HomeMy WebLinkAboutBID - 10131 Concrete Products
ITB 10131 Concrete Products
Page 1 of 11
INVITATION TO BID
10131 CONCRETE PRODUCTS
BIDS DUE: 3:00 PM MT (our clock), April 10, 2025
The City of Fort Collins Light and Power Utility is requesting bids from approved suppliers for
supplying Flowable Fill (a.k.a. Non-Yielding), Ready Mix Concrete, Slurry Concrete, Sand and
Water Mix and Pumpable Flowable Fill in accordance with Specification 366-501, attached hereto
as Exhibit A and incorporated by this reference.
Rocky Mountain E-Purchasing System hosted by BidNet
As part of the City’s commitment to Sustainable Purchasing, electronic bid submission is required.
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.
A copy of the Bid may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins.
Any additional questions should be submitted, in writing via email, to JD McCune, Senior
Buyer at jmccune@fcgov.com, no later than 3:00 PM MT (our clock) on March 28, 2025.
Please format your e-mail to include: ITB 10131 Concrete Products 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.
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.
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
fcgov.com/purchasing
ITB 10131 Concrete Products
Page 2 of 11
The City requires its Service Providers 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 Service Providers and their subcontractors/subconsultants at every tier.
Public Viewing Copy: The City is a governmental entity subject to the Colorado Open Records
Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject
to public disclosure by the City pursuant to CORA and City ordinances. Service Providers may
submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this
version of the proposal, Service Providers may redact text and/or data that it deems confidential
or proprietary pursuant to CORA. All pricing will be considered public records subject to
disclosure under CORA and as such pricing cannot be redacted from the “FOR PUBLIC
VIEWING” version of the proposal. Failure to provide a public viewing copy will be considered a
waiver of any claim of confidentiality under CORA without regard to how the applicant’s
proposal or certain pages of the proposal are marked confidential, proprietary, or similar. Such
statement does not necessarily exempt such documentation from public disclosure if required
by CORA, by order of a court of appropriate jurisdiction, or other applicable law. Generally,
under CORA, trade secrets, confidential commercial information and financial data information
may not be disclosed by the City. Proposals may not be marked “Confidential” or ‘Proprietary’
in their entirety. By responding to this RFP, Service Providers hereby waives any and all claims
for damages against the City for the City’s good faith compliance with CORA. All provisions
and pricing of any contract resulting from this request for proposal will be public
information.
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.
Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained
in the City's specifications initially provided to the Service Provider. 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.
Service Providers 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 of Fort Collins reserves the right to
split the Bid award to multiple Service Providers as deemed by the City to be most advantageous.
The City reserves the right to accept or reject any and all bids, and to waive any irregularities or
informalities.
ITB 10131 Concrete Products
Page 3 of 11
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 the unit prices submitted.
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.
Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow
other state and local governmental agencies, political subdivisions, and/or school districts to
utilize the resulting award under all terms and conditions specified and upon agreement by all
parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in
the current term or in any future terms.
Service Provider Registration: The City requires new Service Providers receiving awards from
the City to submit IRS form W-9 and requires all Service Provider to accept Direct Deposit
(Electronic) payment. If needed, the W-9 form and the Service Provider Direct Deposit
Authorization Form can be found on the City’s Purchasing website at www.fcgov.com/purchasing
under Service Provider 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
ITB 10131 Concrete Products
Page 4 of 11
CITY OF FORT COLLINS
GENERAL INFORMATION
The City of Fort Collins Light and Power Utility is requesting bids from approved suppliers for
supplying Flowable Fill (a.k.a. Non-Yielding), Ready Mix Concrete, Slurry Concrete, Sand and
Water Mix and Pumpable Flowable Fill in accordance with Specification 366-501, attached hereto
as Exhibit A.
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: March 18, 2025
• Question deadline: 3:00 PM MT on March 28, 2025
• Addendum Due: April 3, 2025
• Bid Due Date: 3:00 PM MT (our clock) on April 10, 2025
Method of Award
The City may elect to award each material individually, by line item or as a total package, or to all
Service Providers responding, whichever is in the best interest of the City. Additionally, each
material may be split between two or more Bidders.
Award(s) from this bid will be based primarily on lowest bid price. Delivery lead times and
exceptions taken will also be considered.
Satisfactory pricing and delivery are required for future orders based on this bid.
Included in this Invitation to Bid is a sample Agreement that the City intends to use for
obtaining the Services of the Service Provider, attached as Exhibit B. The Service Provider
is required to review this Agreement and indicate any objections to the terms of the
Agreement. If revisions to the Agreement terms are requested, provide suggested
revisions with the Bid Submittal.
The initial Agreement will be effective for a period of one (1) year. At the sole option of the City,
the Agreement may be extended for additional one (1) one-year periods for up to two (2) additional
one (1) year periods. Renewals and pricing changes shall only be negotiated and agreed to by
both parties at the time of renewal. Written notice of renewal shall be provided to the Service
Provider and mailed no later than thirty (30) days prior to the Agreement expiration date.
