable andsubstantial objection to any person or organization, the bidder may, at his option,withdraw his bid without forfeiture of bid security. If the bidder submits any acceptablesubstitute with an increase in his bid price to cover the differences in cost occasioned bysuch substitution, the Owner may, at his discretion, accept the increased bid price or hemay disqualify the bidder.

14. EXECUTED CONTRACT

A. Simultaneously with his delivery of the executed Contract, the Contractorshall furnish the performance bond and other required documents.

15. WYOMING SALES OR USE TAX

Contractors furnishing materials, equipment and supplies for Converse CountyJoint Justice Center for their performance of alteration, improvement or repair of realproperty are not subject to the Wyoming Sales Tax pursuant to Tax License No. 24-T-880. Contractors are subject to Wyoming Use Tax. For additional information, contact:The Department of Revenue and Taxation, Contracts Section, 2200 Carey Avenue,Cheyenne, Wyoming, 82002.

16. TIME OF COMPLETION

Notice to Proceed shall be issued on or before November 14, 2017. The work tobe performed under this Contract shall commence on written Notice to Proceed andshall be complete by January 2, 2018. If the work under this contract is not completed inaccordance with the Contract Documents on or before January 2, 2018, then liquidateddamages shall become payable on the next succeeding day in the amount of $100.00 aday for each calendar day the work is not completed and ready for Final Payment.

Page xi

17. WYOMING STATUTES

A. “Preference shall be given to Wyoming laborers and materials as required byWyoming Statutes, Section 16-6—104.”

B. “Preference shall be given to Wyoming Contractors as defined by WyomingStatutes, Section 16-6-101, in accordance with the provisions of Section 16-6-102.Attention is also called to the provisions of Section 16-6-103 with respect tosub—Contractors by a successful resident bidder.”

C. “Resident Bidders attention is called to Wyoming Statute 16-6-103 regardinglimitation of out-of-state subcontracts. Subcontracts in excess of 20% of the bid pricemay affect the Bidder’s resident status and 5% preference over non—resident biddersper Wyoming Statute 16— 6—102.”

D. “Attention is called to the provisions of Wyoming Statutes, Section 16-6-121pertaining to notice of intent to take advantage of liens or bonds.”

E. “Attention is called to the provisions of Wyoming Statutes, 1 Section 16—6—201thru 206 pertaining to Preference for State Laborers if applicable. Final settlementwith, and payment to Contractor shall be in accordance with Wyoming Statute 16-6-116.

Page xii

BID FORM

Page xiii

BID FORM

CONVERSE COUNTY JOINT JUSTICE CENTER2018 CCJJC JOINT COMMUNICATIONS CENTER PROJECT

CONVERSE COUNTY, WY

Proposal of (Bidder)

____________________________________________________(Address)

___________ ________ _______(City) (State) (Zip)

OWNER: Converse County Joint Justice Center107 N. 5th St.Douglas, WY 82633

BID OPENING DATE: Friday November 10, 2017, 4:00 PM MDT

BID OPENING LOCATION: Converse County Clerk’s Office107 N. 5th St.Douglas, WY 82633

This proposal is for furnishing, delivery, assembly and installation of four ergonomicemergency communications consoles with cable management system, (4) drawerpedestals, (8) Lateral Files, (3) Rotating Resource Guides under work surface, climatecontrol at each work station for heat and air conditioning and task lighting, anti-microbialwork surface and all associated materials and mechanisms that are required for theproject.

The undersigned, hereinafter referred to as bidder, hereby proposes to furnish allmaterials machinery, tools, equipment, and supplies, and perform all labor necessary tocomplete the work described below, in accordance with the Project Manual for theprices set forth in the following schedule.

Page xiv

BID PROPOSAL

Bidder agrees to perform all of the work described in the Project Manual as follows:

Item No. Item Unit Quantity Unit Price Extension

1) Ergonomic Emergency EA 4Communications Console with

Cable Management System

2) Drawer Pedestal EA 4

3) Lateral Files EA 8

4) Rotating Resource Guides EA 3

4) Force Account LS 1 $3,000.00 $3,000.00

TOTAL BID PRICE / ITEM NOS. 1 - 4 $___________

WORDS

_____________________________________________________________________

______________________________________________________________________

The Bidder hereby covenants and agrees as follows:

A) That the Bidder is the only person or party interested in this Proposal, andthat this Proposal is made without collusion with any person, firm or corporation.That the Bidder has carefully examined the Project Manual governing the workincluded in this Proposal, and has inspected the site of the work and fullyunderstands the physical conditions under which the work must be performed.

B) That the Bidder will perform all extra work that may be required subject tothe provisions set forth in the Project Manual.

C) To execute a contract covering the work and to furnish a PerformanceBond for 100% of the Total Bid Price (or equivalent security) subject to the reviewand approval of the County Attorney.

Page xv

D) To commence contract time in accordance with the Notice to Proceed tobe issued on or about November 14, 2017 and to complete all of the work on orbefore January 2, 2018. That as evidence of good faith and as a guaranty thatthe Bidder will enter into the contract and furnish the Performance bondmentioned above, there is enclosed herewith a bid bond, certified check, ormoney order payable to Converse County Joint Justice Center in the amount of10% of the Bid Proposal. In case of failure of the Bidder to execute the Contractand furnish the performance bond, the Bidder shall pay to Converse County JointJustice Center the difference between the low bid and such larger amount not toexceed the ten percent penalty for which Converse County Joint Justice Centermay in good faith contract with another party to perform the work covered by saidbid.

E) That the proposal guaranty shall remain in the possession of ConverseCounty Joint Justice Center until delivered to the Bidder in person or to his agent,or until Converse County Joint Justice Center is granted a special power-of-attorney by the Bidder to return such proposal guaranty by registered U.S. Mail.

F) That Converse County Joint Justice Center reserves the right to reject anyor all proposals, and to waive informalities and irregularities in proposals.

______________________ __________ __________Authorized Official of Bidder Title Date

Having been first duly sworn on oath deposes and says that statements made on theCERTIFICATION FOR FREE COMPETITIVE BIDDING are true, and I also herebycertify that I have the authority to submit this bid.

____________________________________(Name of Person, Firm, Association or Corp.)

Subscribed in my presence and sworn to before me this ___ day of _____________, 2017.

(SEAL)

My commission expires: __________________

Page xvi

CERTIFICATION OF SUSPENSION OR DEBARMENT

Or any person or persons associated therewith in the capacity of owner, partner,director or officer authorized to sign contracts:

Is currently under suspension, debarment, voluntary exclusion, or determinationof ineligibility by any federal agency?

Has been suspended, debarred, voluntarily excluded, or ineligible by any federalagency within the past three years?

Does have a proposed debarment pending?

Has been indicted, convicted, or had a civil judgment rendered against (it) by acourt of competent jurisdiction in any matter involving fraud or official misconductwithin the past three years?

Applicable: If answer is YES to any of the following four items above,insert Suspension of Debarment actions below:

Suspension or Debarment actions will not necessarily result in denial of award, but willbe considered in determining bidder responsibility. For any Suspension or Debarmentnoted, indicate below to whom it applies, initiating agency, and dates of action.

SUSPENSION OR DEBARMENT LISTING

APPLIES TO WHOM INITIATING AGENCY DATES OF ACTION

The person or persons signing this Proposal do hereby certify, under penalty of perjury,that this CERTIFICATION OF SUSPENSION OR DEBARMENT is a true and accuratestatement.

Page xvii

CERTIFICATION OF NON-COLLUSION BIDDING

1) That by submission of this bid, each bidder and each person signing on behalf of any bidder, certifies as to their own organization, under penalty of perjury, that to the best of their knowledge and belief:

A) The prices in this bid have been arrived at independently without collusion,consultation, communication, or agreement with any other bidder, or withany competitor for the purpose of restricting competition.

B) Unless required by law, the prices, which have been quoted in this bid,have not been knowingly disclosed and shall not be knowingly disclosedby the bidder, directly or indirectly, to any other bidder or competitor priorto opening of bids.

C) No attempt has been made or shall be made by the bidder to induce anyother person, partnership or corporation to submit or not to submit a bidfor the purpose of restricting competition.

