Loading...
HomeMy WebLinkAbout254063 W L CONTRACTORS - CONTRACT - CONTRACT - TRAFFIC SIGNALS WL CONTRACTORS 12836SERVICES AGREEMENT WORK ORDER TYPE 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 WL Contractors, 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. Services to be Performed. a. This Agreement shall constitute the basic agreement between the parties for services for Traffic Signal Installation of Materials and Equipment. The conditions set forth herein shall apply to all services performed by the Service Provider on behalf of the City and particularly described in Work Orders agreed upon in writing by the parties from time to time. Such Work Orders, a sample of which is attached hereto as Exhibit "A", consisting of one (1 ) page, and incorporated herein by this reference, shall include a description of the services to be performed, the location and time for performance, the amount of payment, any materials to be supplied by the City and any other special circumstances relating to the performance of services. No workorder shall exceed $50,000. The only services authorized under this agreement are those which are performed after receipt of such Work Order, except in emergency circumstances where oral work requests may be issued. Oral requests for emergency actions will be confirmed by issuance of a written Work Order within two (2) working days. b. The City may, at any time during the term of a particular Work Order and without invalidating the Agreement, make changes within the general scope of the particular services assigned and the Service Provider agrees to perform such changed services. 2. Changes in the Work The City reserves the right to independently bid any services WOSA 10/97 I Addendum and Price Adjustment Continued 38 Mast Arm Remove 40, to S.S' Each $250.00 39 Mast Arm Reset 425.00 40 12X5 Signal Head Install 235.00 41 12X1 to 4 Signal Head Install 180.00 42 Pedestrian Signal Head Install 105,00 43 Signal Head Remove 131.25 44 Pedestrian Push Button Install 50.00 45 Pedestrian Push Button Remove 10.50 46 Pedestrian Instruction Sign Install 10.50 47 F/1 Loop Detector L.F. 6.$0 48 F/I Surface Apply Loop Detector 1.36 49 Micro Loop Up . Each 90.00 50 F/I single Pair Loop Lead -In L.F. 0:95 51 Fa Multi. Pais Loop L4adAu 1.45 52 F11 Peedmirian Push Buttt= Lead -fit 1,25 53 F11 Telephone Interconnect Wire 1.50 54 F/I Multiconductor (19 Cond.) 3.75 55 F/I #8 Solid Bare Cu.Grd.Wire 0.78 56 F/I Opticom Lead-in Wirc 1.50 57 Opticom Sensor Install Each 150.00 58 Video Detector Areal Mount 285.00 59 Traffic signal LED Indication Install 25.00 60 F/I Video Detection Cable L.F. 1.50 All other specifications, terms and conditions of the agreement remain as originally written and accepted. City of Greeley TZ e 43LS -= ti Date: JW.L. Contractors Repres�e�ntattiivve. 422-+795 W. Contractors, Inc. 6435 W. 55th Ave., Arvada, CO 80002 Phone: (303) 422-7985 Fax: (303) 422-3026 Bid Proposal AA/EOE Date: April 29, 2002 Job #/Nm: Ft. Collins T & M Total Bid: $ Bid # Description Quantity Unit Prices Unit Ext. 1 Forman $ 57.70 Hr 2 Technician 2 $ 48.31 Hr 3 Operator $ 44.81 Hr 4 Traffic Control Supervisor $ 34.89 Hr 5 Loborer/ Fla er $ 28.41 Hr 6 Service Truck/ Forman Truck $ 26.07 Hr 7 Bucket Truck $ 36.65 Hr 8 Boom Truck/ caission rig $ 54.45 Hr 9 Semi -tractor/ trailer $ 61.85 Hr 10 Trencher/Track-hoe $ 45.76 Hr 11 Compressor $ 19.87 Hr 12 Material Cost Plus 10% L.S. 13 Telemetry $ 894.00 Ea. Telemetry includes the following: Labor and equipment 12 fiber cable prep 12 fiber fan out 12 port panel prep 12 fiber termination O.T.D.R.testin Siecor SM ST Connectors WIC patch panel 2m duplex SM ST patch cord 2 ea. Exclusions: Landscape repair Traffic control Haz. Mat. Handling Concrete removal and replacement Sprinkler repair Surveying Asphalt patching Inclusions: Electrical permit Gene Murren W.L. Contractors (720) 494-9912 (tel) (720) 494-9913 (fax) EXHIBIT "C" SCOPE OF WORK A. General The work shall consist of the installation of materials and equipment to form complete and operational traffic signal and lighting installations at various locations in the City. The installations shall be complete with all necessary accessories for proper operation. The disconnect devices, protective devices, and all 'other equipment shall be thoroughly coordinated to secure accordance with these specifications. Traffic signal and