Invoices & Payments
Invoices should be emailed monthly or after a shipment to invoices@fcgov.com with a copy to the
Project Manager. The cost of the item(s) delivered shall be paid to the Service Provider each
month following the submittal of a correct invoice. Service Provider should include Purchase
Order Number and a detailed description of item(s) on each invoice submitted. The City pays
invoices on Net 30 terms.
ITB 10131 Concrete Products
Page 5 of 11
Laws and Regulations
The Service Provider 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).
Fees, Licenses, Permits
The successful Service Provider(s) shall be responsible for obtaining any necessary licenses,
fees or permits without additional expense to the City. All vehicles and equipment shall be
properly licensed and insured, carry the appropriate permits and be placarded as required by law.
Insurance
Service Provider(s) are responsible for providing the City with insurance as required in the
attached Agreement.
Dust Control
The Service Provider 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 of Fort Collins has
implemented this manual for all projects performed for the City of Fort Collins or located within
the City of Fort Collins City limits.
ITB 10131 Concrete Products
Page 6 of 11
CONCRETE REQUIREMENTS
SPECIFICATIONS AND APPROVED SERVICE PROVIDERS:
The City of Fort Collins Light and Power Utility (City) requires all firms supplying Flowable Fill
(a.k.a. Non-Yielding), Ready Mix Concrete, Slurry Concrete, Sand and Water Mix and
Pumpable Flowable Fill to conform to the attached Exhibit A, Material Specification #366-501.
An important aspect of the specifications is Section 7.0 Requirements to be an Approved
Supplier (prequalification). Due to the extensive test data, certification of the supplier's plant,
and references requested, only those Suppliers listed on Appendix A Approved Suppliers
Specification 366-501 may bid these requirements. All Approved Suppliers must be located
within 10 miles of Fort Collins' urban growth area.
Firms wishing to be approved for future work can submit all required documentation for approval
at any time. The City will analyze the documentation and determine the firm's status of
approval. The firm will be notified immediately of their status, however firms not currently
approved by the City will not be eligible for this ITB..
Delivery Time: Service Provider must deliver concrete a minimum of 2 hours and a maximum
of 24 hours after the order is called in, unless agreed otherwise by the City. The City will give
Service Provider as much time as possible for large deliveries. Please reference Section 4.0 of
Material Specification #366-501 for more details about delivery requirements.
Admixtures: Due to the detailed specifications for these materials, there will be no adders bid
for admixtures.
ITB 10131 Concrete Products
Page 7 of 11
CITY OF FORT COLLINS
10131 BID SUBMITTAL INSTRUCTIONS
The following items must be provided in the bid submittal package:
• Bid Schedule Form: The Bid Schedule Form is provided as a separate
document in word format as an attachment in Bidnet, or in PDF format in the
Solicitation document. Please only fill out one version of the Bid Submittal. One
version must be filled out completely to be considered responsive for this Bid.
• References: Form is provided as a separate document in word format, or in
PDF format in the Solicitation document, Please only fill out one version. One
version must be filled out completely to be considered responsive for this Bid.
• Service Provider Acknowledgement: The Acknowledgement Form is provided
as a separate document in word format, or in PDF format in the Solicitation
document. Please only fill out one version. One version must be filled out
completely to be considered responsive for this Bid.
Failure to submit any of the above may result in your bid being considered non-responsive.
ITB 10131 Concrete Products
Page 8 of 11
10131 CONCRETE PRODUCTS
BID SUBMITTAL FORM
SERVICE PROVIDER NAME: ___________________________________________________
BID SCHEDULE
A. Pricing
Cost of material includes batching, handling and delivery (within the Fort Collins urban
growth area).
See attached Material Specification 366-501 for complete specifications.
1. Flowable-Fill (a.k.a. Non-yielding) Backfill, 3/8” $____________/cy
2. Ready-Mix Concrete, ¾” (#57/67) $____________/cy
3. Slurry, 5/8” $____________/cy
4. Sand and Water $____________/cy
5. Pumpable Flowable Fill 5/8” (#57/67) $____________/cy
B. Delivery
Over 5 miles from urban growth area of Fort Collins, not in the mountains, ADD $_________
per load mile.
Over 5 miles from urban growth area of Fort Collins, in mountains, ADD $_________ per
load mile.
List the volume (cy) of a full load for the various sizes of trucks available.
Additional charges if less than full load is $ cy/load.
Additional charges for weekends or nighttime $ cy/load.
ITB 10131 Concrete Products
Page 9 of 11
REFERENCES
Client:
Contact
Name: Title:
Phone: Email:
Please note: The City reserves the right to request and contact additional references.
