HomeMy WebLinkAboutBID - 10127 Confluence Plaza Concrete ImprovementsBID 10127 Confluence Plaza Improvements Page 1 of 44
INVITATION TO BID
10127 Confluence Plaza Improvements
BID OPENING: 3:00 PM MT (our clock), March 12, 2025
The City of Fort Collins is requesting bids from qualified Contractors for replacement of in-
ground lighting with finished concrete at the Confluence Plaza.
As part of the City’s commitment to Sustainable Purchasing, electronic bid submission is
preferred. Bids shall be submitted online through the Rocky Mountain E-Purchasing
System (RMEPS) at http://www.bidnetdirect.com/colorado/city-of-fort-collins. Please note:
submitting bids through RMEPS may need additional time for completion. Bids not submitted by
the designated Opening Date and Time will not be accepted by the system.
The City encourages all disadvantaged business enterprises to submit bid in response to all
invitations to bid. No individual or business will be discriminated against on the grounds of race,
color, sex, or national origin. It is the City’s policy to create a level playing field on which DBEs
can compete fairly and to ensure nondiscrimination in the award and administration of all
contracts.
A pre-bid conference and job walk with representatives of prospective Contractors will be
held at 2:00 PM MST, on February 26, 2025 at 401 Linden Street, Fort Collins, CO 80524.
Public Bid Opening: Bid opening will be conducted shortly after 3:00 PM MT on [DATE]. Bid
openings will be conducted by videoconference. At said place and time, and promptly thereafter,
all Bids that have been duly received will publicly opened and read aloud. To access the Bid
opening, please follow the link:
Join the meeting now
Meeting ID: 296 706 542 167
Passcode: E92jp6jG
Alternatively, the bid opening can be accessed via phone. This option will only allow you to hear
the audio presentation.
Call-in number: 1-970-628-0892
Conference ID: 420 558 028#
Any additional questions should be submitted in writing via email, to Adam Hill, Senior
Buyer at adhill@fcgov.com with a copy to Project Manager, John Gerwel at
jgerwel@fcgov.com, no later than 3:00 PM MT (our clock) on March 5, 2025. Please format
your e-mail to include: Bid 10127 Confluence Plaza Improvements in the subject line.
Questions received after this deadline may not be answered. Responses to all questions
submitted before the deadline will be addressed in an addendum and posted on the Rocky
Mountain E-Purchasing System webpage.
Rocky Mountain E-Purchasing System hosted by BidNet:
A copy of the Bid may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins.
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
fcgov.com/purchasing
BID 10127 Confluence Plaza Improvements Page 2 of 44
This BID has been posted utilizing the following Commodity Code(s):
210 15 Bricks, Concrete
906 19 Concrete Architectural Concrete
Prohibition of Unlawful Discrimination: The City of Fort Collins, in accordance with the
provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-
4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract
entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded
full and fair opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color, or national origin in consideration for an award.
The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of
gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age
40 years or older, marital status, disability, sexual orientation, genetic information, or other
characteristics protected by law. For the purpose of this policy “sexual orientation” means a
person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality.
The City also strictly prohibits unlawful harassment in the workplace, including sexual
harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages
in protected activity. Protected activity includes an employee complaining that he or she has been
discriminated against in violation of the above policy or participating in an employment
discrimination proceeding.
The City requires its Contractor to comply with the City’s policy for equal employment opportunity
and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies to
all third-party Contractor and their subcontractors/subconsultants at every tier.
Colorado Open Records Act: The City is a governmental entity subject to the Colorado Open
Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any bid submitted hereunder is subject
to public disclosure by the City pursuant to CORA and City ordinances. All submitted bids, Bid
Forms, and the awarded contract will be considered public records subject to disclosure
under CORA. By responding to this Bid, Contractor hereby waives any and all claims for
damages against the City for the City’s good faith compliance with CORA.
Special Instructions:
All bids must be properly signed by an authorized representative of the company with the legal
capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour
set for closing. Once bids have been accepted by the City and closing has occurred, failure to
enter into contract or honor the purchase order will be cause for removal of supplier's name from
the City of Fort Collins' bidders list for a period of twelve months from the date of the opening.
The City may also pursue any remedies available at law or in equity. Bid prices must be held firm
for a period of ninety (90) days after bid openings.
Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained
in the City's specifications initially provided to the Contractor. Any proposed modification must be
accepted in writing by the City prior to award of the bid.
Only bids properly received by the Purchasing Office will be accepted. All bids should be
clearly identified by the bid number and bid name contained in the bid proposal.
No bid will be accepted from, or any purchase order awarded, to any person, firm or corporation
in default on any obligation to the City.
Bids must be furnished exclusive of any federal excise tax, wherever applicable.
BID 10127 Confluence Plaza Improvements Page 3 of 44
Contractors must be properly licensed and secure necessary permits wherever applicable.
The City may elect where applicable, to award bids on an individual item/group basis or on a total
bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject
any and all bids, and to waive any irregularities or informalities.
Sales Prohibited/ Conflict of Interest: No officer, employee, or member of City Council, shall
have a financial interest in the sale to the City of any real or personal property, equipment,
material, supplies or services where such officer or employee exercises directly or indirectly any
decision-making authority concerning such sale or any supervisory authority over the services to
be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity, favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
Freight Terms: Unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All
freight charges must be included in prices submitted on proposal.
Collusive or Sham Bids: Any bid deemed to be collusive or a sham bid will be rejected and
reported to authorities as such. Your authorized signature of this bid assures that such bid is
genuine and is not a collusive or sham bid.
Contractor Registration: The City requires a new Contractor receiving awards from the City to
submit IRS form W-9 and requires all Contractors to accept Direct Deposit (Electronic)
payment. If needed, the W-9 form and the Contractor Direct Deposit Authorization Form can be
found on the City’s Purchasing website at www.fcgov.com/purchasing under Contractor
Reference Documents. Please do not submit these documents with your proposal, however,
if you take exception to participating in Direct Deposit (Electronic) payments please clearly note
such in your proposal as an exception. The City may waive the requirement to participate in
Direct Deposit (Electronic) payments at its sole discretion.
Bid results are posted online at http://www.bidnetdirect.com/colorado/city-of-fort-collins.
Gerry Paul
Purchasing Director
BID 10127 Confluence Plaza Improvements Page 4 of 44
CITY OF FORT COLLINS
GENERAL INFORMATION
The City of Fort Collins is requesting bids from qualified Contractors for replacement of in-ground
lighting with finished concrete at the Confluence Plaza.
Schedule
The following represents the City’s target schedule for the bid. The City reserves the right to
amend the target schedule at any time.
• Bid issuance: February 19, 2025
• Pre-bid Meeting: 2:00 PM MT on February 26, 2025
• Question deadline: 3:00 PM MT on March 5, 2025
• Issue Final Addendum March 7, 2025
• Bid Opening Date: 3:00 MT (our clock) on March 12, 2025
• Award of Contract (tentative): Week of March 17th, 2025
• Substantial Completion: May 23, 2025
• Final Completion: June 6, 2025
Method of Award
Award from this bid will be based primarily on lowest bid price, statement of qualifications,
reference checks and ability to meet the project schedule.
Agreement
The awarded Contractor will receive a Purchase Order from the City authorizing Work under this
Agreement. Contractor should not begin any Work prior to receipt of the Purchase Order.
The awarded Contractor is also expected to sign the City’s standard Services Agreement, a
sample of which is attached.
Invoices & Payments
Invoices should be emailed monthly to invoices@fcgov.com with a copy to the Project Manager.
The cost of the Work completed shall be paid to the Contractor each month following the submittal
of a correct invoice. Contractor should include Purchase Order Number and a detailed description
of item(s) on each invoice submitted. The City pays invoices on Net 30 terms.
Fees, Licenses, Permits
The successful Contractor shall be responsible for obtaining any necessary licenses, fees or
permits without additional expense to the City. All equipment shall be properly licensed and
insured, carry the appropriate permits and be placarded as required by law.
Laws and Regulations
All Work and/or materials must meet current standards in force by recognized technical and
professional societies, trade and materials supply associations, institutes and organizations,
bureaus and testing laboratories.
The Contractor agrees to comply fully with all applicable local, State of Colorado and Federal laws
and regulations and municipal ordinances to include American Disabilities Act (ADA). The
BID 10127 Confluence Plaza Improvements Page 5 of 44
Contractor further agrees to comply fully with the Occupational Safety and Health Act, all
regulations issued there under, and all state laws and regulations enacted and adopted pursuant
thereto.
Insurance
Contractor is responsible for complying with the insurance requirements in the attached Services
Agreement.
Warranty
The warranty for the Work is in accordance with the attached Services Agreement.
BID 10127 Confluence Plaza Improvements Page 6 of 44
CITY OF FORT COLLINS
BID SUBMITTAL INSTRUCTIONS
The following items must be provided in the bid submittal package:
1) Completed Bid Submittal Form, consisting of ( ) pages, including:
• Bid Schedule
• Experience & References List, providing documentation of at least three (3)
reference of similar scope and price within the last five (5) years.
• List of Subcontractors to be used on project (if applicable)
• Acknowledgement.
• Provide a written statement of qualifications including your current safety
record.