lighting plans indicate the extent and general arrangement of the installation. If any departures from the plans are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted immediately to the Superintendent for approval. No such departures shall be made prior to the written approval of the Superintendent. Location of materials and equipment shall be as shown on the plans or as directed by the Superintendent. All work within controller cabinets shall be done by a certified IMSA Level II Signal Electrician. The successful bidder shall provide a list of qualified employees to the Superintendent. Loop detector repair and maintenance shall begin a maximum of 48 hours after a verbal Notice to Proceed is given by the City. B. Materials to be Furnished by the City The following items will be furnished by the City. Mast arms and mast arm attachment bolts. Signal heads, lamps, signal head mounting brackets, nipples, lock nuts, washers, banding blocks, and all other mounting hardware. Banding materials shall not be provided by the City. Controllers, controller cabinets, anchor bolts. Pedestrian push button assemblies, and instructional signs Pull boxes, except Water Valve type Pedestal poles and anchor bolts. Materials will be furnished in a good and usable condition to the Contractor. 40br Any materials not used on the job shall be returned to the City at the Municipal Service Center in a good and usable condition. C. Materials to be Furnished by the Contractor Materials except those listed above under "Materials to be Furnished by the City" shall be supplied by the Contractor. Unless otherwise indicated on the plans, specified in the special provisions, or directed by the Superintendent, all materials shall be new. Where existing installations are to be modified, existing material shall be incorporated into the revised system, salvaged, or abandoned, as indicated on the plans, specified in the special provisions, or as directed by the Superintendent. 04/03/02 WED 15:05 FAX 970 350 9328 CITY OF GREELEY PURCH fij002 2 AV SMALL PUBLIC WORKS TRAFFIC SIGNALS EQUIPMENT AND INSTALLATION AGREEMENT BID NUMBER FBO1-04-228 BID DATE: 3 CRY O 1 PROJECT.,JF,gFF2C S-Z6 (VAC MgTc4,rA i-,S 7p PROPOSAL SUBMITTED BY: LL), L. C&JTe-'C70E- �170c- 30-gP.1-7?96- C/ontractor Telephone W iE Address CONTRACTOR'S PROPOSAL FORM TO: The Governing Body of the City of Greeley, Colorado The undersigned bidder does hereby declare and stipulate that this Proposal is made in good faith, without collusion or connection with any other person or persons bidding for the same work, and that it is made in pursuance of and subject to all the terms and conditions of the standard City of Greeley General Conditions of the Purchase Order, all of which have been examined by the undersigned. All proposals shall be submitted on this form. The City will select only one vendor in its final decision. The City reserves the right to reject any and all proposals and to waive any informalities or irregularities contained in the request for proposal. The following list of labor and material is the estimated amount of work which will occur in the agreement period. The City is planning, but will not guarantee, this amount of work during the contract period. This request is to establish unit prices. Vendors shall use this form in submitting their proposal and quote. Submit your firm unit and extended prices for the type of construction listed below. Mobilization and overhead shall not be priced and bid separately, but shall be included in each bid item P-1 r' 64%03/02 WED 15:05 FAX 970 350 9328 CITY OF GREELEY PURCR Q 003 as required. The,City will not provide any area for material and equipment storage. The agreement will run from the signing date to December 31, 2101 and all pricing shall remain firm for that period. Either the City or the Vendor may call for a meeting to review the terms and conditions for the upcoming year thirty days prior to the anniversary date. If no meeting is called by either party, the agreement shall be automatically be renewed for the next year, 4,ulminating on December 31, 2004. Should the Vendor request an increase exceeding five per cent, the City retains the right to terminate the agreement and request new proposals from interested vendors. If any changes are agreed to, an addendum to this agreement will be issued and become a part of the agreement. This