Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
465758 HMS CONTRACTORS INC - CONTRACT - BID - 7085 LIGHTING RETROFIT AT MAIN LIBRARY
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", on behalf of the Poudre River Public Library District (District), and HMS 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. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of seventeen (17) pages and incorporated herein by this reference. 2. Time of Commencement and Completion of Services The services to be performed pursuant to this Agreement shall be initiated upon execution of this Agreement. Services shall be completed no later than January 29, 2010. 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. 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 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: SA rev07/08 3.6 Workmanship and materials must be warranted for two years after acceptance of the job by the City/Library Project Manager. Lamps and Ballasts must be covered by a warranty acceptable to the Project Manager. 4.0 SCOPE OF WORK LEGEND and GENERAL RETROFIT GUIDE This Scope of Work includes the following abbreviations, as well as their required replacement specifications. Unless otherwise stated, all replacement products must be exactly as prescribed in this legend. All replacement ballasts must carry a High Efficiency (HE) rating (see note at page bottom) Fluorescent lamps will be T8 in size, 4100k color manufactured by GE or Sylvania unless otherwise stated. Any existing T8 lamps will be replaced with new lamps. Old lamps and PCB ballasts must be recycled responsibly through a certified environmental recycling facility. Please estimate 25% of the lamp sockets to be broken temperature and in need of replacement. Also estimate 50% of the ballasts to contain PCB's and will need to be appropriately disposed of with a hazardous waste disposal company. The general building lighting voltage is 277 volts. 1 L x 3' = Single lamp fixture, with a 3 foot fluorescent lamp. These fixtures commonly illuminate bookshelves and current magnetic ballasts will be replaced with High Efficiency electronic ballasts, with a Low Ballast Factor (LBF). Single lamp fixtures will include a 25w T8 fluorescent lamp 1 L x 4' = Single Lamp Fixture, with a 4 foot fluorescent lamp. These fixtures are currently being driven by magnetic ballasts, which must be replaced with High Efficiency electronic ballasts, with a Low Ballast Factor (LBF). Single lamp fixtures will include a 32w T8 fluorescent lamp 2L x 4' = Fixtures with 2 fluorescent lamps, 4 feet in length. These fixtures are currently being driven by magnetic ballasts, which must be replaced with High Efficiency electronic ballasts, with a Low Ballast Factor (LBF). Two lamp fixtures will include (2) 28w T8 fluorescent lamps 2L x 4'IND = new fluorescent fixture with 2 lamps, 4 feet in length with Asymmetrical reflector and high efficiency normal ballasts factor ballast 2L U-BEND = Fixtures with 2 fluorescent lamps, 4 feet in length. These fixtures are currently being driven by magnetic ballasts, which must be replaced with High Efficiency electronic ballasts, with a Low Ballast Factor (LBF). Two lamp fixtures will include (2) 28w T8 fluorescent lamps 3L x 4' = Fixtures with 3 fluorescent lamps, 4 feet in length. These fixtures are currently being driven by magnetic ballasts, which must be replaced with High Efficiency electronic ballasts, with a Low Ballast Factor (LBF), unless otherwise stated. Three lamp fixtures will include (3) 28w T8 fluorescent lamps 4L x 3' = Fixtures with 4 fluorescent lamps, 3 feet in length. These fixtures are currently driven by magnetic ballasts and are to be replaced with fixture type 2L x 4'IND fixture listed above. 