Loading...
HomeMy WebLinkAboutCORRESPONDENCE - AGREEMENT MISC - HISTORITECTURESERVICES 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 Historitecture, LLC, hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of two (2) pages and incorporated herein by this reference. 2. Contract Period. This Agreement shall commence on September 15, 2008, and shall continue in full force and effective until September 15, 2009, unless sooner terminated as herein provided. 3. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 4. Early Terminations 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: City of Fort Collins City of Fort Collins Historitecture, LLC Attn: Purchasing Attn: Karen McWilliams Attn: Adam Thomas PO Box 580 PO Box 580 PO Box 419 Fort Collins, CO 80522 Fort Collins, CO 80522 Estes Park, CO 80517-0419 1 SA rev07/08 EXHIBIT C INSURANCE REQUIREMENTS 1. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 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 $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. rev06/07 10 •�"". ..i.+. o e�wovwutt SIAIL I-AHM PAGE fli s CERTIMCATE OF INSURANCE This certifies that STATE FARM FIRE AND CASUALTY COMPANY, Bloomington., Illinois ❑ STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois ❑ STATE FARM FIRE AND CASUALTY COMPANY, Aurora, Ontario ❑ STATE FARM FLORIDA INSURANCE COMPANY, Winter Maven, Florida ❑ STATE rARM LLOYDS, Dallas, Texas insures the following policyholder for the coverages indicated below: Policyholder HTSTORSTBCTURE LLC Address of Policyholder PO BOX 419 Location of operat€flu$ 2155 MCGRAl4 RANCH RA 1, 1009 Description of operations �"�`""""`�"`�'"`"'"""""-- - - - •---e-«----...-_ The Policdes listed below have been issued to 010 Policyholder for the Policy periods shown. The insurance described In Giese Policies is to all the terns, exclusions, and conditions of those Policies. The limits of liability shown may have keen reduced by any Paid daims. subject POLICY PERIOD POLICY NUMBER TYPE OF INSURANCE Effc=ieenve2e ; r=r.aaPEaer d2af 9G-BU-,7933-9 Comprehensive 1,0/29/2007 j 10/29/2008 business Liability --n-------' This insurance includes: (� Products •Coen Iefotl -O-------- ----` _________________ P p®rations Ili Contractual Liability 0 Personal Injury 9 Advertising injury EXCESS LIABILITY Umbrella I EtSec¢iv® Date Workers' GomP®nsation and Employers Liability Each Occurrence General Aggregate Products - Completed a? PROPERTY DAMAGE $ 1,000,0000 $2,aaa,000 $ 1,000,0oo BODILY INJURY AND PROPERTY DAMAGE (Combined Single Limit) Each Occurrence $ Aggregate $ -- Para 11 •• Employers Liability Each Accident $ Disease a Each Employee $ ruire,-y urns ------- POLICY N(1@diRER TYPE OF INSURANCE a'06.iCY PE6tEt1® L[MITS OF LI P�ffecaiv® €3at®! E7st�ieraffiast (Ba9m (a& besgFnn€ezg acff p THE CERTIFICATE f.➢t- INSURANCE IS NOT A cONTRACT 0F INSURANCE A NEITHER ArFORMATIVELY NoR AMENDS, EYTEHOS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN, Name and Address Of Certificate Holder city or Fort Collins Po BOX 500 215 N Mason Port Collins, CO 80521 550-904 a.a Printed In o.s'p. Rov. U.Wg-2003 If any Of the described Policies arc canceled before their exPirgation data, State Farrn will try to mail a written notice to the Codificate holder days before cancellation, if however, we fall to mail such notice, no obligation or liability, will be imposed on State Farm ar is ages r representatives. E_N ° $1810ture of Authorized RepM—So tativti Agene — 09/17/2008 1109 ¢xiDate c: kPos);alsici Agent Name --- Tel6ph0J`oHUmb®1 970--993-•7.888 Agont's Code StOnip Agora Cods 2187 AFO Gotta ;C913 No Text GEICO GENERAL INSURANCE COMPANY Date Issued: 08-27-08 T., U-31-DP-20 (7-07) Pb...,y Number: 0114-98-44-04 VEHICLE 1 96 JEEP 2 01 KIA RATED LOCATION CLASS 1J4FJ28S7TL213632 ESTES PARK CO 80517 A -M - -L KNAFB121815054888 ESTES PARK CO 80517 A -N - -L COVERAGES LIMITS OR Coverage applies where a premium or 0.00 is shown for the vehicle. DEDUCTIBLES BODILY INJURY LIABILITY EACH PERSON/EACH OCCURRENCE $50,000/$100,000 PROPERTY DAMAGE LIABILITY $50,000 UNINSURED & UNDERINSURED MOTORISTS EACII PERSON/EACH OCCURRENCE $25,000/$50,000 COMPREFIENSIVE $250 DED COLLISION $250 