agreement may be cancelled with thirty days prior written notice of such cancellation by either party. TS-11 METHOD OF MEASUREMENT AND BASIS OF PAYMENT A. General Separate Purchase Orders may be issued for individual work projects. All invoices by the Contractor for work done shall be itemized by work item and location, and shall reference the applicable Purchase Order. Items listed as Furnish and Install shall mean that the Contractor shall furnish and install the item, and shall furnish all other materials, equipment, and labor to complete the item. Items listed as Install shall mean that the Contractor shall install the item, which will be furnished'by the City at a point designated by the Superintendent. The Contractor shall be responsible for making arrangements with the Superintendent twenty-four hours in advance to pick up the item. The Contractor shall furnish all other materials, equipment, and labor to complete the item. Items listed as Remove shall mean that the Contractor shall remove the item and return it to the City exercising care not to damage or lose the removed item. The Contractor shall furnish all materials, equipment, and labor to complete the item. Items listed as Reset shall mean that the Contractor shall remove the item and install it in its relocated position. The Contractor shall furnish all other materials, equipment, and labor to complete the item. Items listed as Replace shall mean that the Contractor shall remove the existing item and return it to the City exercising care not to damage or lose the removed item. The Contractor shall install in its place a similar but different item, which will be furnished by the City at a point designated by the Superintendent. The Contractor shall be responsible for making arrangements with the Superintendent twenty-four hours in advance to pick up the replacement item. The Contractor shall furnish all other materials, equipment, and labor to complete the item. 1'7 adjusting the elevation, reinstalling the pull box, and restoring the surface. I. Water Valve Pull Box (Furnish and Install) Water valve pull box shall be of cast iron (body and cover), installations will be paid for at the contract unit price per each. Price and payment shall include installation as shown on the plans or as directed by the Superintendent. J. Controller Foundation (Furnish and Install) Controller foundations will be paid for at the contract unit price per each. Price and payment shall include forming the foundation, furnishing and placing the Rround rod, placing the anchor bolts, and furnishing and pouring the concrete. K. Controller Foundation (Remove) Controller foundation removals will be paid for at the contract unit price per each. Price and payment shall include removing the foundation and step pad, backfilling the hole, and restoring the surface. L. Controller Step Pad (Furnish and Install) Controller step pads will be paid for at the contract unit price per each. Price and payment shall include a 24" x 24" x 4" concrete pad. M. Controller (Install) Controller installations will be paid for at the contract unit price per each. Price and payment shall include mounting the controller on the base and making all connections to render the controller fully operable. N. Controller (Remove) Controller removals will be paid for at the contract unit price per each. Price and payment shall include removing the controller from its mounting, and removing all disconnect equipment at the service point. O. Controller (Reset) Controller resets will be paid for at the contract unit price per 19 U. Strain Pole (Remove) Strain pole removals will be paid for at the contract unit price per each. Price and payment shall include removing all span wires, completely removing the strain pole from the ground without cutting, completely removing the concrete foundation from the pole and ground, backfilling the hole, and restoring the surface. V. Span Wire for Strain Pole (Furnish and Install) Span wire will be paid for at the contract unit price per linear foot. Price and payment shall include furnishing and installing span wire in conformance with current Colorado Department of Transportation Standards. W. Mast Arm (Install) Mast arm installations will be paid for at the contract unit prices per each for each size listed. Prices and payment shall include mounting each mast arm and any attached signage