Loading...
HomeMy WebLinkAbout476108 INTERSTATES CONSTRUCTION SERVICES - CONTRACT - AGREEMENT MISC - INTERSTATES CONSTRUCTION SERVICESSERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and INTERSTATES CONSTRUCTION SERVICES, 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 four (4) pages and incorporated herein by this reference. 2. Completion of Services. Services shall be completed no later than November 1, 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. Contract Period. 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. 4. 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. 5. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: Copy to: Service Provider: City of Fort Collins City of Fort Collins Interstates Const. Services Attn: Purchasing Attn: Tracy Ochsner 2636 Midpoint Drive PO Box 580 PO Box 580 Fort Collins, CO 80525 Fort Collins, CO 80522 Fort Collins, CO 80522 970-221-1776 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 Exhibit B: Insurance Requirements 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 insured 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 coverage 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. Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 6. 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". 7. 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. 8. 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. 9. 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. 10. 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. 11. 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 nonconformance in design, materials and workmanship 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 nonconformance, 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. 12. 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. 13. 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. 14. 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. 15. 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 by third parties for injuries to or death of any person or persons, or damages to property to the extent caused by the negligent 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 certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 16. 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. 17. 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. 18. 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. 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. 19. Limitation on Damages: Notwithstanding anything to the contrary in this Agreement, the Service Provider will not be obligated to pay that portion of any consequential damages arising out of any failure to perform its obligations under the Agreement that exceed the amount of insurance required in Section 15 of this Agreement. Interstate Construction Services, Inc. By: David Los, Vice President of Operations Date: 7' , 7 City of Fort Collins By: Ja s B O'Neill II, CPPO Dire of Purchasing and Risk Management Date: �--�tt ttest: v : :cn SEAL City Clerk • • ' coLORP istant City Attorney Exhibit A: Scope of Work Project Coordination: 1. Project Management of the Peak Shaving Generator project, which includes project planning, participation in biweekly project meetings, and discussions with the owner/Spirae on design criteria and decisions. 2. Coordination with electrical inspector/building department for plan reviews, and permitting for the electrical portion of the project. 3. Shop drawing review of paralleling switchgear prior to releasing this equipment. The SEL relay type will need to be confirmed based on our interconnection discussions, before ordering the gear. Utility Interconnect: 1. Meeting or conference calls with Fort Collins Municipal Utility to discuss generator interconnection to the grid. Review and completion of the Fort Collins Municipal Utility interconnection agreement. 2. Short Circuit and Coordination studies. We will provide coordination settings for breakers, relay settings for the SEL-351 relay, as well as the easy gen controller. Paralleling Switchgear: 1. Coordinate delivery of, and install the Eaton switch gear. (specified by Rick to Eaton directly) Paralleling Switchgear Installation: (executed during shutdown) 1. Removal of the old ATS. 2. Installation of new paralleling switchgear. 3. Supply any new power cables to install and connect the new paralleling switchgear. 4. Supply and install new control wiring between the switchgear and generator (estimate) a. Qty 2, #18 Shield Twisted pair cable. For Governor and Voltage regulator control. b. Qty 2, #12 single conductor stranded, for Battery Control Voltage. c. Qty 10, #16 single conductor stranded, for engine start, E-stop, engine alarms etc. 5. Supply and install radio modem (B&B Electronics ZP24D-250RM-SR) in switchgear, requires extension cable and mounting the antenna on the side or top of the switchgear building. Drawing Package: 1. Documentation of the existing Power Distribution One -Line Diagram, and then modifying it to show the removal of the ATS and addition of the Paralleling Switchgear. This will include conductor and raceway sizing. 2. Short Circuit and Coordination studies. We will provide coordination settings for breakers and relay settings for the SEL-351 relay. 3. Documentation of existing grounding system, and then modifying the Grounding Planviews and Details to show the necessary grounding and bonding for the generator and Paralleling Switchgear. 4. Electrical Distribution Plan view showing location of existing and new.electrical equipment, along with general routing of conduit / raceway that is a part of this scope of work. 5. Interconnection schematics showing connection of control wiring to/from the SEL-351 relay, the generator controls, and the new Paralleling Switchgear. Note: Our deliverables will be issued as four (4) drawing revisions — Issue for Client Review (Schematic Design), Issue for Permit (and Final Client Review), Issue for Construction, and Issue for Record. Permitting/Inspection: 1. Cost's for permitting and Inspection is included in this price. Clarifications: 1. A one year warranty on all workmanship, as well as all manufacturer warranties applies. 2. Project mechanical needs have not been included in this proposal. The execution, schedule, and coordination of these items will need to be provided by others. 3. Generator modifications provided by Cummins will be scheduled and coordinated by others. 4. Generator modifications provided by Woodward will be scheduled and coordinated by others. 5. A utility shutdown will be required to replace the existing gear with the new gear and provide the proper electrical modification to reconnect. Interstates will coordinate this shutdown with the utility company during a time that best suits the City of Fort Collins. 6. This project abides by the Buy American, and Davis Bacon standards set forth by the DOE requirements. 7. The City of Fort Collins will be responsible for providing facilities personnel to properly shutdown and startup the buildings electrical/mechanical equipment before and after the utility shutdown. 8. Any needed mechanical work that is needed inside the electrical room will need to be executed prior to the shutdown to minimize interference with the electrical work. 9. This proposal assumes that the shutdown will need to occur during non -working hours (mon-fri 7:00 am to 5:00 pm) so the labor rates have reflected an overtime consideration. If the work can be done during normal working hours then a credit may be assessed. 10. The price is contingent that the feeder wires between the existing ATS and the building electrical gear is long enough to reach the termination points in the new gear. If this is not the case, and new feeders need to be pulled in, then this will be at additional cost. 11. Interstates will not be responsible for costs, fees, or penalties associated with the shutdown of utility power due to unforeseen conditions, or misinformation. 12. Pricing does not include the cost of a load bank for the testing of the generator. This will be provided by others. 13. Custom Eaton gear to be purchased by the City of Fort Collins. Final design review and approval will be provided by Interstates as a part of the drawing package in this proposal. 14. If, through the application process, it is decided that an additional utility disconnect is needed to meet City approval then this will be at additional cost. Pricing: Our total lump sum proposal is: $ 84,863.00 (eighty-four thousand, eight hundred sixty-three dollars, and no cents) FEDERAL PROCUREMENT PROVISIONS This contract is funded by the "American Recovery and Reinvestment Act of 2009" (ARRA). In compliance with the ARRA contractors and subcontractor must adhere to the following provisions: ARRA TITLE XV—ACCOUNTABILITY AND TRANSPARENCY BUY AMERICAN SEC. 1605. USE OF AMERICAN IRON, STEEL, AND MANUFACTURED GOODS. None of the funds appropriated or otherwise made available by this Act may be used for a project for the construction, alteration, maintenance, or repair of a public building or public work unless all of the iron, steel, and manufactured goods used in the project are produced in the United States. *Note: Complete and sign appropriate Buy American certification (Attachment 1). WAGE RATE REQUIREMENTS SEC. 1606. Notwithstanding any other provision of law and in a manner consistent with other provisions in this Act, all laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to this Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. With respect to the labor standards specified in this section, the Secretary of Labor shall have the authority and _ functions set forth in Reorganization Plan Numbered 14 of 1950 (64 Stat. 1267; 5 U.S.C. App.) and section 3145 of title 40, United States Code. EMPLOY AMERICAN WORKERS ACT SEC. 1611. HIRING AMERICAN WORKERS IN COMPANIES RECEIVING TARP FUNDING. PROHIBITION: (1) IN GENERAL — Notwithstanding any other provision of law, it shall be unlawful for any recipient of funding under title I of the Emergency Economic Stabilization Act of 2008 (Public Law 110-343) or section 13 of the Federal Reserve Act (12 U.S.C. 342 et seq.) to hire any nonimmigrant described in section 101(a)(15)(h)(i)(0) of the Immigration and Nationality Act (8 U.S.C. 1101 (a)(1 5)(h)(i)(b)) unless the recipient is in compliance with the requirements for an H-1 B dependent employer (as defined in section 212(n)(3) of such Act (8 U.S.C. 1182(n)(3))), except that the second sentence of section 212(n)(1)(E)(ii) of such Act shall not apply. (2) DEFINED TERM. —In this subsection, the term "hire" means to permit a new employee to commence a period of employment. Attachment 1: Buy America Certification Certificate of Compliance with ARRA, Sec.1605. Use of American iron, steel, and manufactured goods. The bidder or offeror hereby certifies that it will meet the requirements of ARRA, Sec. 1605 Dal Sig Col Title Certificate of Non -Compliance with ARRA, Sec.1605 The bidder or offeror hereby certifies that it cannot comply with the requirements of ARRA, Sec. 1605, but it may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7. Date Signature Company Name Title