HomeMy WebLinkAbout263373 ELECTRONIC SYSTEMS INTERNATIONAL INC - CONTRACT - AGREEMENT MISC - ELECTRONIC SYSTEMS INTERNATIONAL INCSERVICES CONTRACT
This Contract is entered into this I ylday of V Aiith 120 11 by and
between the City of Loveland, Colorado and City of Fort Collins, Colorado (Loveland and
Fort Collins collectively referred to as "City") and Electronic Systems International, Inc
("Contractor").
Whereas, the parties desire to contract with one another to complete the following
project: Fort Collins -Loveland Airport Security Access Lift Gate & Badging Maintenance.
Now, therefore, in consideration of the mutual covenants and agreements contained
herein, the parties agree as follows:
1. Services. The Contractor shall perform the services set forth in Exhibit A,
attached hereto and incorporated herein by reference ("Services"). The Contractor represents
that it has the authority, capacity, experience, and expertise to perform the Services in
compliance with the provisions of this Contract and all applicable laws. The City reserves the
right to remove any of the Services from Exhibit A upon written notice to Contractor. In the
event of any conflict between this Contract and Exhibit A, the provisions of this Contract shall
prevail.
2. Price. The City shall pay the Contractor a sum not to exceed $3,600. The City
shall make payment within thirty days of receipt and approval of monthly invoices, which shall
identify the specific Services performed for which payment is requested.
3. Term. This Contract shall be effective from March 1, 2011 through February
29, 2012. This Contract may be extended or renewed by written agreement of the parties.
4. Appropriation. To the extent this Contract constitutes a multiple fiscal year debt
or financial obligation of the City, it shall be subject to annual appropriation pursuant to the City
of Loveland Municipal Charter Section Il-6 and Article X, Section 20 of the Colorado
Constitution. The City shall have no obligation to continue this Contract in any fiscal year in
which no such appropriation is made.
5. Independent Contractor. The parties agree that the Contractor is an independent
contractor and is not an employee of the City. The Contractor is not entitled to workers'
compensation benefits from the Citv and is obligated to pav federal and state income tax on
anv monev earned pursuant to this Contract.
6. Insurance Requirements.
a. Policies. The Contractor and its subcontractors, if any, shall procure and
keep in force during the duration of this Contract the following insurance policies and
shall provide the City with a certificate of insurance evidencing upon execution of this
Contract:
Page 1 of 6 Form Revised 01/18/2011
(i) Comprehensive general liability insurance insuring the Contractor
and naming the City as an additional insured with minimum combined single
limits of $1,000,000 each occurrence and $1,000,000 aggregate. The policy shall
be applicable to all premises and operations. The policy shall include coverage for
bodily injury, broad form property damage (including completed operations),
personal injury (including coverage for contractual and employee acts), blanket
contractual, independent contractors, products, and completed operations. The
policy shall contain a severability of interests provision.
(ii) Comprehensive automobile liability insurance insuring the
Contractor and naming the City as an additional insured against any liability for
personal injury, bodily injury, or death arising out of the use of motor vehicles
and covering operations on or off the site of all motor vehicles controlled by the
Contractor which are used in connection with this Contract, whether the motor
vehicles are owned, non -owned, or hired, with a combined single limit of at least
$1,000,000.
(iii) Professional liability insurance insuring the Contractor against any
professional liability with a limit of at least $1,000,000 per claim and annual
aggregate. (Note: this policy shall only be required if the Contractor is an
architect, engineer, surveyor, appraiser, physician, attorney, accountant, or other
licensed professional.)