4L x 4' = Fixtures with 4 fluorescent lamps, 4 feet in length. These fixtures are currently being driven by magnetic ballasts, which must be replaced with High Efficiency electronic ballasts, with Normal Ballast Factor (NBF), unless otherwise stated. Four lamp fixtures will be "delamped" to (2) 32w fluorescent lamps. A reflector kit with (2) lamp bracket sets is to be installed 41L x 4'HO= Fixtures with 4 high output fluorescent lamps, 4 feet in length. These fixtures are currently being driven by magnetic ballasts and are to be replaced with 2L x 4' IND fixture above. 41L x 4' tandem= fixtures with 2 fluorescent lamps 4 feet in length mounted adjacent to each other with magnetic ballasts. These fixtures have a parabolic louver and are located on the lower side of the 12 islands throughout the library. Recommend retrofit is to de -lamp each two lamp fixture to one 32 watt High lumen lamp and install (1) 2 lamp ballast to be tandem wired between the two fixtures. 21L x 8' = Fixtures with 2 fluorescent lamps, 8 feet in length. These are currently being driven by magnetic ballasts, which must be replaced with High Efficiency electronic ballasts with Low Ballast Factor (LBF). Eight foot fixtures will be retrofit with kits that will utilize (4) 28w T8 lamps, instead of the original 8 ft. lamps CUBE = Cubical surface -mount fixtures are currently being driven by (3), 2-Lamp magnetic ballasts, which must be replaced by (2), 3-lamp High Efficiency electronic ballasts, with a Low Ballast Factor (LBF). Each cube contains 6 fluorescent lamps, 3 feet in length. These lamps will be replaced with 25w T8 fluorescent lamps EXIT SIGN = Exits signs that are currently incandescent will be replaced with LED Exit Signs 100w Keyless and 100w Wall = 100 watt incandescent lamps will be replaced with 23 watt Compact Fluorescent Lamps (CFL's) TRACKHEADS = Track -mounted light fixtures will be retrofit as specified on an individual basis RECESSED CANS = Recessed Canister Lights will be retrofit as specified on an individual basis NOTE: For a list of qualified High Efficiency ballasts, please refer to www.ceel.org/com/com-it/lamps- ballasts.xls 3 Poudre River MAIN LIBRARY NOTE - Please use Legend and General retrofit guide for definitions of the "Type of Fixture" below and specified retrofit Site Plan SIDE ROOMS 1 ST Location # : FLOOR TYPE OF FIXTURE QUANTITY COMMENTS/REC'S New lamp type - --- - - CIRCULATION - - -- - - - -�- --- SUPERVISOR'S 1 OFFICE CUBE (6L x 3') 2 1 tough to reach F25T8/841 gty - - new fixture gty --- 12 2 3 4 CIRC WORK OFFICE NORTHEAST 1 STAIRWELL ELEVATOR ROOM ELEVATOR CUBE 2L x 4' 2L x 4' 2L x 4' 1 L x 4' 2 _ ---2 3_ 1 _ 3 _ - - _ F21T8/841 F28T8/841 -- F28T8/841 F2878/841 F28T8/841 12 - -- - - 4 6 - 2 6 5 MEN'S ROOM 2L x 4' 2 F32T8/841/HL 2 6 WOMEN'S ROOM 2L x 4' 2 F32T8/841/HL 2 7 JANITOR'S CLOSET 4L x 8' 