HomeMy WebLinkAboutTELESUPPORT H AND H DATA AXIS NETWORKS - CONTRACT - BID - 5757 FIBER OPTIC AND COPPER CABLINGSERVICES AGREEMENT
WORK ORDER TYPE
OqIslNgC
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 Telesupport Services, Inc., hereinafter referred to as "Service Provider".
W ITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
Services to be Performed.
a. This Agreement shall constitute the basic agreement between the parties for services for
Secondary Vendor, Fiber Optic Cabling. 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
W OSA 10/97
TSI Exhibit C - Fiber Optic
and Copper Cabling Price
Sheet
PARTS
% Material
Mark-up
DESCRIPTION
PRICE PER UNIT
ST to ST MMF patch cord 1 meter
$15.16
10%
ST to ST MMF patch cord 2 meter
$16.85
10%
ST to ST SMF patch cord 1 meter
$38.46
10%
ST to ST SMF patch cord 2 meter
$39.49
10%
Duplex ST-SC SMF 3m patch
cords
$48.85
10%
Connectors MMF
$8.09
10%
Connectors SMF
$10.34
10%
12 Strand MMF outside plant
grade
$1.42/ft
10%
24 Strand MMF outside plant
grade
$2.61/ft
10%
12 Strand SMF outside plant
grade
$0.37/ft
10%
24 Strand SMF outside plant
grade
$0.53/ft
10%
24 port MMF splice case
$239.48
10%
48 port MMF splice case
$261.65
10%
24 port SMF splice case
$239.48
10%
48 port SMF splice case
$261.65
10%
10%
2 inch PVC conduit(per foot
$0.58/ft
10%
3 inch PVC conduit(per foot
$1.23/ft
10%
4 inch PVC conduit(per foot
$1.64/ft
10%
Innerduct(per foot
$0.21/ft
10%
Pull Tape(per foot
$.02/ft
10%
Tracer Wire(per foot
$.06/ft
10%
CAT 5e or better plenum rated
cable
$0.14/ft CAT 5E
10%
Siemons CAT 5e or better EIA-
T568B Jacks
$3.56 CAT 5E
10%
Siemons CAT 5e or better 24 port
patch panel
$104.89 CAT 5E
10%
Siemons CAT 5e or better 48 port
patch panel
$209.79 CAT 5E
10%
Siemons 110 block field
termination kits - wall mount
$20.50
10%
Siemons 110 block field
termination kits - rack mount
$42.16
10%
84" by 19" rack
$121.43
10%
TSI Exhibit C - Fiber Optic
and Copper Cabling Price
Sheet
% Material
PARTS
Mark-up
DESCRIPTION
PRICE PER UNIT
Siemons Wall Mount bracket -
dual port
$1.86
10%
Siemons Surface Mount Box -
dual port
$2.48
10%
Siemons Face Plate - dual port
$1.52
10%
Siemons Wall Mount Bracket -
uad port
$1.86
10%
Siemons Surface Mount Box -
uad port
$4.96
10%
Siemons Face Plate - quad port
$1.52
10%
CAT 5e or better patch cord - 3
feet
$1.94 CAT 5E
10%
CAT 5e or better patch cord - 4
feet
$2.19 CAT 5E
10%
CAT 5e or better patch cord - 5
feet
$2.29 CAT 5E
10%
CAT 5e or better patch cord - 7
feet
$2.65 CAT 5E
10%
CAT 5e or better patch cord - 10
feet
$3.30 CAT 5E
10%
CAT 5e or better patch cord - 15
feet
$4.37 CAT 5E
10%
CAT 5e or better patch cord - 25
feet
$6.06 CAT 5E
10%
CAT 5e or better patch cord - 50
feet
$15.59 CAT 5E
10%
50 pair 24 AWG IWC plenum
cable(per foot
$0.97/ft
10%
100 pair 24 AWG IWC plenum
cable(per foot
$1.72/ft
10%
200 pair 24 AWG IWC plenum
cable(per foot
$4.20/ft
10%
50 pair 24 AWG Gel Filled
Outside Plant (for exterior conduit)
(per foot
$0.57/ft
10%
100 pair 24 AWG Gel Filled
Outside Plant (for exterior conduit)
(per foot
$1.05/ft
10%
200 pair 24 AWG Gel Filled
Outside Plant (for exterior conduit)
(per foot
$1.59/ft
10%
LABOR
Pant 7 of '2
TSI Exhibit C - Fiber Optic
and Copper Cabling Price
Sheet
PARTS
% Material
Mark-up
DESCRIPTION
PRICE PER UNIT
8:00 am-4:30 pm
Mon -Fri
Saturdays
(time -and -a-
half)
Sundays
and
Holidays
(double
time
Installing exterior conduit - labor
(per hour)
$32.001hr
$48.00/hr
$64.00/hr
Pulling innerduct, trace wire and
fiber cable - labor (per hour)
$32.00/hr
$48.00/hr
$64.00/hr
Splicing fiber - labor (per hour)
$42.00/hr
$63.00/hr
$84.00/hr
Terminating fiber - labor (per hour)
$38.00/hr
$57.00/hr
$76.00/hr
Installing interior conduit - labor
