HomeMy WebLinkAboutBID - 5895 POWER TRAIL FENCE 22318City of Fort Collins
Administrative Services
Purchasing Division
CITY OF FORT COLLINS
INVITATION TO BID
BID #5895
POWER TRAIL FENCE
HORSETOOTH ROAD TO HARMONY ROAD
Sealed bids will be received and publicly opened at the office of the Director Of Purchasing and
Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524,
at the time and date noted on the bid proposal and/or contract documents. If delivered, they are
to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed,
the address is P.O. Box 580, Fort Collins, 80522-0580.
Bids must be received at the Purchasing Office prior to 3:00p.m. (Our Clock), JANUARY
24, 2005.
Special Instructions
All bids must be properly signed by an authorized representative of the company with the legal
capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour
set for closing. Once bids have been accepted by the City and closing has occurred, failure to
enter into contract or honor the purchase order will be cause for removal of supplier's name
from the City of Fort Collins' bidders list for a period of twelve months from the date of the
opening. The City may also pursue any remedies available at law or in equity. Bid prices must
be held firm for a period of forty-five (45) days after bid openings.
Submission of a bid is deemed as acceptance of all terms, conditions and specifications
contained in the City's specifications initially provided to the bidder. Any proposed modification
must be accepted in writing by the City prior to award of the bid.
Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly
identified by the bid number and bid name contained in the bid proposal.
No proposal will be accepted from, or any purchase order awarded, to any person, firm or
corporation in default on any obligation to the City.
Bids must be furnished exclusive of any federal excise tax, wherever applicable.
Bidders must be properly licensed and secure necessary permits wherever applicable.
Bidders not responding to this bid will be removed from our automated vendor listing for the
subject commodities.
The City may elect where applicable, to award bids on an individual item/group basis or on a
total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or
reject any and all bids, and to waive any irregularities or informalities.
Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have
a financial interest in the sale to the City of any real or personal property, equipment, material,
supplies or services where such officer or employee exercises directly or indirectly any decision -
making authority concerning such sale or any supervisory authority over the services to be
215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707
19. Special Provisions. [Optional] Special provisions or conditions relating to the
services to be performed pursuant to this Agreement are set forth in Exhibit _, consisting of
( ) page[s], attached hereto and incorporated herein by this reference.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By:
James B. O'Neill II, CPPO, FNIGP
Director of Purchasing and Risk Management
Date:
ATTEST:
City Clerk
APPROVED AS TO FORM:
Assistant City Attorney
[Insert Corporation's name] or
[Insert Partnership name] or
[Insert individual's name]
Doing business as [insert name of business]
By:
PRINT NAME
CORPORATE PRESIDENT OR VICE PRESIDENT
Date:
ATTEST:
CORPORATE SECRETARY
(Corporate Seal)
SA 10/2004
10
EXHIBIT B
INSURANCE REQUIREMENTS
1. The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work
under this bid, the Service Provider shall furnish the City with certificates of insurance
showing the type, amount, class of operations covered, effective dates and date of
expiration of policies, and containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered,
except after ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option,
may take out and maintain, at the expense of the Service Provider, such insurance as the
City may deem proper and may deduct the cost of such insurance from any monies which
may be due or become due the Service Provider under this Agreement. The City, its
officers, agents and employees shall be named as additional insureds on the Service
Provider's general liability and automobile liability insurance policies for any claims arising
out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain
during the life of this Agreement for all of the Service Provider's employees engaged in
work performed under this agreement:
1. Workers' Compensation insurance with statutory limits as required by Colorado law
2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease
aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the
life of this Agreement such commercial general liability and automobile liability insurance
as will provide coverage for damage claims of personal injury, including accidental
death, as well as for claims for property damage, which may arise directly or indirectly
from the performance of work under this Agreement. Coverage for property damage
shall be on a "broad form" basis. The amount of insurance for each coverage,
Commercial General and Vehicle, shall not be less than $500,000 combined single limits
for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall be responsible
for any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance.