• Provide a list of (10) successful decorative concrete placement projects.
• Provide a preliminary construction schedule.
• Additional documents may be submitted in Word or PDF.
Failure to submit any of the above may result in your bid being considered non-responsive.
10127 CONFLUENCE PLAZA IMPROVEMENTS
BID SUBMITTAL FORM
BID 10127 Confluence Plaza Improvements Page 7 of 44
CONTRACTOR NAME:
SUBMITTAL DATE:
A. BID SCHEDULE – PLEASE COMPLETE THE ATTACHED FILE “10127 CONLUENCE
PLAZA BID SCHEDULE.XLSX
10127 CONFLUENCE PLAZA IMPROVEMENTS
BID SUBMITTAL FORM
BID 10127 Confluence Plaza Improvements Page 8 of 44
B. EXPERIENCE & REFERENCES LIST
PROJECT #1
Project Name:
Project Type:
Location:
Contract Amount: $
Client:
Contact Name: Title:
Phone: Email:
Start Date: Completion Date:
Was the Project completed on time? Yes No
If no, please describe:
Was the Project completed within the original budget? Yes No
If no, please describe:
Additional information:
10127 CONFLUENCE PLAZA IMPROVEMENTS
BID SUBMITTAL FORM
BID 10127 Confluence Plaza Improvements Page 9 of 44
PROJECT #2
Project Name:
Project Type:
Location:
Contract Amount: $
Client:
Contact Name: Title:
Phone: Email:
Start Date: Completion Date:
Was the Project completed on time? Yes No
If no, please describe:
Was the Project completed within the original budget? Yes No
If no, please describe:
Additional information:
10127 CONFLUENCE PLAZA IMPROVEMENTS
BID SUBMITTAL FORM
BID 10127 Confluence Plaza Improvements Page 10 of 44
PROJECT #3
Project Name:
Project Type:
Location:
Contract Amount: $
Client:
Contact Name: Title:
Phone: Email:
Start Date: Completion Date:
Was the Project completed on time? Yes No
If no, please describe:
Was the Project completed within the original budget? Yes No
If no, please describe:
Additional information:
PLEASE NOTE: THE CITY RESERVES THE RIGHT TO REQUEST AND CONTACT ADDITIONAL
REFERENCES.
10127 CONFLUENCE PLAZA IMPROVEMENTS
BID SUBMITTAL FORM
BID 10127 Confluence Plaza Improvements Page 11 of 44
C. SCHEDULE OF SUBCONTRACTORS
Please list all subcontractors and their corresponding Work items in the space below. If not
applicable, please note “N/A”.
ITEM SUBCONTRACTOR
10127 CONFLUENCE PLAZA IMPROVEMENTS
BID SUBMITTAL FORM
BID 10127 Confluence Plaza Improvements Page 12 of 44
D. ACKNOWLEDGEMENT
Contractor hereby acknowledges receipt of the City of Fort Collins Bid and acknowledges that
it has read and agrees to be fully bound by all of the terms, conditions and other provisions
set forth in 10127 Confluence Plaza Improvements except as otherwise noted. Additionally,
Contractor hereby makes the following representations to City:
a. All of the statements and representations made in this proposal are true to the best of the
Contractor’s knowledge and belief.
b. Contractor commits that it is able to meet the terms provided in this proposal.
c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof.
d. Contractor further agrees that the method of award is acceptable.
e. Contractor also agrees to complete the proposed Notice of Award (NOA) with the City of
Fort Collins within 10 days of notice of award. If NOA is not completed and signed within
10 days, City reserves the right to cancel and award to the next highest rated firm.
f. Contractor acknowledges receipt of addenda.
g. Contractor acknowledges no conflict of interest.
h. Contractor acknowledges that the City is a governmental entity subject to the Colorado
Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any bid submitted
hereunder is subject to public disclosure by the City pursuant to CORA and City
ordinances. All submitted bids, Bid Forms, and the awarded contract will be
considered public records subject to disclosure under CORA. By responding to this
Bid, Contractor hereby waives any and all claims for damages against the City for the
City’s good faith compliance with CORA.
Legal Firm Name:
Physical Address:
Remit to Address:
Phone:
Name of Authorized Agent of Firm:
Signature of Authorized Agent:
Primary Contact for Project:
Title: Email Address:
Phone: Cell Phone:
NOTE: ALL BID SUBMITTAL FORM PAGES MUST BE COMPLETED, SIGNED
WHERE REQUIRED & RETURNED WITH YOUR BID PROPOSAL PACKAGE.
BID 10127 Confluence Plaza Improvements Page 13 of 44
EXHIBIT A
SCOPE OF WORK
The City of Fort Collins is seeking services for the replacement of in-ground lighting at the Confluence
Plaza. The selected Contractor agrees to perform the services identified below.
Project Background
The existing in-ground lighting system established at the northern corner of the Linden and Willow
intersection is no longer desirable to maintain. The City of Fort Collins would like to remove and replace
the in-ground lighting system with decorative concrete, as described in the accompanying Exhibit B -
Specifications and Exhibit C – Project Plan Set.
Scope of Work
The Contractor will be responsible for the successful removal and disposal of existing in-ground lighting
system in accordance with the City of Fort Collins Construction Waste Management Plan (Construction
Waste Management Plan). In succession completion of the decorative concrete, both of which are
described in the accompanying bid set plans and specifications. This includes, but is not limited to the
following:
• Samples of the decorative concrete consistent with the accompanying decorative concrete
specifications must be delivered to City Project Manager within (2) weeks of contract execution.
• Right-of-way/excavation permit will be acquired by the City with the Contractor listed as the
prime Contractor.
• Work Area Traffic Control plans and permits will be the responsibility of the Contractor.
• Coordination with impacted adjacent businesses for access to their properties will be the
responsibility of the Contractor.
• A start date of March 24, 2025, and an end date no later than May 23, 2025, for the Substantial
Completion of the Work. The final payment and acceptance of Work will be no later than June 6,
2025. These dates may be adjusted at the City’s sole discretion in the event additional samples
are requested by the City.
Weather Delays
In the event of unusually severe weather conditions which prevent the Contractor’s performance of the
Work, the Contractor shall notify the Project Manager in writing within two (2) business days requesting
an extension of time due to weather conditions. The Contractor shall state the specific impact to the
Work due to the severe weather and justification for the request for additional time. The Project
Manager will assess the justification and notify the Contractor of its determination.
Liquidated Damages
The Contractor acknowledges that completing this project in a timely manner is important to minimize
disruption to adjacent businesses, pedestrians, and vehicular traffic. The Contractor further recognizes
delays in the completion of this project would constitute financial loss for the City, but proving the
amount of actual loss would require delays, expenses, and difficulty. As such, the Contractor agrees that
liquidated damages for delay (but not as a penalty) will be five hundred dollars and zero cents ($500.00)
per calendar day or fraction thereof after May 23, 2025 until the Work is Substantially Complete. The
Contractor agrees to pay five hundred dollars and zero cents ($500.00) per calendar day or fraction
thereof after June 6, 2025 until the Work is ready for final acceptance.
BID 10127 Confluence Plaza Improvements Page 14 of 44
EXHIBIT B
SPECIFICATIONS
REVISION OF SECTION 608 - SIDEWALKS AND BIKEWAYS
Section 608 of the CDOT Standard Specifications is hereby revised for this project as
follows:
In subsection 608.01, add the following:
This Work also consists of the provision and installation of salvaged interlocking concrete pavers;
and special finish concrete to include – Sandscape Refined finish concrete (with glass aggregate)
in conformance with these specifications and in conformity with the lines and grades shown on
the plans.
In subsection 608.02, add the following:
Interlocking Concrete Pavers
Salvaged, Interlocking Concrete Pavers - Placed on sand setting bed over a concrete sub-
slab, in the location and pattern as identified on the Drawings.
Paver Aggregate Setting Bed Materials
Graded Aggregate for Base: Class 6 Aggregate Base Course complying with CDOT
standards.
Sand for Leveling Course: Sound, sharp, washed, natural sand or crushed stone complying
with gradation requirements in ASTM C 33/C 33M for fine aggregate.
Sand for Joints: Fine, sharp, washed, natural sand or crushed stone with 100 percent
passing No. 16 sieve and no more than 10 percent passing No. 200 sieve.
Concrete
Portland cement: shall conform to ASTM C 150, Type I, II or V. Use single brand of cement
from single source for the entire project.
1. Slump: 3 to 5 inch slump. Obtain approval from Owner’s Authorized
Representative if slump is outside these parameters.
2. Minimum PSI Rating at 28 days: 4,000.
3. Cement quantity per yard of mix:
a. Minimum: 6 sacks.
b. Maximum: 7 sacks.
4. Water/cement ratio: Maximum .6
5. Aggregates: Use maximum 1” top size aggregate. Aggregates: shall conform to
ASTM C 33 and be optimized with minimal gap grading and the largest top sized
aggregate feasible. Use same sand and aggregate source for the entire project.
6. Admixtures:
BID 10127 Confluence Plaza Improvements Page 15 of 44
a. Air entrainment: As determined required by aggregate size and environment
b. Water-Reducing Admixtures: Water-reducing admixtures and/or super-
plasticizers are permitted and shall conform to ASTM C 494.