(per hour)
$32.00/hr
$48.00/hr
$64.00/hr
Pulling interior CAT 5e or better
copper cable - labor (per hour)
$32.00/hr
$48.00/hr
$64.00/hr
Terminating CAT 5e or better
copper cable - labor (per hour)l
$32.00/hr,
$48.00/hr,
$64.00/hr,
10% Material Markup will apply to any purchased materials not shown on this Price
Sheet.
Panes 't of S
EXHIBIT D
TELESUPPORT SERVICES INC. SCOPE OF WORK
I. Scope of Work: Fiber Optic Cable
A. Installation of Fiber Optic Cable
Pull fiber optic cable and innerduct through conduit following manufacturer's
recommendations for installation. Installer must comply with specifications for cable
bend radius and pull tension. Fiber optic cable must be hand -pulled unless Project
Manager (the City -designated manager for the project) gives written permission for other
pulling methods. All wiring and any necessary grounding shall comply with current NEC
codes and local amendments.
Fiber optic cable must be protected by innerduct when run through conduits. Cable must
be run around the periphery of vaults unless this procedure would exceed the maximum
bend radius. Slack cable shall be coiled, lashed to permanent support brackets, and
properly identified. The Project Manager will specify slack cable to be provided at cable
ends and vaults as needed for each cabling job. At cable terminations, any strands
removed from cable sheath must be protected by fan -out tubing secured to the cable
sheath. Fiber optic cable shall be terminated using ST style connectors. Individual
connector loss shall not exceed EIA/TIA standards for db loss.
Only fusion splices will be allowed in fiber optic cable. The installer shall use a splice
tray/enclosure to provide proper strain relief and protection to the splice. Splices shall not
exceed EIA/TIA standards for db loss.
Fiber optic cable must be labeled in sequence from the origin, anywhere on the data
communications backbone, to the destination. At the origin, the cable must be labeled
with the destination name. At intervening vaults the labels must show the origin and
destination. At the destination, labels must show the origin name. Fiber optic cable
outside of conduit must be clearly labeled as: "Fiber Optic". All labels shall be heavy-
duty, bright plastic markers acceptable to the Project Manager. When running cable from
patch panel to patch panel, terminations should be in the same position and order in both
panels. Conduit in the vaults shall also be labeled. All conduits shall have tracer wires in
them. Empty conduits shall have tracer wire and pull strings in them. Tracer wire shall
be included with all fiber cables. Tracer wire shall be grounded in each vault.
If cable is being installed in a duct bank containing high voltage electric cable, the vendor
shall take all necessary precautions to safeguard the work crew from the dangers of
working in a high voltage electrical environment. City of Fort Collins Light and Power
personnel must be on hand when contractor employees are working in electrical vaults.
B. Testing
After fiber optic cable has been installed, terminated, and mounted in a patch panel,
OTDR testing shall be done, with test results provided to the City. Test results shall be
within the specifications of the EIA/TIA standards. Any splice that exceeds attenuation
limits shall be reworked until the splice is within limits. The cable run must be replaced,
at vendor's expense if it does not meet specifications.
C. Certification
Vendor shall be industry certified. Bidder shall include evidence of such certification
with the bid response along with resumes, including certifications, for technicians who
will be used on City cable splicing jobs.
