Loading...
HomeMy WebLinkAboutBID - 7264 TRAFFIC SIGNAL POLESCi`�/ �f Financial Services r Fort Purchasing Division Collins Box 580 i ort Collins,Floor FPO s, COCO80522 970.221.6775 P u rch a s i ng 970.221.6707 fcgov. com/purchasing INVITATION TO BID 7264 TRAFFIC SIGNAL POLES BID OPENING: 3:00 P.M. (our clock), August 19, 2011 The City of Fort Collins is requesting bids from firms to furnish to the City Traffic Signal Poles per the attached specifications. Vendors responding to this bid must comply with the Federal Requirements in Exhibit 1. Vendors must complete and submit certification for Buy America and Lobbying. All bids shall be F.O.B. City of Fort Collins Traffic Department. Sealed bids will be received and publicly opened at the office of the Director of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2"d Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00 p.m. (our clock), August 19, 2011. Questions concerning the scope of the bid should be directed to Britney Sorensen, Traffic systems Engineer/Supervisor at (970) 416-2268 or bsorensenefcaov.com. Questions regarding bid submittal or process should be directed to John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 or jstephen .fcgov.com. A copy of the Bid may be obtained as follows: Download the Bid from the Purchasing Webpage, Current Bids page, at: http://fcgov.com/eprocurement 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids maybe withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The Citymay also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. 7264 Traffic Signal Poles Page 1 of 43 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. 7. 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", consisting of pages, and incorporated herein by this reference. 8. 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. 9. 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. 10. 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. 11. 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. 12. Warranty. a. Service Provider warrants that all work performed hereunder shall be 7264 Traffic Signal Poles Page 10 of 43 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. 13. 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. 14. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period often (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. 15. 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, 7264 Traffic Signal Poles Page 11 of 43 agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 16. 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 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. 17. 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. 18. 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. 19. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: 7264 Traffic Signal Poles Page 12 of 43 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 ofjob 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 7264 Traffic Signal Poles Page 13 of 43 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. 20. Special Provisions. (Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit consisting of ( ) pages, attached hereto and incorporated herein by this reference. 7264 Traffic Signal Poles Page 14 of 43 ATTEST: City Clerk APPROVED AS TO FORM: Assistant City Attorney CITY OF FORT COLLINS, COLORADO a municipal corporation By: James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management Date: in 'G ► ►_1 CORPORATE PRESIDENT OR VICE PRESIDENT ATTEST: (Corporate Seal) CORPORATE SECRETARY 7264 Traffic Signal Poles Page 15 of 43 EXHIBIT " " 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 ofthe Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. E 7264 Traffic Signal Poles Page 16 of 43 EXHIBIT 2 — FEDERAL REQUIREMENTS FEDERAL TRANSIT ADMINISTRATION TABLE OF CONTENTS Federally Required and Other Model Contract Clauses 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES................................................................. 1 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS....... 1 3. ACCESS TO RECORDS AND REPORTS........................................................................................ 1 4. FEDERAL CHANGES....................................................................................................................... 2 5. TERMINATION..................................................................................................................................3 6. CIVIL RIGHTS REQUIREMENTS..................................................................................................... 6 7. DISADVANTAGED BUSINESS ENTERPRISE (DBE)..................................................................... 7 8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS ............................ 8 9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NON PROCUREMENT) ...................... 