LED PREMIUMS Vehicle 1 Vehicle 2 Vehicle 39.30 39.30 49.30 49.30 24.00 .00 37.40 105.30 SIX MONTI] PREMIUM PER VEHICLE: $ 112.60 $ 231.30 If you elect to pay your premium in installments, you may be subject to an additional fee for each installment. The fee amount will be shown on your billing statements and is subject to change. Premiums for these vehicles are based on the following Discounts and/or Surcharges: DISCOUNTS MULTI -CAR (VEFI 1,2); 5 YEAR GOOD DRIVING (VEI-I 1,2) Lienholder Vehicle Lienholder Vehicle Lienholder Vehicle INSURED COPY PAGE02 No Text In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 5. Contract Sum. The City shall pay the Service provider for the performance of this Contract, an amount not to exceed Fifty Thousand Dollars ($50,000.00), subject to additions and deletions provided herein, per the attached Exhibit "B", consisting of one (1) page, and incorporated herein by this reference. 6. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 7. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 8. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 9. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. E SA rev07/08 10. Warranty. (a) Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. (b) 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. 11. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 12. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period 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. 13. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. i SA rev07/08 14. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit C, consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 15. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 16. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 17. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., at. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with an illegal El SA rev07/08 alien who will perform work under this Agreement; and 2. Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the "e-Verify Program") or the Department Program (the "Department Program"), an employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. C. Service Provider is prohibited from using the e-Verify Program or Department Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1. Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the "Department") made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider's violation of SA rev07/08 Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. CITY OF FORT COLLINS, COLORADO a municipal corporation �FORPC By: V: :N Jame_ . O'Neill II, CPPO, FNIGP ALDirecV of Purchasing and Risk Management l r; nafP• City Clerk AS AfE+L1 CORPORATE SECRETARY SA rev07/08 Historit 29:Li: CORPORATE PRESIDENT OR VICE PRESIDENT Date: % ( I Slob 8' (Corporate Seal EXHIBIT A SCOPE OF SERVICES P1098 Historic Context and Survey Post -World War II Commercial and Residential Architecture in Fort Collins, 1945 —1967 SCOPE OF WORK AND DELIVERABLE PRODUCTS The project will be completed in the following steps: 1) In consultation with the OAHP, select a qualified consulting firm. 2) Execution of a contract with the successful firm. 3) In accordance with the Colorado Cultural Resource survey Manual, the consultant will: A. Develop a scholarly context on post -World War II commercial and residential architecture in Fort Collins, from 1945 — 1967: a. Conduct thorough background research on the history, growth and development of fort Collins, and on state, national and international trends affecting our community, including information on social and political trends and their architectural manifestations, on the development of new construction materials and techniques, and on innovations in community planning, as well as on significant area and regional architects and builders; b. Archival research and literature search, on existing documentation and source materials; c. Complete a file search of existing information at CHS/OAHP, at the Fort Collins Museum and Local History archives, and in the City Planning and Engineering Departments. B. Conduct a reconnaissance survey of 5 selected residential subdivisions and of