Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutBID - 7085 LIGHTING RETROFIT AT MAIN LIBRARYCity of
Financial Services
PurchCity 215 N. sing Division
215 N. Mason St. 2"" Floor
F6rt
Collins
5ns
FortBox
Fort Collins, CO 80522
970.221.6775
Purchasing
970.22 1 .6707
fcgov.com/Pitrchasitig
INVITATION TO BID
7085 LIGHTING RETROFIT AT MAIN LIBRARY
BID OPENING: 3:00 P.M. (our clock), October 30, 2009
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 80522, at the time and date noted on the bid proposal and/or contract
documents. If delivered, they are to be sent 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 p.m. (our clock), October
30, 2009.
A pre -bid meeting will be held at the Main Library located at 201 Peterson Street,
Fort Collins, on October 15, 2009 at 10:00 am.
Questions regarding scope should be directed to Bryan Garrett, Project Manager, 970-
566-7046 or bgarrett(8fcgov.com.
Questions regarding bid submittal or process should be directed to John D. Stephen,
CPPO, LEED AP, Senior Buyer (970)221-6777 jstephen (abfcgov.com.
A copy of the Bid may be obtained as follows:
Download the Bid from the Purchasing Webpage, Current Bids page, at:
http://fcgov.com/eprocurement
2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and
request a copy of the Bid.
-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 Bids may be withdrawn up to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.
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.
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 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.
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.
IN
SA rev07/08
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,
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 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, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a
11
SA rev07/08
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.
19. 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.
SA rev07/08
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 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.
13
SA rev07/08
20. 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
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.
21. 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 ( ) pages, attached hereto and incorporated herein by this
reference.
14
SA rev07/08
ATTEST:
City Clerk
APPROVED AS TO FORM:
Assistant City Attorney
(Corporate Seal)
POUDRE RIVER PUBLIC LIBRARY DISTRICT
BOARD OF DIRECTORS PRESIDENT
By:
Date:
POUDRE RIVER PUBLIC LIBRARY DISTRICT
ACTING THROUGH ITS AGENT
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By:
James B. O'Neill II, CPPO, FNIGP
Director of Purchasing & Risk Management
Date:
By:
PRINT NAME
CORPORATE PRESIDENT OR VICE PRESIDENT
Date:
15
SA rev07/08
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:
Workers' Compensation insurance with statutory limits as required
by Colorado law.
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.
T
T
x
a)
x
0
3
w
w
(D
C
J
J
C14
C
(D
N
(D
N
N
I
N
M
N
00
O
U)
O
N
00
M
T
IT
00
00
�
M
N
T
T
T
T
T
T
JJ
T=
TJ
(D
J
'JJ
TJ
J
J
TJ
00
0\0
00
0\0
00
0\0
w
w
0\0
w
0\0
�
w
w
�
T
a)
00
00
o0
a)
00
00
V
co\
00
0\0
r
v
r
IT
00
T
v-
�
LA
m
�
T
V
(p LO
00
H
00
H
00
H
—
00
H
00
H
00
F
00
oD
DO
00
—
00
H
—
00
H
—
00
f'-
00
—
CO
00
C
O
—
00
F-'
00
H
C
O
—
00
H
—
00
H
00
f'-
00
F-
00
CO --
00
CD
Op
00
0�0
00
00
0�0
00
00
0�0
'a ?�
U)
N
U)
N
00
N
W
N
W
N
00
N
N
N
00
N
W
N
00
N
F-
Cl
E-
N
C
00
N
CO
N
C
O
N
00
N
00
N
CO
N
i-
N
N
O
N
H
N
N
H
N
0°
N
00
N
C
LL
11
11
11
LL
11
M
M
LL
LL
LL
CO
m
Cl)
LL
LL
LL
LL
LL
LL
M
Cl)
m
M
M
Z
LL
LL
LL
LL
LL
LL
LL
LL
O
N
_
(n
U
N
a)
:
0
O
a
3 W
N
Y
N
Y
a)
il. U)
~N
O
aa)
3
3
0
-00
rcn
@
3C
a)
Y
0
w
�
C
EW
i
-0
U
OO
a
0
3�
N
O
:
v
O
T
Q
U
fl
c
r
r
-
N F-
C H
C Z
N
N
N
M
T
M
N
N
T
N
T
I
N
T
L(i
M
T
N
N
N
N
Nr-
T
O
a
F-�
w
Z
D
a
X
Cl)
x
JWv
m
vvvvvcov
V'
a)v
O;t
(n
v
2)
(n
vvvv
vv
vvvvvv
.,
'= LL
D
x
J
x
J
x
J
x
J
x
J
x
J
x
J
x
J
x-9
D
x
J
•"
x
J
x
J
:t"
x
J
x
J
x
J
x
J
x
J
x
J
x
J
x
J
x
J
x
J
x
J
x
J
O
m
U
_l
M
J
W
T
N
W
N
T
T
N
T
�'
T
M
N
L a
U
�
C
I--
UY
2
2
W
0
C)
a'
OO
LL
-
O
�00
0W0
Q
W
�p
I-L
WA
LL
pOA�LOL!