7. Fly ash: Fly Ash shall conform to ASTM C618 – type F. Use in all applications as
required up to 25% of total cement content
8. Accelerators: Do not use accelerators.
9. Water: Mixing water shall be fresh, clean and potable.
10. Air Entrainment: Conforming to ASTM C260. In freeze-thaw areas, air entrainment
shall be provided.
Concrete Reinforcing
Reinforcing Steel: Conforming to ASTM A615, clean and free of rust, dirt, grease or oils.
Tie Wire: 16-gauge plain cold-drawn steel conforming to ASTM A82, clean, and free of rust,
dirt, grease or oils.
Supports for Reinforcement:
1. Provide supports for reinforcement including bolsters, chairs, spacers and other
devices for spacing, supporting and fastening reinforcing bars in place.
Polypropylene Fiber Reinforcement: 100% virgin multifilament polypropylene fibers,
complying with ASTM C 1116 - Type III. Acceptable Products:
1. Fiber Mesh: UltraFiber500
2. FiberMesh150. Fibermesh
3. Fibermix Stealth – 1/4” long
4. Grace Construction Products; MicroFiberTM
5. Or pre-approved equivalent.
Application Rate: 1/2 LB./CY of mix, unless recommended otherwise by manufacturer.
Sandscape Refined Finish with Glass Aggregate
Available Manufacturers:
Subject to compliance with requirements, manufacturers offering materials decorative in
nature required to be incorporated into the Work include, and are limited to,
manufacturer listed.
1. Basis of Design: The Bomanite Company (303) 369-1115 www.bomanite.com
2. Or pre-approved equivalent
Materials:
Retarder: Exposed sand finish concrete shall be treated with a surface retarder applied
to result in a sand micro finish. Apply and clean up per manufacturer’s instructions.
Manufacturers include:
BID 10127 Confluence Plaza Improvements Page 16 of 44
1. Bomanite Profiler, Water-based reactive compound designed to etch the surface
concrete at the surface.
2. Dayton Superior Top-Cast Surface Retarder, Product 05 Light Blue Sandblast
Finish
3. Architectural Concrete Chemicals Optimus Surface Retarder, Sand Finish.
4. Or pre-approved equivalent.
Bomanite Dry Shake Surface Applied color, OR pre-approved equivalent.
Bomanite Con-Shield, hydrolyzed quartz compound, designed to reduce surface
porosity while improving surface abrasion resistance and bond strength of sand
aggregates, OR pre-approved equivalent.
Bomanite Hydro-Lock, epoxy modified acrylic sealer with medium sheen and minimal
film formation, OR pre-approved equivalent
Glass Aggregate for Sandscape Refined Finish
Manufacturer: American Specialty Glass, OR approved equivalent
Product: Terrazzo Glass
Glass Aggregate Color and Sizes: Final colors and sizes of glass aggregate mix shall be
approved by Owner’s Representative. Submit the following mock-ups for Owner review and
approval prior to construction.
Mock-Up #1
1. 12” x 12” x 1” thick concrete panel with color hardener, glass aggregate, and an
exposed sand finish.
2. Color Hardener: 3/16 inch to 5/16 inch depth, color – to be selected from supplier’s
range of White and Off-White colors
3. Glass Aggregate Colors and Mix: In proportion to the weight of the color hardener
aggregate must include 10% Mirror Glass (Sieve No. 20-12), and 10% Dark Blue
(Sieve No. 12-5)
4. Coverage: glass aggregate shall be mixed into the color hardener thoroughly and
be evenly distributed across the entire exposed surface.
Mock-Up #2
1. Description: 12” x 12” x 1” thick concrete panel with color hardener, glass
aggregate and an exposed sand finish.
2. Color Hardener: 3/16 inch to 5/16 inch depth, color – Adobe, Painted Desert or
approved equivalent to be selected from supplier’s full range of standard colors.
3. Glass Aggregate Colors and Mix: In proportion to the weight of the color hardener
aggregate must include 10% Mirror Glass (Sieve No. 20-12), 20% Dark Blue glass
(Sieve No. 12-5), 5% Teal Terrazzo (Sieve No 12-5). Quantity of Mirror glass can
be reduced accordingly, if necessary.
BID 10127 Confluence Plaza Improvements Page 17 of 44
4. Coverage: glass aggregate shall be mixed into the color hardener thoroughly and
be evenly distributed across the entire exposed surface.
Curing
After initial texture exposure, wet cure the slab for a minimum of 24 hours by means of fogging,
sheet or spraying.
Sealing
Treat exposed sand finish sandscape surface once cured with Bomanite Con-Shield, OR
approved equivalent, as per manufacturer’s instructions
After Bomanite Con-Shield has reacted fully, Bomanite Hydro-Lock is applied as per
manufacturer’s instruction, OR approved equivalent
Construction Joint Dowels
Construct construction joints in areas as required- diamond dowels are required to provide
load transference at construction joints
Dowel schedule to match rebar schedule and at a minimum spacing as indicated in the
drawings.
Diamond or speed dowels
Expansion Joint Materials
Provide expansion joints as required- dowels are required to provide load transference at
expansion joints.
Caulk expansion joints and apply sand to exposed surface caulked joints.
Subsection 608.03 shall include the following:
Interlocking Concrete Pavers.
Installation shall be by a paving contractor and crew with a minimum of five (5) years of
experience in placing pavers on projects of similar nature or scope.
Submittals:
Submit full size samples of paver units to indicate color and shape selections as
detailed on the Drawings.
Submit product cut sheet and sieve analysis for gradation of bedding and joint sand.
Project Conditions: Do not install pavers during heavy rainfall or snowfall.
Lay the pavers in the pattern(s) as shown on the Drawings.
In areas where existing pavers were disturbed by construction, reinstall per paver
BID 10127 Confluence Plaza Improvements Page 18 of 44
manufacturer’s installation instruction, and match pattern of abutting areas.
Fill gaps at edges/ends of paver runs with cut pavers as required.
Fill joints with sand and vibrate pavers per manufacturer’s instructions. Sweep off excess sand
and dispose of off-site when the job is complete.
The final surface elevation of pavers shall be a maximum of 1/8” above/below the adjacent
finished concrete.
Special Concrete Finishes
Installer Qualifications:
1. Installation shall be by a paving contractor and crew with a minimum of five (5) years
of experience with projects of similar nature or scope. Experience placing color
hardener with glass aggregate and an exposed sand finish is required.
2. Applicator shall be familiar with the specified requirements and the methods needed
for proper performance of Work of this section.
3. Applicator shall be familiar with the previously approved mock-ups that demonstrated
standard of workmanship.
4. Applicator to belong to the Decorative Concrete Council of the American Society of
Concrete Contractors (ASCC) and conform to their safety and quality standards.
5. Pre-approved decorative finish installers include the following:
a. Colorado Hardscapes
b. Other qualified installers that are approved prior to bidding.
Source Limitations:
1. Seeded glass: Obtain seeded glass from one source determined suitable for concrete
seeding.
Mock-ups:
1. Apply finish to mock-ups constructed by contracted installer, using each type of finish
to demonstrate finished appearance and standard of workmanship.
a. Mock-up shall include surface treatments.
b. Mock-up to be a minimum of 1 square foot based on selected sample
c. Obtain from Owner’s Representative approval of mock-ups before starting
construction.
d. Maintain mock-ups during construction in an undisturbed condition as a standard
for judging the completed Work.
Concrete Placement.
Concrete mixtures to be designed by an approved commercial testing laboratory, using
approved materials to obtain specified minimum compressive strength. Submit laboratory
analysis of proposed concrete mixture to Owner’s Representative for approval prior to placing
concrete.
Proportion and mix of cement, aggregate, admixture and water to attain required plasticity and
BID 10127 Confluence Plaza Improvements Page 19 of 44
strength in accordance with current edition of ACI Manual of Concrete Practice and PCA
"Design and Control of Concrete Mixtures."
Subgrade preparation. Remove debris, sand, and other foreign material from concrete sub-
slabs that new concrete will be placed over.
Blanket placed concrete as needed to protect from inclement weather.
Concrete Forming.
Ensure that Work conforms to recommended practice for concrete form work (ACI 347), latest
edition.
Use form lumber that is new #2 or better grade wood or plastic coated plywood for vertical
faces.
Allow forms to remain in place long enough restrain the concrete during set and for a minimum
of 12 hours after pour.
Concrete Finishing
Concrete flatwork shall be performed under the supervision of a craftsman who has completed
the American Concrete Institute (ACI) Concrete Flatwork Finisher and Technician (ACICFFT)
training and has five years of experience installing sand finish.
The concrete shall be placed and screeded to the finished grade and floated to a uniform
surface using standard finishing techniques.
Exposed sand finish should be finished using Day1 finishing aid per manufacturer’s written
instructions
Where necessary, exposed sand finish Work to be installed using smooth forms, stripped
while concrete is workable and troweled smooth.
Surface retarder will be applied and cleaned off with proper equipment
Finish shall match approved mock-up sample.
Mask adjacent pavers while placing and finishing concrete.
Concrete Jointing
Construction and Contraction Joints:
1. Sawcut construction and contraction joints in locations indicated on drawings.
2. Perform jointing with a circular saw – walk behind saws are not acceptable unless
of the early entry type to maintain required straightness standards.