1 tandem I L F28T8/841 4 8 ELECTRICAL ROOM 9 -'-BACK LOCKER AREA - 2L x 4' 3L x 4' -- 2L U-bend 4Lx4 - Exit Sign 2 1 1 2- 1 F28T8/841 F28T8/841 -- -F632T8/841/U6 F32T8/841/HL new none 2 - - 3 - 2 8 0 LED exit 1 10 WEST STAIRWELL 1 L x 4' 5 F28T8/841--5 FRIENDS SORTING 11 AREA CHILDREN'S WORK 12 AREA - 2L x 4' Exit Sign 4L x 4' - - - - 2L x 4' 1 L x 4' 2 1 7 4 -- 4 new wall -mount under desk F28T8/841 none -- F28T8/841 4 -- - LED e---- xit - - - -- -- - 1 0 - 28 8 4 F28T8/841 F28T8/841 _ 1 L x 4' 3 poss. Access issues F28T8/841 3 CHILDREN'S LEAD 13 LIBRARIAN'S OFFICE CHILDREN'S 14 LIBRARIAN'S OFFICE - _ VOLUNTEER SVC'S 4L x 4' 1 F32T8/841/HL 4 4 4--- -- - 2L x 4' - - 1L x_4' 4Lx4 � 41- —x4'---- 2 - - - _ 2 on wall under desk F32T8/841/HL - - - F28T8/841 F_32T8/841/HL__ 1 _ 2 2 4 8 8 F28T8/841 15 STORYTIME ROOM 4L x 4' 2 _ F32T8/835/HL 7 including outside door F28T8/841 1 F32T8/841/HL 1 L x 4' 7 3 3L x 4' Site Plan SIDE ROOMS 1 ST Location # OOR TYPE OF FIXTURE QUANTITY COMMENTS/REC'S New lamp type qty new fixture 9tV BEN DELATOUR -16 ROOM 3L x 4' 19 F28T8/841 57 AD AREA 1ST ----- - FLOOR SMALL CONFERENCE 17 ROOM 3L x 4' 2 F32T8/841/HL 4 _ 18 - -RECEPTION AREA 4L x 4' - -- _ _ 8 F32T8/841 /HL 16 -- -- - Exit Sign 1 new none I - - 4 F28T8/841 1 FB32T8/841 /U6 0 - 4 -2 LED exit 1 — 19 --------- ----- _ COVE _ 2L x 4' -- 2L U_ -Bend FINANCE OFFICER'S - 20 OFFICE 4L x 4' 2 F32T8/841/HL 4 2L x 4' 3 F28T8/841 6 21 DIRECTOR'S OFFICE 4L x 4' 4 F32T8/841/HL 8 22 CLOSET 2L x 4' 100w Keyless 3 1 F28T8/841 23 watt CFL 6 1 23 BATHROOM 100w Wall _ _ _ _ 1 23 watt CFL 1 24 SUPPLY ROOM - - 2L U-Bend- 2 FB32T8/841/U6 4 COMMUNICATION - _ _ - 25 MANAGER'S OFFICE 3L x 4' 2 full -spectrum lamps F32T8/EXCELLA 4 26 KITCHEN IL x 4' 2 F28T8/841 2 COMMUNITY ROOM Exit Sin 2 new none 0 LED exit 2 � MAIN )WA 1 OR OUTSIDE BEN 27 - DELATOUR 1 L x 4' 3 F28T8/841 3 2L x 4' 1 F28T8/841 2 CUBE 1 F25T8/841 6 28 CHECK -IN ROOM CUBE 2 F25T8/841 12 - 4L x 4' 2 No Decamp F28T8/841 8 2L x 4' 2 H.O. / new fixture F32T8/841/HL 4 OUTSIDE CHECK -IN 29 ROOM CUBE 1 F25T8/841 6 30 ENTRANCE WAY CUBE 1 F25T8/841 6 FOYER ENTRANCE 31 LIGHTS 250w Merc. Vap 5 vary- T5 8 Large Round XAL 1 Oft Halo track + - - MAIN STAIRWAY 175w MH Cylinders 2 new track 70w CMH 2 CMH head 2 4 DOWNSTAIRS EXITS Exit Sin 4 4 exits in main area none 1 0 LED Exit Site Plan SIDE ROOMS 1ST Location # FLOOR_ CHECK-OUT 32 COUNT L=I_Z - JUVENILE NON -FICT. 33 & BIO - - - _ - TYPE OF FIXTURE QUANTITY COMMENTS/REC'S New lamp type - - F25T8/841 new fixture 2L x 4'IND F32T8/84-- gty new fixture gy - _ CUBE 14 84 8 4L x 4'HO 4 4L x 3' 2 new fixture 2L x 41ND F54T5HO 2 4L x 4' T8 2 new fixture 2L x 4'IND F54T5HO 2 4L x 4' Tandems 4 F32T8/841/HL 8 2L x 8' - CUBE 4L x 4 O 4L x 3' 2 13 -6 - 2 8' retrofit kit ---- - — new fixture F32T8/841/HL 4 - - - --- ------- - - -- --- - - F25T8/841- -- --- F32T8/841/HL 8 12 4 F32T8/841/HL 2L x 4' IND 2L x 4' IND 8 2 F32T8/841/HL - - 4L x 4' T8 2 F32T8/841/HL 4 4L x 4' Tandems 3 F28T8/841 6 2L x 3' 2L x 4' 50w MR16 trackheads _ 4L x 4' 2L U-bend 8 F25T8/841 16 SUSPENDED CEILING ON 1st- - 20 Hpl. H ALO ! re F32T8/841/HL 26 w CFL 40 5 66 - 5 33_ _ 1 F32T8/841 HL FB32T8/841/U6 2 CURIOUS KID'S 34 CORNER CUBE 6 F25T8/841 36 - CORNER SCONCE BY K.C.