HomeMy WebLinkAbout114084 EXPRESS EMPLOYMENT PROFESSIONALS - CONTRACT - RFP - 7418 TEMPORARY PERSONNEL SERVICESSERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the "City" and Express Employment Professionals, 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 three (3)
pages and incorporated herein by this reference.
2. Contract Period. This Agreement shall commence November 1, 2012, and shall
continue in full force and effect until October 31, 2013, unless sooner terminated as herein
provided. In addition, at the option of the City, the Agreement may be extended for additional
one year periods not to exceed four (4) additional one year periods. Renewals and pricing
changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley
CPIU published by the Colorado State Planning and Budget Office will be used as a guide.
Written notice of renewal shall be provided to the Service Provider and mailed no later than
ninety (90) days prior to contract end.
3. 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.
4. Early Termination by City/Notice. Notwithstanding the time periods contained
provide the back-up information needed for each specific Purchase Order, the Service
Provider will work with the department involved to provide a quotation for each temporary
employee assignment that includes:
a. A description of the work to be performed;
b. The number and categories of employees required;
c. The location and time for initiation and performance of the work;
d. The payment procedures and amounts;
e. A description of the labor, materials, and support to be provided by the City;
f. Identification of the supervisor/project manager for the department; and
g. Any other special circumstances relating to the performance of the work assignment.
The Service Provider shall have available and/or be able to provide an adequate n umber of
qualified, dependable personnel in each category for temporary employment by the City on
request. The exact requirements in a given situation, such as the number of temporary
employees, the categories required, days, dates, hours, and so on, will be determined by
the various departments and agencies as needs may arise, and will be specified by the
Purchase Order.
6. The Service Provider will provide an employee evaluation form to the City department
project manager for each assignment. Completed evaluation forms shall be maintained by
the Service Provider and copies shall be provided to the Human Resources Department on
request. In addition, the Service Provider will also provide a company evaluation form (for
evaluation of the Service Provider's performance) to the City department project manager
for each assignment. Completed evaluation forms shall also be maintained by the Service
Provider, and copies shall be provided to the Human Resources Department on request.
As requested by the City department prior to assignment or acceptance of any temporary
employee, the Service Provider will provide copies of resumes, employment applications,
test results, at least one satisfactory work reference, employment eligibility verification via
the E-Verify Program, and any other relevant information to the department. To the extent
permissible by law, the Service Provider will perform appropriate background checks, credit
checks, and drug testing as requested by the City on their contract employees. Background
checks, credit checks, and/or drug testing costs will be passed through directly to the City at
their actual cost, without any additional markup added by Service Provider. The Service
Provider will not assign to the City any person for whom they have background or other
information which, in the Service Provider's opinion, would lead a reasonable person to
question the suitability of that person for assignment to the City.
8. If any Employee provided by the Service Provider is deemed unsatisfactory within the first
four working hours of the assignment, the Service Provider will replace that employee, and
the City will not be responsible for payment of hours worked by that employee; up to a
maximum of four (4) hours. Should the City feel that the temporary employee is not suitable
for the assignment, the City will notify the Service Provider, who will in turn be responsible
for removing the employee from the City assignment.
9. Service Provider's average turn -around time after receiving an order is typically within 24
hours. For positions requiring high level skill sets and specific experience, resumes and
candidates are presented within 48 hours.
10. In the event that the City should elect to hire a Temporary Associate
provided by the Service Provider as an employee of the City of Fort Collins for
the position the Service Provider has assigned them to, then the Service Provider has
requested that the Temporary Associate remain on their payroll for a minimum of 420
regular working hours. If the City desires to hire the Associate prior to the completion of 420
regular working hours, the Service Provider requests that their office be contacted in
advance. In the event that "ear ly conversion" (i.e., prior to the completion of a minimum of
420 regular working hours) is requested, the following Conversion Form ula will apply:
• 0-52.5 days = Prorated based on $750 fee for entry-level clerical general laborer
positions. Candidates with higher -level skills will be reviewed by Service Provider and
City on a case -by -case basis.
o How to Calculate (X = # of days worked)
• 100-(X'{100/52.5)) _ % of the Conversion Fee to be paid by the City
• 52.5 days and over = No Fee to convert
11. Open Postings: Any Temporary Associate provided by the Service Provider who happens to
apply independently and be accepted for hire for a publicly posted City position shall not be
subject to the "420-hour minimum" rule.