as shown on the plans. All signage shall be provided by the City, and shall be mounted in place by the contractor at the time the mast arm becomes operational. A nylon pull rope shall run continuously from the mast arm end signal head to the hand hole. W. Mast Arm (Remove) Mast arm removals will be paid for at the contract unit price per each. Price and payment shall include the removal of any existing signage. Y. Mast Arm_ Messt Mast arm resets will be paid for at the contract unit price per each. Price and payment shall include making all connections to render the reset mast arm fully operable, and reattaching all signage. Z. Traffic Signal Head (Install) Traffic signal head installations will be paid for at the contract unit price per each. Price and payment shall include assembling and attaching all mounting hardware, mounting the signal head as shown on the plans (including backplate), furnishing and installing the cable to the pole base hand hole, and all splices and connections to render the traffic signal head fully operable. 21 .4 Loop detector lead-in wire will be paid for at the contract unit price per linear foot from the splice point nearest the detector to the controller. Price and payment shall include furnishing and installing the wire, furnishing and installing a 113M DBY" seal kit and connecting to the controller. II. Loop Detector Lead -In Wire, Multi -Pair (Furnish and Install) Loop detector lead-in wire will be paid for at the contract unit price per linear foot from the splice point nearest the detector to the controller. Price and payment shall include furnishing and installing the wire, furnishing and installing a 113M DBY" splice kit and connecting to the controller. JJ. Pedestrian Push-button Lead -In Wire (Furnish and Install) Pedestrian push-button lead-in wire will be paid for at the contract unit price per linear foot, measured from the termination at the push-button assembly to the controller termination. Price and payment shall include making all connections to render the item fully operable. KK. Telephone Interconnect Wire (Furnish and Install) Telephone interconnect wire will be paid for at the contract unit price per linear foot. Price and payment shall include furnishing and installing the wire as shown on the plans or as directed by the Superintendent. LL. Multi conductor (Furnish and Install) Multi conductor will be paid for at the contract unit price per linear foot, measured from the controller to the final handhole splice prior. (Multi conductor from the final handhole splice to the signal head is included in signal head installation unit pricing.) Price and payment shall include making all connections to render the item fully operable. MM. OOpticom Sensor (Install) Opticom sensor installations will be paid for at the contract unit price per each. Price and payment shall include making all connections to render the item fully operable. 23 rather than issuing work to the Service Provider pursuant to this Agreement. Nothing within this Agreement shall obligate the City to have any particular service performed by the Service Provider. 3. Time of Commencement and Completion of Services The services to be performed pursuant to this Agreement shall be initiated as specified by each written Work Order or oral emergency service request. Oral emergency service requests will be acted upon without waiting for a written Work Order. Time is of the essence. 4. Contract Period. This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect until December 31, 2002, unless sooner terminated as herein provided. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without is 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. 6. Early Termination by City/Notices 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 mailed 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 under this Agreement shall be effective when mailed, postage prepaid and sent to the following address: City John Stephen PO Box 580 Fort Collins, CO 80522 WOSA 10/97 Service Provider WL Contractors, Inc. 6435 W. 55' Ave. Arvada, CO 80002 TELEMETRY General This work consists of fan -out and termination of fiber optic interconnect cable at each controller cabinet and installation of telemetry equipment including fiber distribution panels and modems. Patch cords shall be installed between the patch panel and telemetry panel. Patch