Loading...
HomeMy WebLinkAboutBID - 7120 BACKFLOW ASSEMBLY TESTING AND REPAIRCity of Financial Services Purchasing Division 215 N. Mason St. 2nd Floor F6rt 'nS PO Box 580 Fort Collins, CO 80522 ;O-Po, 970.221.6775 u rch a s i n 970.221.670' 9 fcgov.com/Purchasing INVITATION TO BID 7120 Backflow Assembly Testing and Repair BID OPENING: 3:00 P.M. (our clock), March 16, 2010 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, 2"d 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 3:00 p.m. (our clock), March 16, 2010. Technical questions should be referred to Eileen Scholl, Project Manager at (970)416-2062 or e-mail at escholl fcgov.com. Questions regarding bid submittal or process should be directed to John D. Stephen, CPPO, Senior Buyer, (970)221-6777 or email at istephen(aD_fcgov.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 Bids may be withdrawn up to the date and hour set for closing.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. 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. where renewal is a way of life neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the city. 13. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights under the Agreement or of any cause of action arising out of the performance of this Agreement. 14. 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-fumished 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. 15. 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. STD SA WO rev07/09 10 16. 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. 17. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representative, successors and assigns of said parties. 18. 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 "D", consisting of ( ) page[s], attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the STD SA WO rev07/09 11 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. 19. 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. 20. Law/Severability. This Agreement shall be governed in all respect by the laws of the State of Colorado. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction such holding shall not invalidate or render unenforceable any other provision of this Agreement. 21. Prohibition Aqainst 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. STD SA WO rev07/09 12 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. 22. 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: STD SA WO rev07/09 13 a. 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. 22. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit , consisting of ( ) page[s], attached hereto and incorporated herein by this reference. STD SA WO rev07/09 14 CITY OF FORT COLLINS, COLORADO a municipal corporation By: James B. O'Neill II, CPPO Director of Purchasing and Risk Management Date: ATTEST: City Clerk APPROVED AS TO FORM: Assistant City Attorney [INSERT CORPORATIONS NAME] or [Insert Partnership name] or [Insert individual's name] Doing business as [Insert name of business] By: Print Name Title Corporate President or Vice President Date: ATTEST (Corporate Seal) Corporate Secretary STD SA WO rev07/09 15 EXHIBIT "A" WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND DATED: Work Order Number: Purchase Order Number: Project Title: Commencement Date: Completion Date: Maximum Fee: (time and reimbursable direct costs): Project Description: Scope of Services: Professional agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Professional Services Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Professional Services Agreement and this work order (including the attached forms) the Professional Services Agreement shall control. The attached forms consisting of _ (_) pages are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given. User Acceptance City of Fort Collins By: Date: By: Director of Purchasing and Risk Management (over $60,000.00) Date: 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. 