12. Service Provider agrees to utilize "Behavioral Interviewing" questions with all candidates
provided to the City; in order to determine proper behavioral fit for the working environment
and managerial style of the requesting City department; in addition to assessment of the
requisite skills required to perform the duties outlined by the requesting department
supervisor. Behavioral Interviewing questions are used to determine the candidate's
strengths and weaknesses, ideal work environment, likes and dislikes. If any Employee
provided by the Service Provider is deemed an unsatisfactory behavioral fit within the first
four working hours of the assignment, the Service Provider will replace that employee, and
the City will not be responsible for payment of hours worked by that employee; up to a
maximum of four (4) hours.
13. Fixed Markup Pricing (see Exhibit C — Pricing) will be the standard pricing methodology
employed for this Service Agreement. Other optional pricing methodologies provided for
herein include (but are not limited to) the following:
• Fixed Fee per Project
• Client Payrolled Employee (CPE)
• Direct Placement Staffing
The City reserves the right to discuss additional pricing scenarios with the Service Provider
as necessary during the life of this agreement, in the event the City deems it necessary.
EXHIBIT "B"
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 Agreem ent. 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 $1 00,000 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.
ACORO® CERTIFICATE OF LIABILITY INSURANCE
10/1/2013
DATE (MMIDD YYYY)
9/25/2012
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER LOCkIOn Companies, LLC-1 Kansas City
444 W. 47th Street, SultC 900
Kansas City MO 64112-1906
(816) 960-9000
CONTACT
PHONE FAX
Eutl Me No),
E-MAIL
ADDRESS:
INSURERS AFFORDING COVERAGE
NAIC#
INSURER A: New I -lam Shire Insurance CompanyCompirry
23841
INSURED EXPRESS SERVICES, INC.
INSURER B: Zurich Anl ❑Can Insilrance Compiny16535
INSURER C: American Guarantee and Liab. Ins. Co.
26247
1352730 DHA: EXPRESS EMPLOYMENTPROFESSIONALS
8516 NW EXPRESSWAY
OKLAHOMA CITY, OK 73162
IN SURER D:
INSURER E
INSURER F :
COVERAGES EXPSE01 BF CERTIFICATE NUMBER: 11957536 REVISION NUMBER: XXXXXXX
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
rypE OF INSURANCE
ADD
INSR
SUER
WVD
POLICY NUMBER
POLICY EFF
MMIDDIYYYY
POLICY EXP
MMIDDIYYYY
LIMITS
B
GENERAL
LIABILITY
Y
N
5854213
10/1/2012
HEL12013
EACH OCCURRENCE
DAMAGE TO RENTED
PREMISES (Ea occurrence)
$ 1.000 000
X
MMERCIAL GENE BILITY
MED EXP (Any meperson)
$ 10-000
CLAIMS -MADE X OCCUR
PERSONAL S ADV INJURY
$ 5000000
STAFFING SERVICE
GENERAL AGGREGATE
$
AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGO
S 5,000-000
GEN'L
X
POLICY PRO-
D
AUTOMOBILE
LIABILITY
Y
N
5854213
10/1/2012
10/I/2013
COMBINED
(Ea accident)
$ 1.000.000
BODILY INJURY (Per person)
$ X'X'X'Xxxx
ANY AUTO
ALL OSCHEDULED
AUUTOSS AUTOS
BODILY INJURY Per Incident
$ XXXXXXX
Ix
PROPERTY DAMAGE
$XXXXXXX
HIRED AUTOS X NON-0WNED
AUTOS
$XXXXXXX
G
UMBRELLA LIAR
X'
OCCUR
Y
N
5498877
10/l/2012
10/l/2013
EACH OCCURRENCE
S 20000000
X'
EXCESS LIAB
CLAIMS -MADE
AGGREGATE
IS 20,000,000
DED I I RETENTIONS
IS xxxxxxx
A
WORKERS COMPENSATION
ANDEMPLOYERS' LIABILITY YIN
ANY PROPRIETORIPARTNEWEXECUTIVE ❑
OFFICERIMEMBER EXCLUDED? N
NIA
N
SEE ATTACHED POLICY #'S
10/1/2012
10/I/2013
W $TATB-
X TORVLIMIT
H-
ER
E.L. EACH ACCIDENT
$ 1,000,000
E. L. DISEASE - EA EMPLOYEE
$ 1000000
(Mandatory in NH)
If yes, describe under
E. L. DISEASE -POLICY LIMIT
$ 1,000,000
DESCRIPTION OF OPERATIONS below
B
CRIME/FIDELITY
N
N
5854213
10/l/2012
10/l/2013
CRIMP/FIDELITY: 5,000,000
STAFFING E&O
E&O OCC/AGG: 5,000,000
COVERAGE
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
ALL INSURANCE CARRIERS SI ]OWN ON THIS CER I']FICA 'I E HAVE AN A.M. BFSIRATING OF A X V OR BE FINER UNLESS OTHERWISE NOTED. LOCATION: 1016 -
FORT COLLINS, CO / TYPE OF COMPANY: MUNICIPALITY / JOB DESCRIPTION: GENERAL CLERICAL AND ADMI,NISTRATI V E SUPPORT' POSITIONS / CITY OF
FORT COLLINS IS LISTED AS AN ADDITIONAL. INSURED AS RESPECTS TO WORK PERFORMED BY TEMPORARY ASSOCIATES, AS PER WRITTEN CONTRACT
AND/OR STAFFING AGREEMENT, EXCEPT FOR NEGLIGENCE OR WILLFUL MISCONDUCT OF CI"I'Y OF FORT COLLINS. ADDITIONAL INSURED DOES NOT APPLY
'r0 WC, E&O OR FIDELITY.