2) A bid will not be considered for award, nor will any award be made where therehas not been compliance with 1) A, B, and C above. If the bidder cannot makethe foregoing certification, the bidder shall so state and shall furnish with the bida signed statement, which sets forth in detail the reasons why the certificationcannot be made. Where 1) A, B, and C above have not been complied with, thebid will not be considered for award, nor will any award be made unlessConverse County Joint Justice Center determines that such disclosure was notmade for the purpose of restricting competition.The fact that a bidder has published price lists, rates, or tariffs covering itemsbeing procured; or has informed prospective customers of proposed or pendingpublication of new or revised price lists of such items; or has sold the same itemsto customers at the same prices being bid, does not constitute a disclosure withinthe meaning of 1) A above.

The bid made to Converse County Joint Justice Center shall be deemed to have beenauthorized by the Board of Directors of the bidder. Such authorization shall be deemedto include the signing and submission of bid, and the inclusion therein of the certificateas to non-collusion on the part of the corporation.

The signers of this proposal hereby tender to Converse County Joint Justice Center thissworn statement that the named Contractor has not, either directly or indirectly, enteredinto any agreement, participated in any collusion, or otherwise taken any action torestrain free competitive bidding in connection with this proposal.

Page xviii

CERTIFICATION OF NON-DISCRIMINATION

The bidder hereby certifies that all persons employed by their firm, their affiliates,subsidiaries, or holding companies are treated equally by their firm without regard to orbecause of race, religion, ancestry, national origin or sex as required by Federal andState anti-discrimination laws. The bidder further certifies and agrees that it will dealwith Subcontractors, bidders, or vendors without regard to or because of race, religion,ancestry, national origin, or sex. Violation of this certification may constitute a materialbreach of contract upon which Converse County Joint Justice Center may determine tocancel, terminate, or suspend the contract as per the provisions of the State ofWyoming Executive Department Executive Order 1976-6.

CERTIFICATION OF PREVIOUS EEO PERFORMANCE

Certification with regard to the Performance of Previous Contracts or Subcontractssubject to the Equal Opportunity Clause and the filing of Required Reports.

Does the Bidder hereby certify that they have participated in a previous contractor subcontract subject to the equal opportunity clause, as required by ExecutiveOrders 10925, 11114, or 11246.

Has the bidder filed with the Joint Reporting Committee, the Director of the Officeof Federal Contract Compliance, a Federal Government contracting oradministering agency, or the former President's Committee on EqualEmployment Opportunity, all reports due under the applicable filingrequirements?

Note: The above certification is required by the Equal Employment OpportunityRegulations of the Secretary of Labor (41 CFR 60-1.7(b)(1), and must be submitted bybidders and proposed Subcontractors only in connection with contracts andsubcontracts which are subject to the equal opportunity clause. Contracts andsubcontracts which are exempt from the equal opportunity clause are set forth in 41CFR 60-1.5 (Generally only contracts or subcontracts of $10,000 or under are exempt).

Currently, Standard Form-100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations.

Proposed prime Contractors and Subcontractors who have participated in a previouscontract or subcontract subject to the Executive Orders and have not filed the requiredreports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts andsubcontracts unless such Contractor submits a report covering the delinquent period orsuch other period specified by the Federal Highway Administration or by the Director,Office of Federal Contract Compliance, U.S. Department of Labor.

Page xix

By signing this Proposal, the bidder signifies that he has complied with the provisions of“CERTIFICATION OF SUSPENSION OR DEBARMENT, CERTIFICATION OF NON-COLLUSIVE BIDDING, CERTIFICATION OF NON-DISCRIMINATION, ANDCERTIFICATION OF PREVIOUS EEO PERFORMANCE”, as they apply to this project.

ADDENDA

The bidder hereby acknowledges receipt of the following addenda:

Addenda No. Date

FAILURE TO COMPLETE THIS FORM IN ITS ENTIRETY BY THE BIDDER WILLRESULT IN THE ENTIRE PROPOSAL BEING CONSIDERED IRREGULAR AND MAYBE REJECTED BY CONVERSE COUNTY JOINT JUSTICE CENTER.

PROPOSAL EXECUTION CHECKLIST

BIDDERS ARE ENCOURAGED TO USE THE FOLLOWING CHECKLIST WHEN PREPARING THEIR PROPOSAL.

ITEMS TO COMPLETE COMPLETED

Included Bid Proposal Price ( )

IS PROPOSAL SIGNED AND DATED? ( )

If this is a JOINT BID, have BOTH PARTIES signed the PROPOSAL? ( )

IS PROPOSAL NOTARIZED? ( )

BID BOND EXECUTION CHECKLIST (If applicable)

ITEMS TO COMPLETE COMPLETED

Is your surety company's name on it? ( )Is the bond made out for 10% of the amount bid? ( )Is the project number or description filled out? ( )Is it dated, signed, sealed and witnessed? ( )Is the power-of-attorney attached to it? ( )

Page xx

CONTRACT AGREEMENT

Page xxi

CONTRACT AGREEMENT

THIS AGREEMENT, made in triplicate and entered into this _______day of ,

2017, by and between CONVERSE COUNTY, WYOMING, hereinafter called County and

____________________ in the State of ______________________, hereinafter called the Contractor.

WITNESSETH: That for and in consideration of the payments, covenants, and agreements

hereinafter mentioned to be kept and performed by the parties hereto, the said parties hereby covenant

and agree as follows:

I. The Contractor shall perform the work located in the County of Converse, State of Wyoming,

known as the 2018 CCJJC Joint Communications Center Project / Converse County Joint Justice Center

in a good, workmanlike and substantial manner and to the full satisfaction of and under the supervision of

the County. In the prosecution of the work the Contractor shall, at his own cost and expense, furnish all

labor, machinery, tools, equipment, materials, and supplies and shall perform the work in strict conformity

with the Project Manual attached hereto on file in the office of the County, all of which are hereby made a

part hereof with the same force and effect as if attached hereto or spread at length herein.

II. In consideration of the covenants and agreements to be kept and performed by the Contractor

and for the faithful performance of this contract and the completion of the work as set forth in the Project

Manual herein referred to and made a part of this contract, the County shall pay and the Contractor shall

receive and accept as full consideration for all materials (except materials furnished by the County)

machinery, supplies, tools, and equipment furnished and labor done by the Contractor under this contract

at prices stipulated in the proposal.

III. No work shall commence until receipt of a written "Notice to Proceed" issued on or about

November 14, 2017. All work shall be completed on or before January 2, 2018.

PROVIDED, however, that should the Contractor be delayed in the completion of the work from

causes arising beyond the control and without the fault or negligence of the Contractor, including but not

restricted to acts of God, acts of the State of Wyoming, acts of another Contractor in the performance of a

Page xxii

contract with the County, fires, floods, strikes or unusually severe weather, and provided further that the

Contractor provide written notification, within seven (7) calendar days of said delay, and describes the

cause of said delay, then the completion date shall be extended accordingly. The County hereby reserves

the right to accept and make use of any portion of said work before the completion of the entire work

without invalidating the contract, or binding said the County to accept the remainder of the work or any

portion thereof whether completed or not, and without in any way thereby releasing the surety on the

bond of the said Contractor.

IV. All payments including final payments will be based upon work completed and will as

computed by the County in the laws of the State of Wyoming require the manner.

V. Time shall be the essence of this contract on the part of the Contractor, and it is hereby

agreed by the parties hereto that in case all the work called for under said contract, in all parts and

requirements, is not completed by and at the time herein mentioned or by and at such other time to which

the period of completion may be extended, damage will be sustained by the County, and that it is and will

be difficult or impossible to ascertain and determine the actual damage which the County will sustain in

the event of and by reason of such delay. It is therefore agreed that said Contractor shall pay to the

County, as liquidated damages and not as penalty, $100.00 (One hundred and no/100 dollars) per day

for each and every calendar day of the additional time in excess of the contract time limit and any

granted extension thereof, which said amount is hereby agreed upon as the damage that will be suffered

by the County. Failure to complete the work within the time named shall cause the liquidated damages to

be deducted from the amount due or to become due to the Contractor. Such payments or deductions

shall not in any degree release the Contractor from further obligations and penalties in respect to the

fulfillment of the entire contract, nor any right which the County may have to claim, sue for and recover as

compensation and damages for nonperformance of this contract.