cord couplings shall be compatible with termination points at both the patch panel and telemetry panel. Appropriate strain relief in the cabinet (through cable ties) shall be installed at a minimum of three locations. Color -coded pairs of fibers shall be used throughout the entire project, as shown in the plans. At the terminal points the jackets shall be stripped and the ends taped. Gel filled compound shall be removed using filled cable cleaner. At every cabinet or closure, only fibers shown to be spliced and/or connectorized and connected to a patch panel or other internal device are required to be landed. All cut and unconnectorized fibers shall be sealed in a manner recommended by the cable manufacturer. The same color -coded pairs of fibers and/or wires shall be used throughout the entire project unless shown as otherwise in the plans. At the lateral cable terminal points the jackets shall be stripped and the ends shrink -tubed. Gel filling compound shall be removed using filled cable cleaner. Subsection 614.08 shall include the following: Buffer Tube Fan -Out., Contractor shall terminate the loose -tube lateral cable at the controller using a buffer tube fan -out kit, Siecor Catalog FAN-BT or approved equal. Fanned -out cables shall be terminated at the controller telemetry panel or in the contractor -furnished termination enclosure as shown in the plans. The fan -out kit shall be placed inside the cabinet side wall -mounted termination enclosure. All six fibers of the lateral cable shall be terminated in the cabinet. Fiber Optic Patch Cord Cable. The fiber optic patch cord cables shall consist of SM fibers housed individually in protective jackets. Both ends of the cable shall be connected. Fiber optic patch cord cable shall be suitable for operation over a temperature range of -30 degrees to +60 degrees Celsius. Fiber optic patch cord cables shall be of length suitably long to be connected between the interconnect panel and the communications equipment (i.e. modems). Patch cord couplings shall be compatible with termination points at both the patch panel and telemetry panel. Appropriate strain relief in the cabinet (through cable ties) shall be installed at a minimum of three locations. Sufficient slack shall be left to allow relocation of the equipment anywhere in the cabinet. The attenuation of a fiber optic patch cord cable after installation, not including the connector loss, shall not exceed 0.1 dB measured at 850 nm and 1300 nm. Connectors. The connector shall have a ceramic ferrule with a nickel -plated nut and body. The connector shall be an ST style compatible field mounted connector. The connector shall be compatible with a physical contact (PC) finish. All connectors shall be polished to a PC finish such that the return loss per mated pair of connectors is at least 25 dB. The return loss when the connector is mated with previously installed connectors shall be at least 18 dB. The connector mean loss shall not be greater than 0.3 dB with a standard deviation of not greater than 0.2 dB. The connector loss shall not vary more than 0.2 dB after 1000 repeated matings and shall withstand an axial load of 135 N. Index matching fluids or gels shall not be used. The connectors shall be compatible with the optical fiber surrounding jacket and shall be installed on one end of the optical fiber in accordance with the manufacturer's recommended materials, equipment and practices. The connector shall be suitable for the intended environment and shall meet the following environmental conditions: Operating Temperature: -20' to +50° C Storage Temperature: -300 to +600 C The connector loss shall not vary more than 0.2 dB over the operating temperature range. Connectors shall be protected by a suitably installed waterproof protection cap. Fiber Distribution Panels: At each cabinet a 12-position rack -mounted fiber distribution panel shall be installed suitable capacity for all lateral cables. Each interconnect panel shall be compatible for connection to the ST style connectors of the lateral and fiber optic patch cord cables. Regardless if multi -mode or single -mode patch panels are called for in the plans, a panel of sufficient size to provide all requisite connections shall be provided. Fiber Optic Modems: Fiber optic modems shall be ordered directly from the modem manufacturer. Modems shall be an International