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. ATTACHMENT A Mediandevices park. service name service address make model !serial. size location on property Inotes 4 HORSETOOTH/COLONY ----------------- 702 W. HORSETOOTH FEBCO ;825YA 1JO08710 1 NW CORNER j 5 HOR3ETOOTHJCENTURY 989 W HOt2§ETOOTH FEBCO 1825Y I H21383 --- 1 SE CORNER - - - - -- --- - - --- ---' ------------------------ 6 TAFT/HYLINE 2998 S. TAFT HILL FEBCO :825YA ; H001149 1.5 -20C S ON EAST SIDE OF ROAD ; 7 TAFTM_ORSETOOTH _ _ _ 2030 W. HORSETOO__T_H_ FEBCO t825Y U82 11 1 NE CORNER 8 CCILLEGEIBOARDWALK _ 103 80ARDWALIC _ FEBCO 825Y AO5392 1 SW CORNER 9 COLLEGE/CREGER 103 CREGER DR FEBCO :825Y ; W9516 1 -- OF ALBERTONS, S SIDE OF STREET 10 COLLEGE/PAVILLON 4374 S. COLLEGE FEBCO I825YA ; H006102 1 CENTER MEDIAN 11 MOUNTAIN/LOOMIS & WHITCOMB 600 W. MOUNTAIN FEBCO :765 ,75738 2 EAST END OF MEDIAN 12 MO1 TAIN/GRANDVIEW & BRYAN 1722W. MOUNTAIN FEBCO 1765 78349 2 MIDDLE OF MEDIAN 13 MOUNTAIN/ROOSEVELT & LYONS 1414 W. MOUNTAIN FEBCO ; 765 :83323 2 MIDDLE OF MEDIAN 14 MOUNTAINIWHITCOMB & SHERWOOD 532 W. MOUNTAIN FEBCO :765 177857 2 MIDDLE OF MEDIAN 17 MOUNTAIWFISHBACK & BRYAN 1541 W. MOUNTAIN FEBCO ',765 ,AA3532 2 ; MIDDLE OF MEDIAN 18 MOUNTAIWMACK & WASHINGTON 911 1/2 W. MOUNTAIN FEBCO j765 176796 2 MIDDLE OF MEDIAN I 19 MOUNTAIN/FISHBACK & ROOSEVELT 1521 W. MOUNTAIN FEBCO 765 :AA5969 2 MIDDLE OF MEDIAN 20 MOUNTAIWJACKSON 8 SCOTT 1217 W. MOUNTAIN FEBCO ;765 ;71451 2 MIDDLE OF MEDIAN 21 MOUNTAIN/MCKINLEY & JACKSON 1238 W. MOUNTAIN FEBCO 1765 107714 2 MIDDLE OF MEDIAN 22 ------ MOUNTAIN/SCOTT & SHIELDS -------------------------------------- 1105 W. MOUNTAIN ----------------- FEBCO 1765 2 MIDDLE MEDIAN ! 23 MOUNTAIN/SHIELDS & MACK ---- - 1011 1/2 W. MOUNTAIN -IAB9428 FEBCO :765 :77748 2 _O_F__ MIDDLE OF MEDIAN `-------- --- - �- `------------ - 24 MOUNTAINIGRANT & LOOMIS 740 W. MOUNTAIN FEBCO :765 73287 2 W END OF MEDIAN 25 MOUNTAN/WASHINGTON & GRANT 802 W. MOUNTAIN FEBCO !765-!73204 2 MIDDLE OF MEDIAN T 26 MOUN_TAIN/LYONS & MCKINLEY 1403 W_MOUNTAIN FEBCO _1765 i71454 2 MIDDLE OF MEDIAN 27 MO UNTAINISHERWOOD & MELDRUM - - - 400 W. MOUNTAIN - FEBCO 1765 '76661 _ _ 2 MIDDLE OFMEDIAN - - 28 MOUNTAIN/MELDRUM & HOWES 330 W. MOUNTAIN FEBCO ;765 182583 2 MIDDLE OF MEDIAN 32 LEMAY SOUTH OF HORSETOOTH 3650 S. LEMAY FEBCO .765 68718 1 ID MDLE OF 1ST MEDIAN BY CLOCK HORSETOOTH/ HORSETOOTSTANFORD 300 E. HORSETOOTH FEBCO l825Y lA047049 1 CENTER MEDIAN W OF STANFORD ! 34 HORSETOOTHIMANHATTAN 403 W. HORSETOOTH FEBCO ;765 IH324833 1 SE CORNER 38 STRACHANIABERDEEN 809 STRACHAN FEBCO 1765 !H562806 1 E END OF MEDIAN 42 COLLEGEIREYNOLDS OLDS 3331 S. COLLEGE FEBCO 1765 !38048 1 W FRONTAGE RD ! 45 MOUNTAINNVALNUT 298 E. MOUNTAIN FEBCO !825YA lAO26489 1 IN FRONT OF PARAMONT CLEANERS t 47 MOUNTAIN/RIVERSIDE 391 E. MOUNTAIN FEBCO :825YA 1072932 1 SW CORNER 48 SHIELDS/CUNNINGHAM 3400 S. SHIELDS FEBCO 1765 :H190226 1 SE CORNER 49 -- ----- SHIELDSISWALLOW ------------------------------------- -- - - --- - 3033 S. SHIELDS - --. --- --- - - - -- --- FEBCO I825Y 1H30213 -- ----- - -1 -- ----- 1 SW CORNER 50 COLLEGEIRUTGERS `- 6 206t) S. COLLEGE LLE FEE FEBCO '825YA IA043229 ---------- 1 -- D__ ------- ------------- - - - - --- -- --- --- -- --- --- - - - MtODLE OF MEDIAN ! 