VI. Any dispute concerning a question of fact or law arising under this contract that is not

disposed of by agreement shall be disposed of in the manner required by the law of the State of

Wyoming.

Page xxiii

VII. It is specifically agreed between the parties executing this contract that it is not intended by

any of the provisions of any part of the contract to create the public or any member thereof a third-party

beneficiary hereunder, or to authorize anyone not a party to this contract to maintain a suit for personal

injuries or property damage pursuant to the terms or provisions of this contract.

VIII. The Contractor shall indemnify and save harmless the County, its officers, Consultants, and

employees from all suits, actions, or claims of any character brought because of any injuries or damage

received or sustained by any person, persons, or property; on account of the operations of said

Contractor; or on account of or as a consequence of any neglect in safeguarding the work, or through use

of unacceptable materials in constructing the work; or because of any act or omission, neglect, or

misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of

patent, trademark, or copyright; or from any claims or amounts arising or recovered under the Workmen’s

Compensation Act, or any other law, ordinance, order, or decree. So much of the money due the said

Contractor under and by virtue of his contract as may be considered necessary by the County for such

purpose may be retained for the use of the County; or, in case no money is due, the Contractors surety

may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid

shall have been settled and suitable evidence to that effect furnished to the County, except that money

due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is

adequately protected by public liability and property damage insurance.

IX. Any and all Exhibits to this Contract as set forth below are incorporated by reference as if

fully set forth herein.

X. The County does not waive its sovereign immunity by entering into this Contract and fully

retains all immunities and defenses provided by law with respect to any action based on or arising from

this Contract.

Page xxiv

IN WITNESS WHEREOF, The County has caused this agreement to be executed by the Board of County Commissioners, and its official seal affixed, and the Contractor hasexecuted the same on the date above written.

(SEAL)

Witness: __________________________

Contractor

Title

Attest: ____________________________ BOARD OF COUNTY COMMISSIONERSCONVERSE COUNTY, WYOMING

Lucile Taylor / County Clerk

Rick Grant, Chairman Converse County Board of County Commissioners

Converse County Joint Powers Board

(SEAL)

Exhibits to Contract: 100% Performance and Power ofAttorney dated ( pages)Bid Form dated November 10, 2017 ( pages)Notice of Award dated , 2017 (1 page)

Notice to Proceed dated , 2017 (1 page) Project Manual dated October 30, 2017 ( pages)

Schedule of Rates Work Schedule

Page xxv

GENERAL CONDITIONS

Page xxvi

GENERAL CONDITIONS

INDEX OF GENERAL CONDITIONS

I. INTRODUCTIONS / DEFINITIONS

II. GENERAL REQUIREMENTS

A. BONDSB. INDEMNIFICATIONC. NONDISCRIMINATION

III. PROJECT RELATED REQUIREMENTS

A. PERMITS, FEES AND NOTICES

IV. CONTRACT DOCUMENTS

A. ERRORS OR OMISSIONS IN THE CONTRACT DOCUMENTSB. SHOP DRAWINGS, PROJECT DATA, SAMPLES C. RETENTION OF DOCUMENTS, SAMPLES AND SUBMITTALS

V. MATERIALS

A. WARRANTYB. CORRECTING DEFECTIVE WORK

VI. PROJECT SCHEDULE AND PAYMENTS

A. DELAYS AND EXTENSIONS OF TIMEB. SUSPENSION OF WORKC. TERMINATIOND. PAYMENTS TO CONTRACTOR

I. INTRODUCTION / DEFINITIONS

The following General Conditions shall be incorporated in all bid specificationspromulgated by and any agreements for construction services entered into by ConverseCounty Joint Justice Center.

Where the word “Consultant”, a consulting discipline directly responsible for a specificproject, i.e., Architect, Engineer, or Landscape Architect, is referred to throughout the

Page xxvii

Contract Documents and these General Conditions, it shall mean the duly authorizedrepresentative of Converse County Joint Justice Center which may be a professionalfirm commissioned by Converse County Joint Justice Center or professional employeesof Converse County Joint Justice Center, acting directly or through its designatedrepresentatives who have been delegated the responsibility for preparation of theContract Documents and supervision of the construction, each acting within the scopeof the duties and authority delegated to him.

Where the word “Contractor” is referred to throughout the Contract Documents andthese General Conditions, it shall mean the individual, firm or corporation contracting forand undertaking prosecution of the prescribed work, the party of the second part to thecontract, acting directly or through a duly authorized representative.

Where the words “Construction Documents” are referred to, it shall mean and consist ofthe Advertisement for Bids, Instruction to Bidders, Proposal Form, Contract Form,General Conditions of Construction Agreements, Technical Specifications, Drawings,and all Addenda issued prior to and all modifications issued after execution of theContract. A modification is (1) a written amendment to the Contract signed by bothparties, (2) a Change Order, (3) A written interpretation issued by the Consultant, or (4)a written order for a minor change in the work issued by the Consultant.

II. GENERAL REQUIREMENTS

A. BONDS

1. The Contractor shall furnish a Performance Bond equal to 100% of the Contractamount, covering the faithful performance of the Contract. The bond shall remain ineffect for one year from date of final payment and be issued by an agent duly licensedto practice in the State of Wyoming.

B. INDEMNIFICATION

The Contractor shall indemnify and hold harmless Converse County Joint JusticeCenter and its representatives, agents and employees from all claims, damages, lossesand expenses, including but not limited to reasonable attorney’s fees, which areattributable to or are the result of a negligent or otherwise wrongful act or omission,including breach of a specific contractual duty of the Contractor or the Contractor’sSubcontractors, agents, employees, delegatees, suppliers, or anyone acting on behalfof the Contractor.

C. NONDISCRIMINATION

The Contractor will not discriminate against any employee or job applicant on thebasis of any legally protected category of individual, including but not limited to, race,color, religion, national origin, sex, age or disability with respect to any benefit orcondition of employment including, but not limited to, hiring, promotion, upgrading,

Page xxviii

demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or otherforms of compensation and benefits, and selection for training, including apprenticeship.

III. PROJECT RELATED REQUIREMENTS

A. PERMITS, FEES AND NOTICES

Unless otherwise provided in the Contract Documents, the Contractor shallsecure and pay for all applicable permits and governmental fees, licenses andinspections necessary for the proper execution and completion of the work which arecustomarily secured after execution of the Contract and which are legally required at thetime the bids are received. The Contractor shall provide and pay for all bonds that maybe required.

IV. CONTRACT DOCUMENTS

A. ERRORS OR OMISSIONS IN THE CONTRACT DOCUMENTS

1. The Contract Documents are to be thoroughly reviewed and examined by theContractor and any error, inconsistency or omission discovered as a result of this reviewshall be reported in writing to Converse County Joint Justice Center. The reporting ofany such error, inconsistency or omission by the Contractor to Converse County JointJustice Center shall relieve the Contractor of any liability resulting from any such error,inconsistency or omission. Performance of any portion of the work without ContractDocuments and, where required, approved shop drawings, product data or samplesshall be done at the Contractor’s sole risk.

2. Certain materials and equipment are specified by manufacturer or trade name toestablish standards of quality and performance. The name or make of any article,device, material, form of construction, fixture, etc., named in this specification shall beknown as a “standard” * specified and unless the Consultant, prior to bidding, hasapproved a substitution in writing, the specified “standard” shall be provided. Wheretwo or more items are specified the selection among the standards specified is theContractor’s option. See “Instructions to Bidders.”

4. Reference shall be made to the Project Manual for all product requirements andthe requirements shall be verified upon item delivery. No extra charge or compensationwill be allowed on account of a difference between the product requirements indicatedon in the Project Manual and the actual delivered product.

5. Should it appear that the work intended to be described, or any of the mattersrelative thereto, are not sufficiently detailed or explained in the Project Manual, theContractor shall apply to the Consultant for such further drawings or explanations asmay be necessary, and shall conform to the same as far as they shall be consistent withthe original requirements. In the event of any questions arising with respect to the truemeaning of the requirements of the Project Manual, reference shall be made to the

Page xxix

consultant whose decision shall be final and conclusive. In no case shall any workproceed with uncertainty.

