HomeMy WebLinkAboutPERFORMANCE SURFACING - CONTRACT - RFP - 7159 PLAYGROUND SURFACING CONSTRUCTION SERVICESSERVICES 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 Ridgeline Construction, Inc. dba Performance Surfacing 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. Services to be Performed.
a. This Agreement shall constitute the basic agreement between the parties for services for
7159 Playground Surfacing Construction Services. 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 one (1) page 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 $75,000.00.
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 rev03/10 1
EXHIBIT A
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
Ridgeline Construction, Inc. dba Performance Surfacing
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 _ U 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
FEE SCHEDULE
REPAIR PRICING FOR EXISTING POURED IN PUKE SURFACINO:
$WO or $18.00lef, whichever n greater
NEW SURFACING INSTALLATION PRICING:
is- -3It CFH 1.75'-4NCFH T-SRCFH 25'-6it CFH
50'W/too % 50Mf 10D% 50501100% 501501100%
600-800ef
1245/13.50 12.BOI13.85 13.1W1420
801-low sf
IIS(v12.90 12.15113.20 12.5W13.W
tool-1300 sf
IGOW1200 11.2W1235 11.55112.60
1301-1700 sf
995111.00 10.=11.35 10.65111,70
1701-2., sf
9.35110.40 9,7011075 10,05111.10
2201-35W sf
910/10.W 9.55110.05 99011095
3501-45W er
9.05/10.10 9.40110.45 9.75f10.80
4501-600Def
8.851t0.W 9Milo .35 9 W1070
SOM
8.859.90 9,20110.25 9,YWI0.W
Those Once Include mnteflah, minellabion, and cument freight
IncarrW MI Ire billed at cast. File. la nd Include dumpster
comems, which wvaid cost appros. $550 W. Every 1000 site
G tOthOY00(Aatodoso. Weusalhagarbe0econminerm
DuraPiay Pealed in PNc¢ Safety Sudxing
3--7it CFH 3.Y-RRCFH 4"-9h CFH
5"1100% 505011 DO% 501501 too %
13.80'1 k9O 14.4W5.50 15.10116 20 15 7916.80
131914.20 1380114.05 144W15W 157916W
122 W 13.25 12.M13.90 13.5 W 14.:5 141511530
11.3W1235 11.95113.01) 12.6011365 13.2W7430
10 70(11.75 11.35fI2.40 12.=13.05 12.65173.60
1055f1t.W II.M2.25 116911293 12.W11355
10.401i1.45 11.0511110 11 ]0/1275 12IV13.40
10. 3011135 10.95112.00 116 W 12, 65 12.25113. 30
10 2W11.25 10.8 W11,90 11,50112.55 1215r13,20
Pices. since freight ws6 change pedodmally. any emotional weight charge;
ar security if boded. Jobs ep to BOW st s11ouldtake Doty one 40 yd
kes 1 dayb emplane. Garbage cmiaimvs can be telren care ¢I by me
ttw hrildy roc mist smelljobs. Some jobs may not bend secudly, due 10 meeting,
SUMASE PREPARATION PRICING:
Import E Compact Approx r Crushed Onee to Material:
Up In 1700 of $1,501of
1701• $1.25161
Year O d of Existing SuNaca:
All seuara fbtagx $I.OQkf
These pnms do net include a dampener or beat and any ma@nals tom out
OPTIONAL PLAYGROUND SURFACING PRICING:
Masonry Send (ABachment A)
Del"recTnelerd3aW S28001ei
Flba, Shredded Waod Floor (AUachment A)
Delivered Tm4erd Finar 529W8m
ThasO Mcos am for ammrol ontl tl¢avcvy ony. PdceS tln Mtintludo lesbllatbn.
1
EXHIBIT C
INSURANCE REQUIREMENTS
1. The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under this
bid, the Service Provider shall furnish the City with certificates of insurance showing the type,
amount, class of operations covered, effective dates and date of expiration of policies, and
containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered, except after
ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Service Provider, such insurance as the City may deem
proper and may deduct the cost of such insurance from any monies which may be due or become
due the Service Provider under this Agreement. The City, its officers, agents and employees shall
be named as additional insureds on the Service Provider's general liability and automobile liability
insurance policies for any claims arising out of work performed under this Agreement.