3. Joint Width: Per drawings and approved samples. Do not exceed 3/16 inch in
width.
4. Sawcut joints in a straight line with no overcutting. Use a hand tool to sawcut up to
vertical edges such as walls, steps, curbs and columns.
BID 10127 Confluence Plaza Improvements Page 20 of 44
5. Depth of Sawcut Joints: 1/3rd depth of slab.
6. Decorative Sawcut Joints: Per Drawings.
7. Sawcut joints in a straight line with no overcutting.
8. Use a hand tool to sawcut up to vertical edges such as walls, steps, curbs and
columns. No cutting into vertical surfaces will be allowed.
Concrete Cleaning
Prior to sealing, concrete surface must be washed and uniformly cleaned per manufacturer’s
recommendations to achieve desired sand exposure. Cleaning may require the use of auto
scrubbers and pressure washers. Collection and disposal of slurry per applicable waste
disposal regulations.
Remove all debris and excess materials from the job site and dispose of in accordance to
with all applicable waste disposal regulations.
Concrete Curing and Sealing
After surface seeded aggregate is complete, cure concrete for a minimum of seven (7) days
(or longer) without foot traffic and a minimum of thirty (30) days or longer without vehicular
traffic for all Architectural Cast-in-place areas. Contractor shall verify these suggested time
frames and shall coordinate this schedule with other related construction.
Seal surface of paving using Sealer.
Apply sealer to slab seal the sand finish concrete. Follow sealer manufacturer’s directions
when applying this product. Unless specified otherwise by the manufacturer, sealer shall be
applied in 3 to 6 coats.
METHOD OF MEASUREMENT
608.05 Interlocking Concrete Pavers will be measured by the actual square foot of material
used. Bedding aggregate and joint sand are incidental to the price of the Work and will not be
paid for separately.
Color pigment, surface seeded glass aggregate and exposed sand finish shall be incidental to the
price of the decorative concrete bands and will not be paid for separately.
BASIS OF PAYMENT
608.06 The accepted quantities of pavers will be paid for at the contract unit price for each of the
pay items listed below that appear in the bid schedule. Contractor shall furnish materials, labor,
transportation, services, sand blasting and other equipment necessary to furnish and install
concrete pavers, as detailed on the drawings and specified in this Section.
Payment will be made under:
Pay Item Pay Unit
Salvaged, Interlocking Concrete Pavers Square Foot
BID 10127 Confluence Plaza Improvements Page 21 of 44
Decorative Concrete Bands Square Foot
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 22 of 44
EXHIBIT C
PROJECT PLAN SET
Willow St.
Li
n
d
e
n
S
t
r
e
e
t
EXISTING ART COLUMNS &
FOUNDATIONS, TO REMAIN
AND BE PROTECTED, TYP.
(2) EXISTING
CONCRETE STREET
SIGN, PROTECT IN
PLACE
1
EXISTING OVERHEAD STRING
LIGHTS, TO BE PROTECTED
IN PLACE, TYP.
EXISTING CONCRETE SEAT
WALLS, TO BE PROTECTED IN
PLACE, TYP.
EXISTING UNDERGROUND
UTILITY, PROTECT IN PLACE
3
2
3
3
1
1
1
1603 Oakridge Drive
Fort Collins, CO 80525
(970) 223-7577
1201-012-08
L0.1-RE
PR
E
P
A
R
E
D
F
O
R
PROJECT NUMBER:
DA
T
E
:
RE
V
I
S
I
O
N
:
SC
A
L
E
:
CH
E
C
K
E
D
B
Y
:
DE
S
I
G
N
E
D
B
Y
:
PR
O
J
E
C
T
N
A
M
E
SHEET NO.
CO
N
F
L
U
E
N
C
E
P
L
A
Z
A
I
M
P
R
O
V
E
M
E
N
T
S
DE
M
O
L
I
T
I
O
N
P
L
A
N
RSRS
/
S
R
0' 10'05'2.5'
NO
R
T
H
01
/
2
7
/
2
5
1"
=
1
0
'
-
0
"
DEMOLITION NOTES:
REMOVE AND DISPOSE OF THE EXISTING IN-GRADE LIGHT BANDS INCLUDING
CONCRETE CHANNELS, LENSES, LIGHT ROPES, RELATED ELECTRICAL
COMPONENTS, SAND, AGGREGATE BENEATH THE CHANNELS. THE EXISTING
CONCRETE SUB-SLAB SHALL REMAIN AND BE PROTECTED IN PLACE. REFER
TO ELECTRICAL DEMOLITION PLANS FOR ADDITIONAL INFORMATION.
REMOVE AND SALVAGE EXISTING SOLDIER COURSE CONCRETE PAVERS
ABUTTING BOTH SIDES OF IN-GRADE LIGHT BANDS INCLUDING SAND AND
AGGREGATE BENEATH THE PAVERS. THE EXISTING CONCRETE SUB-SLAB
SHALL REMAIN AND BE PROTECTED IN PLACE.
1 3
2
EXISTING INTERLOCKING CONCRETE PAVERS TO REMAIN. IF PAVERS THAT
ARE TO REMAIN ARE DISTURBED BY CONSTRUCTION, THEY SHALL BE
RE-INSTALLED.
GENERAL NOTE: ITEMS TO BE DEMOLISHED ARE SHOWN IN RED. OTHER EXISTING IMPROVEMENTS ARE TO BE PROTECTED IN PLACE.
EXHIBIT C
Willow St.
Li
n
d
e
n
S
t
r
e
e
t
1603 Oakridge Drive
Fort Collins, CO 80525
(970) 223-7577
1201-012-08
L1.1-RE
PR
E
P
A
R
E
D
F
O
R
PROJECT NUMBER:
DA
T
E
:
RE
V
I
S
I
O
N
:
SC
A
L
E
:
CH
E
C
K
E
D
B
Y
:
DE
S
I
G
N
E
D
B
Y
:
PR
O
J
E
C
T
N
A
M
E
SHEET NO.
CO
N
F
L
U
E
N
C
E
P
L
A
Z
A
I
M
P
R
O
V
E
M
E
N
T
S
PA
V
I
N
G
P
L
A
N
RSRS
/
S
R
0' 10'05'2.5'
NO
R
T
H
01
/
2
7
/
2
5
1"
=
1
0
'
-
0
"
LI
N
D
E
N
S
T
R
E
E
T
OVERHEAD STRING LIGHT
TO REMAIN, TYP.
EXISTING
PLANTERS,
PROTECT
IN PLACE,
TYP.
WILLOW STREET
CONFLUENCE
DEVELOPMENT
320 WILLOW
STREET
EXISTING TRASH RECEPTACLES
PROTECT IN PLACE, TYP.EXISTING CONCRETE SEAT WALL,
PROTECT IN PLACE
EXISTING CONCRETE
HEADER TO REMAIN,
TYP.
EXISTING INTERLOCKING
PAVERS TO REMAIN, TYP.
EXISTING ART FEATURE,
PROTECT IN PLACE, TYP.
EJ
EXISTING CONCRETE CURB
HEADER & RAMP TO
REMAIN, TYP.
EXISTING PAVERS AND
PAVER BAND TO
REMAIN, TYP.
EXISTING UNDERGROUND
UTILITY, PROTECT IN PLACE
EXISTING
CONCRETE HEADER
TO REMAIN, TYP.
EXISTING PLANTER POTS,
PROTECT IN PLACE
DECORATIVE CONCRETE
BAND, TYP. SEE
DECORATIVE CONCRETE
BAND SECTION ABUTTING
INTERLOCKING PAVERS
V-CUT JOINT
SAW CUT CONTROL JOINT, SEE
DECORATIVE CONCRETE BAND SECTION
1
L2.1-RE
3
L2.1-RE
2
L2.1-RE
EJ
EJ
EXHIBIT C
+/
-
5
"
VARIES, 7'-6" MAX.
1
8" WIDE SAW-CUT CONTROL JOINT, TYP. SEE
PAVING PLAN FOR JOINT LOCATIONS
DECORATIVE CONCRETE BAND, SEE PAVING PLAN
CONCRETE CONTROL JOINT SPACING VARIES, SEE
PAVING PLAN FOR JOINT LOCATIONS
EXISTING CONCRETE RAT SLAB
BREAK BOND BETWEEN SLABS
V-CUT JOINT, TYP. SEE PAVING PLAN FOR
JOINT LOCATIONS
VARIES
1
1
/
2
"
,
TY
P
.
+/
-
5
"
1/8" TYP.
APPROX. 1'-5"
EXISTING INTERLOCKING
PAVERS TO REMAIN AND
BE RESET IF DISTURBED
BY CONSTRUCTION, TYP.