--___ — - - -- - - - CHILDRENS REF. 35 DESK TRACK IN FRONT OF 36 ELEV. - 1 L x 4' - 2L x 4' - - -- - 2L x 4' 4' Track pieces 7 2 - 2 4 -- -- w/ 2x50w heads (total) F28T8/841 F28T8/841 F28T8/841 f24t5ho 7 4 4 4 - ELEVATOR SCONCE 1 L x 4' 11 F28T8/841 11 H SIDRft ' . FLOOR UPSTAIRS WORK 37 AREA - 50w Track Heads 5 new track heads f24t5ho 5 C linder Fixture (cans) 6 36 - - 16 watt Par 30 FL - -- F32T8/841/HL 6 72 -- 4L x 4' 2L U-bends 2 FB32T8/841/U6 4 1 L x 4' 3 F28T8/841 3 - _ 2L x 8' 1 4 I retrofit kit F28T8/841 4 BOOK EXPRESS 38 ROOM 4L x 4' 1 - F32T8/841/HL 2 Site Plan SIDE ROOMS 1ST Location # - - TYPE OF FIXTURE 1 L x 4' QUANTITY COMMENTS/REC'S New lamp type F28T8/841 gty_ new fixture My 2 1 IT MA GER'S - 39 OFFICE 4L x 4' 2 F32T8/841/HL 4 _ 1 L x 4' 2 F28T8/841 2 ADULT LEAD 40 LIBRARIAN'S OFFICE - - 4L x 4' 1 F32T8/841/HL 2 1 L x 4' 3- F28T8/841 3 2 ADJACENT ELEC. -- - ROOMS 2L x 4' 3 F28T8/841 6 41 IT STAFF WORKAREA 4L x 8' Tandems 5 F28T8/841 42 BREAKROOM _ CUBE 6 F25T8/841 _20 36 1 L x 2' 2 under cabinet F17T8/841 2 - 100w Recessed keyless 2 23 watt CFL 2 Vending Miser 2 none 0 - - SIDE ROOMS ONa CONT.; EMPLOYEE MEN'S - - - - 43 ROOM 2L x 2'--1 vanity F17T8/841 2 EMPLOYEE WOMEN'S 44 ROOM 2L x 2' 1 vanity F17T8/841 2 SERVER ROOM BY B- - 45 ROOM 21 x 4' 2 F28T8/841 4 46 PUBLIC MEN'S ROOM 2L x 4' 2 F32T8/841/HL 4 PUBLIC WOMEN'S - 47 ROOM 2L x 4' 1L x 4' 2 F32T8/841/HL 4 ELEVATOR WALL - 48 SCONCE'S 6 F28T8/841 6 2L x 4' -- 3 F28T8/841 6 49 GROUP STUDY ROOM 2L U-bends 2 DIMMING FB32T8/841/U6 4 AREA - MA7F-W" , - - 27 Aisle Wash F25T8/841 54 50 FICTION 2L x 3' 2L x 4' 6 Aisle Wash F32T8/841/HL 12 1 L x 4' 5 Aisle Wash 5 CUBE 12 _F32T8/841/HL _ F25T8/841 72 Site Plan SIDE ROOMS 1ST Location # _ - . TYPE OF FIXTURE 4L x 4' Tandems QUANTITY_ COMMENTS/REC'S New lamp type gty new fixture gty 2 _ F32T8/841/HL 4 51 PAPERBACK SECTION 4L x 4'HO 4L x 4'HO 8 8 F32T8/841/HL 16 16 _ 2L x 4' IND 2L x 4' IND 8 F32T8/841/HL 8 CUBE 21 F25T8/841 126 4L x 4' Tandems 4 F32T8/841/HL 8 52 TEENS & BUSINESS CUBE 10 F25T8/841 60 41L x 4' Tandem_ s 4L x 4'HO 5 - - F32T8/841/HL F32T8/841/HL 10 16 8 _ 2L x 4' IND 53 CLASSICS (by elevator) 2L x 3' _ -8 3 2 sconce wash F25T8/841 F25T8/841 6 4 _ 1 L x 4' 54 REFERENCE 4L x 4' Tandems 6 F32T8/841/HL 12 CUBE 11 F25T8/841 66 4L x 4'HO 12 F32T8/841/HL 24 2L x 4' IND 12 -- 55 56 --K 4L x 3' 4 - Island dill due_ to Duct - -- - F32T8/841/HL F25T8/841 F25T8/841 F32T8/841/HL 8 2L x 4' IND 4 - INFORMATION DES- CUBE - - CUBE 4L x 4' Tandems 9 1 2 54 REFERENCE COMPUTERS 6 -- 4 4L x 4'HO 6 F32T8/841/HL 12 2L x 4' IND 8 4L x 3' 2 F32T8/841/HL 4 2L x 4' IND 2 57 ADULT/TEEN NON- FICTION 2L x 4' 2L x 3' 1 L x 4' 24 15 9 22 F32T8/841/HL F25T8/841 48 30 F28T8/841 9 CUBE T81s, just relamp F25T8/841 132 4L x 4' Tandems 3 12 F32T8/841/HL 6 24 2L x 4' IND 12 4L x 4'HO F32T8/841/HL 4L x 3' 4 F32T8/841/HL 8 2L x 4' IND 4 4L x 4' Tandems 2 F32T8/841/HL 4 4L x 4' T8 2 F32T8/841/HL 4 ESPANOL& 58 PERIODICALS CUBE 4L x 4' Tandems 4L x 4'HO 4L x 3' 26 8 12 4 � - F25T8/841 F32T8/841/HL F32T8/841/HL F32T8/841/HL 156 16 24 8 2L x 4' IND 2L x 4' IND 12 4 -- - MAIN AREA 2NnjM FLOOR Cont. 2L x 4' 3 by New Books & copier F28T8/841 6 100w Merc Vapor 5 20 watt CMH 5 Site Plan SIDE ROOMS 1ST << Location # FWQB ITYPE ESPANOL (CONTINUED) OF FIXTURE 1 L x 4' QUANTITY COMMENTS/REC'S New lamp type - - --- 2 over water fountain F28T8/841 gty 4 new fixture gtty T 18" Trackheads 7 NO REC. _ 2L x 3' 4 F25T8/841 24 _ 2L x 4' 2 F28T8/841 4 ROOFTOP A 1st ROOF ROOM ROOFTOP BOILER ROOM - OUTDOOR FIXTURES]_new Canopy Lights Building Wall lights 1 21L x 4' _ 100w Keyless 75w Par Flood 250 watt Metal Halide 250 watt Metal Halide 1 -- - 4 6 2 -- - - - - -- - - 8 6 - 2 F28T8/841 23 watt-- CFL - - - — - 23 watt CFL - lamp and ballast change 175 watt Pulse -- _ -- new fixt 120 watt induction 19 19 175w Pulse St. MH lamps and ballasts 6 120 watt induction wall paks 6 NTM-17 HID Track Lighting Fixture Metal Halide Lamp: 20-70W T4/T4.5 Bi-Pin G8.5 39-70W T6 Bi-Pin G12 PRODUCT DESCRIPTION Drawn steel housing with powder coated finish. High tech steel yoke attaches to a unique slim ballast casing with electronic ballast. Clear tempered safety glass and clear reflector for optimum performance. Yoke allows 160° vertical adjustment and 358o horizontal adjustment pivot at track adapter. SPECIFICATION Features • Solid state electronic ballast • Wire voltage regulation to minimize fluctuation • Rocker switch allows on and off of each fixture independently • Clear tempered safety glass provides UV filtering • One or two circuit track capable Fixture & Ballast Housing .060 Deep drawn steel construction with stepped design and softened edges. Conical face completely houses reflector and lamp. Yoke provides wide range of adjustment with locking knob to hold desired setting. Complete enclosure has a powder coated paint finish. Reflector 0.020" (0.50mm) faceted aluminum reflector. NAT-17T4-15DEG T4/T4.5 Lamp 15' Beam Spread NAT-17T6-15DEG T6 Lamp 15' Beam Spread NAT-17T4-45DEG T4/T4.5 Lamp 45o Beam Spread NAT-17T6-45DEG T6 Lamp 45' Beam Spread Wiring 6 #18 AWG, rated at 105' C, 300V. Teflon coated wire lead connects socket and housing to electrical contact head. Durable Teflon coating and resists heat degradation from lamp and housing radiation. Socket T4/T4.5 Lamp: Porcelain bi-pin G8.5 T6 Lamp: Porcelain bi-pin G12. Ballast Ballast enclosure features die-cast aluminum construction, artistic finishing detail, secure locking to track, and on/off rocker switch allowing individual fixture to be switched off without removing from track. Integral high power factor electronic solid state Type-1 ballast. Ballast provides automatic termination upon end of lamp life. i.e. "End of Life" protection. • Electronic Metal Halide, high efficiency solid state ballast • Thermally and transient protected, rated 120VAC, 50/60Hz • Operating temperature (max.) 85' C • Shutdown feature. Cycle power "OFF" then "ON" to restore output. Rating Input Watts Current THD Sound Power Factor 20W 23 0.20A <20% Rated A >90% 39W 45 0.38A <20% Rated A >90% 70W 77 0.64A <20% Rated A >90% Create a complete fixture catalog number: Example: N T M -1 7 T 4/ 7 0 -1 5 W Housing - select one box from each column Catalog No. Lamps Wattage Beam Spread Finish NTM-17 T4rr4.5 20 15° B T6 39 ❑ 45° S 70 W Finishes: B = Black, S = Silver, W = White BNOMLIGHTING Type Project Catalog No. Lamp/Wattage DIMENSIONS Fixture Diameter 4-3/8" Fixture Length: 6-1/4" Max Extension: 10-1/8" Contact Head Assembly Three copper contacts mounted in high heat rated plastic housing. One/Two Circuit Conversion Positive contact (opposite neutral and ground contacts) is preset to "down" position at factory but may be raised to the higher position to install onto the second circuit of Nora Lighting's NT-2300 series two -circuit track. Finishes - Powder Coated Finish B = Black, S = Silver, W = White Accessories • NA-1701 Clear Replacement Lens • NT-339 Barn Door • NT-342 Honeycomb Louver • NT-345 Accessory Holder Labels and Listings UL and ci Listed. C &US LISTED Options Catalog No. Description NA-1701 Clear Replacement Lens ❑ NT-339 Barn Door NT-342 Honeycomb Louver ❑ NT-345 Accessory Holder RN0ML I G H T I N G wvvw Gayhah ing Commerce, CA 90040 Phone: 800.686. Specifications FAx 8 subject �� www.noralighiing.com e-mail: nora@noralighting.com Specifications subject to change without notice. 02009 10 NTM-17 Reflector and Accessories NAT-17T4-15DEG T4/T4.5 Lamp w/ 150 Beam Spread NAT-17T6-15DEG T6 Lamp w/ 150 Beam Spread NAT-17T4-45DEG T4/T4.5 Lamp w/ 450 Beam Spread NAT-17T6-45DEG T6 Lamp w/ 450 Beam Spread NT-339 Barn Door ONOMLI G HTI N G. NT-342 NT-345 NA-1701 Honeycomb Louver LIL �► � 1= ■ Accessory Holder Clear Replacement Lens 6505 Gayhart St., Commerce, CA 90040 Phone: 800.686.6672 - FAX 800.500.9955 www.noralighting.com - e-mail: nora@noralighting.com Specifications subject to change without notice. © 2009 iE Service Provider: City: HMS Contracting, Inc. City of Fort Collins Attn: Nathan E. Smith Attn: Purchasing PO Box 273120 PO Box 580 Fort Collins, CO 80527 Fort Collins, CO 80522 Copy to: Copy to: City of Fort Collins Poudre River Public Library District Attn: Bryan Garrett Attn: Ken Draves PO Box 580 PO Box 580 Fort Collins, CO 80522 Fort Collins, CO 80522 Seter & Vander Wall, P.C. 7400 E. Orchard Rd, Ste 3300 Greenwood Village, CO 80111 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, subject to additions and deletions provided herein, Forty Eight Thousand Six Hundred Seventeen Dollars ($48,617.00) per the attached Exhibit "B", consisting of one (1) pages, 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. 2 SA rev07/08 Large Deep Wallpack Full Cut-Off-INNNINNOM b DETAILS APPLICATIONS Housing manufactured from heavy duty die-cast Warehouse Facilities aluminum with a powder coated dark bronze finish Shipping and Receiving Areas and hinged door frame Cold Storage Facilities Industrial Plants Weatherproof silicone gasket present for Commercial Buildings moisture and dust proof protection Fixture includes a anodized aluminum reflector and high impact resistant tempered glass for optimal light distribution Housing comes with threaded Yz"apertures for securing conduit and/or photo cell installation Fixture wall mounts directly over 4" outlet box Fixture is night sky compliant Optional Wireguard Optional Photocell TYPICAL ORDERING NUMBER FEATURES Polyester Powder Coat Finish Custom Colors Available Tempered Glass Lens '/2" NPT Tapped Conduit Entrances Lamp Included Can Be Mounted as Up -Light or Down -Light Accessories sold separately. D - 400 - PSMH - LDWPCO - MT - PC PREFIX WATTAGE LAMP TYPE FIXTURE TYPE VOLTAGE OPTIONS D 100 "CFL = LDWPCO = Large Deep MT= Multi -tap PC = Photocell 150 Compact Fluorescent Wallpack Full Cut -Off 120v (Designate Voltage) 175 277v F = In -Line Fuse 250 HPS = (Designate Voltage) 320 High Pressure Sodium WG = Wireguard 350 PSMH = QRS = Quartz Restrike 400 Pulse Start Metal Halide 'EM = Emergency Ballast 52w (2x26)' • cFL ONLY 64w (2x32)' 84w (2x42)' www.duraguardproducts.com Ctuo raGuard PRODUCTS INCH toll free: (800) 736-7991 12 I - a z 0 IRV RV 3 CO � N CD me A dnwaa Lo w Iwo M M .. .