CERTIFICATE HOLDER CANCELLATION See Attachment
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
11957536 AUTHORIZED REPRESENTATIVE
CITY OF FORT COLLINS
ATTN: JAMES B. O'NEILL
215 NORTH MASON STREET
FORT COLLINS CO 80521 00
I &WJA
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD c 1988-2010 AFDFfD CORPORATION. All rights reserved
Express Services, Inc.
Workers' Compensation Policy Schedule:
Policies Periods: 10/1/12 - 10/1/13
New Hampshire Insurance Company
Policy No. WC043464654
NAIC # 23841
States Covered: AK, AR, CO, DC, DE, GA, HI, ID, MS, MT, NC, NH, NM, NV, OK, PA, RI, SD,
TN, UT, VA, WV
New Hampshire Insurance Company
Policy No. WC043464655
NAIC # 23841
States Covered: AL, AZ, CT, IA, IL, IN, KS, KY, LA, MD, MI, MN, MO, NE, NJ, NY, OR, SC
National Union Fire Insurance Company of Pittsburgh, PA
Policy No. WC043464659
NAIC #19445
States Covered: MA, ND, OH, WA, WI, WY
MONOPOLISTIC STATES (Employers Liability/Stop Gap Only)
Insurance Company of the State of PA
Policy No. WC043464656
NAIC # 19429
States Covered: CA
Illinois National Insurance Company
Policy No. WC043464657
NAIC # 23817
States Covered: FL
New Hampshire Insurance Company
Policy No. WC043464658
NAIC # 23841
States Covered: TX
Illinois National Insurance Company
Policy No. WC043464660
NAIC # 23817
States Covered: ME
National Union Fire Insurance Company of Pittsburgh, PA
Policy No. WC6636146
NAIC # 19445
States Covered: OH Excess Self Insured
National Union Fire Insurance Company of Pittsburgh, PA
Policy No. WC6636147
NAIC # 19445
States Covered: WA Excess Self Insured
Miscellaneous Attachment: M460401
Master ID: 1352730, Certificate ID: 11957536
EXHIBIT "C"
PRICING
All clerical and administrative support positions will be billed at a fixed markup percentage using
the formula of the pay rate plus forty-one and a half percent (41.50%) of the pay rate. The fixed
markup percentage for payment of invoices by credit card will be forty-three percent (43.00%) of
the pay rate.
Examples:
Job Title
Receptionist
Data Entry Clerk
Administrative Assistant I
Administrative Assistant II/
Secretary
Pay Rate/Hour
$10.00 - $11.00
$10.50 - $11.50
$11.00 - $12.00
$13.00 - $15.00
Bill Rate/Hour
$14.15 - $15.57
$14.86 - $16.28
$15.57 - $16.98
$18.40 - $21.23
Non -clerical will be billed at a fixed markup percentage using the formula of the pay rate plus
forty-two and seventy hundredths (42.70%) of the pay rate.
The fixed markup percentage for payment of invoices by credit card will be forty-four and
seventy hundredths percent (44.70%) of the pay rate.