51 COILLEGE/PARKER & STUART 17D2 S_ COLLEGE FEBCO :765 51111 1 N END OF MEDIAN - I j 'send report to FL j Col linslLoveland watei 52 LEMAY/TRILBY 6300 S. LEMAY FEBCO 1825Y jJ046316 1 CENTER MEDIAN jdistnd 53 COLLEGEIEDWARDS & PITKEN 1200 S. COLLEGE FEBCO :765 DC0489 1 N END OF MEDIAN 54 COLLEGEIRUTGERS & COLUMBIA 2210 S. COLLEGE FE_BC0 765 131178 1 MIDDLE OF MEDIAN ON FRONTAGE_ t 55 COLLEGE/YALE 2404 S. COLLEGE FEBCO ;765 tDF5622 _ _ 1 _E MIDDLE OF MEDIAN ON FRONTAGE _t 56 COLLEGE/YALE 2405 S. COLLEGE FEBCO 1825Y H32248 125 MIDDLE OF CENTER MEDIAN j ' �send report to Ft. 58 LEMAY/PROVINCE 6600 S. LEMAY FEBCO :825YA jJ013130 1 'Collins/Loveland water CENTER MEDIAN !district 59 COLLEGE/LAUREL &MYRTLE 618 S. COLLEGE FEBCO ;765 180092 1 2 MIDDLE OF MEDIAN ! 60 COLLEGEIMYRTLE & MULBERRY 518 S. COLLEGE FEBCO :765 i65748 1 MIDDLE OF MEDIAN 63 MOUNTAIN/MASON 170 W. MOUNTAIN FEBCO :825YA IAK2053 1 1 INE CORNER MOUNTAIN/MASON 65 HOWESICANYON 200 CANYON FEBCO j765 !113001 1 SW CORNER ATTACHMENT A Mediandevices park. service name service address make ;model Iserial . size location on property Inotes 68 MOUNTAIN/COLLEGE & REMINGT_ON_ 125 E- MOUNTAIN FEBCO ;765 H08675_0 1 CENTER MEDIAN 69 JEFFERSON ST PARKING LOT _ ---- --- 140JEFFERSON FEBCO ;765 38096 1 ------------------------- WESTMEDIAN BY METER 72 COLLEGE/MARKLEY MOTORS 3403 S COLLEGE FEBCO :765 ;7D815 2 W FRONTAGE RD 73 COLLEGEIDELLENBACH _ _ __ 3113 S. COLLEGE FEBCO :765 W FRONTAGE RD 74 COLLEGEIPASTORMOTORS _ _ _!76757 2851 S. COLLEGE FEBCO 765 160481 _ _2 2 W FRONTAGE RD ----- 75 COLLEGErrHUNDERBIRD 2620 S_ COLLEGE FEBCO ;765 :84195 1 E FRONTAGE RD 76 COLLEGEIPRINCETON & HARVARD 2526 S. COLLEGE FEBCO :765 ;13019 1 E FRONTAGE RD 77 COLLEGE/HARVARD 2506 S. COLLEGE FEBCO 1765 ,31507 1 E FRONTAGE RD 78 COLUMBIA/LEMAY 1099 COLUMB[A FEBCO ;825YA 1JO13537 1 S SIDE OF MEDIAN 79 COLUMBIA/COLLEGE 102 COLUMBIA FEBCO ;765 :75811 2 E END OF MEDIAN : 85 MELDRUM10LIVE 300 CANYON FEBCO :765 ;675D4 1 NE CORNER OF INTERSECTION 89 LONGS PEAK MEDIAN 1507 LONGS PEAK FEBCO :765 131123 1 MIDDLE OF MEDIAN 90 1 PROSPECT/SUTHERLANDS 1910 E. PROSPECT FEBCO !765 123913 1 E END OF CENTER MEDIAN I 94 STAGECOACH MEDIAN 12 LLAPORTE FEBCO ;765 :AA5088 2 CENTER OF MEDIAN 97 E PITKIN MEDIAN 800 E PITKIN FEBCO :765 111817 1 WEND 98 MIDDLE PITKIN MEDIAN 721 E PITKIN FEBCO :825YA ,J015338 1 EAST END OF MEDIAN 103 ------ 104 GREENBRIAR MEDIAN ------NBRIA---- MEDIAN ----------------- 1413 N. ----------------- FEBCO 1413 N. LEMAY FEBCO 825YA IJ005498 --------------- 1.5 - -------- W OF LEMAY IN MIDDLE I ---------------------------------------y HAYS MEDIAN 1301 HAYS FEBCO '765 :H235951 1 ------------------ MIDDLE OF MEDIAN : 109 110 PROSPECTIACADE_MY PRO§PELT/BATH 1940 E_ PROSPECT FEBCO ;825YA 1H003513 1 CENTER MEDIAN W OF BATH NURSERY 2101 E. PROSPECT FEBCO :765 ! H650262 1 IN FRONT OF BATH NURSERY _ 114 115 MOUNTAIN/TENNEY COURT _ LEMAY NORTH 118 W_ MOUNTAIN — — — FEBCO 825YA_1HD07155 _ 0_.75 SW CORNER OF ALLEY BYGAS METERS Is_e_n_d_rep_ort t_oDDA OF TICONDEROGA 3916 S. LEMAY FEBCO ;765 31162 1 _ MIDDLE ----- OF MEDIAN 118 COLLEGE/PITKINS & LAKE 1300 S. COLLEGE FEBCO :765 :AK3409 I CENTER MEDIAN : 110 PROSPECT/TIMBERLINE 2006 E. PROSPECT FEBCO :825Y K2367 1.5 SE CORNER IN GREENBELT !send report to Ft. 121 HARMONYIMASON 220 W. HARMONY FEBCO ;825YA ;H001000 1 MIDDLE OF MEDIAN :disCollins/Loveland Ovate trict 125 COLLEGEIMAGNOLIA & MULBERRY 450 S COLLEGE FEBCO ;765 !H324633 1 MIDDLE OF CENTER MEDIAN 127 COLLEGEIPROSPECT 1439 S. COLLEGE FEBCO :765 lDG8158 1 NW CORNER 128 5AK/WHEDBEE 505 E. OAK FEBCO :765 EK1485 1 SE CORNER GREENSCAPE 129 BOARDWALK/WHALERS WAY 708 WHALERS WAY FEBCO ;765 :BB6590 1 W MIDDLE MEDIAN UNDER SILVER BOX : 130 DRAKE/DAVIDSON : 2600 S. SHIELDS FEBCO 1825Y lA051160 1 ;waters rock med S of W OF BATTERIES PLUS BY LAMPPOST !Drake _ 131 FOXTAIL MEDIAN 824 FO_XTA1L ST FEBCO 825YA 1 MIDDLE OF MEDIAN 132 DRAKEIHANOVER--------------------- 1HD05041 1713 W. DRAKE------------ FEBCO :825YA :A0017f4 ------- 1 SW CORNER--- ----------------------- ------------------ 133 DRAKE/TAFT --- -- 2017 W. DRAKE FEBCO ,825YA A009346 FEBCO '825YA jA0090A8 1 --- --- -1 SE CORNER 6' FROM CURB -------------------------- -- ------------------------- 135 WHEDBEEIELIZABETH 430 E. ELIZABETH FEBCO :765 EL7850 1 MIDDLE MEDIAN NW CORNER 139 --140 HORS ETO_OT_H/MITCHELL ------------------ - 190E.H_OR_SET_OOTH FE_BC_O :825Y 1 EEND ; —i-41 WA.BASH/SHIEDSL _:H22473 3911 S. SHIELDS ---------- FEBCO :825YA tA041656 -------1 _OF_MEDIAN SW CORNER OVERLAND/PLEASANT VALLEY 3031 PLEASANT VALLEY RD FEBCO :825YA !AwdiYEF 1 SE CORNER ! 142 DRAKEICANTERBURY 1280 W. DRAKE FEBCO 1825YA 'A009339 1 SW CORNER 143 DRAKEIWORTHINGTON 806 W. DRAKE FEBCO 825YA :A026854 1. NW CORNER ; 146 HARMONYiTAFT 2010 W. HARMONY FEBCO 1825YA '!HOD42061 1 JE END OF E MEDIAN 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 E ATTACHMENT A Mediandevices park. service name service address make !model (serial. size location on property (notes isend report to Ft. ! j ICollins/Loveland wate (district -send bill to !Sandy O'Brian/Stan 148 HARMONY PARK & RIDE 4410 E- HARMONY FEBCO 1825YA lA032584 2 SE CORNER OF PROPERTY BY FENCE 'Welch 149 E1.I7ABETH/CITY PARK DR 1246 W. ELIZABETH FEBCO :825YA H004754 1 SE OF 1250 W ELIZABETH IN GREENBELT! ;send report to Ft. !Collins/Loveland Ovate jdsstrict-send bill to 152 HARMONY/1-25 NE CORNER HARMONY/1-25 FEBCO :825YA IA045805 125E !Sandy O'BrianlStan OF NORTH RAMP OFF FRONTAGE ACCdWelch 154 COLLEGE AT POUDRE RIVER 445 N. COLLEGE FEBCO :825YA 1A181461 1 BETWEEN TRAIL ACCESS & SIDEWALK 155 TIMBERLINE/CUSTER 2109 CUSTER DR FEBCO 1860 IJ000339 1 SE CORNER OF TIMBERLINE/CUSTER I 165 DRAKFJTIMBERLINE 2111 E. DRAKE FEBCO 1860 !H007394 1 SE CORNER 166 DRAKE/SAGEBRUSH 1965 E. DRAKE FEBCO :825Y IH15001 0.75 SW CORNER 167 SHIELDSISTUART 1828 S. SHIELDS FEBCO :825YA , H000624 1 NE CORNER I 1 BLOCK EAST OF INTERSECTION ON N I 168 HARMONY/TIMBERLINE 2246 E- HARMONY FEBCO l860 :H13460 0.75 SIDE 169 TIM_ BERLINEJTIMBERW00_D 4730 S- TIMBERLINE FEBCO r860 ;J000074 0-75 NE CORNER i 170 TIMBERLINEIMILESTONE -- 4466 S. TIMBERLINE RD FEBCO ;860A01327 0.75 --------------------------------- '------------------------- NE CORNER ! (send report to Ft. 171 HARMONY/EAST RR TRACKS i 1947 E. HARMONY FEBCO ;SfiO 1A01327 0.75 j Collinsll-oveland orate NE CORNER -FRONT OF STARBUCKS district 172 MULBERRY/TIMBERLINE I Hwy 14 & Timberline FEBCO '825YA 1JO13472 1 !send report to Elco NE CORNER TIMBERLINEILINCOLN (water district 173 LEMAY-MULBERRYILINCOLN 104 S. LEMAY FEBCO 825Y IH29141 1 !send report to Elco N END OF N CENTER MEDIAN !water district !send report to Ft. I Collins/Loveland wate 174 SHIELDS/FOSSIL CREEK 5500 S. SHIELDS FEBCO :825YA 'A025322 1 NE CORNER (district 180 MULBERRYICOWAN 810 E. MULBERRY FEBCO ;765 1111149 1 CENTER MEDIAN ! 