� M m 11 El 33 PF-j 34 10 E 9 a 8 4 5 6 -35 32 31 29 cbvuwmon - 30 rsw4ms ch�ekoutr entrance 3 2 CA"V ww 11 =i staff w1Z AM 13 14 2 j L 14 ��....,........w 8 tianlf 20 Roam. 25 ! 17 22 21 27 12 m+ tar 26 Room -fm T8m; 16 Main Library First Floor 14 ql'-4 -J T rl Ell Ll E7 17 F Fl F1 El Rom a �m I y.5Er K{4- 9EYpETML RE—. l - i I ��iloefuelrrrn�aNEr � SiR�N ML'SNM MtMR CTIMOf[ YPE YL' � I I � II Ills."� y aTriu�leH ON. eEcrec�wwR�F»�Y4eePs WItEwAY YeNVMEp ro 511-�fES STACK LICNIING 'GAaABvr� {Lnn� 4TwCK FIRE ALARH EPVIPH ENT see ri " '� incr - rw, r NnrY<Alwe. 1bOEt Cf.b4ZONE �l ZrY T1PKrY Q0'•T{E[( OOK - rTRn4R14 NOECI Ef.4 fol[ �----�-� 1.-0—yN Ea aoNe 2 �rPER FtmK 20NEi9 0 �e � - rY[ntn[n �D 3bdT1oN NORM-rYw,.en :oOfi NIi014 L< Coln ._.p.,-ter, PLIe ZONE 1 IOWEe iteblt ZONE 4 TR. r'RM/�eM ncLE� 2NrK y, i1J EKVR LAN NnNw.VC KONfRKT. Eo1�hP FnLI AIM 0I.2i .�y [E OCELYI[. Fire Alarm One -Line Diagram MEDIA CENTER RACEWA�l SLAB . • I..0. Penthouse Electrical Plan S `b � 0 33♦ 4 11 [ •+� 3 i roe w. rsnc EXHIBIT B FEE SCHEDULE BID PROPOSAL 7085 LIGHTING RETROFIT AT MAIN LIBRARY BID OPENING: October 30, 2009, 3:00o.m., (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS REQUIREMENTS FOR. LIGHTING RETROFIT AT MAIN LIBRARY PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS The City of Fort Collins. on behalf of the Poudre River Public Library District, is requesting bids per the attached specifications for a lighting retrofit at the Main Library located at 201 Peterson Street, Fort Collins, 80524. Questions regarding scope should be directed to Bryan Garrett, Project Manager, 970-566-7046 or bgarrettGoJcgov.com, Questions regarding bid submittal or process should be directed to John D. Stephen, CPPO, LEED AP, Senior Buyer (970)221-6777 istephen(afcgov..com. A pre -bid meeting will be held at the site on October 15, 2009 at 10:00 am. All work must be complete by December 15, 2009 Bid Schedule Contractor will provide all installation, materials, labor and permit for lighting retrofit per attached drawings and specifications for a turn -key project. Pp LUMP SUM $ LI S , Hourly rate for Journeyman $ 16 Hourly rate for Apprentice 5 3 Firm Name 14M,5 C0171rOI''r371G (Are you a corporation. DBA, Partnership, LLC, PC) Signature, Printed Name. ^/CL Title: r ILG'r, C,,/ r^'ja,ngq r" Address. P P 13 o x Z 3 L 0 Fort Goll..e7s Phone/Fax 9 7 Q- i 9 P- 8 8/ p E-MAIL ADDRESS: O S rn t" h � N %7S Cam"tractors . cv,- / 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. 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. 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. 3 SA rev07/08 12. 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 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. 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 4 SA rev07/08 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., et. 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 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. 5 SA rev07/08 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 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. 