Examples:
Job Title Pay Rate Bill Rate
General Laborer $10.00 $14.27
Stagehand $12.00 $17.12
Markup percentages are intended to remain fixed for the life of the contract. If any
circumstances arise due to a change in governmental policy which render it detrimental to
Service Provider to maintain these stated fixed markup percentages; in the spirit of partnership,
the City Project Manager and the Service Provider's representative agree to meet within ten
(10) working days from written notice given in order to negotiate a.mutually-acceptable Markup
Percentage in order to accommodate the additional burden imposed by newly -imposed
legislation. Pay rate increases may not exceed the Denver -Boulder CP I-lJ as published by the
Colorado State Planning and Budget Office; they will be renewed and negotiated annually upon
notice of intent to renew the contract.
Fixed Fee per Project:
This option provides for a set of temporary employees whose employment is determined by the
lifespan of a specific project or projects. These services will be based on a mutually agreed
upon scope of work and number of hours required. The City will provide project specifications
documentation and City -staff availability to ensure that Service Provider thoroughly understands
the project before providing a quotation for a Purchase Order. It is agreed upon that this option
is typically appropriate for higher -level or professional -level temporary -employee requirements.
Client Payrolled Employee (CPE) Program:
This option gives the City the ability to have the Service Provider provide pay roll functions for
temporary employees whom are recruited directly by the City (typically, retired employees or
personnel whom the City has previously worked with that possess the qualifications for an
assignment). Service Provider will enter into their payroll system the basic employee information
to trigger the payroll function which incorporates all tax withholdings, Service Provider's
standard benefits (when applicable), etc. All CPE positions will be billed at a fixed markup
percentage using the formula of the pay rate plus thirty percent (30.00%) of the pay rate without
benefits.
Direct Placement Staffing Process:
Service Provider has the ability to identify and recruit the best possible candidates avail able for
permanent placements. The fee for Direct Placement Services is eighteen percent (18.00%) of
the employee's annual salary upon hire by the City.
Employee Conversion from Express Employment Professionals to City Employee:
In the event that the City should elect to hire a Temporary Associate provided by the Service
Provider as an employee of the City of Fort Collins for the position the Service Provider has
assigned them to, then the Service Provider has requested that the Temporary Associate
remain on their payroll for a minimum of 420 regular working hours. If the City desires to hire the
Associate prior to the completion of 420 regular working hours, the Service Provider requests
that their office be contacted in advance. In the eve nt that "early conversion" (i.e., prior to the
completion of a minimum of 420 regular working hours) is requested, the following Conversion
Formula will apply:
0-52.5 days = Prorated based on $750 fee for entry-level clerical general laborer
positions. Candidates with higher -level skills will be reviewed by Service Provider and
City on a case -by -case basis.
o How to Calculate (X = # of days worked)
100-(X`{100/52.5)) = % of the Conversion Fee to be paid by the City
52.5 days and over = No Fee to convert
EXHIBIT D
FEDERAL CONTRACT REQUIREMENTS
FEDERAL TRANSIT ADMINISTRATION
Federally Required and Other Model Contract Clauses
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 w ritten 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 claus a 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
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 seg. 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 als o 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 w ith 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 im pose 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, 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
Characteristics
Operational
Service,I
Contract "
,;Turnkey,,
Construction
Architectural '
Engineering
Acquisition of
Rolling Stock h
Professional
Services'
:.
I State Grantees
None
Those
None
None
None
None
a. Contracts below
imposed on
SAT ($100,000)
state pass
None
thru to
Yes, if non-
None unless
None unless
None unless
b. Contracts above
unless'
Contractor
competitive
non-
non-
non-competitive
$100,000/Capital
non-
award or if
competitive
competitive
award
Projects
competitive
funded thru2
award
award
award
5307/5309/53
11
II Non State Grantees
'
Those
a. Contracts below
Yes'
imposed on
Yes
Yes
Yes
Yes
SAT ($100,000)
non -state
b. Contracts above
Yes'
Grantee
Yes
Yes
Yes
Yes
$100,000/Capital
pass thru to
Projects
Contractor
Sources of Authority: ' 49 USC 5325 (a) 2 49 CFR 633.17 ' 18 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 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 City 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 c osts, 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 the City to be paid the
Contractor. If the Contractor has any property in its possession belonging to the City ,
the Contractor will account for the same, and dispose of it in the manner the City directs.
b. Termination for Default [Breach or Cause] (General Provision) If the
Contractor does not deliver supplies i n 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 City 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 City 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 City, 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 City 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 the City's satisfaction the breach or default of any of the
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
Express Employment Professionals
Attn: Purchasing
Attn: Joan Busch, Human
2850 McClelland Drive, Suite 100
PO Box 580
Resources
Fort Collins, CO 80525
Fort Collins, CO 80522
PO Box 580
Attn: Jeanne Fangman, Franchise
Fort Collins, CO 80522
Owner/Manager
In the event of early termination by the City, the Service Provider shall be paid for services
rendered to the date of termination, subject only to the satisfactory performance of the Service
Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole
right and remedy for such termination.