2. Insurance coverages shall be as follows
A. Workers' Compensation & Employer's Liability. The Service Provider shall
maintain during the life of this Agreement for all of the Service Provider's employees
engaged in work performed under this agreement:
Workers' Compensation insurance with statutory limits as required by
Colorado law.
Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain
during the life of this Agreement such commercial general liability and automobile
liability insurance as will provide coverage for damage claims of personal injury,
including accidental death, as well as for claims for property damage, which may
arise directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less
than $500,000 combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall be responsible for
any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance.
EXHIBIT D
SCOPE OF SERVICES
MIMINUM GENERAL SPECIFICATIONS
Supply all materials and labor required for poured -in -place rubberized safety surfacing.
Surfacing shall be installed in an existing playground site, to be used as an entrance and access
to play structures. Owner will provide maximum height of play structures.
QUALIFICATIONS
Qualified installer must be a licensed contractor.
SUBMITTALS
1. Manufacturer must submit proof of compliance to:
♦ U.S. Consumer Product Safety Commission publication entitled "Handbook for Public
Playground Safety"
♦ American Society for Testing and Materials standard ASTM F1292.
♦ ASTM F1951
2. Manufacturer's written specifications and manufacturer's sales brochure marked to annotate
the specific product to be utilized.
3. Statement of compliance with volatile emission regulations for all components, including
adhesive systems or binders.
4. Materials Safety Data Sheet shall be submitted for the proposed product.
5. Manufacturer and installer must submit proof of liability insurance.
6. Guarantee and warranty for no less than 5 years.
7. Submit a representative sample of the product and the recommended manufacturer's
installation instructions.
SITE CONDITIONS
If Installer is responsible for the completion of the subsurface in the area where the poured -in -
place rubberized surfacing is to be applied, The Installer shall:
1. Establish and maintain required lines and elevations for grade.
2. Sub -base shall slope to provide positive drainage at a minimum of 1" per 10' and shall not
pond water at any location.
3. If surfacing is to be laid on a stone base, provide subsurface drainage where shown on
plans.
4. Materials shall be delivered in clearly labeled unopened containers.
5. Materials shall be stored and handled in a manner that will insure protection from weather.
6. Materials stored on site shall be protected by use of barricades and fencing.
PRODUCT
Provide a base layer and top wearing course to meet critical fall height standards for CPSC
and ASTM guidelines for maximum height of play structures provided by the owner.
1. Cast -in -place surfaces shall be manufactured on site of UV stabilized polyurethane and
rubber granules, no less than specified thickness.
2. Base course rubber — 100% recycled SBR black rubber, free of all dust and extraneous fiber,
metal and similar substances. Foam rubber fillers are not acceptable.
3. Top course rubber— 100% new EPDM rubber, peroxide cured, UV stabilized; size 1-3 mm.
with aliphatic binder.
4. Color to be determined by owner.
EXECUTION
When laying surfaces on a compacted stone base, proof -roll prepared sub -base surface
immediately prior to paving to check for unstable loose areas and areas requiring additional
compaction. Compact the base material as required to secure moisture content and a uniform
compaction of not less than 90%. Compacted stone base should be water permeable and sub -
grade should allow for free drainage by weeps and/or slumps.
When laying surfaces on asphalt or concrete, be assured that the surface is fully cured for no
less than 30 days, clean of dust and debris, oil free and dry. Fill and patch any surface
irregularities with structural bonding type fillers.
1. Notify owner of unsatisfactory conditions. Do not begin laying paving until deficient sub -base
areas have been corrected and are ready to receive paving.
2. Plan the layout and placement of varying thickness zones by string line, chalk line and grade
stakes to provide reference points throughout the installation process.
3. Follow manufacturer's instructions for installation.
4. Taper edges to existing, surrounding surfaces when shown on plan.
5. Finished site shall be free of tools, equipment, unused materials and debris; broom area
clean.
PROTECTION
Fencing and barricades shall protect finished surfaces. Owner will provide reasonable
supervision on site after hours. Cure shall be no less than 24 hours.
