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