Fiber Systems (IFS) series D9000 series modem for singlemode fiber (including battery) or approved equal. Modems required at each intersection location are to be furnished and installed by the Contractor in accordance with the manufacturer's recommendation. Miscellaneous Cabling. Fiber optic patch cords shall be fiber optic jumper cable, duplex, ceramic ferrule, MM 62.5 nm, adaptable to AT&T ST style connectors, 2 meters in length, ITT Canon Model 161001-4020 or approved equal. Cable from fiber optic modem to controller harness shall be 25-pin cable Model 44982G4 or approved equal. Subsection 614.10 shall include the following: Installation shall be in accordance with cable manufacturer's recommendation. At cabinets, only those fibers shown in the plans as being connected shall be landed on the patch panel. Depending upon location, the previous statement requires at least two fibers in each direction (4 total) to be landed. Subsection 614.13 shall include the following: Telemetry (Field) shall be measured by the number of locations at which the interconnect cable is fanned out, terminated, connected and modems, patch panels and interface panels installed. All labor and materials required to perform panel and modem installations, provide in -cabinet strain relief, fan - out, cable termination and connection to the controller is considered included in the unit price for this item. This item, therefore, includes the following: 1. All required in -cabinet cable ties and strain relief (including ancillary hardware and labor to complete); 2. All required fan -out kits, fan -out kit tools, ancillary hardware and labor to accomplish the fan -out at the cabinet; 3. All required patch cords and harness cables; 4. All required interconnect centers, fiber optic interface panels and fiber optic modems; 5. All required termination enclosures (including specified features), connectors, adapters, jumpers, pigtails, patch cord cables, ancillary hardware and labor required to accomplish the cabinet termination; and 6. All other labor and material necessary to complete the item. All labor and materials necessary to complete this item shall be considered included in the unit price and will not be paid separately. Subsection 614.14 shall include the following: Pay Item Pay Unit Telemetry (Field) Each 05/06/2002 16:51 3037982536 LAUTENBACH INSURANCE PAGE 02 OF LIABILITY INSURANCE 05/06/2002 A R CERTIFICATE ISSUED AS A MATTER OF INFORMATION a - THIS CERTIFICATE IS CONFERS NO RIGHTS UPON THE CERTIFICATE aooucER ONLY AND CERTIFICATE DOES NO7 AMEND, EXTEND OR LA[TTENRACN INSURANCE HOLDER. THIS AFFORDED BY THE POLICIES BELOW. 5721 S. Nevada St. ALTER THE COVERAGE Littleton, CO 80120 INSURERS AFFORDING COVERAGE P,303-798-2534 F:303-798-2536 _ -- INSURPAuto-OTDera Insurance Co. NSURED INSUmariCau 9tateB InsurallCe6435 N. L. Cart[I3CtOrS, Inc. NSUinnacol AssuranceINSU N. 55th Ave. , Arvada CO 80002- INSURER E. COVERAGES ..__ ...,...«no Tuc cnl Iry PFRIOD INDICATED. NOTWITHSTANDING THE ANY MAY POLICIES. INSR POLICIES OF INSURANCE LISTED REQUIREMENT. TERM OR CONDITION PERTAIN, THE INSURANCE AFFORDED AGGREGATE LIMITS SHOWN TYPE OF INSURANCE BELOW HAVE BEEN ISSUEu w I nc ��.�.,�_� OF ANY CONTRACT OR OTHER DOCUMENT BY THE POLICIES DESCRIBED HEREIN MAY HAVE BEEN REDUCED BY PAID CLAIMS, POLICY NUMBER •--^-•- • -- WITH RESPECT IS SUBJECT TO FECTIVE --'MAY TO WHICH THIS ALL THE TERMS, POLICY EXPIRATION TE BE 155ULU CERTIFICA EXCLUSIONS AND CONDITIONS LIMITS EACH OCCURRENCE UK OF SUCH S $ 100,000 A GENERAL LIABILITY ® COMMERCIAL GENER�A�L �jLIABILITY I CLAIMS MADE. u' OCCUR 004632-45986068 01-01-2002 01-01-2003 FIRE DAMAGE IAn —Ne) MED �p / me pF,gn) $ 10,000 PERSONAL A ADV INJURY S 1,000, 000 GENERAL AGGREGATE $ 2,000,000 ❑ - $500. PD Deductible — PRODUCTS -COMPADP AGG $ 2,000,000 GEHL AGGREGATE LIMIT APPLIES PER: PRO• LOC POLICY AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (EA BCCIpAMI S 1, D00, Ob0 (BODILY on S A ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS 4211704500 01-01-2002 01-01-2003 ® HIRED AUTOS BODILY INJURY (pA, acudeRll $ NON-OWNEO AUTOS PROPERTY DAMAGE (PM eodaem) S AUTO ONLY . EA ACCIDENT S GARAGE UABIUTY ANY AUTO OTHER THAN EA ACC AUTO ONLY: AGG S S SACN OCCURRENCE $ 8,000,000 AGGREGATE S 8,000,000 EXCESS LueRJTY = A OCCUR 93 CLAIMS MADE 71684447 01-01-2002 01-01-2003 S DEDUCTIBLE . ® RETENTION S 1D,D0D WC