8 10. BUY AMERICA.................................................................................................................................. 9 11. BREACHES AND DISPUTE RESOLUTION................................................................................... 11 12. LOBBYING......................................................................................................................................11 13. CLEAN AIR..................................................................................................................................... 13 14. CLEAN WATER REQUIREMENTS................................................................................................. 13 15. CARGO PREFERENCE REQUIREMENTS.................................................................................... 13 16. ENERGY CONSERVATION REQUIREMENTS.............................................................................. 14 17. ADA Access.................................................................................................................................... 14 7264 Traffic Signal Poles Page 17 of 43 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et sec. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 3. ACCESS TO RECORDS AND REPORTS Access to Records - The following access to records requirements apply to this Contract: A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, 7264 Traffic Signal Poles Page 18 of 43 documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). D. FTA does not require the inclusion of these requirements in subcontracts. Requirements for Access to Records and Reports by Types of Contract Contract Operational Turnkey Construction Architectural Acquisition Professional Services Characteristics Service Engineering of Rolling Contract Stock I State Grantees None Those None None None None a. Contracts below SAT imposed on ($100,000) state pass thru None to Contractor Yes, if non- None unless None unless None unless non- b. Contracts above unless' competitive non- non- competitive award $100,000/Capital non- award or if competitive competitive Projects competitive funded thrU2 award award award 5307/5309/53 11 II Non State Grantees Those a. Contracts below SAT Yes3 imposed on Yes Yes Yes Yes ($100,000) non -state b. Contracts above Yes Grantee pass Yes Yes Yes Yes $100,000/Capital thru to Projects Contractor Sources of Authority: 149 USC 5325 (a) 2 49 CFR 633.17 318 CFR 18.36 (i) 4. FEDERAL CHANGES Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from 7264 Traffic Signal Poles Page 19 of 43 Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self -stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management 7264 Traffic Signal Poles Page 2 of 43 time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 5. TERMINATION a. Termination for Convenience (General Provision) The (Recipient) may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to (Recipient) to be paid the Contractor. If the Contractor has any property in its possession belonging to the (Recipient), the Contractor will account for the same, and dispose of it in the manner the (Recipient) directs. b. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the (Recipient) may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the (Recipient) that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the (Recipient), after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure (General Provision) The (Recipient) in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to (Recipient)'s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from (Recipient) setting forth the nature of said breach or default, (Recipient) shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude (Recipient) from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that (Recipient) elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by (Recipient) shall not limit (Recipient)'s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. e. Termination for Convenience (Professional or Transit Service Contracts) The (Recipient), by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the Recipient shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. 7264 Traffic Signal Poles Page 20 of 43 f. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. g. Termination for Default (Transportation Services) If the Contractor fails to pickup the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon direction of the (Recipient), protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and (Recipient) shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the (Recipient). h. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the Recipient may takeover the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Recipient resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Recipient in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if- 1. the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Recipient, acts of another Contractor in the performance of a contract with the Recipient, epidemics, quarantine restrictions, 7264 Traffic Signal Poles Page 21 of 43 strikes, freight embargoes; and 2. the contractor, within [10] days from the beginning of any delay, notifies the (Recipient) in writing of the causes of delay. If in the judgment of the (Recipient), the delay is excusable, the time for completing the work shall be extended. The judgment of the (Recipient) shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. i. Termination for Convenience or Default (Architect and Engineering) The (Recipient) may terminate this contract in whole or in part, for the Recipient's convenience or because of the failure of the Contractor to fulfill the contract obligations. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the Recipient, the Contracting Officer shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure of the Contractor to fulfill the contract obligations, the Recipient may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the Recipient. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. j. Termination for Convenience of Default (Cost -Type Contracts) The (Recipient) may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the (Recipient) or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the (Recipient), or property supplied to the Contractor by the (Recipient). If the termination is for default, the (Recipient) may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the (Recipient) and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the (Recipient), the Contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the (Recipient) determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events 7264 Traffic Signal Poles Page 22 of 43 which are not the fault of and are beyond the control of the contractor, the (Recipient), after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. 6. CIVIL RIGHTS REQUIREMENTS Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex- In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, 'Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole 7264 Traffic Signal Poles Page 23 of 43 or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 7. DISADVANTAGED BUSINESS ENTERPRISE (DBE) a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal for DBE participation is _ %. A separate contract goal [of _ % DBE participation has] [has not] been established for this procurement. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). C. (if a separate contract goal has been established, use the following} Bidders/offerors are required to document sufficient DBE participation to meet these goals or, alternatively, document adequate good faith efforts to do so, as provided for in 49 CFR 26.53. Award of this contract is conditioned on submission of the following [concurrent with and accompanying sealed bid] [concurrent with and accompanying an initial proposal] [prior to award]: 1. The names and addresses of DBE firms that will participate in this contract; 2. A description of the work each DBE will perform; 3. The dollar amount of the participation of each DBE firm participating; 4. Written documentation of the bidder/offeror's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; 5. Written confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and 6. If the contract goal is not met, evidence of good faith efforts to do so. [Bidders][Offerors] must present the information required above [as a matter of responsiveness] [with initial proposals] [prior to contract award] (see 49 CFR 26.53(3)). (if no separate contract goal has been established, use the following) The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. d. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor's receipt of payment for that work from the City of Fort Collins. In addition, [the contractor may not hold retainage from its subcontractors.] [is required to return any retainage 7264 Traffic Signal Poles Page 24 of 43 payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed.] [is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor's work by the City of Fort Collins and contractor's receipt of the partial retainage payment related to the subcontractor's work.] e. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of City of Fort Collins. 8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS Incorporation of Federal Transit Administration (FTA) Terms -The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 E, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. 