SA 10/2004
11
SECTION 01100 - SUMMARY OF WORK
PART 1-GENERAL
DIVISION 11.01 Description of Work
A. Power Trail Fence — Horsetooth Rd. to Harmony Rd. The contract documents
provide for construction of Field Fabric Fence along the Union Pacific Railroad
R.O.W and Platte River Power Authority's property line, 25' East offset of power
poles. Surveying for fence location will be provided by the City of Fort Collins.
B. Protection and Restoration.
1. Replace to equal or better conditions all items removed and replaced or
damaged during construction. Restore all areas disturbed to match surrounding
surface conditions.
1.02 Notices to Private Owners and Authorities
A. Notify private owners of adjacent property, utilities, affected governmental agencies,
and school district when execution of the work may affect them.
B. Give notification 48 hours in advance to enable affected persons to provide for their
needs when it is necessary to temporarily deny access or services.
C. Contact utilities at least 48 hours prior to excavating near underground utilities.
D. Contact all agencies at least 72 hours prior to start of construction. Notify all
agencies of the proposed scope of work schedule and any items that would affect
their daily operation.
E. Names and telephone numbers of affected agencies and utilities in the area are
listed below for Contractor's convenience.
Water - City of Fort Collins, Colorado 221-6681
Storm Sewer - City of Fort Collins, Colorado 221-6605
Sanitary Sewer - City of Fort Collins, Colorado 221-6681
Electrical - City of Fort Collins, Colorado 482-5922, 221-8553
Gas - Public Service Company of Colorado 482-5922, 221-8553
Telephone - U.S. West Communications 484-0300, 226-6310
Roads - City of Ft. Collins, Colorado 221-6815
Cable Television — AT&T Cable Services 493-7400
Utility Locates - One -call System 1-800-922-1987
Safety - Occupational Safety and Health Administration (OSHA) 844-3061
Fire - Poudre Fire Authority Non -Emergency 221-6581/ Emergency 911
12
Police - City of Fort Collins Police Department Non -Emergency 221-6550 !
Emergency 911
Larimer County Sheriffs Department - Non -Emergency 221-7177
Postmaster - United States Postal Service 482-2837
Ambulance - Poudre Valley Hospital Non -Emergency 484-1227 / Emergency 911
Public Transportation - TransFort 221-6620
Traffic Control - Traffic Engineering 221-6815
SECTION 01800 — DEFINITION OF BID ITEMS
The following items describe the scope of work for this contract and are further clarified through
limit -of -work lines, notes on the drawings, and specifications. The work described in each Bid
Item may contain work from one or several technical specification sections. The contractor shall
refer to the technical specifications that apply to the individual components.
Bid Item 1 — Field Fabric Fence
The Contractor shall furnish all labor, materials, and equipment to install field fabric fencing with
horse fabric according to drawing and specifications. Bid includes lumber, fabric, grounding rod,
concrete, minor earthwork and cleanup.
Bid Item 2 — Field Fabric Fence Bracing Section
The Contractor shall furnish all labor, materials, and equipment to install bracing for field fabric
fencing according to drawings and specifications. Bid includes lumber, fabric, concrete, minor
earthwork, wire and cleanup.
DIVISION 2
SECTION 02830 — FENCES AND GATES
PART 1-GENERAL
Scope
Furnish all labor, materials and equipment, and perform all operations required for
the proper installation of fences and gates, including all concrete, earthwork,
hardware, and other accessories as SHOWN ON THE DRAWINGS or specified
in this section. Work includes cleanup of the site.
Shop Drawings
Submit shop drawings showing gate details. Obtain approval of Engineer before
fabrication or installation.
Submittals
Submit manufacturer's product data for materials described in this section.
13
PART 2: MATERIALS
2.01 Fence Fabric and Hardware
A. Field Fabric Fence shall conform to the details and requirements SHOWN ON
THE DRAWINGS.
2.02 Posts
Wood Posts shall be of sound, seasoned wood, peeled and with ends cut as shown
on the drawings. The posts and rails shall be straight and all knots trimmed flush
with the surface.