B. REVIEW, APPROVAL AND SUBMISSION OF SHOP DRAWINGS, PRODUCTDATA, SAMPLES AND OTHER SUBMITTALS.

1. All submittals, including shop drawings, product data and samples, which theContractor is required under the Contract Documents to provide, whether preparedoriginally by the Contractor or someone else shall be reviewed, stamped with theContractor’s approval and submitted to the Consultant with reasonable promptness andin such sequence as to cause no delay in the work of Converse County Joint JusticeCenter or any separate Contractor. By approving and providing to the Consultant asubmittal, the Contractor represents that it has determined and verified all materials,field measurements and field construction criteria related to the submittal, or will do so,and that it has checked and coordinated the information contained within such submittalwith the requirements of the work and of the Contract Documents. Unless theContractor has specifically informed the Consultant in writing at the time of submissionthat a submittal contains a deviation from the requirements of the Contract Documents,the Contractor shall not be relieved of the responsibility for deviation by the Consultant’sapproval of the submittal. In addition, the Contractor will not be relieved of responsibilityfor errors or omissions in submittals by the Consultant’s approval. If the Contractorcommences work on any portion of the work requiring submission of a shop drawing,product data, sample or other submittal prior to its submission to and approval by theConsultant, such commencement shall be at the Contractor’s sole risk.

C. RETENTION OF DOCUMENTS, SAMPLES AND SUBMITTALS

The Contractor shall maintain in good order at the project site record copies of alldrawings, specifications, addenda, change orders and other modifications and shallmark them to show all deviations from them made during the manufacturing process.The Contractor shall also maintain shop drawings, product data, samples and all othersubmittals.

V. MATERIALS

A. WARRANTY

1. The Contractor warrants to Converse County Joint Justice Center thatmaterials furnished under the Contract will be brand new and current.

2. 3-year coverage for all product, delivery, assembly, and installation.Absolutely no costs associated with replacement or repair of any portion of theproduct or installation will be passed on to Converse County Joint Justice Centerduring the first 3 years of warranty.

Page xxx

3. Lifetime warranty on all structural components. After 3 years, labor andinstallation expenses associated with product replacement under the warrant willbe assessed on a case by case basis. Products not covered for life include:

a. Electrical Componentsb. Monitor Armsc. Input platform mechanism

4. An optional service and maintenance agreement can be quoted uponrequest to eliminate labor and installation expenses associated with productreplacement under the warrant after the initial 3-year period.

5. The work will conform with the requirements of the Contract Documents.Materials and work not conforming to this warranty shall be considered defective.

B. CORRECTING DEFECTIVE WORK

All defective material, equipment or work, whether observed before or after finalpayment and whether or not then fabricated, installed or completed, shall be promptlycorrected by the Contractor per the warranty terms for such defects. The Contractorshall be responsible for correcting such defective material, equipment or work, includingcompensating Converse County Joint Justice Center for losses incurred as a result ofthe defect. If the Contractor fails to correct defective material, equipment or work,Converse County Joint Justice Center may correct it at the expense of the Contractor.Converse County Joint Justice Center may deduct this expense from any monies dueunder the Contract or, if the cost of correcting the defects exceeds the amount due tothe Contractor under the Contract, may bring suit against the Contractor for the excess.Contractor agrees to pay the reasonable cost of such a suit, including attorney’s fees, ifConverse County Joint Justice Center prevails in whole or in part upon its claim.

VI. PROJECT SCHEDULE AND PAYMENTS

A. DELAYS AND EXTENSIONS OF TIME

1. In the event that the Contractor shall be delayed or hindered in or prevented fromperformance of any act required by the Contract by reason of unavoidable labor dispute,unavoidable inability to procure materials, failure of power, riots, insurrections, war, fire,adverse weather condition not reasonably anticipatable, other unavoidable casualties orother reasons of a like nature not the fault of the Contractor, then performance of suchacts shall be excused for the period of the delay and the period for the performance ofany such acts shall be extended for an equivalent period by a Change Order to theContract. If Converse County Joint Justice Center, the Consultant, or any separateContractor employed by Converse County Joint Justice Center delays the Contractor,this shall be considered an event of delay. However, in no event shall the Contractor beentitled to any compensation for any delay.

Page xxxi

2. The Contractor’s claims, if any, for extension of time must be made in writing toConverse County Joint Justice Center not more than five working days after theContractor has notice of the delay. Thereafter, the Contractor must provide full detailsand supporting documentation with regard to the cause of the delay within fifteenworking days of the initial notice of the delay to Converse County Joint Justice Center.If the initial notice and / or supporting documentation are not filed with Converse CountyJoint Justice Center in writing within the time period specified, the claim for delay shallbe waived.

B. SUSPENSION OF WORK

Converse County Joint Justice Center may order the Contractor, in writing, tosuspend all or any part of the work for such period of time as Converse County JointJustice Center may determine to be appropriate for its convenience. If any part of thework is suspended, the Contractor’s schedule for completion of the work shall beadjusted accordingly.

C. TERMINATION

1. Converse County Joint Justice Center may, by written notice to the Contractor,terminate this Contract in whole or in part at any time, for convenience or because ofthe failure of the Contractor to fulfill its contractual obligations. Upon receipt of suchnotice, the Contractor shall immediately discontinue all services affected and shalldeliver to Converse County Joint Justice Center all documents, samples, andsubmittals.

2. If the termination is for the convenience of Converse County Joint Justice Center,an equitable adjustment in the compensation of the Contractor shall be made, but noamount shall be allowed for anticipated profit, unperformed services or intangibles.

3. If the termination is due to the failure of the Contractor to fulfill its contractualobligations, Converse County Joint Justice Center may take over the work andprosecute the same to completion by Contract or otherwise and Converse County JointJustice Center shall be compensated by the Contractor for any losses or costs it incursby virtue of this termination for failure to perform.

D. PAYMENTS TO CONTRACTOR

1. At least ten days before the date for each progress payment established in theOwner-Contractor agreement, the Contractor shall submit to the Consultant an itemizedapplication for payment, notarized if required, supported by such date substantiating theContractor’s right to payment as Converse County Joint Justice Center may require,and reflecting retainage, if any, as provided elsewhere in the Contract Documents.Prepare and submit to Converse County Joint Justice Center, for approval, two (2)copies of each form, or more if requested, for each periodic payment. The Contractormay make periodic applications for payment, but no more than once per month for work

Page xxxii

satisfactorily completed and for materials suitably stored and protected attheContractor’s site.

2. Progress payment applications, amounting to 90% of the cost of the workperformed may be made by the Contractor except that payments on account ofmaterials delivered on the premises for immediate use on the work will be made on thebasis of 65% of the value of the material delivered. In addition, the Contract shall, if andwhen required by the Consultant, support his right to payment by submitting with hisApplication for Payment receipts or other vouchers showing payments for materials andlabor, payment to Subcontractors or such other evidence as the Consultant mayrequire. Submittal of an Application for Payment signed by the Contractor or his legallyauthorized representative shall constitute a Certificate that the payment applicationrepresents the true cost of the work performed. A total of ten percent (10%) of eachapproved progress payment shall be retained until completion and final acceptance ofthe work unless otherwise provided.

3. If the Consultant finds defective, damaged or non-conforming work or work notdone in accordance with the Contract Documents, and the Contractor is unwilling torepair or rectify, the prorated amount representing the value thereof shall be deductedby Change Order from the Contract sum.

4. If the Owner prefers to accept defective, damaged or non-conforming work, theprorated amount representing the value of the affected work shall be deducted byChange Order from the Contract sum.

5. When the work under Contract has been completed to the extent that not morethan five percent of the original contract value remains to be completed, ConverseCounty Joint Justice Center may release to the Contractor such portions of the retainedfunds as it considers to be in excess of the amount adequate for protection of itsinterests. Before any reductions are made in the amounts retained, the Contractor willbe required to furnish an affidavit of consent from his sureties.

6. Converse County Joint Justice Center shall not be required to make finalpayment to the Contractor until such time as Wyoming Statutes 16-6-116 and 16-6-117have been fulfilled. If no claims or liens have been filed within a forty-one (41) dayperiod after the advertised completion and acceptance of the project, final payment shallbe due twenty (20) days thereafter.