9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) Background and Applicability In conjunction with the Office of Management and Budget and other affected Federal agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This government -wide regulation implements Executive Order 12549, Debarment and Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C. 6101 note (Section 2455, Public Law 103-355, 108 Stat. 3327). The provisions of Part 29 apply to all grantee contracts and subcontracts at any level expected to equal or exceed $25,000 as well as any contract or subcontract (at any level) for Federally required auditing services. 49 CFR 29.220(b). This represents a change from prior practice in that the dollar threshold for application of these rules has been lowered from $100,000 to $25,000. These are contracts and subcontracts referred to in the regulation as 'covered transactions." Grantees, contractors, and subcontractors (at any level) that enter into covered transactions are required to verify that the entity (as well as its principals and affiliates) they propose to contract or subcontract with is not excluded or disqualified. They do this by (a) Checking the Excluded Parties List System, (b) Collecting a certification from that person, or (c) Adding a clause or condition to the contract or subcontract. This represents a change from prior practice in that certification is still acceptable but is no longer required. 49 CFR 29.300. Grantees, contractors, and subcontractors who enter into covered transactions also must require the entities they contract with to comply with 49 CFR 29, subpart C and include this requirement in their own subsequent covered transactions (i.e., the requirement flows down to subcontracts at all levels). 7264 Traffic Signal Poles Page 25 of 43 Clause Language The following clause language is suggested, not mandatory. It incorporates the optional method of verifying that contractors are not excluded or disqualified by certification. Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by {insert agency name}. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to {insert agency name}, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. BUY AMERICA The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. 7264 Traffic Signal Poles Page 26 of 43 Certification requirement for procurement of steel, iron, or manufactured products Certificate of Compliance with 49 U.S. C. 53236)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 C.F.R. Part 661.5. Date Signature Company Name Title Certificate of Non -Compliance with 49 U.S. C. 53236)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(1) and 49 C.F.R. 661.5, 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 Certification requirement for procurement of buses, other rolling stock and associated equipment Certificate of Compliance with 49 U. S.C. 5323Q)(2)(C). The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 53230)(2)(C) and the regulations at 49 C.F.R. Part 661.11. Date Signature Company Name Title Certificate of Non -Compliance with 49 U.S. C. 53236)(2)(C) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 CFR 661.7. Date Signature Company Name Title 7264 Traffic Signal Poles Page 27 of 43 Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of (Recipient)'s [title of employee]. This decision shall be final and conclusive unless within [ten (10)] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the [title of employee]. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the [title of employee] shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by (Recipient), Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the (Recipient) and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the (Recipient) is located. Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the (Recipient), (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. 12. LOBBYING Modifications have been made to the Clause pursuant to Section 10 of the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Lobbying Certification and Disclosure of Lobbying Activities for third party contractors are mandated by 31 U.S.C. 1352(b)(5), as amended by Section 10 of the Lobbying Disclosure Act of 1995, and DOT implementing regulation, "New Restrictions on Lobbying," at 49 CFR § 20.110(d) - Language in Lobbying Certification is mandated by 49 CFR Part 19, Appendix A, Section 7, which provides that contractors file the certification required by 49 CFR Part 20, Appendix A. Modifications have been made to the Lobbying Certification pursuant to Section 10 of the Lobbying Disclosure Act of 1995. - Use of "Disclosure of Lobbying Activities," Standard Form-LLL set forth in Appendix B of 49 CFR Part 20, as amended by "Government wide Guidance For New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96) is mandated by 49 CFR Part 20, Appendix A. 7264 Traffic Signal Poles Page 28 of 43 Byrd Anti -Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non -Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] 7264 Traffic Signal Poles Page 29 of 43 CITY OF FORT COLLINS BID PROPOSAL 7264 TRAFFIC SIGNAL POLES BID OPENING: 3:00 P.M. (our clock), August 19, 2011 WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR TRAFFIC SIGNAL POLES PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS: The City of Fort Collins is requesting bids to furnish to the City Traffic Signal Poles per the attached specifications. Vendors responding to this bid must comply with the federal requirements in Attachment #1. Vendors must complete and submit certification for Buy America and Lobbying. All bids shall be F.O.B. City of Fort Collins Traffic Department. For technical questions, please contact Britney Sorensen, Traffic Systems Engineer/Supervisor at 970-416-2268 or bsorensen@fcgov.com. For purchasing questions, please call John Stephen, CPPO, LEED AP, Senior Buyer at 970-221- 6777 or isteahenCa7fcgov.com. This is a one year agreement but, 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 use the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office 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. Awarded contractor must sign the attached Service Agreement and provide insurance per Exhibit „B„ 7264 Traffic Signal Poles Page 3 of 43 The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date 13. CLEAN AIR Clean Air — (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seg. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 14. CLEAN WATER REQUIREMENTS Clean Water - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seg. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 15. CARGO PREFERENCE REQUIREMENTS Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill-of- ladin c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. 7264 Traffic Signal Poles Page 30 of 43 16. ENERGY CONSERVATION REQUIREMENTS Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 17. ADA Access Accessibility. Facilities to be used in public transportation service must comply with 42 U.S.C. Sections 12101 et seq. and DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 CFR Part 37; and Joint ATBCB/DOT regulations, "Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT incorporated by reference the ATBCB's "Americans with Disabilities Act Accessibility Guidelines" (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities, and are incorporated into Appendix A to 49 CFR Part 37. DOT also added specific provisions to Appendix A modifying the ADAAG, with the result that buildings and facilities must comply with both the ADAAG and amendments thereto in Appendix A to 49 CFR Part 37. 7264 Traffic Signal Poles Page 31 of 43 'Fi-sC z 9b A No g - - o�mW Q O C 3€ [ m' a o 0 3 $z eo 3 Gn3 so "< m m s£ �d - m �o��� 7c Z I 3�i07 Q Ln WOW AVIS aim gs yea a_ W deb a A� �_ogao H cn HS UQ =NSW w 9 ltl CI r4 _� Sd00H f�-L n Kr O N Wa U m W In - m z 8 a _ (ft a 01 01 .0t L m c O Y y deli O L �J \ // .SI 01.01 6 n .Ot 01 .L S drvn m soLL , G oil ll10pH Oxtl wm .ar c as 11 Q b o v c 0 El vi Ho u o z/e z/s Tim i$ LLo o0 ��w o d N f E o c n w� a U° O z 3NMNIW03 100HOm 0- 9 N011035 3Sv8 w a t3 ¢ .0t � O ,0-.6t ,0-.OL p w < 9t O1 �¢ oo ...7 cv NO1103S ON3 s'W` z a ,OL Ol ,L o¢ Wo No �/ O -- i.9 Ol .9-.f o O i 1z1 — ----- — — — — Q ch 0 L: m cn ,0 Z ppF3 04'< ox VZN �Q r az �f 6 dp <ry �un N ^,� Z�� ZV -V 3Um a O o <m0 31V1d 3SVI3 JOQ m one ioi 1101109 01 N01131S 35 �I - mm i =o 311d 01 NOUO3S 10ll08 01 .0-10Z oz ON3I wpm yr o mNWv_�w o • p F L u yp� : =p m C-' Nw w. °$ioYx �YH inG u pp�< 3 €��pa"< w� m� 61 a ci �mt>im u 3 WN vli F? � _ V my� pl �i Z� r \ m ii x oNwt a ouoz- 8 IF < C soo N a 3.3n 8 p ¢Q uoo w c mNo w x< i u<m i i Iw mswo< v o mn< o �� oG H 3 z.iim ffi z In �' w�o. inwz u • �8 1 ` HSW C U < a_ o a o x p2 �' i]u Z I _ - i o `� 5 om`dF 8s pkx�a 8 H N` Z� ry ; p .. w w p� y op Z .# a mN< �< 3 p O L Wx - pN NNN<F wz = mj O5o OA Am-w o yg Ilm �� WOE- Ol j C UO N Wp 38zm<r ¢ F O LLn =WCO �N O p� Z2 U¢rv<x LL w w¢ �y .wo 6 N mt ` Nw m <K UWNN 0�1 3 O a p p wp w z 0 5 op zi mi w^ Na ga o7s mlL H iu -^o:� C� o� �j' �� 1"'�`�: m s a o 20 c� VNg p i�' iwp<a.W 3'- mg 3 m& uo 3ws n Ei N i � oo - p m nm z FFo wm Jvoi ' o'ooa m �p p i9 W! p h ws m^< 0 8:o 2.'¢-Np jj 13 "Y+;'44" �poa'a.a a al m ynyo ¢Wu oo _T� N� z1 W a �`u7 xri w wp < 30 w 2o'c o a . n,- wGp�w w �; F om =gym=a �w ^ mG p is 6. 6- w p om o A �hw opoxl� ga p p 1� nN €� oALN1111 "'zzFmzWzn wwmo wu a6 onO mwd Qx in_ . �d mo o<' H013H ONONOON - ry U 0 ,6L 01 ,Lt m s ,� ¢ j £ w oz OPokpa k moo .per m$ o w p s <sgi€i mm p _ m `a'^c�& m o�w uj ,$ 0 3 ig_m�mvzim�€FwW"m om u¢i\? W9 D 8 o o = o ' z Go z3mmw'oum.0 oa zn o ito�-m z wy U ¢is F8N�yt3 d p w0 ¢ O 10F c KnZZm�f N 2 j ZW U W3wZC� 0. o vGi N < g.o ii ¢ ge 1- dm H w p� tom �v�c m¢ i'9"w�w mb ,n6 y¢� Z_u O �m OF c aF m ¢ F U x pOZJ� Z<ZJ< y< Z, C p��11 [2 wN2 w nr �ANK z G - {Gw3opUp _ j wp W < �GZY� w_ p_iwwC Vi 3 p F6 S x lA� NQU Vm F G DppWO Zw.w.0"'w m w wYF G OZ p pN <�7 m6 pp Un ,jiN p0 <wH,- ¢ =p~wp F € u t um EYm N G zdm�uyu� S�YG o'u" � r ww��W a 3 z m <a N¢wzNFa 7=_ o j o wEx `��aW _ w �: g �No 8W8 o F dw y € z0o�mg£Rx �ZfBgsG"1 m zZ m Q m m Ow Paz- = 0 3N a Iwo NFp s wm < �"=rGpwi ua<Cpi m o €x o Jy 7 _ D? wg-iom s w$�n �pbs' mu r k ��ac=� 'oowu2m i ,s i 8 3 i 'z5i 8m$�{ 33 'a o€`�� zo 3 5 w s �dw ¢ oou S;m3. �_ z xmv��m m3wc'd wou = q,.t a w o'_�zp - am � n igg `u_ 3• i o �<'mW `�mw€mi - �m GtSv`, 4�N m=j'��W o��u�m 00 <� = w ry - 8oi,ww €imraJ G so w m i €o 0ii?Ixn w ° p g s¢ om p Wp4x V o 'S= dmC �o`"wz 3 =p Jm¢ owoa"Ju z x N �n=oWz�o� sG�<�'°w m„ m o w �"� p mw �`88 wz. o o m mow w� m€xw< �F s zp o .. c m ^oam .o'o�a�i w - rcs� m -�8rc p<r z'^- ha 5 C �m�J 3w� 8ow8o3 m O �� m u a< oN ism cp` m i t2 re p o-wQzi=6 h mm wS GW.. o m ry z < m w '° u�z'o N z s i� w sap 8p �wzM.oZ gm-U oo 9 'o N o i i i s `9 zIWWFu W z"omo wow o < r swot¢ o> ^ " '2 a o izt p m a vi m uFi.'2 zm-ww pWOw w w 2 suo a a a g g s m News JomWw¢w 'a iX 3<< j 8 m omo„< = N pre u i izio�"_'' W1wir� �u�'a V 6 z li "c �w.,o� '6^<F- 8w s zY g c_ b ass im���1 hw ow `s'oowW GVaio�o�gp u� ww wh w w �.^.i o myco GG wwwi¢,w ° N wUw S hivoi voi voi vwi <m....�...pw m i• uF w azz�E pww8�oiw �� p o E o 0' n' n z p` 'd g i iam wIw^ �n m n �w mJ N No u iw �2c i pGoam y� .. - ry - w 3 p6 -.��„�� w z '" m �JWws 9 wW �a �o ;R ms8g Y a'om:an. Y 7 � L< xo 8 a �8 �� £usm€..a za imiw.32m �W o _ ° 8 w o u 0 z E z 1H013H ONNNnon a w L013H l IMON .01 NO 3 o a a 7 M ON"non 'g 0 aiJ sv 0 o Q O o .0 ao .( < < � z m 5 � s a .o-.z F� F� mph op op < m` ZZ�I ¢O z ¢Ow v�i53 '^� mz oo I �� Uw cYiw wW im Q Fri Fri w� m wo cgoi 5o o`� ix i 4a o�¢ �� j Ga 1 P z o N(n ircW ma min l C♦ rw Jo Q o o¢m4a oo . ww V •zOLoz oNo >HDw�o oO ¢ a3 o FW _ U �1 Nmzo ¢ j~II 2g1 UQW Faril �3EL «3w wrcmoa oa -� sN� mw 2-{ F00�m F 1—i Wa 6 O a ti Nj Q 0� U N JJ Q Z. 5a0a w X OW O ago" z� a < wa k 30 M (� d C H$ O M. F �� .p. m O6 • �Qd V� 1.Q' Z :.Q 3 as ? o w dul o L vNR °oa m O ` x Ow ¢oaz Wp u c2iw � ozWo mW oo�`V ('d.LLl ¢I�-nwW Ypp. ¢psw ' wow m vo`a� p 3 Nw i .-ziXR oa oiimz 0 O m oo ud ow z_ad3 z 5zz¢oD I o zds aoi '^w v�-iV O .B zpv�i3 or O III G a 'xw O N - - :• ow o_ wN o N N � o 0r I IL c E zt o� i .01 a0 a3 ~ m mn�W ttmV C310HOWH 63ddn) W = Wag r¢ 31V1d 3S 30 ¢<wo L a r 6O6 Vio n01108 O1 .0-,OZ knmr N zd w (3lOHONOl a3A101) 9 3 m 2 m w w 3lOHONtM lj 31V1d l 01 3 �iN g 3o dot 01 o`<<J ��W w z< wOC a Cm)-9-.Z z <id FWD o O ('NIM).O-.z pp w '.'� X'Fo� m NOY V n r S oo vV 2w m0 w O ¢U¢ U Y Wtj g O WO ZYO F Ow a 3s y 3 .Z< 30 ¢ j N 0 F S d ,'.� 2 i K O N w U'U' 251 z n 1H013H dnO Q O" - o WW aC Z w X U Gv X .l O v u z 0 6 3 0 00 `F u o O O i I"KW �o Wok gma ; mm o m a Wsw _o < W p N mOO VOZ I Iy � w � Q1d 6K O mil -Ifs u 0 34 ooi `0 0 o O V n 0 O V ` 3 U 3 - O Q � bb J m mcwJidi of oN ZWO 0000� nMNNN � Y�2 p U N3=dd600 2 Z i^ `^ W Z WOU=mNNNN � ai"o 00 33�0 00 Nnm N Q U � � O^ rl�e W W N az i� mm�_ p2 s� NOONN 000a oia m mmmo nnn ddd � y agoo Z rc' iibnri U ddhrh W N F 2 Q W p r,, ddmoo ut ii^' JV_ ` n-NNm ? 00000 * �„ mmm�N Z O P � � O ar n - W Vl A�j 0 m a ! \ 2 \(�a.: 22\\42 �) 2g/ Po ( \§!Oz _ (01 i0w ! ®E 20 \� )j 80. \ ^ ()/) l- w -_ 0 (% E§§)( . n:.- ;§§ :(!# !\ Z! §U§§ \ � ') --- w o (� (�� (� Nx i' 1 om < v Z0 3ZQ 00wC _ O �O ~ZWW WZ p0 O nw w m O O irk 1 • _ Z w �-{ avWi �3ri3 �i mG�o I Q ��JJJm 5^'ry a -ry lef /1 ZO IWI W Vi fJ a Zm2 O wm ova mom_o� ^ 05 - nW •1 Lu m� Na o z a a V] wmffo- _ ww o w �m o C o LL au�,� mo `- U Ca - „ wz ':' ¢� omZ- 8om w=��n � � 3 2F o TTI '" 0 U� m z`r_V wow 1..i, c' 0n000 H Z^ 3v'S'i ag I ¢ i a m ow 5 Z. s w W 0 ww? N9d- ~oV moos y �3r w W yz l <F - w q W5 rp3iom O L A c rvn O' m` 9 o�aZ I I a w w�So Nmrm F wa0 9JJ w:o WoZ was d u ` ��i Noy WgFx gwe�r 2 0 w a m<w I oo Tii � o o g Ew- m 3 3 u o ono,: tlr rvca aou 4 `o a m ago w Q OF^ 3 11IH 0 yy ON6J NNNON OO YT cl wsn x __�m 0 I u„m I o Oo z �ws� Q 11 m z � s 9g ♦ x z r r w J i a 0 E 66666 2 O 2 Ip� jj yq� m o g m � p 8 S 0 0 uT JP UT Q 0 a mw m K w- on 512.2 e__mo o as vxi --- �o w m• 63`-. N „O qNerN wo- 0- Owrcz ua3� on :md n yuooj Nr^oNo"nP LNd c^^ _n__ z 6 oz ui oo m _ ow^ iZ^v N� a PmmnW <� zZ l ^ FyW^Nr�-Ni(OI O- d x v J,. nnnnr �x " wo m vi., V Z O O Z > V -000.n o.NO w r U d 4 J 6 Z- = Q F "ddddo w0�w w Jx o ~ w H d 2 a ~ O rJ m w o4r s x- o 3. Oz o a 2 O Z OF V" W " Z Z p 0 0 0 __ n b m o _ o o F __ o i 0 O 0 g m � Nui rPoo.V oS, w a ] z �. z oc m s -I.0 m ' �OWLL xa N< j �00 aiX F, F J� w o z N m 4<wG m w 4 0 �gw„t nooNN 0 0 i mm E m e U o F a P s = 0 4 J� \\ _ram ,a r a HiON31w , \\\\\ w _ ,_ ____„ `~® z /§/) � } \ !/§§//4 ! z ®§w:l <)§§z`®���`) ) §§ 6 z \ _ \� / §§ § 9 � z / z \7« ƒ /\\ ° E/{ `i \ \ / » <)/ §IS 3 © \ CK } $\\j� ] �- &- \ \ / / { { /; 3All KI j \ /!)Z ] �)\\) 0 �({\ U§§§ 0 z z LU Q b o� �g-Q �53� V egos W� Waz aozn Hi r _ m U Ca ww Hi u s' sso:np� d s O L O `o o y 34 z'i A rcio� "rn p OZca nw Z. O O �Ilaa. a$ W WON o �IIl� s $ 3 W w i� m < O 1n P5 k3 3 ; H 2� o z N " iw. O o W p E N u � o£ A L H:z08 Z 3 ice. } N - Z,N o z $5-Y e C <� 0 0 0.� - 3Z i r $g 3 �� `qp� c a J � O E y N U£ 4 o' � u £$ 5f g 7 W ] O c o 0 o i n o ?