ITB 10131 Concrete Products
Page 10 of 11
ACKNOWLEDGEMENT
Service Provider 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 10131 Concrete Products as otherwise noted. Additionally,
Service Provider 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
Service Provider’s knowledge and belief.
b. Service Provider commits that it is able to meet the terms provided in this Invitation to Bid.
c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof.
d. Service Provider further agrees that the method of award is acceptable.
e. Service Provider acknowledges receipt of addenda.
f. Service Provider acknowledges no conflict of interest.
g. Public Viewing Copy: The City is a governmental entity subject to the Colorado Open
Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted
hereunder are subject to public disclosure by the City pursuant to CORA and City
ordinances. Service Providers may submit one (1) additional complete proposal clearly
marked “FOR PUBLIC VIEWING.” In this version of the proposal, Service Providers
may redact text and/or data that it deems confidential or proprietary pursuant to CORA.
All pricing will be considered public records subject to disclosure under CORA and as
such pricing cannot be redacted from the “FOR PUBLIC VIEWING” version of the
proposal. Failure to provide a public viewing copy will be considered a waiver of any
claim of confidentiality under CORA without regard to how the applicant’s proposal or
certain pages of the proposal are marked confidential, proprietary, or similar. Such
statement does not necessarily exempt such documentation from public disclosure if
required by CORA, by order of a court of appropriate jurisdiction, or other applicable law.
Generally, under CORA, trade secrets, confidential commercial information and financial
data information may not be disclosed by the City. Proposals may not be marked
“Confidential” or ‘Proprietary’ in their entirety. By responding to this RFP, Service
Providers hereby waives any and all claims for damages against the City for the City’s
good faith compliance with CORA. All provisions and pricing of any contract
resulting from this request for proposal will be public information.
ITB 10131 Concrete Products
Page 11 of 11
Legal Firm Name:
Remit to Address:
Name of Authorized Agent of Firm:
Email of Authorized Agent of Firm:
Signature of Authorized Agent:
Title: Email Address:
Phone: Cell Phone:
THE CITY OF FORT COLLINS
UTILITIES
Electric Department
P.O. Box 580
Fort Collins, CO 80522
SPECIFICATION NO: 366-501, Revision K
TITLE:
Material Specification for Ready Mix Concrete, Slurry Concrete,
Flowable Fill (a.k.a. Non-Yielding) Backfill, and Sand and Water Mix
UPDATED BY:
Christian Gottschalk
Standards Engineering
APPROVED BY:
Jim Spaulding
Standards Engineering Lead
ORIGINATED: April 10, 1990
LAST REVISED: February 13, 2025
EXHIBIT A
Rev. K
Material Specification 366-501 Page 2
REVISION DESCRIPTIONS
REVISION DESCRIPTION APPROVED
REVISION A
Change Flow-Fill backfill spec for 28 day compressive strength
from 60 psi min. and 90 psi max. to 60 psi max. (no min)
4-10-90 DM
REVISION B
Add Fort Collins Ready-Mix to the approved suppliers list for
slurry concrete
7-16-93 DM
REVISION C
Add Bestway Concrete to the approved suppliers list for ready-
mix concrete, Flow-Fill backfill, and sand & water mix
5-30-91 DM
REVISION D
Add Bestway Concrete to the approve suppliers list for slurry
concrete
6-25-92 DM
REVISION E
Remove Bestway concrete from the approved suppliers list per
letter from James O’Neill
11-14-94 BV
REVISION F
Correct zip code on mailing address of purchase and risk
management
6-8-95 DM
REVISION G
Correct phone number of Doug Martine 6-8-95 DM
REVISION H
Add EZ pour Ready-Mix to approved suppliers list 10-10-05 BV
REVISION I
Clarified material specification references
Added Table 1 title for concrete temperature requirements
Added reference to section 7 test requirements in Section 5
Added table 2 to mix designs section to more clearly define the
desired properties of mixes
Updated approved suppliers list
Converted spec to Word doc
Changed L&P contact person to Standards Engineering
Manager
2-4-16 JS / KEB
Revision J
Updated delivery conditions in 4.0.2
Updated mix design table to include a pumpable flowable fill
and thermal properties for the existing mixes.
1/22/2021 JS/KB
Revision K
Updated paragraph 4, section 4.0.3 to ensure mixes are pre-
mixed before delivery to job site.
Updated aggregate sizes for slurry and pumpable flowable fill in
table 2.
Updated paragraph 7 contact information
Updated Approved Manufacturer listing
Removed On-Demand from conditionally approved
manufacturers.
2/13/2025 CG/JS
Rev. K
Material Specification 366-501 Page 3
Table of Contents
1. SCOPE .................................................................................................................................................. 4
2. APPLICABLE DOCUMENTS ................................................................................................................. 4
3. GENERAL REQUIREMENTS FOR CONCRETE PRODUCTION AND DELIVERY ............................. 4
3.1 MATERIALS ........................................................................................................................................ 5
3.2 CONCRETE BATCHING AND HANDLING ........................................................................................ 6
4. DELIVERY ............................................................................................................................................. 6
5. MIX DESIGNS ....................................................................................................................................... 6
6. FIELD CONTROL TESTING ................................................................................................................. 8
7. REQUIREMENTS TO BE AN APPROVED SUPPLIER ........................................................................ 8
8. WITHDRAWAL OF CONTRACTUAL AWARD ...................................................................................... 9
9. EVALUATION OF PROPOSALS ........................................................................................................... 9
Rev. K
Material Specification 366-501 Page 4
1. SCOPE
This specification sets forth minimum requirements for the making, delivery and off-loading of concrete
mixtures and sand & water mix as described in this document, for use by the City of Ft. Collins Light and
Power utility. Finishing will be by the City.