Page xxxiii

TECHNICAL SPECIFICATIONS

Page xxxiv

TECHNICAL SPECIFICATIONS

PART 1 GENERAL

1. Converse County Joint Justice Center intent is to develop and purchase a standardworkstation which may be utilized for emergency communications consoles that are utilized 24 hours per day/ 7 days per week by different employees with differentphysical sizes and needs. It must be recognized that this user environment will receive at least five times the use of typical office furniture each year. The life of the console furniture should be no less than 10 years encompassing over 80,000 hours of use. With this in mind, only console furniture specifically designed and engineered for emergency communication centers will be acceptable. Office furniture systems will not be considered. Consoles should meet ANSI/HFES 100-2007 and ADA guidelines and requirements.

2. Shop drawings showing all applicable dimensions of all hardware to be provided shall be furnished to Owner for review and approval prior to manufacturing the product.

3. Following is a specification that has been developed for 24/7 Public Safety/911 Emergency Communications Center workstations for your consideration and response. This specification was developed with the comfort, safety and productivity of Converse County Joint Justice Center Communications Center employees as its primary focus, and is not intended to mirror the performance characteristics of a specific manufacturers product, but to establish performance criteria required to best accommodate a range of users and potential users from the 5th percentile seated female to the 95th percentile standing male. Any manufacturer’s product which meets these performance requirements will be given serious consideration.

4. Any deviation from the specification requirements outlined below MUST be submitted in writing. A “Scope of Deviations” statement is to be provided with theproposal that references the specification number along with a detailed explanationof the bidder’s lack of compliance, partial compliance, or alternative method used. The absence of a “Scope of Deviations” statement will hold the proposing bidder strictly accountable to the specifications as written herein and may cause the bid tobe rejected as non-responsive.

THIS WORKSTATION SHALL ACCOMMODATE BOTH STAND-UP AND SIT-DOWN POSITIONS IN ONE UNIT AS DEFINED BY: ANSI/HFES 100 – 2007 HUMAN FACTORS ENGINEERING OF COMPUTER WORKSTATIONS - dated November 16, 2007 Pertinent excerpts are included as Appendix B

Page xxxv

Standing adjustability requirements are based on input device support surface heights specified in ANSI/HFES100-2007 p 80 sections 8.3.2.4.3. and monitor surface heights are based on surface heights specified in ANSI/HFES 100-2007 p 77 par. 8.3.2.2 (Appendix B) + drawing identified as Appendix “C”

5. SPECIFICATIONS - Sit - Stand Adjustable Height Workstations

5.1. Adjustable Height Workstations

5.1.1. Stability – Function

5.1.1.1. The console furniture is designed specifically for 24/7 operations in a Public Safety/911 Emergency Communications Center environment.

5.1.1.2. Construction of console upper segments is both acoustic and tackable material wrapped in fabric or transparent with the ability to exchange segments at any time.

5.1.1.3. Requires completely separate independent electric floor supported, adjustable work surfaces for both monitor and keyboard.

5.1.1.4. Console must demonstrate stability at full extension. Maximum deflection of ½” is allowed when a horizontal load of 100 lbs. is applied to the center of each work surface.

5.1.1.5. Input surface must be capable of supporting offset static loads upto rated load capacity of work surface concentrated at 100 lbs. / sq. ft. at any location on the surface.

5.1.1.6. Each work surface (input and monitor) shall have a separatelifting equipment weight capacity of 300lbs. minimum which does not include weight of worksurface.

5.1.1.7. Cantilevered input work surfaces shall not be acceptable for durability and safety purposes. Each worksurface shall transmit all loads applied directly to floor.

5.1.1.8. Console must meet Operator Clearance requirements of ANSI/HFES 100-2007 page 79 section 8.3.2.1.1 Method 2 as described in Appendix B.

Page xxxvi

5.1.1.9. Console furniture is modular in design for ease of reconfiguration and upgrading.

5.1.1.10. Sit-to-stand legs are bolted to the console undercarriage with a footprint designed to allow maximum stability based on the overallsize of the monitor surface. Free standing leg and feet systems will not be acceptable.

5.1.1.11. There are no obstructions for side-to-side movement by the user within the console footprint, a critical component in order to provide on-going training of users and technology.

5.1.1.12. Test requirements: Respondent shall include copies of independent test laboratory results indicating compliance with ANSI/BIFMA X5.5 – 2008.

5.1.2. Keyboard/Input Surface - Sitting/Standing

Keyboard Surface height requirements are considered paramount to proper ergonomic positioning. All proposers must clearly identify the height range of thekeyboard/input surface and submit drawings illustrating adjustment range of product proposed for this project. Failure to submit drawings illustrating this range will render the proposal non-responsive

5.1.2.1. Keyboard surface must not be attached to monitor surface. Keyboard surface shall have static load capacity of 500 lbs to prevent damage from users sitting / leaning on or using the surface as an aid in standing.

5.1.2.2. Infinite travel ranges from 5” above to 5” below the monitor surface, a critical function to meet ergonomic standards and reduce repetitive strain injuries and carpal tunnel syndrome.

5.1.2.3. Tilt design with 15 degrees +/- manual adjustment to meet ANSI/HFES 100-2007 Human Factors Engineering of Computer Workstations p. 83-84.

5.1.2.4. Electronic adjustment is independent of the monitor surface.

5.1.2.5. Adjusts simultaneously with the monitor surface in order to retain relative positioning between both surfaces when changing from sitting to standing, a critical component to meet ergonomic standards.

Page xxxvii

5.1.2.6. Zero gravity safety feature in order to prevent damage or injury. Safety bars mounted underneath surface will not be acceptable.

5.1.2.7. Secured to the monitor surface by metal-to-metal connection utilizing steel plates and 1” bolts. Wood screws will not be acceptable. Separate, free-standing, independent, floor supported adjustable input platforms will not be acceptable.

5.1.2.8. Unobstructed knee clearance in the seated operating position in accordance with ANSI standards.

5.1.2.9. Keyboard surface must lower to 5th percentile seated female elbow height dimension (22") according to ANSI/HFES 100 - 20078.3.2.4.3, Page 85 (Drawing Appendix B) from the floor to the top of the keyboard surface.

5.1.2.10. Keyboard surface must raise to at least standing elbow height for 95th percentile male user (46.5") from the floor to the home row of keyboard. ANSI/HFES 100 -2007 8.3.2.4.3, Page 85 (Drawing Appendix B)

Keyboard Surface width must accommodate multiple keyboards or other input devices and still provides room for note taking on either right or left-hand side.

5.1.2.11. Keyboard surface must be engineered to anticipate the possibility of technicians needing to stand or kneel on console to service equipment and shall be capable of supporting a 500-lb. static load.

5.1.2.12. Keyboard surface must be separately electrically adjustable with electronic controller having digital readout in one (1) cm increments to enable precise position replication and must have provisions for connection to network/computer for software used to control console from computer.

5.1.3. Monitor Surface - Sitting/Standing

Monitor Surface height requirements are considered paramount to proper ergonomic positioning. All proposers must clearly identify the adjustment range of the monitor surface and submit drawings illustrating adjustment range of product proposed for this project as well as the monitor mounting. For purposes of illustrating proper adjustment ranges respondents shall assume a seated eye height of 41½” for the 5th percentile female user and a standing eye height of 69¼” for the 95th percentile male. Drawing to show heights at 25” focal depth and 15° minimum angle below horizontal eye gaze. Failure to submit drawings illustrating this range will render the proposal non-responsive.

Page xxxviii

5.1.3.1. Monitor Surface must lower to allow positioning of monitor so thatthe gaze angle of the 5th percentile seated female to the center of the screen ranges between -15° and -25° from horizontal eye level. Height shall be measured by adding worksurface minimum height + required clearance for radio head and/or climate control fans + 8¾” from bottom of 24” monitor to center of viewable area. The total of these items shall be 36” or less. (ANSI/HFES100 section 8.3.2.2 – 8.3.2.3 pages 82-83 - Drawing Appendix B)

5.1.3.2. Monitor Surface must raise to 48" to allow positioning of monitor so that the gaze angle of the 95th percentile standing male to the center of the screen ranges between -15° and -25° from horizontal eye level (69¼”) using a 24” monitor (ANSI/HFES100 section 8.3.2.2 – 8.3.2.3 pages 82-83 - Drawing Appendix B)

5.1.3.3. Monitor Surface must be wide and deep enough to accommodate up to (6) 24” LCD flat panel monitors in a stacked configuration(Appendix E shows an inaccurate monitor configuration. The real configuration will be three 24” monitors on the bottom and one 24”monitor on the top with two empty monitor slots).

5.1.3.4. Monitor surface must be separately electrically adjustable with electronic controller having digital readout in one (1) cm increments to enable precise position replication and must have provisions for connection to network/computer for software used to control console from computer.

5.1.3.5. Center Lift and Linear applications have a static load capacity of 1,500 lbs. and an equipment load capacity of 325 lbs.

5.1.3.6. Monitor surface must be engineered to anticipate the possibility oftechnicians needing to stand or kneel on console to service equipment and shall be capable of supporting a 400-lb. static load.

Page xxxix

5.1.4. Adjustment Devices

5.1.4.1. Design shall accept uneven load distribution.

5.1.4.2. All moveable components of the console shall be designed and tested to at least 40,000 cycle full range adjustments.

5.1.4.3. Monitor and keyboard surfaces must each have separate electric adjustment and shall provide for smooth transition between settings.

5.1.4.4. Adjustments must be able to be made from the working stations.

5.1.4.5. Console adjustment controls shall be accessible from a seated position for ADA compliance. Console adjustment controls mounted on top of the input surface will not be acceptable.

5.1.4.6. Adjustments must be made with minimal noise.

5.1.4.7. Controller must allow for precise electronic replication of optimum comfort settings using digital readout in one (1) cm increments at both seated and standing postures.

5.1.4.8. Adjustment speed to be minimum 1.25" per second and not greater than 1.5” per second.

5.1.4.9. Independent keyboard surface to be separately adjustable with electronic controller.

5.1.4.10. Controller shall not be located where it can be damaged by chair arms. Location under front edge of keyboard surface is unacceptable.

5.1.4.11. Safety finger clearance of 1½” minimum between stationary returns and moving surfaces or between moving surfaces of double surface tables is required.

5.1.4.12. Controller shall have the ability to enable any user to replicate personal settings at any workstation, and not be limited to preset heights.

5.1.4.13. Controller is allowed to have capability to connect directly to network/computer and allow for operation through Console Control Software.

Page xl

5.1.4.14. Controller shall include collision detection technology which will detect sudden changes in load to identify obstructions in the path of the moving surface. Collision detection technology to cause work surface to stop on detection of obstruction and reverse direction approximately 10cm to avoid entrapment of obstruction. Collision detection shall function in both upward and downward directions.

5.1.5. Computerized Adjustment Software

5.1.5.1. Adjustable console table shall have the ability to connect to a computer to be operated by Console Control Software.

5.1.5.2. The Software shall recognize operators upon login and load individual users seated and standing height settings enabling an unlimited number of users to achieve their optimal individual working postures at any console.

5.1.5.3. Users shall be able to alternate from seated to standing and vice versa positions with a single “click and hold” of the mouse.

5.1.5.4. Operation shall require users to click and hold during adjustment. Any release of the mouse will stop the motion of the table.

5.1.5.5. Software Administration Console shall provide detailed reporting of user positioning over any selectable period of time.

5.1.5.6. Software Administration Console shall provide a real-time view of all consoles logged into the system showing their current positions and time at that position.

5.1.5.7. Software Control shall store all history and setting information in aMicrosoft Access database for easy custom report building.

Page xli

5.1.6. Laminate – Console Tops and Side Surfaces

5.1.6.1. Keyboard, Monitor and fixed height surfaces must be non-glare, high pressure laminate.

5.1.6.2. Laminate color to be selected from WilsonArt® or Pionite standard colors with matte (non-glare) finish or equal.

5.1.6.3. All corners of input surface must be rounded minimum of 3" radius and top edge radiused a minimum of .4375”.

5.1.6.4. Laminate surfaces to be fully balanced construction.

5.1.6.5. Optional laminate feature is the work surfaces may have anti-microbial properties.

5.1.6.6. Anti-microbial laminate must destroy 99.9% of Escherichia Coli Bacteria (E-Coli), Staphylococcus (Staph), Aspergillus niger (black mold), Chaetomium globosum (fungus), common cold, and the common flu.

5.1.7. Laminate – CPU Cabinets, Drawer Pedestals, Lateral Files, andother casework

5.1.7.1. Laminate to be Thermofused Melamine (TFM) in standard colors, 3/4" thickness finished both sides or approved equal. Option must be available to match High Pressure Laminates used on worksurfaces.

5.1.7.2. Cut edges, where exposed, shall be covered with edgebanding, T-mold or sprayed sealant to encapsulate particle board core and limit formaldehyde emissions.

5.1.8. Kneespace / Leg Room

5.1.8.1. Kneespace shall be free of levers, controls, cantilevered keyboardsupport arms, and motor control boxes creating a smooth underside of the worksurfaces.

5.1.8.2. Legroom must meet minimum requirements of ANSI/HFES 100 - 2007 Section 8, Figure 8.3a and 8.3b Table 1, but unobstructed legroom of 31" measured from front edge of keyboard surface is desirable to allow for variation of seated postures.

Page xlii

5.1.9. Drawer Pedestals

5.1.9.1. Drawer Configuration - 2 File drawers (6”) and 1 File drawer (12") - 16” w x 28”h x 22” d. Optional drawer configurations / depths to be available.

5.1.9.2. All drawers to have full extension 100lb rated - soft close - steel ball bearing drawer slides.

5.1.9.3. Drawer pedestals shall have gang locking mechanism with masterkeyed removable core locks.

5.1.9.4. Each pedestal to include pencil tray insert and side filing conversion bar with capability to hang letter or legal size hanging files.

5.1.9.5. Test requirements: Respondent shall include copies of independent test laboratory results indicating compliance with ANSI/BIFMA X5.9 – 2004. Include in response to Appendix D.

5.1.10. Acoustical Panel System – Specified to provides for cable management, visual separation of tasks and both sound barrier and sound absorptive functions. Consoles without panel divider systems do not meet base bid requirements.

5.1.10.1. Panel frames shall be minimum 14 ga. cold rolled steel – with powder coat paint finish and slotted uprights to support components at 1” centers or equal.

5.1.10.2. Internal Cable management within the panel frame system is required. Please state your panel frame internal CAT5e cable capacity.

5.1.10.3. Frames to provide for finished thickness between 2½” and 4” and a minimum 2¼” interior cavity and allow top, middle or bottom cable distribution with a minimum of two vertical cable access channels per frame. Frames shall be provided in widths of 18”, 24”, 30” 36”, 42” and 48” Frame heights shall be 30”, 42” 48” 65” and 83”.

5.1.10.4. Stackable panel frames - Panel heights shall be vertically modular- The system shall be constructed in a manner to allow additional 18” segments to be “stacked” on base panel frames to change panel heights for future change or reconfiguration. “Stackable” components shall meet all specifications of 4.1.10

Page xliii

5.1.10.5. Panel Top Caps - Flush mounted design to be removable without tools. Top caps shall be available in standard powder coated aluminum or optional solid wood construction.

5.1.10.6. Panel Segment sizes - shall be available in widths and heights to achieve a “stacked tiles” appearance using combination of sizes required to achieve standard heights per 4.1.10.3

5.1.10.7. Panel Segments are to be user removable/replaceable without tools. Segments construction - 22 ga. Min. cold rolled steel casing - Class A interior finish flame spread/smoke developed certification.

5.1.10.8. Acoustical panel construction – All panel segment tiles above the worksurface height shall be of acoustical construction. Acousticalpanels shall have 22 ga. min. Cold rolled steel casing with ½” compressed formaldehyde-free fiberglass insert and shall have a minimum .55 NRC (noise reduction coefficient) rating and a ClassA flame spread/smoke developed certification.