All dimensional timber and lumber required for fences and gates shall be sound,
straight, and reasonably free from knots, splits, and shakes.
All wood members are to be cedar; or treated wood, mill ACQ, or with a product
approved by the City. CCA treated wood is no longer allowed by the City of Fort
Collins.
The requirements for peeling and treating may be omitted for red cedar posts and
rails.
2.03 Concrete
Minimum depth for posts as indicated on drawings. Cylindrical holes. Excavate for
the full depth of post, diameter as indicated. Concrete shall have a minimum 28-
day compressive strength of 3,000 psi.
Aggregate shall conform to Standard Specification for Concrete Aggregate, ASTM
C33-85. Any admixture, except air entraining agent, accelerators and retardants
must be approved by the Engineer.
Cement used shall conform to Standard Specifications for Portland Cement, ASTM C
150-85, AASHTO M 85, Type I, 11 or Type 1/11.
Air -entraining agents shall conform to ASTM C 260-77
2.04 Fences near Electric Lines
At each location where an electric line crosses a fence containing metal, grounding
of the fencing shall be accomplished in accordance with the following: A
galvanized or copper -coated steel grounding rod eight feet long with a minimum
diameter of/z inch shall be installed directly below the point of crossing. The rod
shall be driven vertically until the top is six inches below the ground surface. A
number six solid copper conductor or equivalent shall be used to connect each
metal fence element to the grounding rod. The connections shall be either
brazed or fastened with non -corrosive clamps approved by the Engineer.
When a power line is within 500 feet and runs parallel or nearly parallel to the fence,
the fence shall be grounded at each end, at gateposts, and at intervals not to
exceed 1,500 feet.
PART 3: EXECUTION
3.01 Construction of Fence
General: Construct fence to line and grades indicated. Construct fence in
accordance with manufacturer's instructions and as specified. Stake post
14
locations for review by Engineer before proceeding. Construct fence in a
craftsman -like manner with skilled people experienced with this type of fence.
Do not begin installation and erection of fence before final grading is completed,
unless permitted by the Engineer. CONTRACTOR IS RESPONSIBLE FOR
LOCATING AND FIELD VERIFYING UTILITIES.
CONTRACTOR has the option of setting the wooden fence posts in concrete or
driving the posts directly into undisturbed ground. Wood posts may be driven in
place if the method of driving does not damage the post.
Tree, brush, and other obstacles along the fence line that interfere with the fence
shall be removed. Continuous grubbing or grading along the fence line shall not
be done. Where possible, the fence shall be erected on natural ground. The
clearing width shall be to the extent needed to install the fence. Disposal of
clearing debris shall be off site at the contractor's expense.
Where breaks in a run of fencing are required, or at intersections with existing
fences, post spacing shall be adjusted to meet requirements for the type of
closure.
The bottom of the fence fabric shall generally follow the contour of the ground at 2
inches above finished grade. Grading shall be performed where necessary to
provide a neat appearance. Where abrupt changes in the ground profile make it
impractical to maintain the specified 2 inches of ground clearance, longer posts
may be used and multiple strands of wire stretched thereon. At grade
depressions, where stresses tend to pull posts from the ground, bracing shall be
installed as SHOWN ON THE DRAWINGS.
Wire splicing shall be as SHOWN ON THE DRAWINGS.
All posts shall be repaired in accordance with approved procedures after cutting or
drilling.
Excavation: Excavate for concrete to dimensions indicated. Clear excavations of
loose material. Dispose waste material on site as directed by the Engineer.
Fence post setting: Set posts plumb and aligned in concrete footings. Settle
concrete to eliminate voids, and slope to drain to adjacent grade. Allow concrete
to cure a minimum of 72 hours before proceeding with work affecting the posts.
All posts shall be set vertical and to the grade and alignment as SHOWN ON
THE DRAWINGS. Top of posts shall not be cut unless approved by the
Engineer. All field cuts, holes, etc. shall be treated with preservative matching
existing treatment.
Fabric: Pull fabric taut and secure to fence posts.