-�$^s ,uo'� BW ' p o0 0 11 .5o O E o u z e8 En vY U s > = 0 8 V J 0 z NOLL ¢ w0 -.Ozs. OL 01 a o , (a3a1no38 I 1 3aItlNIWnI N3HM ,Ol 01 ,L NOIlO35 ON3 y Ol y_ w u z z z ----------- J- —_— - ___ _— �p i 0a Q V] N t o �o i mN w z n w�a oo W„ G m w o ra C/) o z ti oopQ m e W u^JS • I� NZOFS r € U U Z m O ww WOtiz. 3 0 <V U I m� •� yy l� u w W N G _ oz di • • 3 W Q - § o m wmN p my N F Q a o ..-, m a F-' m z m m a i w cn Oz ao� is O �a _ �n mC a oc `a z y f m m b Z ~ m J F" oWwe 3N3uai 5 ��' o • im 'oo Q w :.. w a zo ��wm oh 5 op z p< C Q WC $ Q pxi Y ' `m m �o - �m z= J V z iwa z z55x o na a xz F O Y c mo `0wx H� mN w 0s 1 rt r5 tz c� 35w z " y aK' -N o s.� z �Fgi m2Q om Z a b_ o of i3 0o av my m m a c �N o =o a00 o mo Y m w r 0, o�_ s�4'� � - - �w voi c� uo w<'o<o m` $ ia7-,bo 3 zoy<.8-y� C�8 `off ' -_ �o^< w ai_gym°'^' e' Ni .w 0G •'ea y3sog two �� '� o� dm Q ov ga O �yJw yy w0 3s JJ S¢Go p •I < m S^ qa s N O 3H wNamN�Om �gw im < �m t 'O ir. NN 60O^ P i� o� iwy ^ envoi F� e5 $iooNN Sm m—mw i£ iw xoo .n ai �n o< a�m�t �a of G Qom Fj..�+....� _ am n� < 2-<w y� �pQ s ♦ y ao`nLL C a� €2 oa do mo d wXF 1HO13H ON"noW < O I S ~ IZ O III; �w w o NWWo. mt Baez o �� o 13N 9 mo oo� 0 0p.0m ���Gwwo Wi K"3�'mp w�" �ni 0 o _ im€F o Z. myi=�$ opQ<�LL G g�T G z x uw a io�Z. 'o 0 � j2 r '0 3 Zw � � � raw w 7 < ymy02 U. G i ¢ wrZ 3�±Ni.N Yf O�iN� V US O ZOs Nn W3gw F w.ipd'3 m WooO<�q, Wm _� U upwm p - 'o o i " �ooic�HG �owSiG i 3a o �w € 'ye E $ z -M �m W G �.�`W „mSm:cmw € =�o� �05'k w m . a o mg�m o9-0 w =$m ¢ n i a e 5 4�$m z z zuk'zsm -OW�o� .,�¢a o Z �- 4 t F d B p G g m4 g m 7't3tpm w�W a oW 1~ rn o C i p w xm o< $� g wg soW xam>w3 Y aBGFwr� i i2 d gizmo 0 i < gOgoNpi w?n;oarczwm �ui m=upos0oo<��wmpw�mio`;wgtmZFg_3� °, z . n mFq�FN �owNwi<mi�_a >m�mmm�Qip ow ozK i�k`a�S'o$oWFi�o?zSbain vpzp o op E ooa an0ioYF LLEotxB�?zl: moa�' o;w wiv F UUph w -a 9 p "-g o- cW¢, 2-,n 0g im`t w, 'w �x0 o $ > w 7 omoo" Yoiw�'pm'miw� oe ii "m`w wom = w0p« �'mN�- i G u <' czs �a o dO a amF.z -si w rcMIT E - &o- oc 6G a" o jL.;o ip w4 <N = 4pz omq iw mP rpiFi 0.a .� o N i 'a z �gL^F zw Wo um i 'd K'a�<4 Gm7m`€m �vw: zw6W� za w o o in m p! w �z-s.na�Owr �N o� u m m m m Wm$ <- o z u '� m�'mp < mom x o""o �'p^ N Vo o z .m.. m6 "' w z G Hg u H ko "' - ww"'~". o$ zo c o o° z .W u o z o < N a- z N NN N Km' = iz.w zi�wsj� WN cmpmox wa zpwz .. - 8 9 p a w p w i t 0 ww m wGiia o¢'a�'J-'¢p3 € $a .p', '�'w�o w E=_: v g p j a j ^�a s 30 3 3 s �G3� MPH �s w�Ri_ m _ off ow o' P o d 0 1 w c n n C e V BID SCHEDULE Mast Arm Base Section + Mast Arm End Section with 15' Luminaire at 30' Standard Length Finish Quantity Unit Cost Unit Cost S-614-40A' None Galvanized 1 S-614-40A 15 Galvanized 1 S-614-40A 20 Galvanized 1 S-614-40A 25 Galvanized 1 S-614-40A 30 Galvanized 1 S-614-40A 35 Galvanized 1 S-614-40A 40 Galvanized 1 S-614-40A 45 Galvanized 1 S-614-40A 50 Galvanized 1 S-614-40A 55 Galvanized 1 S-614-40 60 Galvanized 1 S-614-40 65 Galvanized 1 S-614-40 70 Galvanized 1 S-614-40 75 Galvanized 1 S-614-40A' None Powder Coat over Galvanized 1 S-614-40A 15 Powder Coat over Galvanized 1 S-614-40A 20 Powder Coat over Galvanized 1 S-614-40A 25 Powder Coat over Galvanized 1 S-614-40A 30 Powder Coat over Galvanized 1 S-614-40A 35 Powder Coat over Galvanized 1 S-614-40A 40 Powder Coat over Galvanized 1 S-614-40A 45 Powder Coat over Galvanized 1 S-614-40A 50 Powder Coat over Galvanized 1 S-614-40A 55 Powder Coat over Galvanized 1 S-614-40 60 Powder Coat over Galvanized 1 S-614-40 65 Powder Coat over Galvanized 1 S-614-40 1 70 Powder Coat over Galvanized 1 S-614-40 1 75 Powder Coat over Galvanized 1 Light pole with luminaire only to match S-614-40A style signal poles Total of unit costs Add total of each unit cost for Grand total $ Grand total in words: Delivery Time: CITY RESERVES THE RIGHT TO AWARD INDIVIDUALLY OR AS A GROUP FIRM Are you a Corporation, Partnership, DBA, LLC, or PC SIGNATURE ADDRESS PHONE/FAX # E-MAIL ADDRESS 7264 Traffic Signal Poles Page 4 of 43 0 z p z o= 1H013H ONOry 1vN IrvoN .oa ao .oc u�ni3H HO DNUNnorvowe gv� Sb .lL Z I� wmw o_oo ai a= oR zo 80 .1 a ' _ N¢Cim Syooi Q U wW 3w w �o WV ¢FN zaK /� U ZF3 .0-.L o�.i c a F x Oy�oY a0 LI .L wWW� I I 6= r3 01 p1 Q w tii �vWi r 1W 1W Z.a w �u 5 5 wa wa rcow o. I � zx zx "� l Zm Yw Y� a4=F < in apu Ss ew .I ow b'v, oaorc oa n rc< z< I - 1,�� �= i0 z .1 p0 x G zL: z V =O ^sw LiE, - ?J< 40¢ O QQ�Qx � 500 �c LL�d O�IIVO - xOJ W Q � < ti zJ oz 1III{� wu aWu gw "' wd • �o (t'R.l ¢oo F z 1 ISW J 4I/ a V0V1 W mVw/�" — 1 �ql I 0 on � a'�d6 w3 J C Y o Y O 00 s M c<i 11yy O t Oc oW a5 uCiW -ram wg ma�»WoT c oo��'m _ � m 3x wc>On no IJ w Ow �a32 Up dY�O4 W - ow oJnN wow O L;F 3 os o .Nab oo= F-INIIII, �w= ° illy r O ua r m3=onl i zwC ¢p5w ZoiL0 0 �� b SIL a'x x" pN n m m Q qo c aam x_ ii � '� wo — o 00 �.. a v' mo �� '> o e m (/1 wN V OJv ZZ_O� .9dU T w . n m3w .OL 'l SF V) ai ¢a Q�s 3z fn u w `VV'W�WI'MI `� pqL�,jj a W xV S�w w ~ aii 03 m¢Z m iioo03 gmw (31OHONVN 83ddn) u C ¢ 31rd 39Vn JO u J _ m m w i W� oil (310HG H 3MOI) (3lOird 3 38 �a2 F -> _ N LLo 0 0o zia o 3lOHONVH� JO d 35V9 rc �. � J O d01 Ol e w a W G o zNo (NIN) .0-.Z wo a = p i i o ry o vsi h s owo of .