(iv) Workers' compensation insurance and all other insurance required
by any applicable law. (Note: if under Colorado law the Contractor is not
required to carry workers' compensation insurance, the Contractor shall execute
a Certificate of Exemption and Waiver, attached hereto as Exhibit B and
incorporated herein by reference.)
b. Requirements. Required insurance policies shall be with companies
qualified to do business in Colorado with a general policyholder's financial rating
acceptable to the City. Said policies shall not be cancelable or subject to reduction in
coverage limits or other modification except after thirty days prior written notice to the
City. The Contractor shall identify whether the type of coverage is "occurrence" or
"claims made." If the type of coverage is "claims made," which at renewal the
Contractor changes to "occurrence," the Contractor shall carry a six-month tail.
Comprehensive general and automobile policies shall be for the mutual and joint benefit
and protection of the Contractor and the City. Such policies shall provide that the City,
although named as an additional insured, shall nevertheless be entitled to recover under
said policies for any loss occasioned to it, its officers, employees, and agents by reason of
negligence of the Contractor, its officers, employees, agents, subcontractors, or business
invitees. Such policies shall be written as primary policies not contributing to and not in
excess of coverage the City may carry.
7. Indemnification. The Contractor agrees to indemnify and hold harmless the City,
its officers, employees, and agents from and against all liability, claims, and demands on account
Page 2 of 6 Form Revised 01/18/2011
of any injury, loss, or damage arising out of or connected with the Services, if such injury, loss, or
damage, or any portion thereof, is caused by, or claimed to be caused by, the act, omission, or other
fault of the Contractor or any subcontractor of the Contractor, or any officer, employee, or agent of
the Contractor or any subcontractor, or any other person for whom the Contractor is responsible.
The Contractor shall investigate, handle, respond to, and defend against any such liability, claims,
and demands, and shall bear all other costs and expenses related thereto, including court costs and
attorneys' fees. The Contractor's indemnification obligation shall not be construed to extend to
any injury, loss, or damage to the extent caused by the act, omission, or other fault of the City.
This paragraph shall survive the termination or expiration of this Contract.
8. Governmental Immunity Act. No term or condition of this Contract shall be
construed or interpreted as a waiver, express or implied, of any of the notices, requirements,
immunities, rights, benefits, protections, limitations of liability, and other provisions of the
Colorado Governmental Immunity Act, C.R.S. § 24-10-101 et seq. and under any other
applicable law.
9. Compliance with Applicable Laws.
a. Generally. The Contractor shall comply with all applicable federal, state,
and local laws, including the ordinances, resolutions, rules, and regulations of the City. The
Contractor shall solely be responsible for payment of all applicable taxes and for obtaining
and keeping in force all applicable permits and approvals.
b. C.R.S. Article 17.5, Title 8. The Contractor hereby certifies that, as of the
date of this Contract, it does not knowingly employ or contract with an illegal alien who
will perform work under this Contract and that the Contractor will participate in the e-
verify program or Colorado Department of Labor and Employment ("Department")
program as defined in C.R.S. § 8-17.5-101 in order to confirm the employment eligibility
of all employees who are newly hired for employment to perform work under this
Contract. The Contractor shall not knowingly employ or contract with an illegal alien to
perform work under this Contract or enter into a contract with a subcontractor that fails to
certify to the Contractor that the subcontractor shall not knowingly employ or contract
with an illegal alien to perform work under this Contract. The Contractor certifies that it
has confirmed the employment eligibility of all employees who are newly hired for
employment to perform work under this Contract through participation in either the e-
verify program or the department program. The Contractor is prohibited from using
either the e-verify program or the department program procedures to undertake pre-
employment screening of job applicants while this Contract is being performed. If the
Contractor obtains actual knowledge that a subcontractor performing work under this
Contract knowingly employs or contracts with an. illegal alien, the Contractor shall be
required to: (i) notify the subcontractor and City within three days that Contractor has
actual knowledge that the subcontractor is employing or contracting with an illegal alien;
and (ii) terminate the subcontract with the subcontractor if within three days of receiving
the notice required pursuant to this subparagraph the subcontractor does not stop
employing -or contracting with the illegal alien; except that Contractor shall not terminate
the contract with the subcontractor if during such three days the subcontractor provides
Page 3 of 6 Form Revised 01/18/2011
information to establish that the subcontractor has not knowingly employed or contracted
with an illegal alien. The Contractor shall comply with any reasonable request by the
Department made in the course of an investigation that it is undertaking pursuant to the
authority established in C.R.S. Article 17.5, Title 8. If the Contractor violates this
paragraph, the City may terminate this Contract for default in accordance with
"Termination," below. If this Contract is so terminated, the Contractor shall be liable for
actual and consequential damages to the City. (Note: this paragraph shall not apply to
contracts: (i) for Services involving the delivery of a specific end product (other than
reports that are merely incidental to the performance of said work); or (ii) for
information technology services and/or products.)