EXISTING AGGREGATE AND
SAND SUB-BASE TO REMAIN
EXISTING CONCRETE RAT SLAB
DECORATIVE CONCRETE BAND WITH
BOMANITE SANDSCAPE REFINED
FINISH OR APPROVED EQUIVALENT
BREAK BOND BETWEEN CONCRETE SLABS
FILL JOINT BETWEEN
PAVERS AND CONCRETE
BAND WITH POLYMERIC
SAND (BOTH SIDES)
1
4" RADIUS AT EDGES
1 2"
1 4"
5
8"
1
8"
SAW CUT JOINT
V-CUT JOINT, GRIND TOP 1
4" OF JOINT
TO CREATE DECORATIVE 'V' SHAPED
GROOVED' JOINT, AS SHOWN. SEE
PAVING PLAN FOR LOCATIONS
L2.1-RE
PR
E
P
A
R
E
D
F
O
R
PROJECT NUMBER:
PR
O
J
E
C
T
N
A
M
E
SHEET NO.
CO
N
F
L
U
E
N
C
E
P
L
A
Z
A
I
M
P
R
O
V
E
M
E
N
T
S
DE
T
A
I
L
S
1603 Oakridge Drive
Fort Collins, CO 80525
(970) 223-7577
RE
V
I
S
I
O
N
:
SC
A
L
E
:
CH
E
C
K
E
D
B
Y
:
DE
S
I
G
N
E
D
B
Y
:
1"
=
1
'
-
0
"
DA
T
E
:
0
1
/
2
7
/
2
5
RSRS
/
S
R
SCALE:1"=1'-0"1 DECORATIVE CONCRETE BAND SECTION
SCALE:1"=1'-0"2 DECORATIVE CONCRETE BAND SECTION ABUTTING INTERLOCKING PAVERS
1201-012-08
SCALE:1"=1"3 V-CUT JOINT
EXHIBIT C
J
E
C
T
S2
T
J
ST
A
1
+
0
0
T
O
S
T
A
4
+
5
0
1201-012-08
E1.0
12
1
8
W
.
A
s
h
,
S
u
i
t
e
A
Wi
n
d
s
o
r
,
C
o
l
o
r
a
d
o
8
0
5
5
0
Ph
o
n
e
:
(
9
7
0
)
6
7
4
-
3
3
0
0
Fa
x
:
(
9
7
0
)
6
7
4
-
3
3
0
3
C
O
N
S
U
L
T
I
N
G
G
R
O
U
P
I
N
T
E
R
W
E
S
T
PR
E
P
A
R
E
D
F
O
R
PROJECT NUMBER:
DA
T
E
:
SC
A
L
E
(
H
)
:
SC
A
L
E
(
V
)
:
CH
E
C
K
E
D
B
Y
:
DE
S
I
G
N
E
D
B
Y
:
PR
O
J
E
C
T
N
A
M
E
SHEET NO.
WI
L
L
O
W
S
T
R
E
E
T
I
M
P
R
O
V
E
M
E
N
T
S
100% COMPLETE
FOR CONSTRUCTION
SI
T
E
P
L
A
N
BNDR
10
/
1
7
/
1
9
DEMO NOTES:
REMOVE ALL TYPE 'D' LINEAR LED LUMINAIRES AND ASSOCIATED MOUNTING HARDWARE.
REMOVE LINE VOLTAGE AND LOW-VOLTAGE CONDUCTORS FROM ALL TYPE 'D' LINEAR LED LUMINAIRES BACK TO SOURCE, LABEL THE
BREAKER AS SPARE, AND ABANDON THE CONDUIT IN-PLACE. REMOVE THE GT POWER SUPPLIES AND DIMMERS ASSOCIATED WITH THE TYPE
'D' LUMINAIRES FROM THE CONTROL CABINET.
2
1
21
EXHIBIT C
5.39
6
3
1.39
2
8
Willow St.
Li
n
d
e
n
S
t
r
e
e
t
J
J
J
J
WILLOW STREET
LI
N
D
E
N
S
T
R
E
E
T
JJ
SCALE:1"=10'-0"1 LINDEN & WILLOW CORNER - ENLARGED LANDSCAPE LIGHTING 1201-012-08
E1.6
12
1
8
W
.
A
s
h
,
S
u
i
t
e
A
Wi
n
d
s
o
r
,
C
o
l
o
r
a
d
o
8
0
5
5
0
Ph
o
n
e
:
(
9
7
0
)
6
7
4
-
3
3
0
0
Fa
x
:
(
9
7
0
)
6
7
4
-
3
3
0
3
C
O
N
S
U
L
T
I
N
G
G
R
O
U
P
I
N
T
E
R
W
E
S
T
PR
E
P
A
R
E
D
F
O
R
PROJECT NUMBER:
DA
T
E
:
SC
A
L
E
(
H
)
:
SC
A
L
E
(
V
)
:
CH
E
C
K
E
D
B
Y
:
DE
S
I
G
N
E
D
B
Y
:
PR
O
J
E
C
T
N
A
M
E
SHEET NO.
WI
L
L
O
W
S
T
R
E
E
T
I
M
P
R
O
V
E
M
E
N
T
S
100% COMPLETE
FOR CONSTRUCTION
EN
L
A
R
G
E
D
L
A
N
D
S
C
A
P
E
L
I
G
H
T
I
N
G
BNDR
10
/
1
7
/
1
9
1
1
1
2
2
DEMO NOTES:
REMOVE ALL TYPE 'D' LINEAR LED LUMINAIRES AND ASSOCIATED MOUNTING HARDWARE.
REMOVE LINE VOLTAGE AND LOW-VOLTAGE CONDUCTORS FROM ALL TYPE 'D' LINEAR LED LUMINAIRES BACK TO
SOURCE, LABEL THE BREAKER AS SPARE, AND ABANDON THE CONDUIT IN-PLACE. REMOVE THE GT POWER
SUPPLIES AND DIMMERS ASSOCIATED WITH THE TYPE 'D' LUMINAIRES FROM THE CONTROL CABINET.
(TYPICAL)
LCC3-2,4,6,8,
10,24
REMOVE CKT#6
BACK TO LCC3 AND
LABEL BREAKER AS
SPARE
2
1
1
2
2
2
EXHIBIT C
1201-012-08
E1.9
12
1
8
W
.
A
s
h
,
S
u
i
t
e
A
Wi
n
d
s
o
r
,
C
o
l
o
r
a
d
o
8
0
5
5
0
Ph
o
n
e
:
(
9
7
0
)
6
7
4
-
3
3
0
0
Fa
x
:
(
9
7
0
)
6
7
4
-
3
3
0
3
C
O
N
S
U
L
T
I
N
G
G
R
O
U
P
I
N
T
E
R
W
E
S
T
PR
E
P
A
R
E
D
F
O
R
PROJECT NUMBER:
DA
T
E
:
SC
A
L
E
(
H
)
:
SC
A
L
E
(
V
)
:
CH
E
C
K
E
D
B
Y
:
DE
S
I
G
N
E
D
B
Y
:
PR
O
J
E
C
T
N
A
M
E
SHEET NO.
WI
L
L
O
W
S
T
R
E
E
T
I
M
P
R
O
V
E
M
E
N
T
S
100% COMPLETE
FOR CONSTRUCTION
PA
N
E
L
S
C
H
E
D
U
L
E
DR
BN
10
/
1
7
/
1
9
SPARE
PANEL SCHEDULE DEMO NOTES:
REMOVE CKT#6 FROM TYPE 'D' LUMINAIRES AND ASSOCIATED GT POWER SUPPIED BACK TO LCC3
AND LABEL BREAKER AS SPARE.
1
1
EXHIBIT C
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 29 of 44
EXHIBIT D
SAMPLE SERVICES AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN)
SERVICES AGREEMENT
This SERVICES AGREEMENT (AGREEMENT) made and entered into the day and year
set forth in the Agreement Period section below by and between the CITY OF FORT COLLINS,
COLORADO, a Colorado Municipal Corporation, (CITY) and , a(n) [enter state] [business
type], (CONTRACTOR).
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Scope of Services. The CONTRACTOR agrees to provide Services in accordance with the
Scope of Services (Services) attached hereto as Exhibit A, consisting of [# of Pages] and
incorporated herein. Irrespective of references to named third parties in this AGREEMENT
and its Exhibits, the CONTRACTOR shall be solely responsible for performance of all duties
hereunder.
2. Changes. The CITY may, at any time during the term of the AGREEMENT, make changes
to the AGREEMENT. Such changes shall be agreed upon in writing by the parties.
3. Agreement Period. This AGREEMENT shall commence , 20 (the Effective
Date) and shall continue in full force and effect until , 20 , unless sooner
terminated as herein provided.
4. Early Termination by CITY. Notwithstanding the time periods contained herein, the CITY
may terminate this AGREEMENT at any time without cause or penalty by providing at least
ten (10) calendar days written notice of termination to the CONTRACTOR.
In the event of early termination by the CITY, the CONTRACTOR shall be paid for Services
rendered to the date of termination, subject only to the satisfactory performance of the
CONTRACTOR's obligations under this AGREEMENT. CONTRACTOR shall submit a final
invoice within ten (10) calendar days of the effective date of termination. Payment shall be
the CONTRACTOR's sole right and remedy for such termination.
5. Notices. All notices provided under this AGREEMENT shall be effective immediately when
emailed or three (3) business days from the date of the notice when mailed to the following
addresses:
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 30 of 44
CONTRACTOR: CITY: Copy to:
Attn: John Gerwel
PO Box 580
Fort Collins, CO 80522
jgerwel@fcgov.com
Attn: Purchasing Dept.