STATIJ• OTN- L. WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 2327630 01-01-2002 01-01-2003 E.L. EACH ACCIDENT S 500,000 E.L. DISEASE - EA EMPLOYES 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 E OTHER Installation Floater $500. Deductible 01-CE-714402-2 01-01-2002 01-01-2003 Location 11000,000 Temy.E Transit 500,000 DESCRIPTION OF OPERATIONSILOCATIONSNENN:LESMXCLUSWNS AOOED BY ENOORSEMENTIAPEGAL PROVISIONS ADDITIONAL INEDRBD[ CITY OF FORT COLLINS GERT IPIUA I C HVLI.ICR ADD1T10HAL InsuncD: maOncn Lcnm. -^------------ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF FORT COLLINS DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 050 DAYSWRRTEN PURCHASING DIVISION NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE 70 DO SO SMALL F O Box 580 IMPOSE NO O8LIfijT1ON OR LI O KIND aim AGENTS OR REP FORT COLLINS CO 80522-0580 AUTHOR E TIVE _W --n,�e,�r,�en,�e�t•,Yu IOAA ACORD25S (7797) Received Time May, 6. 3:15PM A C RD 2 A06 (71 05/06/2002 16:51 3037982536 LAUTENBACH INSURANCE PAGE 03 Nulicy NulnbQi II1.146L2-4S966066 55202 (5 00) COMMERCIAL GENERAL LIADIL17Y THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED EXCLUSION - PRODUCTS -COMPLETED OPERATIONS This endursernenl modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE FORM. SCHEDULE Name of llers,:t or C:ganization (Additional Insured): City of Fort Collins l:f no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Under Section II - WHC IS AN INSURED, the following is added: The person or ol aanizalion shown in,thc abot,e Schedule is an Additional Insured, but only with respect to liability al:sing out of "y lur work" for that insured by or for you. 2, Under Section I. COVERAGES, 2. Exclusions, the following exclusion is added: The insurance provided herein to the Additional Insured does not apply to the -products-completed operations hazard". 3. Under Section III - LIMITS OF INSURANCE, the following is added: The limits of liability for the Additional Insured are those specified in the written contract or agreement between the insured and the owner, lessee or contractor, not to exceed the limits provided in this policy. These limits are inclusive of and not in ;addition to the limits of insurance shown in the Declarations. 4. Under Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 4. Other Insurance, the -following is added: This insurance is primzlry for the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that person or organization by or for you. Other insurance available to the person or organization shown in the Schedule will apply as excess insurance and not contribute as primary insurance to the insurance provided by this endorsement. Includes cupyrnijhlctl material of insurance Servlcos Oliice.. Inc., with it, permission Copyright, Insurance Services Olflrc, Inc., 1984 Received Time May, 6, 3:45PM In the event of early termination by the City, the Service Provider shall be paid for services rendered to the termination date, 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. 7. Contract Sum. This is an open-end indefinite quantity Agreement with no fixed price. The actual amount of work to be performed will be stated on the individual Work Orders. The City makes no guarantee as to the number of Work Orders that may be issued or the actual amount of services which will in fact be requested. No Work Order of $50,000 or more shall be issued. 8. Payments. a. The City agrees to pay and the Service Provider agrees to accept as full payment for all work done and all materials furnished and for all costs and expenses incurred in performance of the work the sums set forth for the hourly labor rate and material costs, with markups, stated within the Bid Schedule Proposal Form, attached hereto as Exhibit "B", consisting of three (3) pages, and incorporated herein by this reference. b. Payment shall be made by the City only upon acceptance of the work by the City and upon the Service Provider furnishing satisfactory evidence of payment of all wages, taxes, supplies and materials, and other costs incurred in connection with the performance of such work. 9. City Representative. The City's representative will be shown on the specific Work Order and shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the work requested. All requests concerning this Agreement shall be directed to the City Representative. 