18. Amendment 54 To the extent that this Agreement may constitute a "sole source government contract" within the meaning of Section 2(14.4) of Article XXVIII of the constitution of the State of Colorado, about which the City makes no representation, Section 15 of said Article XXVIII, which reads as follows, is hereby incorporated into this Agreement and 0 SA rev07/08 made a part hereof: Section 15. Because of a presumption of impropriety between contributions to any campaign and sole source government contracts, contract holders shall contractually agree, for the duration of the contract and for two years thereafter, to cease making, causing to be made, or inducing by any means, a contribution, directly or indirectly, on behalf of the contract holder or on behalf of his or her immediate family member and for the benefit of any political party or for the benefit of any candidate for any elected office of the state (of Colorado) or any of its political subdivisions. SA rev07/08 2t-5:-- ORPORATE SECRETARY POUDRE RIVER PUBLIC LIBRARY DISTRICT BOARD OF DIRECTORS PRESIDENT POUDRE RIVER PUBLIC LIBRARY DISTRICT ACTING THROUGH ITS AGENT CITY OF FORT COLLINS, COLORADO a municipal corporation \ By: Ja es B. O'Neill Il, CPPO, FNIGP Directdf f Purchasing & RisJ Management Date: HMS Contractors, Inc. PkINq NAME v C RPORATE PRESIDENT OR VICE PRESIDENT Date: // // q /La (Co porat Seal) SA rev07/08 EXHIBIT A SCOPE OF SERVICES Section 2.0: General Scope of Work Contractors shall: 2.1 Work hours will be after the Library closes and prior to it opening or as approved by the Library/City Project Manager or Representative. The awarded contractor must provide a work schedule prior to starting work and update it every week. The Library is open: Monday -Thursday 9:30 a.m.-9:00 p.m. Friday 10:00 a.m. - 6:00 p.m. Saturday 10:00 a.m. - 5:00 p.m. Sunday 1:00 p.m. - 5:00 p.m. 2.2 Provide a normal work hours and cell phone number to be used by the City to request emergency or urgently needed services. 2.3 Clean-up the job site at the end of each day and at work completion. Library will provide a staging area for fixtures and lamps. 2.4 Obtain any needed permits. 2.5 Provide proof of personnel qualifications, to include but not limited to: copies of licenses, school certificates, letters of reference, etc. 2.6 Provide evidence of having adequate and sufficient equipment to perform quality services. 2.7 Old lamps and PCB ballasts must be recycled responsibly through a certified environmental recycling facility. Contractor must provide a certificate of disposable to the Project Manager for all hazardous waste recycling involved in the project. Section 3.0: Contractor Qualification 3.1 Contractor must have minimum of five (5) years verifiable experience in the installation and repair of commercial lighting and electrical work. 3.2 Contractor must be certified master electrician and have appropriate staff working on the job. Awarded contractor must supply copies of certifications for master and apprentice electricians. 3.3 Work must be performed by the contractor's payroll employees under the contractor's immediate supervision. 3.4 Contractor must include in the bid 3 references for doing like work. 3.5 Company must coordinate work with the Library District and City Project Manage