183 --- --- COLLEGEIPINE ---- --- --- --- ---- --------------------------------N------ 310 N COLLEGE FEBCO ;825YA !J010679 - - --- --- ---- ' 1 E SIDE OF COLLEGE, S OF RR TRACKS ' 184 COLLEGEJMAPLE --- -- ------------- - - -- 402 COLLEGE FEBCO !825YA iH10851 -- --- -- 1 --- ---- --- --- ---- --- --- --- ---- --- --- --- NE CORNER _ 19_1 TIM_BE_RLINE/_KATAH_DIN_______________ 2_100 KA_TAH_DI_N _ _ FEBCO 825YA :J004235 1 SE_COR_NE_R 117 ZEIGLERMORSETOOTH _ 3596 ZEIGLER FEBCO 825YA IJ005737 _____ 5-75 N SIDE OF ROUNDABOUT 114 - - --- ZIEGLER/HARMONY ---- --- --- --- ---- --- --- ---- ------------- --------------------------------- FEBCO '825YA 0.75 S H R S OF HARMONY IN CENTER MEDIAN N 136 ZIEGLERICOUNCILTReE FEBCO 825YA jJ003683 -- - ---- 0.75 --- ------C -- .ME-M------ i------------------------- NW CORNER 192 HARMONY -TIMBERLINE TO SNOW MESA FEBCO :825YA JJ005543 I 0.75 ! NORTH STREETSCAPE CITY OF FORT COLLINS BID PROPOSAL 7120 Backflow Assembly Testing and Repair BID OPENING: 3:00 P.M. (our clock), March 16, 2010 WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR BACKFLOW ASSEMBLY TESTING AND REPAIR - Annual Bid PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS: The City of Fort Collins Parks and Recreation Department is requesting bids for a Service Provider to .perform Backflow testing and repair for various sites listed in Attachment "A" consisting of three (3) pages. Needed services during the contract period will be requested through issuance of work orders. There is no guaranteed minimum amount of services to be ordered. No work order exceeding $75,000 will be issued. The City reserves the right to supply any or all materials. Awarded contractor must enter into the attached service agreement (for your review) and provide the required insurance (Exhibit B). This agreement is effective for one year from the date on the service agreement. At the option of the City, the Agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Pricing changes shall be negotiated by and agreed to by both parties and may not exceed the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. Service Provider to: A. Provide services as described above, as set out in specific work orders. B. Carry insurance levels as required in the attached Services Agreement. C. Clean-up each job site at the end of each day and at work completion. D. Maintain a local phone number, and must be able to be reached by telephone during prescribed business hours. 2. Workmanship and Materials: A. Must provide proof of current Cross -Connection Control Certification issued by the Colorado Dept. of Health. Certification must stay current throughout term of contract. B. All parts and materials used must be new to represent a quality application in the . finished product. C. Must provide proof of calibration of test equipment. Calibration must have been performed within one year and must stay current throughout term of contract. 3 D. Testing and repairs must be performed as per the most currently accepted A.B.P.A. or A.S.S.E. Series 5000 test procedures. E. Work must be completed 45 days after notice to proceed is given or as instructed by City Representative. F. Keys to enclosures will be provided by the City Representative and must be returned at the end of the testing period. G. Backflows must be left in operational mode unless device has failed test and parts are being ordered or if downstream valves were off when tester arrived. In any case where the device is left off, the City Representative must be notified within 24 hours. H. Work must be performed by the holder of the Certificate. Reports must be sent in electronic form to Owner. 