HomeMy WebLinkAbout118142 NORCOSTCO INC - CONTRACT - BID - 6028 MINI THEATRE STAGE DIMMING EQUIPMENTSERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below by and between
THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the
"City" and Norcostco, Inc. hereinafter referred to as "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 attached hereto as Exhibit "A", consisting of one (1) page, and
incorporated herein by this reference.
2. Time of Commencement and Completion of Services. The services to be performed
pursuant to this Agreement shall be initiated within five (5) days following execution of this
Agreement. Work must be completed between June 25, 2007 and July 31, 2007. Time is of the
essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed
by the parties.
3. Delay. If either party is prevented in whole or in part from performing its obligations
by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the
party so prevented shall be excused from whatever performance is prevented by such cause. To
the extent that the performance is actually prevented, the Service Provider must provide written
notice to the City of such condition within fifteen (15) days from the onset of such condition.
4. Early Termination by City/Notice. Notwithstanding the time periods contained herein,
the City may terminate this Agreement at any time without cause by providing written notice of
termination to the Service Provider. Such notice shall be delivered at. least fifteen (15) days prior to
the termination date contained in said notice unless otherwise agreed in writing by the parties. All
notices provided underthis Agreement shall be effective when mailed, postage prepaid and sent to
the following addresses:
rev 09/01/06
From: Kelsey Libby At: Twin City Group FaxlD: Twin City Group To: John Duff
Date: 3182007 11:50 AM Page: 2 of 2
ACORD. CERTIFICATE OF LIABILITY INSURANCE OP ID DATE(MM(DD/YYYY)
NORCO-1 03/08/07
PRODUCER 1.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Twin City Group HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
4500 Park Glen Road, Suite 400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Minneapolis MN 55416
Phone:952-924-6900 Fax:952-925-0631 INSURERS AFFORDING COVERAGE NAIC#
Norcostco Inc
Jack Grocholski
825 Rhode Island Ave S
Golden Valley MN 55426
L UIVCKAUCS
INSURER A
One Beacon I
INSURER B.
The Hartford
INSURER C.
INSURER D.
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
INSRE
TYPE OF INSURANCE
POLICY NUMBER
DATE (MWDDNY)
DATE (MM/DDIYY)
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$1,000,000
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE a OCCUR
7140073790000
12/15/06
12/15/07
PREMISES(Eaoccureme)
$1,000,000
VIED EXP (Any one person)
$ 10 , 000
PERSONAL B ADV INJURY
$1,000,000
GENERAL AGGREGATE
$ 2 , 000 , 000
GENL AGGREGATE LIMIT APPLIES PER
PRODUCTS - COMP/OP AGO
s2,000,000
POLICY JECT LOC
Emp Ben.
lmil/2mil
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea accident)
$
ALL OWNED AUTOS
SCHEDULEDAUTOS
BODILY INJURY
(Per person)
$
HIRED AUTOS
NON -OWNED AUTOS
BODILY INJURY
(Per ecciderd)
$
PROPERTY DAMAGE
(Per acadent)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
ANY AUTO
THAN EA ACC
$
AUTOON
AUTO ONLY. AGO
$
EXCESSAIMBRELLA LIABILITY
EACH OCCURRENCE
$ $2 , 000 , 000
A
X OCCUR CLAIMS MADE
7140073790000
12/15/06
12/15/07
AGGREGATE
$$2,000,000
RDEDUCTIBLE
$
X RETENTION $None
$
B
WORKERS COMPENSATION AND
EMPLOYERS'LIABPAR
ANY PROPRIETOR/PARTNER/EXECUiIVE
41NEQNE4222
12/31/06
12/31/07
X TO11
RY LIMITS ER
E.L. EACH ACCIDENT
_
$1000000
OFFICER/MEMBER EXCLUDED?
If yes, describe under
EL DISEASE - EA EMPLOYEE
$ 1000000
E.L. DISEASE -POLICY LIMIT
$1000000
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
City of Fort Collions is listed as additional insured as their interests may
appear.
City of Fort Collins
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO $0 SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
City:
City of Fort Collins
Attn: Purchasing
PO Box 580
Fort Collins, CO 80522
Service Provider:
Norcostco, Inc.