5.1.10.9. Optional Premium acoustical panel construction – Premium acoustical panel segment tiles consist of a perforated metal face (5mm holes on 8mm staggered centers and extend to the edges of the tile) in front of 25.4mm (1 inch) thick 48kg/m³ (3lb/ft³) fiberglass. Tiles shall be covered with specified fabric and locatedas indicated on the drawings. Test results – no more than 3 yearsold - from an independent, certified laboratory according to ASTM procedure C-423-08 shall be included with RFP in appendix D compliance table and shall have a minimum .75 NRC (Noise Reduction Coefficient) rating.

5.1.10.10. Test Requirements: Respondent shall include copy of independent test lab results indicating compliance with E84-09c Surface Burning characteristics of Building Materials in Appendix D.

5.1.10.11. Optional Panel segment types shall be - Powder coat paint finish, fabric over steel, airflow, and clear or frosted glass.

5.1.10.12. Panel connections shall be a minimum 5/16” (8mm) bolt and nut type with a minimum of one connection point per 16” of panel height. Wood screws, or threaded inserts shall be unacceptablefor panel to post or panel to panel connectors.

5.1.10.13. Panel design shall allow for non-progressive installation and removal.

Page xliv

5.1.10.14. Panel partitions which contain combustible materials are expressly prohibited.

5.1.10.15. Test requirements: Respondent shall include copies of independent test laboratory results indicating compliance with ANSI/BIFMA X5.6 – 2003. Attach test results to Appendix D Compliance Table.

5.1.11. Shelving / Rackmount Enclosures

5.1.11.1. An open shelf shall be located under the front edge of the MonitorSurface for material / equipment storage in the primary reach zone. Optionally the shelf can be converted to a rackmount for electronic equipment mounting.

5.1.11.2. Optional Desktop E.I.A. 19” Rackmount enclosures shall be available in a variety of heights from 3U up to 15U (1U = 1.75”)

5.1.11.3. Rackmount Enclosures shall have ventilated back panels for heat dissipation.

5.1.12. Cable Management

5.1.12.1. Panel System will have ability to internally run cabling, keeping the cabling clean and organized.

5.1.12.2. Panel system to have independent top and base channel wirewaywith a minimum base cable channel size of 2" x 2.75" dimension.

5.1.12.3. Cabling shall be guided from CPU cabinet or panel enclosure to the monitor surface of the adjustable table in an energy chain witheasy flip-up cable channel access. Energy chain shall meet bend radius requirements of CAT-6 and fiber optic cabling.

5.1.12.4. Cabling shall be guided from the monitor surface to the keyboard surface in a second energy chain with easy flip-up cable channel access. Energy chain shall meet bend radius requirements of CAT-6 and fiber optic cabling.

5.1.12.5. Cabling shall be guided through a 3rd energy chain from the back of the monitor surface to the focal depth platform to keep cables organized during focal depth adjustments.

Page xlv

5.1.12.6. Console shall have minimum 4”h x 3” d “J” channel around back of monitor surface aligned with grommets for management of cables / transformers and cable connections.

5.1.12.7. Supplier shall provide premium quality extension cables as required to connect monitors, keyboards, mice and all devices to CPUs.

5.1.12.8. Contractor shall provide cable poles or concealment system to conceal cables routed from building cabling source to the panel system.

5.1.13. CPU Enclosures

5.1.13.1. CPU enclosures shall be available in sizes to accommodate mini-tower cases up to 8” wide x 18” high and be available in 1, 2, 3, 4,5, or 6-unit capacity.

5.1.13.2. CPU enclosures shall be a minimum of 29” deep (deeper is preferred) in order to accommodate CPUs and cabling.

5.1.13.3. CPU’s shall sit on full extension slide out shelves to allow easy access to back of CPU’s.

5.1.13.4. Extendable CPU shelves shall be equipped with folding cable management arm which will secure cables during shelf extension and retraction.

5.1.13.5. Slide out shelves must have ball bearing, full extension slides witha minimum 100 lb. capacity rating in CPU cabinets up to 24” wide and 200lb. rating for all cabinets wider than 24”. Cabinets 36” or wider shall have a center mounted (horizontal) 200 lb. slide for added support.

5.1.13.6. CPU enclosures shall be available in vertical “technology tower” or horizontal under the work surface configurations.

5.1.13.7. CPU enclosures shall have an internal service light as standard equipment.

5.1.13.8. CPU enclosures shall be equipped as standard with active ventilation using a minimum of two (2) quiet, 28db (decibel) 45 cfm fans to keep electronic equipment cool. The path of the air shall be from the bottom front of the enclosure to the top rear of the enclosure to follow the air flow path of CPU’s.

Page xlvi

5.1.13.9. CPU enclosures shall not move with the adjustment of the console table. CPU enclosures that hang under the monitor surface present an unacceptable hazard due to potential for crushing objects inadvertently placed in the path of the enclosure and the possibility of tipping the entire console in such an event.

5.1.13.10. CPU enclosures shall not be located underneath a height adjustable surface due to potential crush zones and heat issues when used with forced air footwell heat.

5.1.13.11. CPU enclosures shall be tested for strength and durability to ANSI/BIFMA X5.9-2004. Respondent shall include copies of independent test laboratory results indicating compliance with ANSI/BIFMA X5.9 – 2004. Attach test results to Appendix D Compliance Table.

5.1.14. Rotating Resource Guide

5.1.14.1. Rotating Resource Guide shall be available in 36” or 41” diameter.

5.1.14.2. Rotating Resource Guide shall have a weight capacity of 500 pounds.

5.1.14.3. Optional rotational stop and continuous cable pathway shall be available.

5.1.14.4. Optional Casters shall be available

5.1.14.5. Rotating Resource Guide shall be placed on and between two console workstations to hold the existing printer that the workstations share.

5.1.15. Personal Climate Controls

5.1.15.1. User Hand Control (UHC) shall be located on the keyboard/input surface within easy reach of the dispatcher. UHC shall control airflow, footwell heating, and a status indicator light. UHC shall incorporate a motion detector which will shut down all selected functions when workstation is unoccupied for fifteen (15) minutes. All previously selected functions will resume when motion detector senses movement in the workstation.

5.1.15.2. Desktop Airflow shall allow the user to select the airflow rate delivered to the desktop area through one (standard) or two

Page xlvii

(optional) desktop fan/filter units. Fan speed shall be user selectable from no airflow to a maximum of no less than 50cfm. per fan.

5.1.15.3. Desktop fan/filter units shall have a 4” maximum height to preventblockage of monitor view and shall have user adjustable vanes to direct airflow up/down and right/left.

5.1.15.4. Filter shall be user removable and user washable and/or replaceable

5.1.15.5. Radiant Heat Panel – UHC shall have the ability to switch on/off aradiant heat panel or an optional radiant heat footpad with a maximum of 170 watts output. Heat Panel to be controlled by a switch on the UHC.

5.1.15.6. Status Indicator “Help” Light (UHC) shall have a switch that controls a status indicator light which would signal the supervisor that a dispatcher requires assistance.

5.1.15.7. One Thousand (1000) watt forced air heater located in the console’s footwell shall be available as an option. Heater to be controlled by a switch on the UHC.

5.1.16. Adjustable Monitor Rack

5.1.16.1. Parabolic monitor rack shall be curved to match the cockpit shapeof the workstation and achieve as close to equal focal lengths from the user’s eyes to the face of each monitor as possible and also position monitors for a view angle perpendicular to the screen.

5.1.16.2. Parabolic monitor rack shall be available in various sizes to accommodate up to (8) 24” monitors in a stacked configuration.

5.1.16.3. Monitor rack platform shall be mounted on a movable platform which will permit a 13” focal length adjustment – from 19.7” (50cm) to 29.7” (75cm) with a maximum of 5 lbs. push/pull effort required to move all monitors simultaneously.

5.1.16.4. Mounting rail shall be height adjustable and shall maintain compliance with view angle requirements stated in preceding sections 4.1.3.1 and 4.1.3.2

5.1.16.5. Mounting rail shall permit unrestricted horizontal adjustment of LCD mounts anywhere on the rail.

Page xlviii

5.1.16.6. LCD mounts shall provide for VESA 75mm x 75mm and 100mm x100mm hole patterns, and permit both pan and tilt of monitors.

5.1.16.7. LCD mounts shall adjust 3” vertically to allow centering dissimilar monitor sizes on horizontal rail.

5.1.16.8. Monitor rack shall be designed to permit “stacking” of a single monitor up to a complete additional row without removal or disassembly of any existing monitors or any portion of the base unit.