C. C.R.S. § 24-76.5-103. If the Contractor is a natural person (i.e., not a
corporation, partnership, or other legally -created entity), he/she must complete the
affidavit attached hereto as Exhibit C and attach a photocopy of a valid form of
identification. If the Contractor states that he/she is an alien lawfully present in the
United States, the City will verify his/her lawful presence through the SAVE Program or
successor program operated by the U.S. Department of Homeland Security. In the event
the City determines that the Contractor is not lawfully present in the United States, the
City shall terminate this Contract for default in accordance with "Termination," below.
10. Termination.
a. Without Cause. Either party may terminate this Contract without cause
upon thirty days prior written notice to the other. The City shall be liable to pay the
Contractor for Services performed as of the effective date of termination, but shall not be
liable to the Contractor for anticipated profits.
b. For Default. Each and every term and condition hereof shall be deemed to
be a material element of this Contract. In the event either party fails to perform according
to the terms of this Contract, such party may be declared in default. If the defaulting party
does not cure said breach within ten days of written notice thereof, the non -defaulting
party may terminate this Contract immediately upon written notice of termination to the
other. In the event of such termination by the City, the City shall be liable to pay the
Contractor for Services performed as of the effective date of termination, but shall not be
liable to Contractor for anticipated profits; provided, however, that the Contractor shall
not be relieved of liability to the City for any damages sustained by the City by virtue of
any default under this Contract, and the City may withhold payment to the Contractor for
the purposes of setoff until such time as the exact amount of damages is determined.
11. Notices. Written notices shall be directed as follows and shall be deemed
received when hand -delivered or emailed, or three days after being sent by certified mail, return
receipt requested:
To the City: To the Contractor:
Larry Mack Richard Castle
City of Loveland Electronic Systems International, Inc
Page 4 of 6 Form Revised 01/18/2011
Fort Collins -Loveland Airport, 4900
Earhart Road
Loveland, CO 80537
Email: mackl@ci.loveland.co.us
12. Special Provisions. of vi4L•
3010 Mallard Drive
Colorado Springs, CO 80910-2247
Email: reastle@esicorp.com
13. Time of the Essence. Time is of the essence in performance of the Services and is
a significant and material term of this Contract.
14. Miscellaneous. This Contract contains the entire agreement of the parties relating
to the subject matter hereof and, except as provided herein, may not be modified or amended
except by written agreement of the parties. In the event a court of competent jurisdiction holds
any provision of this Contract invalid or unenforceable, such holding shall not invalidate or
render unenforceable any other provision of this Contract. The Contractor shall not assign this
Contract without the City's prior written consent. This Contract shall be governed by the laws of
the State of Colorado, and venue shall be in the County of Latimer, State of Colorado.
15. Electronic Signature. This Contract may be executed by electronic signature in
accordance with C.R.S 24-71.3-101 et seq.
Signed by the parties on the date written above.
ATTEST: ' A
�, vV
#iClerk
APPROVED" ASS/�TKO_ ��FORM:
Assistant City Attorney
City of Loveland, Colorado
By:
Title: PUBLIC WOR S DIRECTOR
Page 5 of 6 Form Revised 01/18/2011
N
City of Fort Collins, Colorado
By:
Title: P
Page 6 of 6 Form Revised 01/18/2011
Contractor
By:
_ Title:
STATE OF �\O\W )
) ss.