0
F-
0V
-i
Q
w
O
C
Zn
�F"
w(Wtm
W
Wg—UY
>LL
W
�
WpQ
U �
W
WQ
pZ
Q
WLL0
JcNtm°
UUOp
JZW
O
O
Q
Z>OL-
}WD
ww~
WW❑
p
U
U�
W
ZW
�
Y
w
�JU
-j
OW
QJU
W
m
2
U
>U)
JU
�..ao
W w
T
N
Cl)
IT
U7
(D
r-
00
a)
T
T
N
T
M
T
T
U)
T
U J
Z
1
N
r
N
It
J
x
N
(D
0
w
7
L
W
p
U,
rn�
me
J
�'
L
c:-'7
N
't
(D
OO
cor
r
NiO
M
N
(D
COCN
(D
(D
M
N
O
r
=
=
r
j
=
r
=
r
J
J
?
Q
co
It
a)
�
r
V
LL
U
LL
U
r
LLl
0000
OD
OD
CO
CO
r
It't
00
OO
LC)
_
E
(o
CO
F-
00
ww
00
C
cco
00
co-aOF-
00
CO
M
m
m°D
X
WF-
aD
C
O
M
F-HHHHC
M
M
M
CO
00
00
HH
00
Z'
U
C
c
3
00
N
N
F-
N
co
N
F-
N
N
co
N
N
co
N
3
F-
N
�
co
N
c
00
N
Co
N
LO
N
Un
N
CO
N
Ln
N
Ln
N
(u
>
3
a)
LL
M
Cl)
LL
M
m
Cl)
LL
M
LL
M
N
M
N
Cl)
m
N
LL
LL
LL
LL
LL
LL
M
LL
LL
Z
LL
LL
LL
LL
LL
LL
LML
LL
U
c
on
a)
m
aD
W
E
m
D
3
x
`m
C
r=
U
Fa
E
Z
W
C
U
C
p
C
C
2
n
,�
O
Z�
a)
c.x
Y
O
3
2
m
U
w
�
Z
N
CO
r
r
N
M
IT
M
r
r
N
N
N
N
CO
r
r
N
N
N
r
r
lA
(V
V*
Q
WCL
`
U
m
a
_
c
LL
x
x
Ln
aci
m
vvvv>•>>m
O>
aci
m
LM
m
vvW
W
v;t
W
m
W
m
ci
N
>+cn
U
N
V-
x
J
J
J
'=
x
J
x
J
x
J
x
J
x
J
Y
3
x
J
x
J
""
XXMMXX
J
J
J
J
D�
a
_
•"'
M
M
W
N
N
N
N(D
C)
N
M—
w
r
N
U
U
N
U
U
O
w
W
r
3
}
r
LO N
r-
jZ
U
Z U
O
F-
Z—,
}
U
}
H
r
r
W
Q.