10. Independent Contractor. It is agreed that in the performance of any services hereunder, the Service Provider is an independent contractor responsible to the City only as to the results to be obtained in the particular work assignment and to the extend that the work shall be done in accordance with the terms, plans and specifications furnished by the City. 11. Personal Services. It is understood that the City enters into the Agreement based WOSA 10/97 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. 12. 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 under the Agreement or of any cause of action arising out of the performance of this Agreement. 13. 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) Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. (c) Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City -furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship 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 item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 14. 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. 15. 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 WOSA 10/97 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 parry's reasonable attorney fees and costs incurred because of the default. 16. 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 representative, successors and assigns of said parties. 17. 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 "D", 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, 215 N Mason, Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the city. 18. 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. WOSA 10/97 19. Law/Severability. This Agreement shall be governed in all respect by the laws of the State of Colorado. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction such holding shall not invalidate or render unenforceable any other provision of this Agreement. 20. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit C, consisting of ten (10) pages, attached hereto and incorporated herein by this reference. WOSA 10/97 CITY OF FORT COLLINS, COLORADO a municipal rporation By: John . Fischbach City Manager By: D/ Jame B. 'Neillll, CPPO, FNIGP Directo f Purchasing and Risk Management Date: S D D Z— WL CO T77RACTTORS, INC. By: Gt t a n PR NT NAME inns i i CORPORATE PRESIDENT OR VICE PRESIDENT Date: (Corporate Seal) WOSA 10/97 EXHIBIT "A" WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND DATED: Work Order Number: Purchase Order Number: Project Title: Commencement Date: Completion Date: Maximum Fee: (time and reimbursable direct costs): Project Description: Scope of Services: Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Services Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Services Agreement and this work order (including the attached forms) the Services Agreement shall control. Service Provider WOSA 10/97 Acceptance The attached forms consisting of _ (_) pages are hereby accepted and incorporated herein by this reference, and Notice to Proceed is hereby given. City of Fort Collins By: Date: EXHIBIT "B" ADDENDUM And PRICE ADJUSTMENT to TRAFFIC SIGNAL MATERIALS and INSTALLATION FB01-04-228 AGREEMENT FOR 2002 1 Trench/Backfill/Asphalt (Restore) Per L. F. $33.00 2 , Trench/Daokfill/Conctote (Restore) 37.00 3 Trench/Baokfill/Dfrt(Restore) 8.00 4 Trench/Backfill/Sod (Restore) 11.00 5 Trench/Backfill/Asphalt (No Restore) 14.70 6 Trench/Backfill/Concreta (No Restore) 15.00 7 #/12" Bored Conduit 14.50 8 F/I 3" Bored Conduit 20.00 9 F/12" GRC 20.00 10 F/12" PVC 2-.25 11 P/13" PVC 3.00 12 Potholing in Dirt Each 190.00 13 Potholing Asphalt up to 7.75" 250.00 14 Potholing Asphalt 8" to 11.75" 290.00 15 Potholing Asphalt 12" to 15" 356.00 16 Pull Box UO 110.00 17 Pull Box Remove 52.50 18 I/O Water Valve Pull Box 125.00 19 F/I Controller Foundation 650.00 20 Controller Foundation Rejnove 368.00 21 F/I Controller Step Pad 100.00 22 Controller Install 425.00 23 Controller Remove 200.00 24 Controller Reset 850.00 25 Most Arm Install 1,375.00 26 Mast Arun Remove 660.00 27 Pedestal Pole Install 325.00 28 Pedestal Pole Remove 325.00 29 F/I Strain Pole 1,470.00 30 Strain Pole Remove 341.25 31 F/I Span Wire L.F. 5.00 32 Mast Arm Install 15' to 29' Each 250.00 33 Mast Arm Install 30' to 39' 300.00 34 Mast Arm Install 40' to 49' 325.00 35 Mast Arm Install 50' to 59' 450,00" . 36 Mast Arm Remove 15' to 29' 200.00 37 Mast Arm Remove 30' to 39' 225.00