END OF SECTION
15
8'-0"
" DIA. PRESSURE TREATED
COD POST, ROUND
5'
3' MIN.
H 7 1
Iil
FIELD FABRIC
NOT TO SCALE
UNDISTURBED
EARTH
COMPACTED SUBGRADE
CONCRETE
AGGREGATE BASE
FENCE
48" HIGH, GALVANIZED, 2" x 4" TWISTED
JOINTS (NOT WELDED) NON -CLIMB HORSE
FENCE, STAPLES: 14" LONG, #9 GA. GALV.
48„ NOTE: ALL LUMBER TO BE CEDAR
OR TREATED WOOD WITH
PRODUCT APPROVED BY
THE CITY I.E. ACQ.
3" MAX.
3" MAX
3' MIN.
48" HIGH, GALVANIZED, 2" x 4" TWISTED
JOINTS (NOT WELDED) NON -CLIMB HORSE
FENCE, STAPLES: A" LONG, #9 GA. GALV.
2 STRANDS #9 GA. GALV. WIRE, TWISTED
TIGHT. ALL WIRE ENDS SHALL GO AROUND
POST, BE STAPLED TO THE POST, AND WRAP
AROUND ITSELF A MIN. OF 2 TIMES.
NOTE: ALL LUMBER TO BE CEDAR
OR TREATED WOOD WITH
PRODUCT APPROVED BY
THE CITY I.E. ACQ.
COMPACTED SUBGRADE
CONCRETE
AGGREGATE BASE
NOTE: MAXIMUM LENGTH OF FENCE WITHOUT A CORNER SECTION, END
SECTION, GATE SECTION OR BRACE SECTION SHALL BE 1,000 FT.
FIELD FABRIC FENCE BRACE SECTION
NOT TO SCALE
COLLINOALE GOLF COURSE
rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity, favor, entertainment, kickback or any items of monetary value from any person who
has or is seeking to do business with the City of Fort Collins is prohibited.
Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All
freight charges must be included in prices submitted on proposal.
Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and
not entered as separate pricing on the proposal form.
Purchasing restrictions: your authorized signature of this bid assures your firm's compliance
with the City's purchasing restrictions. A copy of the resolutions are available for review in the
Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions.
Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and
reported to authorities as such. Your authorized signature of this bid assures that such bid is
genuine and is not a collusive or sham bid.
Bid results: for information regarding results for individual bids send a self-addressed,
self -stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our
office 7 days after the bid opening.
James B. O'Neill II, CPPO, FNIGP
Director of Purchasing and Risk Management
E
BID PROPOSAL
BID #5895
POWER TRAIL FENCE
HORSETOOTH ROAD TO HARMONY ROAD
BID OPENING: JANUARY 24. 100p.m., (our clock)
WE HEARBY ENTER OUR BID FOR THE CITY OF FORT COLLINS REQUIREMENTS FOR
POWER TRAIL FENCE PER THE BID INVITATION AND ANY REFERENCED
SPECIFICATIONS:
The City of Fort Collins Park Planning Department is requesting bids for the Power Trail Fence
— Horsetooth Rd. to Harmony Rd. The work consists of installation of field fabric fence along
the Union Pacific Railroad R.O.W and Platte River Power Authority's property line, 25' East
offset of power poles for a complete job. Surveying for fence location will be provided by the
City of Fort Collins.
Contract must be completed 90 days after notice to proceed is issued. Substantial completions
must be completed 80 days after notice to proceed, with final completion 10 days after
substantial completion. The successful bidder must enter into the attached services agreement
(sample) and supply proof of insurance "Exhibit B" as requested.
Any technical questions should be directed to Craig Kisling, Project Manager at (970) 221-6367.
Any purchasing questions should be directed to John Stephen, CPPO, CPPB, Senior Buyer at
(970) 221-6775.
A prebid meeting will be held at 10:00a.m. on January 11, 2005 at Harmony and the railroad
west of Timberline.