the College Avenue and Campus West commercial districts: a. In consultation with CHS, establish the methodology for the reconnaissance survey, b. Perform reconnaissance survey, noting good examples of intact post -WWII architecture, and examples of common alterations to these properties; document relevant examples through digital photography; c. In consultation with CHS, select properties for intensive level survey. C. Perform the intensive survey of 62 properties: a. Prepare a Colorado cultural Resource Survey Architectural inventory Form (OAHP #1403) for each property, including all primary and secondary buildings and structures; b. Provide a detailed architectural description and in-depth historical research for each building and structure; c. Provide professional quality black and white digital photography of all primary and secondary structures; d. determine the number and distribution of resources by age, architectural style and type, construction materials, and property type; e. Provide a professional evaluation of each resource's eligibility, based upon its significance and integrity, for designation as a Fort Collins Landmark, and for listing on the State and National Registers. rev06/07 f. determine the distribution of historic buildings and areas of concentration, and delineate potential district boundaries. D. Prepare a survey report, to include bibliography, tables and maps. E. During and at the completion of the project, present findings at neighborhood meetings and Landmark Preservation commission Hearings. 4) Each draft product will be reviewed by the City Planning and Community Development Department and the Landmark Preservation Commission, prior to submittal to the Colorado Historical Society for its comments and approval. Following any necessary revisions, the final products, to include the context, the Architectural Inventory Forms, and the final survey report, will be submitted. The City confirms that all project reviews and approvals will be coordinated with State Historic Fund staff, to ensure that the project meets all SHF requirements. Fort Coll ins Post -World War 11 Survey and Context Proposed Project Time Line :c Septarnber'1.2008 Sign coat rac:t Witt Cityand begin project s Priorto Qctober'1.2008 Mvt t with C: HS to CIISCIrSs lxofect n1ethodolocly a Prior to Ocuober'1, 20W3 Introduce projectand methodology to LPC -r. November 1, 2008 i.ornplete Rrconnelssarwe surv8y and subrnt Graft list of fit (10r,er't1O$ to be Intensively surveyed to the City and CHS. cc Fe1:31`trary 28, 2009 Submit draft contextto City z Mardi 31,2009 Submit 10 draft survey forms to City s April 'I S, 2009 Present context and sur'veyfindings, to date to LPC z Audu>t 1, 2009 Submit remaining `2 draftforms and draft survey report to City x August 30, 2009 Submit final Devised) survey r'e1:�nrt AWlth c01)texti and survey foirnx to City :c Seprternber'IS,2009 Pr'ese nttlnal results and ierommendatinns to LPC • After Septernb+ i I;, 2009 Present final results and I'eI,Omrnenda tlOns to the I:Ml)IK. rev06/07 EXHIBIT B Itemized Costs I 'fiston -1 - i , tecturo. Proposes to, ;, �,-rui wiiwua hisrorical imi atclhjtact,aj 4:,jjtext29) conduct ,treconnaissance-level survey Of five: MA'AMAJOns and Rxo c(>rainetci-AJ districts; and 3) cond-�(:r in jmcw;vc-Jc.veJ selective ,jufvo..,,cjf 62 Drop- Ottic-s :11 For: Collins, a,, descrihcd in the request lot prQpOSl, lot a CoSt trot to,!XCCed I USK Hours cost IN —$—,200 . . ......... c x c I'repa.......... 160 — . . . . ... . ........ Tr�paie Final Context ... . . ......... S2,400 Context Total 3201 $19,200 R Recomla'ss.locc. S-Mrvey ... ..... ...... . ..... ... 44 $2,61l) Intcnd Saj jc.v fj;ic(uding iesearch, fielt worx,and photog mphy) 180 810,800, — — — - — -------- 62, 1 )1 A fx Survey I Orin.!; F;7 . ...... 180 $10.800 ..... . ........ . .. . vtv Formn 5960 1)1�iL SUrVeW Reporr --- 40 Fi.q.ql ...... ... . .. ....... . , Survey Total 486.3 $29,178 Photography and Procrssilip ape cAOf; miles S'M lLc.c .... ...... nrch F,�,Pms(:N ph0tOcOPYi$'F, arclliv,,jl nbotopmph mptints) -ch 820 .. . ... ... ... Other Expenses Total ... ....... . $1,622 TOTAL PROJFCT,COST 833.3. 00 $50,900 rev06/07