3. Bidder Qualifications A. At least (2) two years consistent, hands on experience in commercial and residential backflow testing and awarded contractor must be able to demonstrate this through references. B. Must provide list of at least (10) ten jobs completed in Fort Collins which are available for inspection by Owner. 4. Work Order Procedure: A. All job estimates must be submitted on a unit price basis consistent with the prices established in the Bid Schedule section. B. Contractor will invoice for all jobs completed on a unit price basis with the prices established in the Bid Schedule section, including appropriate mark up on materials, if any. Material invoices must be included with the billing invoices. C. Work order number must be included on the billing invoices. 5. Method of Award: A Award will be based upon (1) the most favorable total cost for the various testing categories and labor requirement stated below and (2) the service provider meeting the requirements of the attached Services Agreement. B. Calculate the costs for the work listed below using values shown in Bid Schedule. Work to be done during normal work hours. 4 BID SCHEDULE 7120 BACKFLOW ASSEMBLY TESTING AND REPAIR Award will be based on lowest total for all phases (1 through 3) of the Bid Schedule. 1. Provide testing of any size PVB $ per test X 76 = $ 2. Provide testing of any size RP $ ' per test X 55 = $ 3. Repair labor rates $ per hour X 6 hrs $ GRAND TOTAL $ 4. Maximum material mark-up City will pay: 1) < $500.00 + 10% Bidder's mark-up % 2) > $500.00 + 8% Bidder's mark-up % Since miscellaneous materials and minimum charge will be a minor factors with this contract in most cases, they will not be calculated in bid method of award, but contractor must honor both mark-up rate and minimum charge. FIRM NAM SIGNATU ADDRESS PHONE/FAX # Are you a Corporation, Partnership, DBA, LLC, or PC 5 SERVICES AGREEMENT WORK ORDER TYPE 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 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: Services to be Performed. a. This Agreement shall constitute the basic agreement between the parties for services for . The conditions set forth herein shall apply to all services performed by the Service Provider on behalf of the City and particularly described in Work Orders agreed upon in writing by the parties from time to time. Such Work Orders, a sample of which is attached hereto as Exhibit "A", consisting of )page(s) and incorporated herein by this reference, shall include a description of the services to be performed, the location and time for performance, the amount of payment, any materials to be supplied by the City and any other special circumstances relating to the performance of services. No work order shall exceed $ . The only services authorized under this agreement are those which are performed after receipt of such Work Order, except in emergency circumstances where oral work requests may be issued. Oral requests for emergency actions will be confirmed by issuance of a written Work Order within two (2) working days. b. The City may, at any time during the term of a particular Work Order and without invalidating the Agreement, make changes within the general scope of the particular services assigned and the Service Provider agrees to perform such changed services. STD SA WO rev07/09 6 2. Changes in the Work. The City reserves the right to independently bid any services rather than issuing work to the Service Provider pursuant to this Agreement. Nothing within this Agreement shall obligate the City to have any particular service performed by the Service Provider. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated as specified by each written Work Order or oral emergency service request. Oral emergency service requests will be acted upon without waiting for a written Work Order. Time is of the essence. . 4. Contract Period {Option 11 This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. In addition, at the option of the city, the Agreement may be extended for an additional period of one (1) year at the rates provided with written notice to the professional mailed no later than 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 90 days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without is fault or negligence, then the party so prevented shall be excused from whatever performance is STD SA WO rev07/09 7 prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 6. Early Termination by City/Notices. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be mailed at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following address: City Service Provider City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the termination date, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. This is an open-end indefinite quantity Agreement with no fixed price. The actual amount of work to be performed will be stated on the individual Work Orders. The City makes no guarantee as to the number of Work Orders that may be issued or the actual amount of services which will in fact be requested. 8. Payments. a. The City agrees to pay and the Service Provider agrees to accept as full payment for all work done and all materials furnished and for all costs and expenses incurred in performance of the work the sums set forth for the hourly labor rate and material costs, with STD SA WO rev07/09 8 markups, stated within the Bid Schedule Proposal Form, attached hereto as Exhibit "B", consisting of two (2) page[s], and incorporated herein by this reference. Payment shall be made by the City only upon acceptance of the work by the City and upon the Service Provider furnishing satisfactory evidence of payment of all wages, taxes, supplies and materials, and other costs incurred in connection with the performance of such work. 9. Liquidated Damages. OWNER and CONTRCTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in the work order, plus any extensions thereof allowed in accordance with Article 12 of the General conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amount set forth in each Work Order. 10. City Representative. The City's representative will be shown on the specific Work Order and shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the work requested. All requests concerning this Agreement shall be directed to the City Representative. 11. Independent Contractor. It is agreed that in the performance of any services hereunder, the Service Provider is an independent contractor responsible to the City only as to the results to be obtained in the particular work assignment and to the extend that the work shall be done in accordance with the terms, plans and specifications furnished by the City. 12. 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 STD SA WO rev07/09 9