D. Required Documentation
At the completion of each cabling project the vendor must supply the Project Manager
with two (2) copies of the following:
Printed and computer diskette copies of OTDR test results. Diskette copies must be in a
format approved by the Project Manager.
Test strips and power meter records shall be labeled by strand number and the color
which identifies the strand within the sheath.
Diagram of completed cable installation, detailing cable coils, splice points and vaults.
II. Repair
The selected vendors shall give evidence of the ability to offer emergency, off -hours repairs.
This emergency repair is intended for such situations as a fiber-optic or copper cable that gets cut
or damaged. An example would be a backhoe operator inadvertently hitting a City duct bank in
the street. The requirement will be that this repair crew can be brought on site and ready to
make repairs within two hours of contact by the appropriate City personnel; unless
prevented by circumstances not within their control (such as weather or road closures).
III. Pricine
Each year pricing changes shall be negotiated by and agreed to by both parties, subject to the
limits set forth in the Service Agreement. Price increases shall be justified by evidence of
increased costs, such as supplier's invoices. Prices of materials are firm for one year from date
of execution shown on the signature page of this Agreement. Prices are quoted on a "not greater
than" basis with the expectation that the bidder can pass on discounted prices to the City of Fort
Collins if available. Markups for any materials not listed on Exhibit C shall not exceed 10% over
vendor's cost.
No Drive Time charges or Travel Expenses will be included in City of Fort Collins
project pricing.
IV. Use of Vendor List
The Primary Vendor will be contacted by the Project Manager and asked to provide a price quote
for a specific cabling job, based on the rates they have bid on the enclosed Cabling Price Sheet
(See Exhibit Q. The Vendor must advise the Project Manager if they cannot provide a quote or
would not be able to complete a cabling job on schedule because of prior commitments, or for
any other reason. In this case the Project Manager will contact the Secondary Vendor to provide
the service. A Work Order form shall be completed and signed for each job, in accordance with
the Work Order Service Agreement. A vendor's inability to quote on a job will not affect their
inclusion in the vendor list.
V. Special Conditions and Instructions
The following conditions and instructions will be met:
• Vendor will itemize their Proposals and Invoices by Labor Hours and Materials.
• Work Order Estimates are expected to be within +/- 15% of the Final Job Cost.
• Change Orders should be listed separately (broken out) on invoices; although they can be
billed and paid together.
• Progressive billing is permitted and encouraged on large jobs, but final billing for any job
must be received within 2 weeks of job completion (unless there is some delay or
problem that is worked out with the City Telecom Project Manager).
AC -RA CERTIFICATE OF LIABILITY INSURANCE
o /26/2 o
PR UCER (303)442-1484 FAX (303)442-8822
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Taggart & Associates, Inc.
ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE
1600 Canyon Boulevard
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P. 0. Box 147
Boulder, CO 80306
1 INSURERS AFFORDING COVERAGE NAIC N
114SURED TELESUPPORT SERVICES, INC.