Q
W
LL
LL
a
2
O
O LL
F- LL
0
W 0'
O
O
YU2
Q
ZF-
X
W
F-2�
QU
O
W
�OZ
W
WU
m
NO
��
O
OO
>OLL
(n�
}W
0
ZUOUZ=
O
�ZWQ
n�
Y
LLI OZ
WUO
FQQ-
W
a.�JZ
Q-m
a�
0Y
p
F-W
U)Li0O
UQ)
Z
U
U
j
Q
O
W
U)
D
ZZ
V51
QQ
W
z
Q
O
w
0
O
U)a
i
L
O
a
pZ
m
a
c
•2
(D
t`
00
0)
O
r
N
Cl)
It
In
(D
L—
00
m
O
r
N
U
r
r
r
r
N
N
N
N
N
N
N
N
N
N
M
co
0
00
N
j
Z
Z
3
x
x
c
J
N
J
N
co
O
N
N
o0
�
O
(D
N
M
IT
IT
Lo
(O
CV)
IT
N
J
J
J
J
J
J
J
J
J(0
J
W
J
J
co
00
2
=
�=
V
.=
v
00
V
v�
d
v
00
v
00
J
LL
v
v
oo
v
co
v
co
v
co
c
v
00
p
L"
(`)
v
00
v
00
V
ap
--
—
00--
co
�-co~~ao
tf)
F-
�
�
F-
0-0P
F-
'0
-co
F-
F-
F-
F-
CO
�
�-
CO
�
00
~
Ln
F-�
00
O
co
��
N
o0
�a
N
(6
ao00�F
'o
00
co
00
F-
d
N
LL-
N
(M
LL
LL
N
co
N
co
N
LL
N
M
N
M
N
M
N
M
(V
LL
CV
W
N
M
O
N
N
M
M
N
W
N
W
N
W
N
LL
�-
N
N
(M
M
N
LL
N
LL
N
Cl)
Z
LL
LL
LL
LL
LL
LL
LL
LL
LL
m
(D
LL
m
LL
LL
m
000
Z
Z
Z
,�
co
O
U
W
vv"v
f°
N'
N
o
Q'
X
X
X
Y
L
to
'
fA
J
N
J
N
J
N
p
SJC
O.
@
(D
L
Y
O
Z
N
N
N
'�-
3
_
3
U
m
g
w
bo
c
O
�
N
C
O
C
C
C
=
Z
V
N
N
d
N
M
V
(D
N
N
CO
00
N�
Cl).-
(D
r�
N
N
r
LO
(DM
N
M.
Q
D
0
N
Ncn
N
co
-0
y
co
X
W
O
2
M
CO
c
a0
W
p
O
m
M
Via_
c
m
d
U
f6
�
c
N
W
��
:
Q;
_
_
j
;
:;t
60
;'
LL
W
m
X
V
m
X
j
X
X
X
X
X
�,
?
X
X
X
Y
X
U
X
X
x
X
UX
J
Ji
X
J�
J
N
U
Ji
X
J
J-j
X
J
N
N
(D
-i
D
J
U
J
J
CV
J
N
U
LO
J
(9
jL
J
'I
J
r
J
N
J
It
W
V
x
x
N
j-
3
J
N
CD
Lo
c
03
�n
U
U'
z
m
LL
O
W
U=
o Y
DIX
IUi
J
0
U
z
W
F-
Z
z
OU
J
O W
p L F-
Z
00
U ..