2. APPLICABLE DOCUMENTS
American society for Testing and Materials (ASTM)
o ASTM C31 / C31M; Standard Practice for Making and Curing Concrete Test Specimens
in the Field
o ASTM C33; Standard Specification for Concrete Aggregates
o ASTM C39 / C39M; Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens
o ASTM C136; Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates
o ASTM C143; Standard Test Method for Slump of Hydraulic Cement Concrete
o ASTM C150; Standard Specification for Portland Cement
o ASTM C618; Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete
o ASTM C260; Standard Specification for Air-Entraining Admixtures for Concrete
o ASTM 989; Standard Specification for Ground Granulated Blast-Furnace Slag for Use In
Concrete and Mortars.
American Concrete Institute (A.C.I) standards
o ACI 304; Guide for Measuring, Mixing, Transporting, and Placing Concrete
3. GENERAL REQUIREMENTS FOR CONCRETE PRODUCTION AND DELIVERY
Production, transportation, and off-loading shall be by a company specializing in providing concrete
mixtures and services normally associated with concrete production and delivery. Personnel at the
batching and mixing plant, as well as the delivery driver shall be qualified and experienced.
Rev. K
Material Specification 366-501 Page 5
3.1 MATERIALS
3.1.1 Cement shall be standard brand Portland cement, conforming to ASTM C150 for Type I-II.
3.1.2 Water shall be potable, clean and free from objectionable quantities of silty organic matter, alkali,
salts and other impurities.
3.1.3 Fine Aggregate shall be clean, hard natural sand conforming to ASTM C33.
3.1.4 Coarse Aggregate shall be hard, durable, clean crushed stone or gravel conforming to ASTM
C33.
3.1.5 Air Entraining Agent shall conform to ASTM C260. The air entraining agent shall be added to the
batch in a portion of the mixing water. The solution shall be batched by means of a mechanical
batcher capable of accurate measurement.
3.1.6 Admixture may be added to concrete mixes to control the set, effect water reduction and increase
workability. The admixture shall be water-reducing normal or retarding admixture conforming to
ASTM C 494 but shall contain no calcium chloride. The required quantities of cement shall be
used in the mix regardless of whether or not any admixture is used. The quantity of admixture
used and the method of mixing shall be in accordance with the manufacturer’s instructions.
3.1.7 Fly Ash shall conform to ASTM C618 Type C or F.
3.1.8 Water, or other additives, added at the job site by the truck driver shall be the responsibility of the
providing company, unless directed by Light and Power personnel.
3.1.9 The temperature of the material, when off-loaded from the delivery truck shall not exceed 90 °F. In
cold weather conditions, the temperature of material at the time of mixing shall not be less than
that indicated in the following table for corresponding outdoor temperature (in shade) existing at
the time of placement.
Table 1 – Concrete Temperature Requirements
Outdoor Temperature Minimum Concrete Temperature
T < 30°F 70°F
30°F ≤ T ≥ 45°F 60°F
T > 45°F 45°F
Rev. K
Material Specification 366-501 Page 6
3.2 CONCRETE BATCHING AND HANDLING
3.2.1 The ready-mix batch plant equipment and facilities must comply with the requirements of ACI 304
and ASTM C94.
3.2.2 Concrete shall be measured, mixed, and delivered in accordance with ASTM C94. All concrete
not placed within 1 ½ hours of initial contact of cement and water shall be rejected.
3.2.3 Where additional water is added to concrete mixes, it shall be mixed thoroughly for 40 revolutions
of drum or 3 ½ minutes at mixing speed, whichever is greater.
3.2.4 Bidder agrees to on-site plant inspections without prior notice both prior to bid award and during
the period of the contract. Inspections will be during normal working hours.
4. DELIVERY
4.0.1 Material shall be delivered to the job site, at various locations around Fort Collins, in truck mixers
of the revolving drum type. Trucks shall be equipped with a mixing water tank.
4.0.2 Contractor shall strive to deliver concrete product to work site within 24 hours of order placement,
unless an alternate timeframe is mutually agreed upon by the Contractor and Light and Power.
City shall strive to provide as much notice as practical (up to 1 week) for large deliveries
(exceeding 50 yards).
4.0.3 All deliveries shall fulfill the volume of concrete product requested per delivery and shall arrive to
the jobsite pre-mixed. At the City’s option, it may be necessary for one delivery truck to be
standing by at the work site ready to unload upon completion of delivery from another truck.
4.0.4 A delivery ticket shall be prepared for each load of material delivered. A copy of each ticket shall
be handed to the Light and Power crew chief (or his designate) by the truck operator at the time
of delivery. Tickets shall show the mix identification, the number of cubic yards delivered, the
outdoor temperature in the shade, the time at which the cement was added, and the numerical
sequence of the delivery.