wsuRERn- Travelers
FLEXIBLE TECHNOLOGY INFRASTRUCTURE, INC,
wsuRERB Pinnacol Assurance
4830 PEARL ST.
Ns_IRERc
BOULDER, CO 80301-
NSURER E
THE POLICIES OF INSURANCE LISTED BELOW HNVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDIT.ON 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 .IMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSRACD'
TR
NSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
A
POLICY EXPIRATION
A
LIMITS
GENERAL LIABILITY
680188OW295PHX02
OS/23/2002
05/23/2003
EACHOCCUPRENCE
R 1,000,000
X COMMERCIAL GENERAL UABI TI
N
100,000
-L-IN' MAL E a - }'UR
II EXF (Any' one person)
3 5,000
A
X
PERSONAL & ADV INJURY
5 1 000 000
I
GENERAL AGGREGATE
L 2,000,000
_
GE.'I A (,REGATE L Ll APPLIE R
RRODL CTS-Cr�IdP ^AGG
i 2,000,000
I Er
X IEri LO'_
AUTOMOBILE LIABILITY
. AN(A-0
COMBINED SIIJGIE L@FlT
IEaaccident)
,�
1,000,000
ALL UNj dED ALIT,-,-,2002
- anEAur
680188OW29SPHX02
�
05/23
/ �
23
:05 2D03
� �
E9DILV INJURY
IFer peon)
$
A
X,cHE
I
X i'MInGEEi C,LT
�XI lNo.1dE"_,� AVT_s
(Per amaeit)
r_7
PROPERTY DAMAGE
IPer accident)
�
AMIABILITY
AUTOCNLY-EAc,CCIDENT
E
OTTER THAN EA F���
S
AIJTOONLY Aar;
I EXCESSIUMBRELLA LIABILITY
EACHOC URRENCE
S
7-7 7O.TI R rL All85 ^d V.DE
II
AGGREGATE
n
T
t
RE- LIF TI L'
WORKERS COMPENSATION AND
B ar FROFRE . Rvreelr,�RIE E�uTT�E
3454055
I
10/01/2002
10/01/2003
X T RVLNTITS E;R
E.,. EACH ACCIDEINT
_
f 100,060
EL DISEASE-EAEMF_ovEE
a 100,000
!EMeLOYERS'LIABI'JTY
FICEF71 FI1I`ER E*_LIL C%
I� s, desc, N and r
EC-IAL FRi i IN' oelcao
',
I
EL. DISEASE-FOLICI LINdT
? SOD, OOO
OTHER
DESCRIPTION OF OPERATIONS I LOCATICNSIYEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
t is agreed that The City of Ft. Collins is an additional insured with respect to the general
liability only
r FRTIFIrATF unI nFa reurrl I Anna
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Ft. Collins
EXPIRATION GATE THEREOF, THE ISSUING INSURERWILL ENDEAVOR TO MAIL
Director of Purchasing & Risk Management
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Attn: Ed Bonnette
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPCSE NO OBLIGATION OR LIABILITY
215 N Mason
OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
Ft. Collins, CO 80524
AUTHORIZED REPRESENTATIVE _
Michael Taggart CPCU CIC ,�`"
ACORD 25 (2001J08) OACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADD TIONAI INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certficate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (213OV08)
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 for one (1) year,
unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement
may be extended for additional one year periods not to exceed four (4) additional one year periods.
Pricing changes shall be negotiated by and agreed to by both parties and may not exceed the
Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office. Written
notice of renewal shall be provided to the Service Provider and mailed no later than 90 days prior to
contract end.
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:
WOSA 10/97
City Service Provider
Ed Bonnette, C.P.M., CPIM, Buyer Richard Morse, RCDD
City of Fort Collins Purchasing Telesupport Services, Inc.
P.O. Box 580 4830 Pearl Street
Fort Collins, CO 80522 Boulder, CO 80301
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 $50,000.00 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 prices (which
include markups over Supplier Cost as shown), stated within the Fiber Optic and Copper Cabling
Price Sheet, attached hereto as Exhibit "C", 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
WOSA 10197
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 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.
WOSA 10/97
15. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period of ten (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.
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 "B", 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 80524 one copy of a certificate evidencing the
W OSA 10/97
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.
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 D Scope of Work, consisting of
three (3) pages, attached hereto and incorporated herein by this reference.
WOSA 10/97
CITY OF FORT COLLINS, COLORADO
a municipa oration
By:_
John . ischbach
City Manager
By: Cl—
James B. 'Neill II, CPPO, FNIGP
Direct f Purchasing and Risk Management
Date: /i/ 3z� 3
A ST:
City Clerk
APPROV A ORM:
IJ
Assistan ity A orney
ATTEST:
& uW r /.f/. Y'4t4t'
CORPORATE SECRETARY
W OSA 10/97
.PRINT NAME
CORPORATE PRESIDENT OR VICE PRESIDENT*
Date: 3 - 08-o3
(Corporate Seal)
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:
Acceptance
User
Service Provider agrees to perform the services The attached forms consisting of (_) pages
identified above and on the attached forms in are hereby accepted and incorporated herein by
accordance with the terms and conditions this reference, and Notice to Proceed is hereby
contained herein and in the Services Agreement given.
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.
City of Fort Collins
Service Provider By:
Date:
Date:
W OSA 10/97
EXHIBIT B
INSURANCE REQUIREMENTS
The Service Provider will provide; from insurance companies acceptable to the City, the insurance coverage
designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider
shall furnish the City with certificates of insurance showing the type, amount, class of operations covered,
effective dates and date of expiration of policies, 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.