�zs . a 5 V �.. - i000ii nzw O°-o N o x r O a M ab nuoin". wooAw oo 'ap v f J ¢ Z ¢ Z g 0 J Wcq Z< 3 W O u' N o mn p¢W Z .SS O O¢ o-i aO�Oz wC O a u m w o u w �m 3 bpdJ �o p O , <¢32vCv NVI mw 0. N aV6� Qw wp v ��� �• o �ry On 5o E S a z 1,0 EV "s 0 o S s y Y U s � = o Q U J li O V 0 z z m� }� ¢ <o CE wz y mwp � w.. .Fo Oz; j 1•-J4 �O w wF aiw p z 'l mLjz Q l N ug, i u3 �xu p Q V] N nN n�.wi x u� . l m ryz 0 Aso n o u8 I"o wC] p w �= x� N 4 g 6 z_� z At$fl �U^ m p O X T w W� w' Y` 1 n u M � C py' EO W OFF C c�v O pqp G °'rvn �n� � aJ OFo W Sa =?WV� �•' ~ xmUm P J3 J N a s� W o• O oor da wa ,N� � mN�ti NmT o Cao„, c o�g? II 3 z OQ ps U Q W wOWZx N Q a aw WmQQF W W W L OKLL6M1� — — — --EJ — <w c o III U III In wW qqz N woo p wW o� N E o0 silos-n ao3 w.��� as wv,p� .%z sn0a-n aoi no a 5310H o•Mil ms a3a� Z 4 m ww F2 K d D L Al o 'p_ wN� Ydw of Jo .11-.L z -N HOZ g U WZ W•i w wSmw d J 6 2q 33 li. - '^ �zp�n Wo o W wi ugaU � W O n � o �zw�iw N x a 0 o.. An now Fw° !, o w E 0 wo_o uu,� o w'^� ...0 9 w '^ w a o n omrm nl X' N E'o= z o o u ��a a u mm N� r tti o oz ° Q• a N x ^ Q po ma< < «o c .. ZU p Z E OY Orm 3 E" og o U o � n = 0 4 HOO _ram ,'COG e = _;w , a_m= ._ w SS31NOIS3HOO=NOS,. zo \ \Z , _ w_ a_ _,__„ \: . ;! � �\ !. '§ � /\\ )§! { 11 \\\\)\) E^�_f) \\\\}� ®T!!!r ti SCOPE OF WORK Estimate of Quantities The City estimates it will order 12 poles for 2011 of unknown mast arm length. There are no guarantees of quantities. Specifications Colorado Department of Transportation S-Standard plans and drawings are found on the following website and are attached. http://www.coloradodot. info/library/traffic/traffic-s-standard-plans All bidders must provide drawings and written documentation that these drawings are approved by CDOT for bids to be considered. To be qualified, manufacturers must be pre - approved by the Colorado Department of Transportation Bridge Division. All poles will include base sections, anchor bolts with steel template, and all hardware necessary to make a complete assembly. Delivery shall be made to the City's Traffic Operations Facility at 626 Linden Street and will require 48 hours advance notice to schedule the unloading. Contact Traffic personnel at 970-221-6630. 7264 Traffic Signal Poles Page 5 of 43 EXHIBIT 1 — REQUIRED FORMS BUY AMERICA REQUIREMENTS -49 U.S.C. 53230) - 49 CFR Part 661 Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S.C. 53236)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 CFR Part 661. Date Signature Company Name Title OR BUY AMERICA REQUIREMENTS -49 U.S.C. 53230) - 49 CFR Part 661 A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification with all bids on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Non -Compliance with 49 U.S.C. 5323Uj)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(1), but it may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(B) or (j)(2)(D) and the regulations in 49 CFR 661.7. Date Signature Company Name Title 7264 Traffic Signal Poles Page 6 of 43 Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq .)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C.. 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date 7264 Traffic Signal Poles Page 7 of 43 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 , 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 pages and incorporated herein by this reference. 2. The Work Schedule. [Optional] 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 ( ) pages, and incorporated herein by this reference. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated within ( ) days following execution of this Agreement. Services shall be completed no later than . 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. 4. Contract Period. [Option 1] This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for an additional period of one (1) year at the rates provided with written notice to the Professional mailed no later than ninety (90) days prior to contract end. 7264 Traffic Signal Poles Page 8 of 43 4. Contract Period. [Option 2] This Agreement shall commence 200 , and shall continue in full force and effect until 200 , unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed ( ) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without 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. [Early Termination clause here as an option 6. 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 Attn: Purchasing Attn: PO Box 580 Fort Collins, CO 80522 PO Box 580 Fort Collins, CO 80522 In the event of early termination by the City, the Service Provider shall be paid for services rendered 7264 Traffic Signal Poles Page 9 of 43