5. MIX DESIGNS
5.0.1 Mix designs shall conform to the performance requirements of Table 2 in this specification. A
written mix design of the bidder’s proposed material meeting those requirements shall be
included with the bid.
5.0.2 Design mix shall contain all admixtures required by these specifications and proposed by the
bidder to be used in the mixture.
5.0.3 In lieu of designing new mixes for each bid proposal, existing mix designs meeting all
requirements specified for each mix and used successfully on previous bids may be used
provided the following test information consistent with the requirements of Section 7 in this
specification is submitted with the bid proposal:
A. Report of mix design and previous test results for that exact mix.
B. Reports of at least 3 sets of 7 and 28-day compressive strength tests for ready-mix
concrete.
C. Reports of 3 sets of 24-hour and 28-day compressive strength tests for Flow-Fill backfill
mix made during the last six months.
Rev. K
Material Specification 366-501 Page 7
D. Reports of compliance tests of fine and coarse aggregates made during the last six
months.
Table 2 – Mix Designs and Performance Requirements
Performance
Requirements
Flowable-Fill Ready-Mix
Concrete
Slurry Sand &
Water
Pumpable
Flowable
Fill
Application
Trench and
underground power
conduit encasement
Transformer pads,
sidewalk repair,
setting bollards,
reinforcing 90o
bends on long
cable pulls,
shallow circuit
protection
Duct Bank
encasement
concrete
Encasement
around
vaults and
streetlight
poles
Pumpable
backfill for
large
directional
boring
casings.
24-hour Strength Min: 8 psi
Max: 12 psi
- 180 psi
7 day Strength Min: 2,000
psi
-
28 day Strength Max: 100 psi Min: 3,000 psi Min: 3,000
psi
-
Max Aggregate
Size
3/8” 3/4”
(#57/67)
5/8” - 5/8”
(#57/67)
Slump-at point of
placement
Min: 5”
Max: 8”
Min: 3”
Max: 4”
Min: 7”
Max: 9”
- 5 – 7
Cement Type I-II Ideal (ASTM
C 150)
Min cement
content: 5.5
sacks/cu. yd.
Min cement
content: 4
sacks/cu. yd.
- 250
Air Entrainment 1.5% 6%±1.5% - -
Sand 3200 lbs.
per 50-55
gallons of
water,
depending
on sand
moisture
content
-
Thermal
Resistivity Range
0C-cm/W
Wet: 42 - 52
Dry: 107 - 109
Wet:
Dry:
Wet:39 - 62
Dry: 75 - 97
N/A Wet: 42
Dry: 107
Rev. K
Material Specification 366-501 Page 8
6. FIELD CONTROL TESTING
Tests, consisting of aggregate gradation tests, slump tests, air content tests, temperature testing, and/or
the securing of compression test cylinders, may be made at the discretion of Light and Power. These
tests will be performed by an independent testing laboratory selected by the city. The costs for field tests
will be borne by Light and Power, unless the tests show failure to meet specifications outlined in this
document. In the event of failure, the costs for testing, and all expenses incurred by Light and Power to
remove and replace the defective materials, if necessary, shall be borne by the company providing the
material.
7. REQUIREMENTS TO BE AN APPROVED SUPPLIER
Material purchased under this specification shall be from the suppliers listed in Appendix A. Suppliers not
listed may submit written proposals demonstrating compliance with this specification and request addition
to the approved suppliers list prior to the next request for bids. In addition to inclusion on approved
suppliers list, suppliers must satisfy all requirements of this specification to be acceptable.
In order to be added to the approved supplier list (Appendix A), a perspective bidder must complete the
following requirements and submit the information to the following address.
City of Fort Collins
Purchasing and Risk Management
P.O. Box 580
Fort Collins, CO 80522
Requests for clarification or information should be directed to
Standards Engineering
standardsengineering@fcgov.com
970-221-5700
In order to be added to the approved supplier list, the following must be submitted prior to the request for
bids.
7.2.1 Written mix design
7.2.2 Certification by an independent laboratory of the city’s choice. Certification will include a
plant inspection to determine bidder’s ability to adhere to the requirements of this
specification, including conformance to referenced ACI and ASTM standards.
Inspection and certification will be at the expense of the city. A written request for
inspection and certification may be submitted to the address above.
7.2.3 Certified test reports from two sets of compression test cylinders, each from different batches.
Reports for ready mix concrete shall include two at 7 days cure, and two at 28 days cure. Reports
for Flow-Fill backfill shall include two at 24 hours cure, and two at 28 days cure. Compression test
cylinders shall be cast and stored as specified in ASTM C 31. Laboratory cured compression test
cylinders for Ready-Mix Concrete shall be at least 15% greater than the minimum specified
strength.
Rev. K
Material Specification 366-501 Page 9
7.2.4 Certified results of slump tests from each of the two batches. Slump tests shall conform to ASTM
C 172.