PO Box 580
Fort Collins, CO 80522
purchasing@fcgov.com
All notices under this AGREEMENT shall be written.
6. Compensation. In consideration of the Services to be performed pursuant to this
AGREEMENT, the CITY agrees to pay the CONTRACTOR in accordance with Exhibit
[choose one], consisting of [# of Pages], attached and incorporated herein. Monthly partial
payments based upon the CONTRACTOR's billings and itemized statements are
permissible. The amounts of all such partial payments shall be based upon the
CONTRACTOR's CITY-verified progress in completing the Services to be performed
pursuant hereto and upon the CITY's approval of the CONTRACTOR's actual reimbursable
expenses. Final payment shall be made following acceptance by the CITY of the Services.
Invoices shall be emailed to invoices@fcgov.com with a copy to the CITY Project Manager.
The cost of the Services completed shall be paid to the CONTRACTOR following the
submittal of a correct itemized invoice by the CONTRACTOR. The CITY is exempt from
sales and use tax. The CITY’s Certificate of Exemption license number is 09804502. A
copy of the license is available upon written request.
The CITY pays undisputed invoices on Net 30 days from the date of the invoice submittal
to the CITY or, for disputed invoices, Net 30 days from the date of CITY Project Manager’s
approval.
7. Design and Service Standards. The CONTRACTOR warrants and shall be responsible for
the professional quality, technical accuracy, accessibility requirements under ADA and
Public Accommodations and Technology Accessibility sections below, timely completion
and the coordination of all Services rendered by the CONTRACTOR, and the Project
Instruments as defined in the Project Instruments and License section below. The
CONTRACTOR shall, without additional compensation, promptly remedy and correct any
errors, omissions, or other deficiencies from such standards.
8. Indemnification. The CONTRACTOR shall indemnify, defend, and hold harmless the CITY
and its officers and employees, to the maximum extent permitted under Colorado law,
against and from any and all actions, suits, claims, demands, or liability of any character
whatsoever claimed by the CONTRACTOR or third parties against the CITY arising out of
or related to this AGREEMENT (including but not limited to contract, tort, intellectual
property, accessibility, or otherwise). This obligation extends to reimbursement of the
CITY's defense costs and reasonable attorney’s fees.
9. Insurance. The CONTRACTOR shall maintain insurance in accordance with Exhibit
[choose one] consisting of [# of Pages], attached and incorporated herein.
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 31 of 44
10. Appropriation. To the extent this AGREEMENT or any provision in it. requires payment of
any nature in fiscal years subsequent to the current fiscal year and constitutes a multiple
fiscal year debt or financial obligation of the CITY, it shall be subject to annual appropriation
by Fort Collins City Council as required in Article V, Section 8(b) of the City Charter, City
Code Section 8-186, and Article X, Section 20 of the Colorado Constitution. The CITY shall
have no obligation to continue this AGREEMENT in any fiscal year for which there are no
pledged cash reserves or supporting appropriations pledged irrevocably for purposes of
payment obligations herein. Non-appropriation by the CITY shall not be construed as a
breach of this AGREEMENT.
11. Project Instruments and License.
a. Upon execution of this AGREEMENT, the CONTRACTOR grants to the CITY an
irrevocable, unlimited and royalty free license to use any and all sketches, drawings, as-
builts, specifications, designs, blueprints, data files, calculations, studies, analysis,
renderings, models, plans, reports, and other deliverables (Project Instruments), in any
form whatsoever and in any medium expressed, for purposes of constructing, using,
maintaining, altering and adding to the project, provided that the CITY substantially
performs its obligations under the AGREEMENT. The license granted hereunder
permits the CITY and third parties reasonably authorized by the CITY to reproduce
applicable portions of the Project Instruments for use in performing the Services or
construction for the project. In addition, the license granted hereunder shall permit the
CITY and third parties reasonably authorized by the CITY to reproduce and use the
Project Instruments for similar projects, provided however, in such event the
CONTRACTOR shall not be held responsible for the design to the extent the CITY
deviates from the Project Instruments. This license shall survive termination of the
AGREEMENT by default or otherwise.
b. Upon payment of each invoice, associated Project Instruments rendered by the
CONTRACTOR shall become the CITY’s property. The CONTRACTOR shall provide
the CITY with the Project Instruments in electronic format in a mutually agreed upon file
type.
12. CITY Project Manager. The CITY will designate, before commencement of the Services, the
CITY Project Manager who will make, within the scope of their authority, all necessary and
proper decisions with reference to the Services provided under this AGREEMENT. All
requests for contract interpretations, change order, and other clarification or instruction shall
be directed to the CITY Project Manager.
The initial CITY Project Manager for this AGREEMENT is John Gerwel and can be reached
at jgerwel@fcgov.com. The CITY Project Manager is subject to change by the CITY.
13. Independent Contractor. The Services to be performed by the CONTRACTOR are those of
an independent contractor and not of an employee of the CITY. The CITY shall not be
responsible for withholding or remitting any portion of CONTRACTOR's compensation
hereunder or any other amounts on behalf of CONTRACTOR for the payment of FICA,
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 32 of 44
Workmen's Compensation, unemployment insurance, other taxes or benefits or for any
other purpose.
14. Personal Services. It is understood that the CITY enters into the AGREEMENT based on
the special abilities of the CONTRACTOR and that this AGREEMENT shall be considered
as an AGREEMENT for personal services. Accordingly, the CONTRACTOR shall neither
assign any responsibilities nor delegate any duties arising under the AGREEMENT without
the prior written consent of the CITY.
15. Subcontractors/Subconsultants. CONTRACTOR may not subcontract any of the Services
without the prior written consent of the CITY, which shall not be unreasonably withheld. If
any of the Services are subcontracted hereunder (with the consent of the CITY), then the
following provisions shall apply:
a. the subcontractor must be a reputable, qualified firm with an established record of
successful performance in its respective trade performing identical or substantially
similar work;
b. the subcontractor will be required to comply with all applicable terms of this
AGREEMENT;
c. the subcontract will not create any contractual relationship between any such
subcontractor and the CITY, nor will it obligate the CITY to pay or see to the payment of
any subcontractor; and
d. the work of the subcontractor will be subject to inspection by the CITY to the same extent
as the work of the CONTRACTOR.
The CONTRACTOR shall require all subcontractor/subconsultants performing
Service(s) hereunder to maintain insurance coverage naming the CITY as an
additional insured under this AGREEMENT in accordance with Exhibit [choose one].
The CONTRACTOR shall maintain a copy of each subcontractor’s/subconsultant’s
certificate evidencing the required insurance. Upon request, the CONTRACTOR
shall provide the CITY with a copy of the certificate(s) within two (2) business days.
The CONTRACTOR shall be responsible for any liability directly or indirectly arising
out of the Services performed under this AGREEMENT by a
subcontractor/subconsultant, which liability is not covered by the
subcontractor/subconsultant's insurance.
16. Acceptance Not Waiver. The CITY's approval of Project Instruments furnished hereunder
shall not in any way relieve the CONTRACTOR of responsibility for the quality or technical
accuracy of the Services. The CITY’S approval or acceptance of, or payment for any of the
Services shall not be construed to operate as a waiver of any rights or benefits provided to
the CITY under this AGREEMENT.
17. Warranty.
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 33 of 44
a. CONTRACTOR warrants that all Services performed hereunder shall be performed with
the highest degree of competence and care in accordance with accepted standards for
Services of a similar nature.
b. Unless otherwise provided in the AGREEMENT, all materials and equipment
incorporated into any Services shall be new and, where not specified, of the most
suitable grade of their respective kinds for their intended use, and all Services must be
of a quality acceptable to CITY.
c. CONTRACTOR warrants all equipment, materials, labor and other Services, provided
under this AGREEMENT, except CITY-furnished materials, equipment and labor,
against defects and nonconformances in design, materials and Service quality for the
original manufacturer’s warranty term or a period beginning with the start of the Services
and ending twenty-four (24) months from and after final acceptance under the
AGREEMENT, whichever is time is longer, regardless of whether the same were
furnished or performed by CONTRACTOR or by any of its subcontractors of any tier.
Upon receipt of written notice from the CITY of any such defect or nonconformances,
the affected item or part thereof shall be redesigned, repaired or replaced by
CONTRACTOR in a manner and at a time acceptable to CITY.
18. Default. Each and every term and condition hereof shall be deemed to be a material element
of this AGREEMENT. In the event either party should fail or refuse to perform according to
the terms of this AGREEMENT, that party may be declared in default upon notice.
19. Remedies. In the event a party has been declared in default, that defaulting party shall be
allowed a period of ten (10) calendar days from the date of notice within which to cure said
default. In the event the default remains uncorrected, the party declaring default may elect
to:
a. terminate the AGREEMENT and seek damages;
b. treat the AGREEMENT as continuing and require specific performance; or
c. avail themselves of any other remedy at law or equity.
In the event of a dispute between the parties regarding this AGREEMENT, each party shall
bear its own attorney fees and costs, except as provided for in the Indemnification and
Technology Accessibility sections.