Attn: Ian Floyd
4395 Broadway
Denver, CO 80216
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. Such payment shall be the Service Provider's sole right and
remedy for such termination.
5. Contract Sum. The City shall pay the Service provider for the performance of this
Contract, subject to additions and deletions provided herein, the sum of Thirty Nine Thousand Four
Hundred One Dollars and Seventy One Cents ($39,401.79) in accordance with Exhibit B consisting
of one (1) page, and incorporated herein by this reference.
6. City Representative. The City will designate, prior to commencement of the work, its
representative who shall make, within the scope of his or her authority, all necessary and proper
decisions with reference to the services provided under this agreement. All requests concerning this
agreement shall be directed to the City Representative.
7. Independent Service provider. The services to be performed by Service Provider are
those of an independent service provider and not of an employee of the City of Fort Collins. The
City shall not be responsible for withholding any portion of Service Provider's compensation
hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any
other purpose.
8. 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
rev 09/01 /06
2
consent of the City.
9. Acceptance Not Waiver. 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 or cause of action arising out of performance of this Agreement.
10. Warranty.
a. Service Provider warrants that all work performed hereunder shall be performed
with the highest degree of competence and care in accordance with accepted
standards for work of a similar nature.
b. All goods supplied to the City shall be of the grade and quality specified
hereunder, or, if not specified, of the most suitable grade and quality of their
respective kinds for their intended use.
C. Service Provider warrants all goods, provided under this Agreement, except City -
furnished goods, against defects and nonconformances in grade for a period
beginning with the start of the work and ending twelve (12) months from and after
final acceptance under the Agreement, regardless 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 City of any such defect or
nonconformances, the affected good shall be replaced by Service Provider in a
manner and at a time acceptable to City.
11. 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, such party may be declared in default thereof.
12. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period often (10) days 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
himself of any other remedy at law or equity. If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the non -
defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because
of the default.
rev 09/01/06
3
13. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
agreement between the parties and 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.
14. Indemnity/Insurance.
a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents
and employees against and from any and all actions, suits, claims, demands or liability of any
character whatsoever brought or asserted for injuries to or death of any person or persons, or
damages to property arising out of, result from or occurring in connection with the performance of
any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider
shall provide and maintain insurance coverage naming the City as an additional insured under this
Agreement of the type and with the limits specified within Exhibit C, consisting of one (1) page,
attached hereto and incorporated herein by this reference. The Service Provider before
commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk
Management, P. O. Box 580, Fort Collins, Colorado 80522 one copy of a certificate evidencing the
insurance coverage required from an insurance company acceptable to the City.
15. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
16. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
rev 09/01/06 4
holding shall not invalidate or render unenforceable any other provision of this Agreement.
17. Prohibition Against Emplovino Illegal Aliens. This paragraph shall apply to all
Contractors whose performance of work under this Agreement does not involve the delivery of a
specific end product other than reports that are merely incidental to the performance of said work.
Pursuant to Section 8-17.5-101, C.R.S., et. seq., Contractor represents and agrees that:
A. As of the date of this Agreement:
Contractor does not knowingly employ or contract with an illegal alien; and
2. Contractor has participated or attempted to participate in the basic pilot
employment verification program created in Public Law 208, 104th Congress,
as amended, and expanded in Public Law 156, 108th Congress, as amended,
administered by the United States Department of Homeland Security (the
"Basic Pilot Program") in order to verify that Contractor does not employ any
illegal aliens.
B. Contractor shall not knowingly employ or contract with an illegal alien to perform
works under this Agreement or enter into a contract with a subcontractor that fails to
certify to Contractor that the subcontractor shall not knowingly employ or contract with an
illegal alien to perform work under this Agreement.
C. Contractor shall continue to apply to participate in the Basic Pilot Program and
shall in writing verify same every three (3) calendar months thereafter, until Contractor is
accepted or the public contract for services has been completed, whichever is earlier.
The requirements of this section shall not be required or effective if the Basic Pilot
Program is discontinued.
D. Contractor is prohibited from using Basic Pilot Program procedures to undertake
pre -employment screening of job applicants while this Agreement is being performed.