7.2.5 The above tests shall be performed and certified by and independent testing laboratory approved
by the City, and be dated no earlier than 24 months prior to bid opening. With written concurrence
from the City, test results exceeding 24 months old may be submitted.
7.2.6 Sand & Water mix is exempt from qualification test requirements.
7.2.7 Test reports shall include at least the following information.
1. Description of material tested
2. Source of concrete aggregate and cement
3. Cement type and brand
4. Manufacturers and brand name admixtures
5. Proportions of concrete mixed per cubic yard
6. Test results for each property specifier for design mix
7. Date of batch preparation
8. Date of break tests
9. City of Fort Collins specification number
10. Slump of mix, in inches
11. Breakage strength in pounds per square inch
12. Signature of a representative of the testing laboratory
7.2.8 The above qualification tests shall be performed at the expense of the company requesting
inclusion in the approved suppliers list.
7.2.9 Three references other than the City of Fort Collins, from the previous 12 months’ business.
Please include the following information per reference.
1. Name of Company
2. Address
3. Contact Person & Phone Number
8. WITHDRAWAL OF CONTRACTUAL AWARD
Purchase order is contingent on conformance with these specifications and attachments. The City
reserves the right at any time to cancel the purchase contract, if in the opinion of the City, the product or
delivery does not meet specifications, even if non-conforming material has previously been accepted. At
the discretion of the City, a supplier providing non-conforming material may be removed from the
approved suppliers list for an indefinite reevaluation period of not less than two years.
9. EVALUATION OF PROPOSALS
In evaluation the proposals, the purchaser will consider whether the bidder can perform the contract and
provide the services specified within the time specified without delay or interference. In addition, the
following and any other factors that determine which proposal best serves the interests of the City will be
considered. Failure to comply with the requirements of this specification, including 3 positive references,
will result in disqualification of the bid.
Rev. K
Material Specification 366-501 Page 10
9.1.1 Proposal price
9.1.2 Qualification compression test reports (for concrete mixtures).
9.1.3 Qualification slump test reports (for concrete mixtures).
9.1.4 Written mix design
9.1.5 Aggregate compliance report
9.1.6 Certification as outlined in this specification
9.1.7 The charter, integrity, reputation, judgment, experience, efficiency, and quality of performance of
previous contracts or services.
9.1.8 The material bid meets all referenced specifications, without exception (check one)
YES
NO (attach explanation)
9.1.9 At the discretion of the city, the bid award may be split between two or more bidders.
Rev. K
Material Specification 366-501 Page 11
Appendix A
Approved Suppliers
Specification 366-501
Materials purchased under this specification shall be provided by one or more of the following approved
suppliers.
Aggregate Industries
3000 Environmental Dr., Fort Collins, CO 80525
970-223-8877
EZ Pour Ready Mix
PO Box 1166 Wellington, CO 80549
970-568-9756
Smyrna Ready Mix
1800 N Taft Hill Rd, Fort Collins, CO 80521
970-407-3600
Ken Nelson (Sales Rep) 970-407-3625
Conditionally Approved Suppliers
The manufacturers in the following list have been conditionally approved and may bid as an alternate.
The definition and intent of "Conditional Approval" of a manufacturer is to allow the City to gain some
experience with the manufacturer's product. To be added to the Conditionally Approved List, the
manufacturer shall submit drawings or test reports demonstrating that their design meets technical and
dimensional requirements contained within this Specification. Should a conditionally approved
manufacturer be the evaluated low bidder, the City reserves the right to award all, part, or none of the
order to them, dependent upon the current needs of the City for that item or items.
Services Agreement
RFP/BID [ # & Title] Page 1 of 16
Official Purchasing Document
Last updated 3/2025
EXHIBIT B – SAMPLE AGREEMENT (FOR REVIEW 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], (SERVICE PROVIDER).
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 SERVICE PROVIDER 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 SERVICE PROVIDER 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(Year) (the Effective
Date) and shall continue in full force and effect until , 20(Year), unless sooner
terminated as herein provided. In addition, at the option of the CITY, the AGREEMENT may
be extended for additional one-year periods not to exceed [choose one] additional one-year
period(s). Renewals and pricing changes shall be negotiated by and agreed to by both
parties only at the time of renewal. Written notice of renewal shall be provided to the
SERVICE PROVIDER no later than thirty (30) days prior to AGREEMENT end.
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 SERVICE PROVIDER.
In the event of early termination by the CITY, the SERVICE PROVIDER shall be paid for
Services rendered to the date of termination, subject only to the satisfactory performance of
the SERVICE PROVIDER's obligations under this AGREEMENT. SERVICE PROVIDER
shall submit a final invoice within ten (10) calendar days of the effective date of termination.
Payment shall be the SERVICE PROVIDER'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:
SERVICE PROVIDER: CITY: Copy to:
Services Agreement
RFP/BID [ # & Title] Page 2 of 16
Official Purchasing Document
Last updated 3/2025
Attn:
Attn:
PO Box 580
Fort Collins, CO 80522
Email Address
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 SERVICE PROVIDER in accordance with Exhibit
[choose one], consisting of [# of Pages], attached and incorporated herein. Monthly partial
payments based upon the SERVICE PROVIDER's billings and itemized statements are
permissible. The amounts of all such partial payments shall be based upon the SERVICE
PROVIDER's CITY-verified progress in completing the Services to be performed pursuant
hereto and upon the CITY's approval of the SERVICE PROVIDER'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 SERVICE PROVIDER following the
submittal of a correct itemized invoice by the SERVICE PROVIDER. 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. Indemnification. The SERVICE PROVIDER 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 SERVICE PROVIDER 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.
8. Insurance. The SERVICE PROVIDER shall maintain insurance in accordance with Exhibit
[choose one] consisting of [# of Pages], attached and incorporated herein.
9. 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
Services Agreement
RFP/BID [ # & Title] Page 3 of 16
Official Purchasing Document
Last updated 3/2025
breach of this AGREEMENT.
10. 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 [Enter Name] and can be reached
at [Enter Email] or [Enter Phone]. The CITY Project Manager is subject to change by the
CITY.
11. Independent Contractor. The Services to be performed by the SERVICE PROVIDER 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 SERVICE PROVIDER's
compensation hereunder or any other amounts on behalf of SERVICE PROVIDER for the
payment of FICA, Workmen's Compensation, unemployment insurance, other taxes or
benefits or for any other purpose.
12. Personal Services. It is understood that the CITY enters into the AGREEMENT based on
the special abilities of the SERVICE PROVIDER and that this AGREEMENT shall be
considered as an AGREEMENT for personal services. Accordingly, the SERVICE
PROVIDER shall neither assign any responsibilities nor delegate any duties arising under
the AGREEMENT without the prior written consent of the CITY.
13. Subcontractors/Subconsultants. SERVICE PROVIDER 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 SERVICE PROVIDER.
The SERVICE PROVIDER 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 SERVICE
PROVIDER shall maintain a copy of each subcontractor’s/subconsultant’s certificate
Services Agreement
RFP/BID [ # & Title] Page 4 of 16
Official Purchasing Document
Last updated 3/2025
evidencing the required insurance. Upon request, the SERVICE PROVIDER shall provide
the CITY with a copy of the certificate(s) within two (2) business days.
The SERVICE PROVIDER 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.
14. Warranty.
a. SERVICE PROVIDER 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. SERVICE PROVIDER 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 twelve (12) months from and after final acceptance under the
AGREEMENT, whichever is time is longer, regardless of whether the same were
furnished or performed by SERVICE PROVIDER 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 SERVICE PROVIDER in a manner and at a time acceptable to CITY.
15. 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.
16. 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.
17. Entire Agreement; Binding Effect; Authority to Execute. This AGREEMENT, along with all
Exhibits and other documents incorporated herein, shall constitute the entire AGREEMENT
Services Agreement
RFP/BID [ # & Title] Page 5 of 16
Official Purchasing Document
Last updated 3/2025
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
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.
18. 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.
19. Prohibition Against Unlawful Discrimination. The SERVICE PROVIDER 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 SERVICE PROVIDER 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 vendors and their subcontractors at every tier.
20. ADA and Public Accommodations. In performing the Services required hereunder, the
SERVICE PROVIDER 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
SERVICE PROVIDER or which would be imposed on the CITY as a public entity.
Services Agreement
RFP/BID [ # & Title] Page 6 of 16
Official Purchasing Document
Last updated 3/2025
21. Technology Accessibility. The SERVICE PROVIDER 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 SERVICE PROVIDER 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 Content Accessibility Guidelines (WCAG), incorporated in the
State of Colorado technology standards.
To confirm that the Project Instruments meet these standards, the SERVICE PROVIDER
may be required to demonstrate compliance. The SERVICE PROVIDER 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 SERVICE PROVIDER’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 SERVICE PROVIDER’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).
22. Data Privacy. SERVICE PROVIDER 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).
SERVICE PROVIDER 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, SERVICE PROVIDER shall require that any subcontractors meet the obligations
of SERVICE PROVIDER with respect to any personal data connected to this AGREEMENT.
The Parties agree that upon termination of the Services that SERVICE PROVIDER 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. SERVICE PROVIDER shall make available to the CITY all
information necessary to demonstrate compliance with the obligations of the Privacy Act.
SERVICE PROVIDER shall allow for, and contribute to, reasonable audits and inspections
by the CITY or the CITY’s designated auditor.
23. 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.
24. Colorado Open Records Act. SERVICE PROVIDER acknowledges that the CITY is a
governmental entity subject to the Colorado Open Records Act, C.R.S. § 24-72-200, et seq.
(CORA), and documents in the CITY’S possession may be considered public records
Services Agreement
RFP/BID [ # & Title] Page 7 of 16
Official Purchasing Document
Last updated 3/2025
subject to disclosure under the CORA. The parties agree that this Agreement and all
incorporated Exhibits, unless specifically marked as Confidential, are considered public
records under the CORA.