0�
Y
U)
U
ZNL�i
O
wm
J
�Ocn�
w
a0
O U 0
W
0 z
DOp
m Y
Wp
z
�0
}_
>� U Q
w 0
w
F—
�LL�
YOB
�Ii=O
W U
w
W
�Uw
0
Y
U
U
z
=
U
W
O
0 d
O
m
m
j
�,
O
U
g
J
m
0
U
U
F-
W
N
(a
d
c
•2 N
M
In
(D
f�
OD
CV)J
CM
Cl)
(•7
M
cM
cM
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 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 is 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
a�
3,
a�
c
r
N
N
M
CD
N
M
N
N
o
N
N
't
'IT'T
w
(D
�}
l�
N
11)
=
=
r
r
to
r==
r
v
COla
v
co
v
co
00
v
0
v
00
v
00
U-
U
a�
It
00
v
00
v
OO
r
v
v
v
00
v
00
r
v-
00
r
r
v
CO
E
co
00
F-
00
a0
00
F-
00
00
00
F-
00
F-
Do
H
a0
F-
Do
F-
+�
is
c
o
00
H
co
H
co
H
00
—co
00
0
00
00
o
—
o
—vv
co00
co
00
00
ao
?:
o
N
N
CC)
N
N
o
N
0
N
0Unr-
N
N
r
S
r-
�
�'
r
oco
N
N
N
N
co
N
N
�
N
N
H�
N
N
N
LL
Cl)
LL
Cl)
LL
LL
LL
LL
LL
Cl)
N
LL
LL
LL
M
M
LL
LL
M
LL
LL
Zi
LL
LL
LL
LL
m
LL
LL
U
W
c
C�
cnLn
U)
goo
Z
U
C
>
C
>
w
a>
UI
cn
(n
�
3
0
U
Z
N
N
N
r
M
M
Lo
0
N
N
N
r
r
N
N
N
CO
CO
N
N
(D
LO
04
Q
Z)
Cl
N
N
Wcn
a)
Y
N
xv
vv
v'v
'v
OwN
_0
LL
w
x
x
x
x
x
x
N
~
m
x
N
cn
CDx
x
x
x
x
x
x
x
x
x
m
Q
J
r
J
J
r
J
J
r
J
N
00
U
J
r
Q
U�5
J
N
J
N
J
N
J
N
J
N
J
r
J
N
J
N
J
N
J
r
U
w
x
N
v
0
0
r
Z
cn
o0
0
H
U
O W
U
J
Z
(n
W
Z
m
�
U)
W
J
Q
O
N
cn
Lli w
o
w
O
O
O
N
g
U
w
�-
Z
?�
CDU
J(n
Z2
0W
�
LU
000
Z)
p
Q
O
Z w
Q
U O
Y
p rO
}
w
w
U
O 0
U
<w
LL
p
w
CC
>�
Zu-
LL
tT
0
�0
F-
0�
Q
F-
m
a.
U�
a
Q
W
2
W
a
�
m�
a
J
w
0
U'
cu
a-
c
•2
m
CD
r
N
co
LA
(D
00
m
o
�p
co
�
V
LO
.r
U
.0
a0
a0
O
V-
a0
1 N
.,t
04
�
(D
0
0
0
00
00
00
0o
3
Z
Z
Z
Z
Z
Z
Z
Z
Z
_Z
_Z
"vv
_
v
v
It
v
vNr
3
x
x
x
x
x
x
x
x
x
x
x
a)
J
J
J
J
J
J
J
J
J
J
J
cl
N
N
N
N
N
N
N
N
N
N
N
>}i
—
c0
�
00
(D
O
CO
(0
04
((00
N
00
LO
(D
-
M
O
�
(0
N
00
V
V
('O
N
a0
O
N
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
Cl
v
v
v
m0o
m
v
�t
v
ao
00
co
co
v
ao
v
v
0o
Oo
v
v
v
v
co
co
ao
OD
00
00
v
v
v
v
v
0o
v
v
v
ao
U
E0oao
mao00
20
ao�
a
o�a000
www
aoa
F-F-00
ww-02
0000
m
aoo\0a000
�ooao00
EO-w0000000
co���cococococo
22O
co22222200
�coco00�
m
F-F-
�L�FLn��
LOAF-LO
LO
`,F-I-►-
F-
�noo�nHHHHH
LO
co
3
a)
M
M
N
m
N
LL
N
M
N
w
N
M
N
m
N
L=
N
N
M
N
N
M
N
M
N
N
N
M
N
M
N
m
N
M
N
N
N
N
co
N
M
N
M
N
co
N
co
N
U-
N
M
N
M
N
m
N
LL
N
Z
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL.
LL
LL.