FINAL INSPECTION
Manufacturer's sales representative and/or installer must attend a follow up inspection with a
City of Ft. Collin's CPSI prior to acceptance of the installation
ACORC CERTIFICATE OF LIABILITY INSURANCE
MI
° o/1a/zQ7/114/02"0 7
11
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 INSURERS), 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
Centennial Insurance Agency, LLC
1515 Fortino Blvd. 2nd Floor
Pueblo, CO 81008
Christine Mize
CONTACT
NAME: Christine Mize
Arc NeEtl: 719.544.1111 aCNe:719.545.5120
L
ADDRESS:
-FRO-MR
CUSTOMERIDN,
INSURER(S) AFFORDING COVERAGE
NAICa
INSURED
Ridgeline Construction Inc.
DBA Performance Surfacing
dba: Exterior Advantage
752 E. Sandusky
'Pueblo Nest, CO 81007
INSURER A: United Fire & Casualty
13021
INSURERB: Pinnacol Assurance
41190
INSURERC:
INSURERD:
INSURER E:
INSURERF:
COVERAGES CERTIFICATE NUMBER: 2010 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 MATH RESPECT TO NMICH 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSA
LTR
TYPE OF INSURANCE
L
INSR
SUB
wVD
POLICY NUMBER
OLICV
MMIO
O P
MMIDD/YWY
UNITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLANSIMADE OCCUR
6038587
08/05/2010
08/05/2011
EACH OCCURRENCE
$ 1,000,00
PROAEM,,,A s S ( o
S 100,00(
NEDEXP(Anyoneperso.)
$ S,OD
PERSONAL SADVINJURY
$ 1,000,00
GENERAL AGGREGATE
$ 2,000,00
GEN-L AGGREGATE LIMIT APPLIES PER:
POLICY PRIJECT LOC
PRODUCTS-COMP/OPAGO
$ 2, 000, DO
$
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNEO AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OMEDAUTOS
COMBINED SINGLE LIMIT
(Ea accident)
$
BODILY INJURY (Per parson)
f
BODILY INJURY (Per a.W.el)
$
PROPERTY DAMAGE
(Per accident)
S
$
$
UABRELLA LIAR
EXCESS UAS
OCCUR
CLAIMS,MADE
EACH OCCURRENCE
$
AGGREGATE
S
DEDUCTIBLE
RETENTION $
$
$
B
MWERS COMPENSATION
Y/N
ANY PRPoMEMBEREX NEERIECUrnE❑
OFFI�(Mandatory In NH)
If DESCRIPTION under
OF OPERATIONS blow
NIA
413378
08/01/2010
08/01/2011
WC STATu- oTR
E.L. EACH ACCIDENT
$ 100,00
E.LDISEASE-EA EMPLOYE
$ 100,00
E.L DISEASE-PWCV LIMIT
S SOD, 0010
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is repaired)
elow named certificate holder is mined as additional insured under GL
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE HALL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
City of Ft. Collins
Purchasing Department
P.O. Box 280
Ft., Collins, CO 80522
ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD
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.
Contract Period. This Agreement shall commence upon signing, and shall continue
in full force and effect until September 15, 2011, 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 90 days prior to contract end.
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 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:
STD SA WO rev03/10
City
City of Fort Collins
Attn: Purchasing
PO Box 580
Fort Collins, CO 80522
Service Provider
Ridgeline Construction, Inc.
dba Performance Surfacing
Attn: Ryan Farney
P.O. Box 8603
Pueblo, CO 81008
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
as designated in Exhibit B — Fee Schedule, consisting of one (1) page, attached hereto and
incorporated herein by this reference. 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 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
STD SA WO rev03/10 3
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.
it. 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 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
STD SA WO rev03/10 4
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.
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.
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,
STD SA WO rev03/10 5
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 "C", 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.
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.
STD SA WO rev03/10 6
21. 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-Verity 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
STD SA WO rev03/10
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. Special Provisions. Special provisions or conditions relating to the services to be
performed pursuant to this Agreement are set forth in Exhibit D — Scope of Services, consisting
of two (2) pages, attached hereto and incorporated herein by this reference.
STD SA WO rev03/10
ATTEST
C rporate . ecretary
STD SA WO rev03/10
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By:
ames B. O'Neill II, CPPO
Directo f urchasing and Risk Management
Date:'-7 11, 241(
Ridgeline Construction, Inc. dba Performance Surfacing
By: 7
Print me
Title
Corporate President or Vic9�`President
Date:
(Corporate Seal)