25. Delay. Time is of the essence. Subject to Force Majeure , if the SERVICE PROVIDER is
temporarily delayed in whole or in part from performing its obligations, then the SERVICE
PROVIDER 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
waiver of any rights or benefits provided to the CITY under this AGREEMENT.
26. 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 SERVICE PROVIDER must provide notice to the CITY of such
condition within ten (10) calendar days from the onset of such condition.
27. Dust Control. The SERVICE PROVIDER 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.
28. 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.
29. 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.
30. 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 SERVICE PROVIDER harmless; requires the CITY to agree
to binding arbitration; limits SERVICE PROVIDER’s liability; or that conflicts with statute,
Services Agreement
RFP/BID [ # & Title] Page 8 of 16
Official Purchasing Document
Last updated 3/2025
City Charter or City Code in any way, shall be void.
[Signature Page Follows]
Services Agreement
RFP/BID [ # & Title] Page 9 of 16
Official Purchasing Document
Last updated 3/2025
THE CITY OF FORT COLLINS, COLORADO
By:
Gerry Paul, Purchasing Director
Date:
ATTEST:
APPROVED AS TO FORM:
SERVICE PROVIDER
By:
Printed:
Title:
Date:
Services Agreement
RFP/BID [ # & Title] Page 10 of 16
Official Purchasing Document
Last updated 3/2025
EXHIBIT A
SCOPE OF SERVICES
Services Agreement
RFP/BID [ # & Title] Page 11 of 16
Official Purchasing Document
Last updated 3/2025
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.
Services Agreement
RFP/BID [ # & Title] Page 12 of 16
Official Purchasing Document
Last updated 3/2025
EXHIBIT [CHOOSE ONE]
INSURANCE REQUIREMENTS
The SERVICE PROVIDER 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 SERVICE PROVIDER shall furnish the CITY with certificates of insurance showing
the type, amount, class of operations covered, effective dates and date of expiration of policies.
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 SERVICE PROVIDER, 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 SERVICE PROVIDER under this AGREEMENT.
Insurance certificates should show the certificate holder as follows:
City of Fort Collins
Purchasing Division
PO Box 580
Fort Collins, CO 80522
The CITY, its officers, agents and employees shall be named as additional insureds on the
SERVICE PROVIDER's general liability and automobile liability insurance policies by
marking the appropriate box or adding a statement to this effect on the certificate, for any
claims arising out of work performed under this AGREEMENT.
Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The SERVICE PROVIDER shall maintain
Worker’s Compensation and Employer’s Liability insurance during the life of this
AGREEMENT for all of the SERVICE PROVIDER's employees engaged in work performed
under this AGREEMENT. Workers' Compensation & Employer’s Liability insurance shall
conform with statutory limits of $100,000 per accident, $500,000 disease aggregate, and
$100,000 disease each employee, or as required by Colorado law.
B. General Liability. The SERVICE PROVIDER shall maintain during the life of this
AGREEMENT General 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
General Liability shall not be less than $1,000,000 combined single limits for bodily injury and
property damage.
C. Automobile Liability. The SERVICE PROVIDER shall maintain during the life of this
AGREEMENT 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
Automobile Liability shall not be less than $1,000,000 combined single limits for bodily injury
and property damage.
D. Errors and Omissions. The SERVICE PROVIDER shall maintain errors and omissions
insurance in the amount of $1,000,000.
Services Agreement
RFP/BID [ # & Title] Page 13 of 16
Official Purchasing Document
Last updated 3/2025
EXHIBIT [CHOOSE ONE]
CONFIDENTIALITY
IN CONNECTION WITH THE SERVICES to be provided by SERVICE PROVIDER 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, SERVICE PROVIDER 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 SERVICE
PROVIDER 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 SERVICE
PROVIDER 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.
SERVICE PROVIDER 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
Services Agreement
RFP/BID [ # & Title] Page 14 of 16
Official Purchasing Document
Last updated 3/2025
AGREEMENT.
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, SERVICE PROVIDER 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, SERVICE
PROVIDER 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.
SERVICE PROVIDER 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) SERVICE PROVIDER’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
Services Agreement
RFP/BID [ # & Title] Page 15 of 16
Official Purchasing Document
Last updated 3/2025
• Secure Data Transfer (SFTP and Data Transfer Specification)
• Secure Web Communications
• 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. SERVICE PROVIDER may use subcontractors, though such activity shall
not release or absolve SERVICE PROVIDER 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 SERVICE
PROVIDER 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 SERVICE PROVIDER 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 SERVICE PROVIDER 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 SERVICE PROVIDER breaches any of the terms of this Exhibit, in
the CITY’s sole discretion, the CITY may immediately terminate this AGREEMENT and
withdraw SERVICE PROVIDER’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. SERVICE PROVIDER Receiving Party acknowledges that the Disclosing
Services Agreement
RFP/BID [ # & Title] Page 16 of 16
Official Purchasing Document
Last updated 3/2025
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
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.