20. Entire Agreement; Binding Effect; Authority to Execute. This AGREEMENT, along with all
Exhibits and other documents incorporated herein, shall constitute the entire AGREEMENT
of the parties regarding this transaction and the matter recited herein. This AGREEMENT
supersedes any prior agreements, promises, or understandings as to the matter recited
herein. The AGREEMENT shall be binding upon said parties, their officers, employees,
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties. Covenants or representations not
contained in this AGREEMENT shall not be binding on the parties. In the event of a conflict
between terms of the AGREEMENT and any exhibit or attachment, the terms of the
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 34 of 44
AGREEMENT shall prevail. Each person executing this AGREEMENT affirms that they
have the necessary authority to sign on behalf of their respective party and to bind such
party to the terms of this AGREEMENT.
21. Law/Severability. The laws of the State of Colorado and the City of Fort Collins Charter and
Municipal Code shall govern the construction, interpretation, execution, and enforcement of
this AGREEMENT—without regard to choice of law or conflict of law principles. The Parties
further agree that Larimer County District Court is the proper venue for all disputes. If the
CITY subsequently agrees in writing that the matter may be heard in federal court, venue
will be in U.S. District Court for the District of Colorado. In the event any provision of this
AGREEMENT shall be held invalid or unenforceable by any court of competent jurisdiction,
that holding shall not invalidate or render unenforceable any other provision of this
AGREEMENT.
22. Prohibition Against Unlawful Discrimination. The CONTRACTOR acknowledges that the
CITY, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat.
252, 42 US.C. § 2000d to 2000d-4); C.R.S. § 24-34-401, and any associated State or
Federal laws and regulations strictly prohibits unlawful discrimination based on an
individual’s gender (regardless of gender identity or gender expression), race, color, religion,
creed, national origin, ancestry, age 40 years or older, marital status, disability, sexual
orientation, genetic information, or other characteristics protected by law. Pursuant to CITY
policy “sexual orientation” means a person’s actual or perceived orientation toward
heterosexuality, homosexuality, and bisexuality. The CITY also strictly prohibits unlawful
harassment in the workplace, including sexual harassment. Further, the CITY strictly
prohibits unlawful retaliation against a person who engages in protected activity. Protected
activity includes an employee complaining that he or she has been discriminated against in
violation of the above policy or participating in an employment discrimination proceeding.
The CONTRACTOR shall comply with the CITY’s policy for equal employment opportunity
and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies
to all third-party Contractors and their subcontractors at every tier.
23. ADA and Public Accommodations. In performing the Services required hereunder, the
CONTRACTOR agrees to meet all requirements of the Americans with Disabilities Act of
1990, C.R.S. § 24-85-101, and all applicable rules and regulations (ADA), and all applicable
Colorado public accommodation laws, which are imposed directly on the CONTRACTOR or
which would be imposed on the CITY as a public entity.
24. Technology Accessibility. The CONTRACTOR represents that the Project Instruments
hereunder, shall fully comply with all applicable provisions of C.R.S. § 24-85-101, and the
Accessibility Standards for Individuals with a Disability, as established by the State of
Colorado Governor’s Office of Information Technology (OIT) pursuant to C.R.S. § 24-85-103
(2.5), including all updates and amendments to those standards as provided by the OIT.
The CONTRACTOR shall also comply with all State of Colorado technology standards
related to technology accessibility and with Level AA of the most current version of the Web
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 35 of 44
Content Accessibility Guidelines (WCAG), incorporated in the State of Colorado technology
standards.
To confirm that the Project Instruments meet these standards, the CONTRACTOR may be
required to demonstrate compliance. The CONTRACTOR shall indemnify, save, and hold
harmless the CITY against any and all costs, expenses, claims, damages, liability, court
awards and other amounts (including attorneys’ fees and related costs) incurred by the CITY
in relation to the CONTRACTOR’s failure to comply with C.R.S. § 24-85-101, or the
Accessibility Standards for Individuals with a Disability as established by OIT pursuant to
C.R.S. § 24-85-103 (2.5).
The CITY may require the CONTRACTOR’s compliance to the State’s Accessibility
Standards to be determined by a third party selected by the CITY to attest to the Project
Instruments and software compliance with C.R.S. § 24-85-101, and the Accessibility
Standards for Individuals with a Disability as established by OIT pursuant to C.R.S. §
24-85-103 (2.5).
25. Data Privacy. CONTRACTOR will comply with all applicable data privacy regulations and
laws, specifically including Colorado’s Privacy Act, C.R.S § 6-1-1301 (the Privacy Act).
CONTRACTOR shall ensure that each person processing any personal data connected to
the Services is subject to a duty of confidentiality with respect to the data. If applicable,
CONTRACTOR shall require that any subcontractors meet the obligations of
CONTRACTOR with respect to any personal data connected to this AGREEMENT. The
Parties agree that upon termination of the Services that CONTRACTOR shall, at the CITY’s
choice, delete or return all personal data to the CITY unless retention of the personal data
is required by law. CONTRACTOR shall make available to the CITY all information
necessary to demonstrate compliance with the obligations of the Privacy Act.
CONTRACTOR shall allow for, and contribute to, reasonable audits and inspections by the
CITY or the CITY’s designated auditor.
26. Governmental Immunity Act. No term or condition of this AGREEMENT shall be construed
or interpreted as a waiver, express or implied, of any of the notices, requirements,
immunities, rights, benefits, protections, limitations of liability, and other provisions of the
Colorado Governmental Immunity Act, C.R.S. § 24-10-101, and under any other applicable
law.
27. Colorado Open Records Act. The CONTRACTOR acknowledges the CITY is a
governmental entity subject to the Colorado Open Records Act, C.R.S. § 24-72-201
(CORA), and documents in the CITY’s possession may be considered public records subject
to disclosure under the CORA.
28. Delay. Time is of the essence. Subject to Force Majeure , if the CONTRACTOR is
temporarily delayed in whole or in part from performing its obligations, then the
CONTRACTOR shall provide written notice to the CITY within two (2) business days defining
the nature of the delay. Provision of written notice under this Section shall not operate as a
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 36 of 44
waiver of any rights or benefits provided to the CITY under this AGREEMENT.
29. Force Majeure. No Party hereto shall be considered in default in the performance of an
obligation hereunder to the extent that performance of such obligation is delayed, hindered,
or prevented by force majeure. Force majeure shall be any cause beyond the control of the
party that could not reasonably have been foreseen and guarded against. Force majeure
includes, but is not limited to, acts of God, fires, riots, pandemics, incendiarism, interference
by civil or military authorities, compliance with regulations or orders of military authorities,
and acts of war (declared or undeclared), provided such cause could not have been
reasonably foreseen and guarded against by the affected party. Force majeure shall not
include increases in labor, commodity, utility, material, supply, fuel, or energy costs, or
compliance with regulations or orders of civil authorities. To the extent that the performance
is actually prevented, the CONTRACTOR must provide notice to the CITY of such condition
within ten (10) calendar days from the onset of such condition.
30. Dust Control. The CONTRACTOR shall abide by the City of Fort Collins “Dust Control and
Prevention Manual,” which is available for public download at https://www. fcgov.com/
airquality/pdf/dust-prevention-and-control-manual.pdf, and is incorporated herein by this
reference. The CITY has implemented this manual for all projects performed for the CITY
or located within Fort Collins city limits.
31. Special Provisions. Special provisions or conditions relating to the Services to be performed
pursuant to this AGREEMENT are set forth in Exhibit [choose one] - Confidentiality,
consisting of four (4) pages, incorporated herein.
32. Order of Precedence. In the event of a conflict or inconsistency within this AGREEMENT,
the conflict or inconsistency shall be resolved by giving preference to the documents in the
following order of priority:
a. The body of this AGREEMENT (and any written amendment),
b. Exhibits to this AGREEMENT, and
c. The Purchase Order document.
33. Prohibited Terms. Nothing in any Exhibit or other attachment shall be construed as a
waiver of any provision above. Any terms included in any Exhibit or other attachment
that requires the CITY to indemnify or hold CONTRACTOR harmless; requires the
CITY to agree to binding arbitration; limits CONTRACTOR’s liability; or that conflicts
with statute, City Charter or City Code in any way, shall be void.
[Signature Page Follows]
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 37 of 44
THE CITY OF FORT COLLINS, COLORADO
By:
Gerry Paul, Purchasing Director
Date:
ATTEST:
APPROVED AS TO FORM:
CONTRACTOR
By:
Printed:
Title:
Date:
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 38 of 44
EXHIBIT A
SCOPE OF SERVICES
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 39 of 44
EXHIBIT [CHOOSE ONE]
BID SCHEDULE/ COMPENSATION
The following pricing shall remain fixed for the initial term of this AGREEMENT. Any applicable
price adjustments may only be negotiated and agreed to in writing at the time of renewal.
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 40 of 44
EXHIBIT [CHOOSE ONE]
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance in
accordance with the following:
1. The Contractor will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work
under this bid, the Contractor shall furnish the City with certificates of insurance showing
the type, amount, class of operations covered, effective dates and date of expiration of
policies, and containing substantially the following statement:
“The insurance evidenced by this Certificate will not reduce coverage or limits and
will not be cancelled, except after thirty (30) days written notice has been received
by the City of Fort Collins.”
In case of the breach of any provision of the Insurance Requirements, the City, at its
option, may take out and maintain, at the expense of the Contractor, such insurance as
the City may deem proper and may deduct the cost of such insurance from any monies
which may be due or become due the Contractor under this Agreement. The City, its
officers, agents and employees shall be named as additional insureds on the Contractor’s
general liability and automobile liability insurance policies for any claims arising out of work
performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Contractor shall maintain during
the life of this Agreement for all of the Contractor's employees engaged in work
performed under this agreement:
1. Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident, $500,000
disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Contractor shall maintain during the
life of this Agreement such commercial general liability and automobile liability
insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise directly
or indirectly from the performance of work under this Agreement. Coverage for
property damage shall be on a "broad form" basis. The amount of insurance for
each coverage, Commercial General and Vehicle, shall not be less than $1,000,000
combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Contractor shall be
responsible for any liability directly or indirectly arising out of the work performed
under this Agreement by a subcontractor, which liability is not covered by the
subcontractor's insurance.
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 41 of 44
EXHIBIT [CHOOSE ONE]
CONFIDENTIALITY
IN CONNECTION WITH THE SERVICES to be provided by CONTRACTOR under this
AGREEMENT, the parties agree to comply with reasonable policies and procedures with regard
to the exchange and handling of confidential information and other sensitive materials between
the parties, as set forth below.
1. Definitions.
For purposes of this AGREEMENT, the party who owns the referenced information and is
disclosing same shall be referenced as the “Disclosing Party.” The party receiving the
Disclosing Party’s information shall be referenced as the “Receiving Party.”
2. Confidential Information.
Confidential Information controlled by this AGREEMENT refers to information that is not public
and/or is proprietary, including but not limited to location information, network security system,
business plans, formulae, processes, intellectual property, trade secrets, designs,
photographs, plans, drawings, schematics, methods, specifications, samples, reports,
mechanical and electronic design drawings, customer lists, financial information, studies,
findings, inventions, ideas, CITY customer identifiable information (including account,
address, billing, consumption, contact, and other customer data), utility metering data, service
billing records, customer equipment information.
To the extent practical, Confidential Information shall be marked “Confidential” or
“Proprietary.” Nevertheless, CONTRACTOR shall treat as Confidential Information all
customer identifiable information in any form, whether or not bearing a mark of confidentiality
or otherwise requested by the CITY, including but not limited to the non-exclusive list of
Confidential Information above. In the case of disclosure in non-documentary form of non-
customer identifiable information, made orally or by visual inspection, the Disclosing Party
shall have the right, or, if requested by the Receiving Party, the obligation to confirm in writing
the fact and general nature of each disclosure within a reasonable time after it is made in
order that it is treated as Confidential Information. Any information disclosed to the other party
before the execution of this AGREEMENT and related to the services for which
CONTRACTOR has been engaged shall be considered in the same manner and be subject
to the same treatment as the information disclosed after the execution of this AGREEMENT
with regard to protecting it as Confidential Information.
3. Use of Confidential Information.
Receiving Party hereby agrees that it shall use the Confidential Information solely for the
purpose of performing its obligations under this AGREEMENT and not in any way detrimental
to Disclosing Party. Receiving Party agrees to use the same degree of care Receiving Party
uses with respect to its own proprietary or confidential information, which in any event shall
result in a reasonable standard of care to prevent unauthorized use or disclosure of the
Confidential Information. Except as otherwise provided herein, Receiving Party shall keep
confidential and not disclose the Confidential Information. The CITY and CONTRACTOR shall
cause each of their directors, officers, employees, agents, representatives, and
subcontractors to become familiar with, and abide by, the terms of this Exhibit, which shall
survive this AGREEMENT as an on-going obligation of the Parties.
CONTRACTOR shall not use such information to obtain any economic or other benefit for
itself, or any third party, other than in the performance of obligations under this AGREEMENT.
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 42 of 44
4. Exclusions from Definition.
The term “Confidential Information” as used herein does not include any data or information
which is already known to the Receiving Party or which before being divulged by the
Disclosing Party: (a) was generally known to the public through no wrongful act of the
Receiving Party; (b) has been rightfully received by the Receiving Party from a third party
without restriction on disclosure and without, to the knowledge of the Receiving Party, a
breach of an obligation of confidentiality; (c) has been approved for release by a written
authorization by the other party hereto; or (d) has been disclosed pursuant to a requirement
of a governmental agency or by operation of law, subject to Paragraph 5 below.
5. Required Disclosure.
Notwithstanding Paragraph 4(d) above, if the Receiving Party receives a request (by
interrogatories, requests for information or documents, subpoena, civil investigative demand
or similar process, or by federal, state, or local law, including without limitation, the Colorado
Open Records Act) to disclose any Confidential Information, the Parties agree the Receiving
Party will provide the Disclosing Party with immediate notice of such request, so the Disclosing
Party may seek an appropriate protective order before disclosure or waive the Receiving
Party’s compliance with this Exhibit.
The Receiving Party shall furnish a copy of this Exhibit with any disclosure.
Notwithstanding this Paragraph 5, Receiving Party shall not disclose Confidential Information
to any person, directly or indirectly, nor use it in any way, except as required by law or
authorized in writing by Disclosing Party.
6. Red Flags Rules.
If applicable, CONTRACTOR must implement reasonable policies and procedures to detect,
prevent and mitigate the risk of identity theft in compliance with the Identity Theft Red Flags
Rules found at 16 Code of Federal Regulations part 681. Further, CONTRACTOR must take
appropriate steps to mitigate identity theft if it occurs with any of the CITY’s covered
information and must notify the CITY in writing within twenty-four (24) hours of discovery of
any breaches of security or Red Flags to the CITY.
7. Data Protection and Data Security.
CONTRACTOR shall have in place information security safeguards designed to conform to
or exceed industry best practices regarding the protection of the confidentiality, integrity and
availability of Confidential Information and shall have written agreements requiring any
subcontractor to meet those standards. These information security safeguards (the
“Information Security Program”) shall be materially consistent with, or more stringent than, the
safeguards described in this Exhibit.
(a) CONTRACTOR’s information security safeguards shall address the following elements:
• Data Storage, Backups and Disposal
• Logical Access Control (e.g., Role-Based)
• Information Classification and Handling
• Secure Data Transfer (SFTP and Data Transfer Specification)
• Secure Web Communications
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 43 of 44
• Network and Security Monitoring
• Application Development Security
• Application Security Controls and Procedures (User Authentication, Security
Controls, and Security Procedures, Policies and Logging)
• Incident Response
• Vulnerability Assessments
• Hosted Services
• Personnel Security
(b) Subcontractors. CONTRACTOR may use subcontractors, though such activity shall not
release or absolve CONTRACTOR from the obligation to satisfy all conditions of this
AGREEMENT, including the data security measures described in this Exhibit, and to
require a substantially similar level of data security, appropriate to the types of services
provided and Confidential Information received, for any subcontractor CONTRACTOR
may use. Accordingly, any release of data, confidential information, or failure to protect
information under this AGREEMENT by a subcontractor or affiliated party shall be
attributed to CONTRACTOR and may be considered to be a material breach of this
AGREEMENT.
8. Information Storage. Confidential Information is not to be stored on any local workstation,
laptop, or media such as CD/DVD, USB drives, external hard drives or other similar portable
devices unless the CONTRACTOR can ensure security for the Confidential Information so
stored. Workstations or laptops to be used in the Services will be required to have personal
firewalls on each, as well as have current, active anti-virus definitions.
9. Continuing Obligation. The agreement not to disclose Confidential Information as set forth in
this Exhibit shall apply during the term of the Services and or AGREEMENT and at any time
thereafter unless specifically authorized by the CITY in writing.
10. Termination Remedy. If CONTRACTOR breaches any of the terms of this Exhibit, in the
CITY’s sole discretion, the CITY may immediately terminate this AGREEMENT and withdraw
CONTRACTOR’s right to access Confidential Information.
11. Return of Information. Notwithstanding any other provision of this AGREEMENT to provide
Project Instruments and work product, all material, i.e., various physical forms of media in
which Confidential Information is stored, including but not limited to writings, drawings, tapes,
diskettes, prototypes or products, shall remain the sole property of the Disclosing Party and,
upon request, shall be promptly returned, together with all copies thereof to the Disclosing
Party. Upon return of such materials, all digital and electronic data shall also be deleted in a
non-restorable way by which it is no longer available to the Receiving Party. Upon Disclosing
Party’s request, written verification of the deletion (including date of deletion) is to be provided
to the Disclosing Party within ten (10) days after completion of engagement, whether it be via
termination, completion or otherwise.
12. Injunctive Relief. CONTRACTOR Receiving Party acknowledges that the Disclosing Party
may, based upon the representations made in this AGREEMENT, disclose security
information that is critical to the continued success of the Discloser’s business. Accordingly,
Receiving Party agrees that the Disclosing Party does not have an adequate remedy at law
Official Purchasing Document
Last updated 5/2024
Services Agreement
BID 10127 Confluence Plaza Improvements Page 44 of 44
for breach of this AGREEMENT and therefore, the Disclosing Party shall be entitled, as a non-
exclusive remedy, and in addition to an action for damages, to seek and obtain an injunction
or decree of specific performance or any other remedy, from a court of competent jurisdiction
to enjoin or remedy any violation of this AGREEMENT.