3
BID SCHEDULE
Bid items are described in Section 01800
ITEM # DESCRIPTION
1. Field Fabric Fence
W/48" Field Fabric
2. Field Fabric Fence
Bracing Section
TOTAL OF BASE BID
(written)
1211:3MAL1_ vill
EST. QTY.
UNIT
UNIT PRICE
ITEM TOTAL
5190
LF
$
$
7
EA
$
$
Are you a Corporation, Partnership, DBA, LLC, or PC
SIGNATURE
ADDRESS
PHONE/FAX #
Figure
SERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the "City" and
"Service Provider".
W ITNESSETH:
hereinafter referred to as
In consideration of the mutual covenants and obligations herein expressed, it is agreed
by and between the parties hereto as follows:
1. Scope of Services. The Service Provider agrees to provide services in
accordance with the scope of services attached hereto as Exhibit "A", consisting of ( )
page[s], and incorporated herein by this reference.
2. The Work Schedule. [Optional] The services to be performed pursuant to this
Agreement shall be performed in accordance with the Work Schedule attached hereto as
Exhibit "B", consisting of ( ) page[s], and incorporated herein by this reference.
3. Time of Commencement and Completion of Services The services to be
performed pursuant to this Agreement shall be initiated within
( ) days
following execution of this Agreement. Services shall be completed no later than
Time is of the essence. Any extensions of the time limit set forth above
must be agreed upon in a writing signed by the parties.
4. Contract Period. [Option 1] 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 an additional period of one (1) year at the rates
provided with written notice to the Professional mailed no later than ninety (90) days prior to
contract end.
SA 10/2004
5
4. Contract Period. [Option 2] This Agreement shall commence 200,
and shall continue in full force and effect until 200_1 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 _ (_) additional one year periods. Renewals and
pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder
Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a
guide. Written notice of renewal shall be provided to the Service Provider and mailed no later
than ninety (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 its fault or
negligence, then the party so prevented shall be excused from whatever performance is
prevented by such cause. To the extent that the performance is actually prevented, the Service
Provider must provide written notice to the City of such condition within fifteen (15) days from
the onset of such condition.
6. Early Termination by City/Notice. Notwithstanding the time periods contained
herein, the City may terminate this Agreement at any time without cause by providing written
notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15)
days prior to the termination date contained in said notice unless otherwise agreed in writing by
the parties. All notices provided under this Agreement shall be effective when mailed, postage
prepaid and sent to the following addresses:
City: Copy to: Service Provider:
SA 10/2004
6
In the event of early termination by the City, the Service Provider shall be paid for services
rendered to the date of termination, subject only to the satisfactory performance of the Service
Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole
right and remedy for such termination.
7. Contract Sum. The City shall pay the Service provider for the performance of this
Contract, subject to additions and deletions provided herein, the sum of
($ ) [Option Cost Breakdown is attached Exhibit "C"]
Dollars
8. City Representative. The City will designate, prior to commencement of the
work, its representative who shall make, within the scope of his or her authority, all necessary
and proper decisions with reference to the services provided under this agreement. All requests
concerning this agreement shall be directed to the City Representative.
9. Independent Service provider. The services to be performed by Service Provider
are those of an independent service provider and not of an employee of the City of Fort Collins.
The City shall not be responsible for withholding any portion of Service Provider's
compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or
benefits or for any other purpose.
10. 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.
11. Acceptance Not Waiver. The City's approval or acceptance of, or payment for
any of the services shall not be construed to operate as a waiver of any rights or benefits
provided to the City under this Agreement or cause of action arising out of performance of this
Agreement.
sn 10/2004
7
12. 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
non conform ances, 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.
13. 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.
14. 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.
15. 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,
SA 1012004
8
employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs,
personal representatives, successors and assigns of said parties.
16. 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 _,
consisting of (_) pages[s], attached hereto and incorporated herein by this reference.
The Service Provider before commencing services hereunder, shall deliver to the City's Director
of Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of
a certificate evidencing the insurance coverage required from an insurance company acceptable
to the City.
17. 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.
18. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
holding shall not invalidate or render unenforceable any other provision of this Agreement.
SA 10/2004
9