LL
LL
LL
LL
LL
LL
LL
LL
�
7
a)
U
a
Q
OfO
YO
06
)
3
a)
w
F-
Z
3
N
Y
O
w
C
m
c
a0
N
O
m
Z
U
in
>,
Z
N
00
00
N'T
CD
LO
DO
M
N
(0
04
�f
O
N
(0
N
N
LO
0)N
M
N
N
N
00
COQ
Z)
d
w
m)
E
E
E
E
E
E
E
E
`
Q-
F-
O
O
°�
°�
O
O
m
O
a)
O
(D
co
a)
O
m
xc=
=wcwcm
Z-,'vcw=Z-,w
wc=M
-vZ-,-vwc=Mc�
wc=M�>
LLm;r
LL
�mmmmv
F-
0
F-
xxmm�xm
F-
p
mmvX
�
F-
xxxmm'vxmv
�
F-
F-
X
mm"vxx�
F-
a�
0
X
—1
X
J
V
�U�J
X
J
N��U
J
X
J
J
U
U�
X
Jet
J
J
NN
J
J
U�J'T
X
J
_ �J
Urf
X
J�N
J
J
W
x
v
X
x
X
v
x
v
x
v
X�
x
v
0
cr
V
sr
C)
O
cn
U
o
�
Y
Z
.�
r
w
W
Z
�
U
�V�
O
Z
m
a2S J
Z +%
p
U)V
m
W
Z
w H
Z
W
J Q
O V
O
O
w
W
06
U
U
w
Q
w a-
U
Q Oa.
Q o
a
m
w
U
W
LL
Q
d'LL
OWU
J W
0
U�
wa
ZO
Qu.
a
w
umi
LL
Q
d
~
U
—
m c
d °
• -
N
M
LO
(0
0o
U
Lo
LO
Ln
LO
LO
LO
LO
LO
r�-
0
�
�
c
/
n
�/
c
r
$
:
//£
$
a. I
-0
cu
C
al
\ P-
/k\
K
R
0
2
2
co
N
o
E
\
0
-0
00
h
0
a.
\
\\
\k
k
k
\
ad
LL
q
q
/
�
@
c
C
wm
f
w
¥
\
$
�
°
z
.\
f
°�
kk
U
a)\
=
c
k
0
/
3
�
%
CN*
'It
C
#o
0
2
0
_
O
ƒ
/
/
/
�
2
§
.0
ƒ
LL
�±w�
��
�
3
/
E
\0
\�
�
I
I
\04
04
C-4/
\
k
\
a_
e
r"
a
R
\
\
$
»
m
,
2
i
ƒ
®
2
o
0
2
=
R
2
kcn
m
0\
E
E
*
k
/
/
LL
0 0
C
a.
LLME
0
��
2
c
%©
k
w0
U
$
«
0
7
a
U
\
.
G
/\
�.
\0
.
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 160o 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/r4.5 Lamp
15° Beam Spread
NAT-17T6-15DEG
T6 Lamp
15° Beam Spread
NAT-17T4-45DEG
T4/T4.5 Lamp
45° Beam Spread
NAT-17T6-45DEG
T6 Lamp
45° Beam Spread
Wiring
6 N18 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/ 70 -1 5 W
Housing - select one box from each column
Catalog No.
Lamps
Wattage
Beam Spread
Finish
NTM-17
T4/T4.5
20
15°
B
T6
39
45°
S
70
W
Finishes: B = Black, S = Silver, W = White
BNOMLIGHTING®
Type
Project
Catalog No.
Lamp/Wattage
DIMENSIONS
4-3/8"
s-va°
Fixture Diameter 4-3/8"
Fixture Length: 6-1/4"
Max Extension: 10-1/81,
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 cUL 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
NNOML I G H T I N G 6505 Gayhart ing Commerce, CA 90040 Phone: 800.686. Specifications
FAx 8 subject
change
® www.noralighting.com e-mail: nora@noralighting.com Specifications subject to change without notice. 02009
NTM-17 Reflector and Accessories
NAT-17T4-15DEG T4/T4.5 Lamp w/ 15' 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/ 45' Beam Spread
NT-339 Barn Door
NT-342 . -Honeycomb Louver
NT-345 Accessory Holder
NA-1701 Clear Replacement Lens
NNOML I G H T I N G ® 6www.noralight ng. om :erce- al: n0ora®noral ghti g.com686.6Specifications subject io change without notice. 0 2009
La,- a Dee WVd1 j ack Full C _.
a
DETAILS 'i,� f `71-
_.