COUNTY OF
The foreg mst�ru�ent was a ow dged before me thi day of
20N \ by
(Insert name of individual signi Notary's
half of the Contractor)
official signature
S
<y: t c , . Commission expiration date
Page 7 of 6 Form Revised 01/18/2011
EXHIBIT A — SERVICES
48 hours/year of technical services and preventative maintenance to existing security card access
system
OP ID: SG
AIC�ORO' CERTIFICATE OF LIABILITY INSURANCE
DAT02123DIYYYV)
2123111
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not Confer rights to the
certificate holder in lieu of such endorsement(s
PRODUCER 719-5909990
Six&Geving Insurance, Inc. 719-590-9992
3630 Sinton Road, Suite 200
Colorado Springs, CO 809075034
Randy Geving
NCINTACT
AJiIEE: Suzanne Storm
p/co`Ho Ert:719-86741502 An No: 719-596.9992
EJAAIL
six-geving.com
PRODUCERSstOrm
CUSTOMERIDR ELECT-1
INSURERS) AFFORDING COVERAGE
NAICf
INSURED Electronic Systems
INSURERA: COVerX Corporation
International, Inc.
INSURER B: Pinnacol Assurance
41190
3010 Mallard Drive
INSURER C : Acuity
14184
Colorado Springs, CO 80910-2247
INSURER O
INSURER E
INSURER F
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT 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,
EXCLUSIONSAND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
rypE OF INSURANCE
ADD.
SUBIR
POLICY NUMBER
MMAOY EFF
MMAOYEXP
LIMMI
GENERALLMBILITY
EACH OCCURRENCE
$ 1,000,00
PREMISES Eeor;urrence
$ 50,00
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS IADE 7XOCCUR
X
FMM1024327
01101111
01/01/12
RED EXP(Any one person)
$ 5,00
PERSONAL 8 ADV INJURY
$ Include
GENERAL AG GREGATE
$ 2,000,00
GEN'L AGGREGATE LIMIT APPLIES PER.
PRODUCTS - COMP/OP AGG
$ 2,000,00
POLICY PR� LOC
E
C
AUTOMOBILE
LIABILITY
ANY AUTO
L75668
01101111
01/01112
COMBINED SINGLE LIMIT
(E9 BCfiOenN
$ 1,000,00
BODILY INXRY(Per person)
$
ALL OMEDAUTOS
BODILY N,URY(Per wadent)
$
I
SCHEDULED AUTOS
HIRED AUTOS
PROPERTY DAMAGE
(Peremidenry
$
$
NON -OWNED AUTOS
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAR
CLANS,MADE
DEDUCTIBLE
$
$
RETENTION $
B
WORKERS COMPENSATION
AlDEMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNERIEXECUTIVE YIN
OFFICERNEMBER EXCLUDED?
(Mendrte, In NH)
N/A
076606
01101111
01/01/12
X WC STATU- OTH-
Y IMIT R
E.L. EACH ACCIDENT
$ 500,00
E.L. DISEASE -EA EMPLOYEE
Is 500,00
I yes, desmbe under
DESCRIPTION OF OPERATIONS be.
E.L. DISEASE-POLICYLIMR
$ 500,00
DESCRIPTION OF OPEMnONS / LOCATIONS / VEHCLES (Addch ACORD 101, Additions Remerkr ScfudulA, If mom spses is nqulnd)
RE: City of Loveland and City of Fort Collins are hereby added as additional
ins u red with regards general liability coverage. Job: Fort Collins\Loveland
Municipal Airport.
CILOV-1
City of Loveland
City of Fort Collins
4800 Earhart Road
Loveland, CO 80538
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
W"� GtI;
OO 1988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD