Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
124948 TOP GUN PRESSURE WASHING INC - CONTRACT - BID - 7152 PRESSURE WASHING FOR DOWNTOWN AND OLD TOWN SQUARE
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" and Top Gun Pressure Washing, 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. The Work Schedule. 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 one (1) pages, and incorporated herein by this reference. 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. In addition, 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. 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. 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. SA rev03110 15. Between 100 East Mountain and Walnut Street as well as Trimble Court, Two walk ways that run either side of Cooper Smith South towards Mountain and North and towards Walnut. Eight cleaning to be coordinated with Parks Crew Chief in the month prior to each cleaning. Must be completed within two working days. See attached map with highlighted areas to be cleaned. Rev?/2009 Downtown Power Wash Areas R. N - u � aa.:-. v �, rn na t.` '4.�g � � fib` z'�s ,) -., >•: � 'ac � x yt t, t 3h Orr t x t�Ya � g � 4 w 4c iO4 5 E V. 9 ti mR$"" x4,Sa $s-. k' t19 + 'NZ id At W �6 t. ae "� '�. e k t'� %s 'n" - r � �.+. X r ;�}�,, � "' ,.x—✓ �i- .'sits c P x � . Yq fie- ` �i +nF•*�'8 A7P R° ti` �.+ �a 7'] tri. ems, .v rg, w�"s-�a,. r=: N 1 inch equals 217.9 feet A Rev?/2009 4 EXHIBIT B WORK SCHEDULE Schedule and Frequencies for each location. Corners on College between Olive and LaPorte will be on a separate schedule. Locations #1 - #8: Six cleanings — April, May, June, July, August, and September. To be cleaned within the last ten days of each scheduled month and completed within five working days of a calendar week. #9 Cleaned monthly in the months of March through October. Eight cleanings Linden Street to be cleaned monthly in the months of March through October. Eight cleanings. #10 Cleaned monthly in the months of March -May and September -October. Cleaned weekly beginning Mid -June through August. Sixteen cleanings. #11 Cleaned weekly Mid -March through Mid -October. Thirty two cleanings #12 Cleaned monthly March through October. Eight cleanings. #13 Cleaned weekly Mid -March through Mid -October. Thirty two cleanings. #14 Cleaned monthly in the months of March through October. #15: Eight cleanings — March through October. To be cleaned monthly on a flexible scheduled to be determined by the Parks Division prior to each month. Must be completed in one working day. . Note: Please coordinate the cleanings of these locations 9 and 15 to be cleaned on the same day when possible. Rev7/2009 EXHIBIT C FEE SCHEDULE CITY OF FORT COLLINS INVITATION TO BID 7152 Pressure Washing for Downtown and Old Town Square The City of Fort Collins Parks Division is requesting bids for pressure washing of various areas including downtown sidewalks, Old Town, and downtown corners. This bid may be used by other departments as needed. Contractor must start work within 5 days after completion of Service Agreement. 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. Bid Schedule Contractor to furnish all labor, materials, equipment, supervision and incidentals necessary to complete the work per attached specifications. City reserves the right to award individually or by grand total. Downtown corners S Downtown sidewalks ft frr Old Town Square Proper 1-7 Grand Total Cost per square foot S _,�) ) . _J 5- r' ' Includes all labor, materials, equipment and mobilization in Fort Collins City limits. Firm name Address fit''7 r r� L. Phone/Fax# 1 I/.� E-mail address'` Rev?/2009 EXHIBIT D 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: 1. 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. Rev?/2009 ACORD_ CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDI TOPGUPC3U-1 07/16/1/10 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Brown & Brown Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 125 S Howes, 5th Floor HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P 0 Box 2226 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Collins CO 80522-2226 Phone:970-482-7747 Fax:970-484-4165 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Pinnacol Assurance Company .41190 INSURER B: Mountain states Indemnity Co. 10177 Top Gun Pressure Washing Inc. INSURER Mountain States Mutual 14648 500 W 67th St Loveland CO 80538 INSURERD: INSURER E. 1.UVtKAL'mb THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, LTR 11 SRI TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY) DATE (MM/DD/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 B X X COMMERCIAL GENERAL LIABILITY CPI011641103 10/31/09 10/31/10 PREMISES(Eaoccurance) $ 100,000 CLAIMS MADE � OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 POLICY PE4 LOC AUTOMOBILE LIABILITY B X ANY AUTO BAI011641103 10/31/09 10/31/10 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) B X HIRED AUTOS BAI011641103 10/31/09 10/31/10 BODILY INJURY $ 8 X NON -OWNED AUTOS BAI011641103 10/31/09 10/31/10 (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 5000000 C X OCCUR CLAIMSMADE - UMB011641103 10/31/09 10/31/10 AGGREGATE $ 5000000 DEDUCTIBLE X RETENTION $ 10000 $ WORKERS COMPENSATION AND X F7,71MITS ER A EMPLOYERS'LIAB ANY PROPRIETOR/PARARTNER/EXECLRIVE 4031609 07/01/10 07 /01/11 E.LEACH ACCIDENT $ 1000000 OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ ZOOOOOO If yes, describe under E.L. DISEASE -POLICY LIMIT $ 1000000 SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS Pessure washing in Old Town down town side walk & paver area I.ANGtLLA I1UN CITYFT7 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN City of Fort Collins NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Building & Zoning 281 N College IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Fort Collins CO 80522 REPRESENTATIVES. D 25 (2001/08) © ACORD CORPORATION 1 No Text ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID KIJ DATE(MMIDD/YYYY) TOPGU-1 1 06/21/10 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Brown & Brown Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 125 S Howes, 5th Floor HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P O Box 2226 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Collins CO 80522-2226 Phone:970-482-7747 Fax:970-484-4165 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Pinnacol Assurance Company 41190 INSURERS: Mountain States Indemnity Co. 10177 Top Gun Pressure Washing Inc. INSURERC: Mountain States Mutual 14648 50V W 67th St Loveland CO 80538 INSURERD: INSURER E: QnewQQ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE (MM/DDIYY) DATE (MMIDD/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1, 0 0 0, 0 0 0 B X COMMERCIAL GENERAL LIABILITY CPI011641103 10/31/09 10/31/10 PREMISES(Eaoccurence) $ 100,000 CLAIMS MADE � OCCUR MED EXP (Any one person) $ 10 , 0 0 0 X Bkt Add r 1 Insd PERSONAL & ADV INJURY $ 1 , 000 , 000 X Bkt Waiver of Sub GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMITAPPLIES PER: PRODUCTS- COMP/OP AGG $ 2 , 000 , 000 POLICY X jEC LOC AUTOMOBILE LIABILITY B X ANY AUTO BAI011641103 10/31/09 10/31/10 COMBINED SINGLE LIMIT (Ea accident) 1 OOO $ i ,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) X Blkt Addrl Insd PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 5000000 C X OCCUR F-ICLAIMSMADE UMB011641103 10/31/09 10/31/10 AGGREGATE $ 5000000 DEDUCTIBLE X RETENTION $ 10000 $ WORKERS COMPENSATION AND X TORY LIMI TS ER A EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1000000 ANY PROPRIETOWPARTNER/EXECUTIVE 4031609 07/01/09 07/01/10 OFFICER/MEMBER EXCLUDED? E.L. DISEASE- EA EMPLOYEE $ 1000000 If yes, describe under BLAUKET WAIVER OF SUBROGA E.L. DISEASE -POLICY LIMIT $ 1000000 SPECIAL PROVISIONS below OTHER B Leased or Rented CPI011641103 10/31/09 10/31/10 Lsd/Rnted $100,000 B I Property ICPI011641103 10/31/09 10/31/10 BPP $50000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS The City, its officers, agents and employees shall be named as additional insureds on the General & Auto Liability r�eT�eirwTv u --"---'-'..-..----•• �-MN%t GLLMI IVN FTCPURC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City Of Fort Collins DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN John Stevens NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Purchasing Department PO Box 580 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Fort Collins CO 80522 REPRESENTATIVES. ACORD 25 (2001/08) © ACORD CORPORATION 1988 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 Top Gun Pressure Washing Attn: Purchasing Attn: Steve Lukowski Attn: Stephanie White PO Box 580 PO Box 580 500 W. 671h Street Fort Collins, CO 80522 Fort Collins, CO 80522 Loveland, CO 80538 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. 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 "C", consisting of one (1) pages, and incorporated herein by this reference. 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 2 SA rev03/10 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 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. 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 parry 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 3 SA rev03/10 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. Bindina 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 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 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. 4 SA rev03/10 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 Emploving 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 SA rev03/10 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. SA rev03/10 CITY OF FORT COLLINS, COLORADO a municipal corporation By: , James 'Neill 11, CPPO, FNIGP Direct Y of Purchasing and Risk Management Date: CORPORATE PRf SID NT OR VICE PRESIDENT Date: ATTEST: (Corpora Seal)' I % A, 7 ), CORPORATE SECR TA Y SA rev03/10 EXHIBIT A SCOPE OF SERVICES REQUIREMENTS AND SPECIFICATIONS Requirements 1. Contractors responding to this bid must be qualified to do the work and have minimum of 3 years experience pressure washing similar work. Contractor must provide a list of three or more referrals with the bid 2. The equipment used must be capable of producing the desired cleaning results and a complete equipment list must be provided with the bid. 3. The contractor will provide the City with a list of cleaning agents and the Material Safety Data Sheet on each product. No solvents will be used only soap or a ph acceptable caustic. 4. The City must receive a copy of any agreement made with a waste disposal facility. 5. The areas must remain open for use as much as I?ossible without presenting a hazard to the public. Coordination of the cleaning will be discussed and a schedule agreed upon between the Parks Division project coordinator and the contractor. Pressure washing of each area must be completed by 8:00 AM. - 6. All wash water must be collected and treated as wastewater and disposed of in an appropriate manner. It will be the responsibility of the contractor to insure this process is adhered to. In the City of Fort Collins, powerwashing wastewater must be kept out of the City's storm water system. The system includes streets, gutters, ponds, creeks, ditches, and the Poudre River. Powerwashing wastewater must be collected and then disposed of appropriately. ♦ Appropriate disposal of the wastewater: As long as the collected wastewater does not have an oil sheen, and does not contain any hazardous or toxic substances, the wastewater may be disposed of into the City's wastewater treatment system. If you add anything to the washwater (ie—a cleaning agent) or if you have questions about the content of your powerwashing wastewater, please contact the industrial pretreatment office at 221-6938. Disposal into the City's wastewater treatment system may be done either by discharging directly to an inside drain, or by pump truck at the Drake wastewater treatment facility. A waste hauler's permit is required, and a fee will be charged, for disposal by pump truck at the Drake facility. For fee information, or to obtain a permit, contact the industrial pretreatment office at 221-6938. ♦ A sewer manhole cover may not be removed for disposal to the wastewater system. Rev?/2009 ♦ Why the change in the treatment of this wastewater? New policy and guidance from the State of Colorado have changed disposal options for powerwashing wastewater. A copy of the State's guidance can be found at: http://www cdphe state co us/wa/PermitsUnit/PolicyandGuidanceLquidanceandi)olicv.ht ml ♦ For Storm Water treatment questions during the bid, please contact John Stephen at 970-221-6777. Any questions after award, please contact Lois Rellergert at 416-2059. Specification The objective of this cleaning effort must be to remove all dirt, debris, black marks, grease, oil, food stains, gum, etc. from the sidewalk surfaces. The work must result in a clean and attractive sidewalk. Detailing is defined, as the usage of environmentally safe chemicals when and where needed and must be approved by the City representative. Cleaning is defined as the usage of high-pressure water, hot or cold. All efforts must be made to avoid splashing walls, windows, furniture, flowers and other items when cleaning. Contractor must perform any follow up cleaning when splashing does occur within 24 hours or as directed by the City Representative. Scope of Work A. Downtown sidewalks. The following are locations to be cleaned: Location # 1. College Avenue from Olive (north corners) to LaPorte (south corners). East and West sides. 2. Olive Street (north side only). East from College Avenue to first alley. (north side only) West from College to first alley. 3. Oak Street from Remington Street Parking lot (West side of parking lot) to Mason. North and South sides. (not to include Oak Street Plaza Park unless requested) 4. Mountain Avenue North side from College West to Mason. 5. Mountain Avenue South side from Remington to Mason. 6. LaPorte Avenue South side from College Avenue West to first alley. 7. LaPorte Avenue North side from College Avenue to first alley. 8. Walnut Street North side from Mountain Avenue to College Avenue. 9. Linden Street both side's from Walnut Street to Riverside. B. Corners Only 10. Two North corners on Olive and College: 11. Two East corners on Oak and College: 12. Bus stop area on the West side of College and Oak (not to include Oak Street Plaza Park). 13. Four corners on Mountain and College: 14. Two South corners of LaPorte and College: C. Old Town Square Common Area Rev?/2009