Housingmanufactuared from heavyi duty,die cast Warehouse Facilities
aluminum with a powder coated,dark bronzbjinish %rj/` Shipping and Receiving Areas
�t and hinged door frame
q „ 9 Cold•Storage Facilities
Industrial Plants
gasket- resent for,' r� �' t Weatherproof silicone
P l % l +r 1 Commercial Buildings .
moisture and dust p roof protection'
FEATURES'
Fixture includes a�anodized aluminum reflector
and high irnpact resistant tempered glass;Polyester Powder Coat Finish
for optimal light distribution,,
Custom Colors Available
Housing comes with threaded'/z"apertures
for securing conduit and/or photocell -installation-
Fixture wall mounts directly%'over 4" outlet box I r
�.-
Fixture is night sky compliant
C y
Tempered Glass Lens
'/2" NPT Tapped Conduit Entrances''
Lamp Included
Can Be Mounted as
Up -Light or Down -Light
Accessories sold separately.
TYPICAL ORDERING NUMBER
D - 400 PSMH - LDWPCO MT - PC
PREFIX
WATTAGE
LAMP TYPE
FIXTURE TYPE
VOLTAGE
OPTIONS
D
100
150
-CFL = LDWPCO = Large Deep
Compact Fluorescent j Wallpack Full Cut -Off
MT= Multi -tap PC = Photocell
120v (Designate Voltage)
175
° -----�
277v F = In -Line Fuse
250
HPS =`.
(Designate Voltage)
320
High Pressure Sodium
----
WG = Wireguard
350
_
i
QRS = Quarti Restrike
400
52w
;PSMH
Pulse Start Metal Halidel
'EM = Emergency Ballast
CFL ONLY
(2x26)"
64w (2x32)'
84w (2x42)'
WWW.duraguardproducts.com
4,�ura Guard
PRODUCTS INC®
UL
toll free: (800) 736-7991
16*
0
z
li
CV3
mr
mr
mr
mrca
f7"Aa
Lo
7-T
Or am
Wr ,Ile ni
M,
me :
D
I-j
CD
TIM
N
N
ar
COD
Cq
C+7 N' CO
r
c
CO
►� f V
< {" N
f r � ul I
- N
CID
cm
to E N
F �
_ M i9
Lo C+7
M I
CV
17
CIO-:
q
Al
® ® `
■ ® � Ai A%ail';
■ ����.. •ham-
■
■ I �©� �9jiiE ��
®'Ii11
C� •�. _•ate _��!n'i . _,��Ef i_
l%• 3 1
T�
If=
F07
BID PROPOSAL
7085 LIGHTING RETROFIT AT MAIN LIBRARY
BID OPENING: October 30, 2009, 3:OOP.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 bgarrett fcgov.com.
Questions regarding bid submittal or process should be directed to John D. Stephen, CPPO,
LEED AP, Senior Buyer (970)221-6777 istephen(c-fcgov.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.
LUMP SUM $
Hourly rate for Journeyman $
Hourly rate for Apprentice $
I�tii7► <<FT'T�
(Are you a corporation, DBA, Partnership, LLC, PC)
Signature:
Printed Name:
Title:
Address:
Phone/Fax:
E-MAIL ADDRESS:
SA rev07/08
a-
sxq
0 ;K
N
1N ��
Qg
ryc
ve
rm
O'
w v.
Section 1.0: Requirements
1.1 General Requirements
Awarded contractors must enter into service agreement (sample attached) and provide the City
the required insurance.
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.
SA rev07/08
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
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 32w 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.
5
SA rev07/08
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.
4L 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.
2L 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
SA rev07/08
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
, 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
pages 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
reference.
) pages, and incorporated herein by this
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
7
SA rev07/08
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.
4. Contract Period. [Option 2] This Agreement shall commence ,
200, and shall continue in full force and effect until 200 ,
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. [Early Termination clause here as an option
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:
8
SA rev07/08
Service Provider: City:
City of Fort Collins
Attn: Purchasing
PO Box 580
Fort Collins, CO 80522
Copy to: Copy to:
City of Fort Collins Poudre River Public Library District
Project Manager Attn:
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, per the attached Exhibit "A",
consisting of pages, and incorporated herein by this reference.
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
9
SA rev07/08