E. If Contractor obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien, Contractor
shall:
1. Notify such subcontractor and the City within three days that Contractor
has actual knowledge that the subcontractor is employing or contracting with an
illegal alien; and
2. Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor does not
cease employing or contracting with the illegal alien; except that Contractor
shall not terminate the contract with the subcontractor if during such three days
the subcontractor provides information to establish that the subcontractor has
not knowingly employed or contracted with an illegal alien.
rev 09/01/06
F. Contractor shall comply with any reasonable request by the Colorado Department
of Labor and Employment (the "Department") made in the course of an investigation that
the Department undertakes or is undertaking pursuant to the authority established in
Subsection 8-17.5-102 (5), C.R.S.
G. If Contractor violates any provision of this Agreement pertaining to the duties
imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this
Agreement is so terminated, Contractor shall be liable for actual and consequential
damages to the City arising out of Contractor's violation of Subsection 8-17.5-102, C.R.S.
H. The City will notify the Office of the Secretary of State if Contractor violates this
provision of this Agreement and the City terminates the Agreement for such breach.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
Jamo V. O'Neill II, CPPO, FNIGP
DirecV of Purchasing and Risk Management
Date:u�22�
Norcostco, Inc.
PRINT NAME
ecxzo
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: b M.vrcb• 1,M-1
VTt
(Corporate Sea[)
CORPORATE SECRETARY
6
rev 09/01/06
EXHIBIT A
SPECIFICATIONS
Mini -Theatre Stage Dimming Equipment
All Equipment to be manufactured by S.S.R.C. & Electronic Theatre Controls, {ETC}, supplied
and supported by the awarded vendor. No Substitutions will be allowed.
1 ETC SR48+ Sensor Dimming Rack with CEM+ processor
48 ETC D20 Dual Dimmer Modules 2.4kw
4 Vibration Isolation Pads
1 Sound Suppression Hood for Dimmer Rack
1 SNIU — Sensor Network Interface
1 ER-4 Architectural Control processor rack — 3 space rack
1 Architectural Control processor 1 space
2 Blank filler modules for ER-4 1 space each
ETC Expression 3-400 Control Console
1 Dust Cover for Console
2 17" LCD Monitors
1 RFU Plug-in Station
1 RFU & DMX-in plug-in station
2 4-button, 7 Slider Station
6 SSRC outlet boxes with 4 —18" pigtails w/ 3 pin connectors
Vendor must supply and include in the lump sum:
• 8 sets of submittal drawings
• System Commissioning of Dimming System
• Low Voltage terminations of all new stations
• Energization of dimming system
• Configuration of system software
• Training of up to 4 hours at the time of commissioning
7
rev 09/01/06
EXHIBIT B
'BID PROPOSAL
WE HEREBY ENTER OUR END FOR THE CITY OF FORT COLLINS
REQUIREMENTS FOR MINI -THEATRE STAGE DWING ECKJIP TENT
PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS:
The City of Fart Collins Lincoln Center is requesting bids to supply and install theatre stage
dimming equipment located at 417 West Magnolia, Ft CoINns per the attached
specifications. The City will supply electrical except for low voltage. This will be a turn -key
project and must be Installed between June 26, 2007 and July 6. 2007.
The successful bidder must enter into the attached seniloes agreement (sample) and supply
proof of insurance "Exhibit W as requested.
Any technical questions should be directed to Jon Whatley, Project Manager at
(970) 416. 2758.
Any Purchasing questions should be directed to John Stephen, CPPO, CPPB, Senior Buyer
at (974) 221-6777.
A pre -bid meeting v41 be held at the site on January 24, 2007 at 10:00 am.
Bid Schedule
Lump suer
Firm Narr
rift
Addnma
Pho mff a x 39,1- (.7- 0 -0C) S 4 'VA. <3, or_�, - 66 - 06'
E-IlAaiil Address
rev osrovos
EXHIBIT C
INSURANCE REQUIREMENTS
1. 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, and
containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered, except after
ten (10) 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 Service Provider, 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 Service Provider under this Agreement. 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 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 Service Provider shall maintain
during the life of this Agreement for all of the Service Provider'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 Service Provider 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 $500,000 combined single limits for bodily injury and property
damage.
In the event any work is performed by a subcontractor, the Service Provider 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.
rev 09/01/06