5.1.16.9. Monitor rack shall be available in double row configuration for “stacked” CCTV monitors or other low intensity use applications.

5.1.16.10. Monitor Rack shall be “split” in the center to allow placement of radio head “CIE”, “Maestro” computer electronics interface or reference material directly in front of the user allowing easy access within the primary or secondary reach zone. “Split” sections shall be connected together in a way that maintains simultaneous movement of both sides.

5.1.16.11. Monitor Rack shall include “Cable Round-up” easy access channels which facilitate the storage/cable management of excess monitor cables.

5.1.16.12. Vendor shall supply premium quality cable extensions as requiredto reach CPUs in CPU cabinets and provide adequate length to extend CPUs for service.

Page xlix

4.1.18 Keyboard Surface Data Connection Center (KSDCC)

4.1.18.1 A KSDCC shall be located in the center of the back edge of the keyboard surface to provide an easy, instantly accessible locationto plug in keyboards, mice and touch screen monitors if so equipped.

4.1.18.2 The KSDCC shall have at least eight (8) locations which can be configured with either USB or PS2 ports, two (2) locations for RJ11, RJ45 or DB9 ports.

4.1.18.3 The KSDCC shall incorporate an integral wire management channel along the back side of the keyboard surface to provide a place for mouse and keyboard cables to be stored and easily retrieved by the user to re-position keyboards or mice for either right or left-hand use and to prevent cables from hanging down into knee/foot space.

4.1.18.4 Vendor shall supply appropriate number of “panel mount” extension cables of sufficient length to reach CPUs with each KSDCC specified.

Space Planning & Console Specifics

4.1.18.5 Perspective drawing shall be required in the submittal with dimensions of height, width, and depth in order to determine compliance with the specifications.

4.1.18.6 User manuals must be provided.

PART 2 METHOD OF MEASUREMENT AND BASIS OF PAYMENT

2.1 Console, Pedestal, and Rotating Resource

All Items listed in the bid proposal shall be measured and paid per item, which shall constitute full compensation for all labor, materials, manufacturing, delivery, and assembly and all other incidental items necessary tocomplete this item.

Page l

MISCELLANEOUS FORCE ACCOUNT

PART 3 GENERAL

3.01 MISCELLANEOUS FORCE ACCOUNT

A. Miscellaneous Force Account. This item is provided to budget forunforeseen and minor items not addressed in the project design andconstruction documents, which will be paid as authorized by OWNER.

PART 4 PRODUCTS – NOT USED

PART 5 EXECUTION

5.01 AUTHORIZATION

A. Items proposed for Force Account shall be reviewed and authorized byOWNER. Proposed Force Account items not approved by OWNER shall notqualify for payment as Force Account work.

PART 6 METHOD OF MEASUREMENT AND BASIS OF PAYMENT

6.01 METHOD OF MEASUREMENT

A. Depending on the nature of the work involved, Force Account work shallbe priced on a lump sum, unit price, time and materials basis, or someother combination. Methods of measurement shall be approved prior toperforming the Force Account work.

6.02 BASIS OF PAYMENT

A. Force Account authorized and approved by the OWNER shall be paid aswork under the contract. Force Account work shall be deducted from theForce Account amount budgeted for the project. Force Account work shallbe included with the CONTRACTOR’S regular progress paymentapplications with supporting cost documentation attached.

Page li

CONTRACTOR PROPOSAL FORMAT

A. Contractor Proposal Format

For ease of comparison and evaluation, please format responses in the following order

1. Cover Letter2. Bid Documents – Including RFP, Appendixes, signature pages, test

certifications and published addenda.3. Itemized Quotations4. Layout Drawings – Including overall view, typical station details, 3

Dimensional Views, shop drawings of product or installation details.5. Line by line compliance response (Appendix D)6. References – provide references of similar size projects with name and

phone number of contact7. Warranty – 3-year minimum8. Testimonials9. Awards and Product Recognition

Page lii

STANDARD FORMS

Page liii

NOTICE OF AWARDDated November ___, 2017

TO:

ADDRESS:

PROJECT: 2018 CCJJC Joint Communications Center Project/Converse County Joint Justice Center

You are notified that your Bid dated November , 2017 for the above Contract has been considered. Youare the apparent Successful Bidder and have been awarded a Contract for the 2018 CCJJC JointCommunications Center Project/ Converse County Joint Justice Center.

The Contract Price of your Contract is ____________ per the attached Bid Schedule.

2 copies of each of the proposed Contract Documents and Drawings accompany this Notice of Award.

You must comply with the following conditions precedent within 15 days of the date you receive thisNotice of Award.

1. Deliver to the OWNER fully executed counterparts of the Owner – Contractor Agreement.

2. Deliver with the executed Performance Bond and the other items listed in Paragraph 3. below.

3. In addition to the Performance Bond, the Contractor shall deliver the following items:

a) Projected furnishing, delivery, assembly and installation of four ergonomic emergencycommunications consoles with cable management system with all materials andmechanisms that are required for the project.

b) (4) drawer pedestalsc) (8) lateral filesd) (3) rotating resource guides

Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bidin default, to annul this Notice of Award and to declare your Bid security forfeited.

Within ten days after you comply with the above conditions, OWNER will return to you one fully executedcounterpart of the Contract Documents.

Converse County Joint Justice Center

By: ___________________

Rick Grant, ChairmanConverse County Board of County CommissionersConverse County Joint Powers Board

Enc: Draft Owner – Contractor Agreement dated (4 pages)Bid Schedule (1 page)

Page liv

NOTICE TO PROCEED

TO: _____________________ Dated: _______________ (CONTRACTOR)

Address:

Project: 2018 CCJJC Joint Communications Center Project/Converse County Joint Justice Center

You are notified that the Contract Times under the above contract will commence to run on________________. By that date, you are to start performing your obligations under the ContractDocuments. In accordance with Article III of the Agreement, the date of Final Completion and the date ofreadiness for final payment is January 2, 2018.

Converse County Joint Justice Center(OWNER)

By: ___________________

Rick Grant, Chairman Converse County Board of County Commissioners

Converse County Joint Powers Board

Copy to ENGINEER

Page lv

CHANGE ORDERNo. ______________

DATE OF ISSUANCE ______________ EFFECTIVE DATE ________________

OWNER Converse County Joint Justice Center

CONTRACTOR _____________________

PROJECT 2018 CCJJC Joint Communications Center Project/Converse County JointJustice Center

ENGINEER Hal Hutchinson, Owner’s Representative

You are directed to make the following changes in the Contract Documents:

Description:

Reason for Change Order:

Attachments:

CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES:

Original Contract Price$ ________________________

Original Contract Times: Ready for final payment: _________________

Net Increase (Decrease) from previous Change Orders No. ___ to ___:

$ ________________________

Net change from previous Change Orders No. ___ to No. ___:

Ready for final payment: ____________

Contract Price prior to this Change Order:

$ __________________________

Contract Times prior to this Change Order:

Ready for final payment: _____________

Net increase (Decrease) of this Change Order:

$____________________________

Net increase (decrease) this Change Order:

Ready for final payment: ______________

Contract Price with all approved Change Orders:

$ ___________________________

Contract Times with all approved Change Orders:

Ready for final payment: _______________

RECOMMENDED: APPROVED: ACCEPTED:

By: ___ By: _____ By: ________________ _________________________

ENGINEER CONTRACTOR OWNER

Date: _________________ Date: _______________ Date: ______________

Page lvi

APPENDICES

Page lvii

Appendix A

CONTRACTOR AUTHORITY STATEMENT

The proposer represents and certifies as part of the proposal that he/she is authorized to act as an agent for the company responsible for this proposal.

The costs stated in this proposal were arrived at independently, without consultation, communication or agreement with any other proposer, or with any competitor, for the purpose of restricting competition.

Legal name and address of firm submitting proposal:

Signature of Approving Authority___________________________________________

Printed Name of Approving Authority________________________________________

Title:

Date:

Page lviii

APPENDIX B

ANSI/HFES 100-2007

Human Factors Engineering of ComputerWorkstations

Page lix

APPENDIX F

RENDERINGS

*CONSTRUCTION MEASUREMENTS