5. Contract Sum. The City shall pay the Service provider for the performance of this
Contract, subject to additions and deletions provided 'herein, per the attached Exhibit "C",
consisting of two (2) pages, and incorporated herein by this reference.
6. 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.
7. 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.
8. Personal Services. It is understood that the City enters into the Agreement
terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by
Contractor of written notice from the City setting forth the nature of said breach or
default, the City 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 the City 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 the City elects to
waive its remedies for any breach by Contractor of any covenant, term or condition of
this Contract, such waiver by the City shall not limit the City's remedies for any
succeeding breach of that or of any other term, covenant, or condition of this Contract.
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 disabili ty. 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, S ex - 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 sec.,
(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) Acme - In accordance w ith 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 or in part with Federal assistance provided by FTA, modified only if
necessary to identify the affected parties.
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 A ssistance Programs. The national goal
for participation of Disadvantaged Business Enterprises (DBE) is 10%. The City
has an overall DBE goal of 9.9%.
There is no specific contract goal for this project but the City encourages bids
from DBE firms in this project.
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 w ith a subcontractor must
include the assurance in this paragraph (see 49 CFR 26.13(b)).
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. Ir
addition, it 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.
[3
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 Stall. 3327).
The provisions of Part 29 apply to all grantee contracts and subcontracts at any level
expected to equal or exceed $25,000 as w ell 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, a nd 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. Thi s
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 al so
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).
Clause Lanquage
The following clause language is suggested, not mandatory. It incorporates the optional
method of verifying that contractors are not excluded or disqualif ied 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 com pliance in its lower tier covered transactions.
10. BREACHES AND DISPUTE RESOLUTION
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 City'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 City, Contractor shall
continue performance under this Contract w hile 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 City 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 City 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 City, (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.
11. 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 Lobby ing 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
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 C ooperative 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, etseq.)]
(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 states ent 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.,
t this a 'fication and disclosure, if any.
Signature of Contractor's Authorized Official
�yrt -4k�—Name and Title of Contractor's Authorized Official
)o ta- Date
12. 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
seq. 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.
13. 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 sec. 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. FLY AMERICA REQUIREMENTS
The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in
accordance with the General Services Administration's regulations at 41 CFR Part 30 1-
10, which provide that recipients and subrecipients of Federal funds and their
contractors are required to use U.S. Flag air carriers for U.S Government -financed
international air travel and transporta tion of their personal effects or property, to the
extent such service is available, unless travel by foreign air carrier is a matter of
necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign
air carrier was used, an approp riate certification or memorandum adequately explaining
why service by a U.S. flag air carrier was not available or why it was necessary to use a
foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly
America requirements. The Contractor agrees to include the requirements of this
section in all subcontracts that may involve international air transportation.
15. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
Background and Application
The Contract Work Hours and Safety Standards Act is codified at 40 USC 3701, et seq.
The Act applies to grantee contracts and subcontracts "financed at least in part by loans
or grants from ... the [Federal] Government." 40 USC 3701(b)(1)(B)(iii) and (b)(2), 29
CFR 5.2(h), 49 CFR 18.36(i)(6). Although the original Act required its application in any
construction contract over $2,000 or non- construction contract to which the Act applied
over $2,500 (and language to that effect is still found in 49 CFR 18.36(i)(6) ), the Act no
longer applies to any "contract in an amount that is not greater than $100,000." 40 USC
3701(b)(3) (A)(iii).
The Act applies to construction contracts and, in very limited circumstances, non -
construction projects that employ "laborers or mechanics on a public work." These non -
construction applications do not generally apply to transit procurements because transit
procurements (to include rail cars and buses) are deemed "commercial items." 40 USC
3707, 41 USC 403 (12). A grantee that contem plates entering into a contract to procure
a developmental or unique item should consult counsel to determine if the Act applies to
that procurement and that additional language required by 29 CFR 5.5(c) must be added
to the basic clause below.
The clause language is drawn directly from 29 CFR 5.5(b) and any deviation from the
model clause below should be coordinated with counsel to ensure the Act's
requirements are satisfied.
Clause Lanquage Contract Work Hours and Safety Standards
(1) Overtime requirements - No contractor or subcontractor contracting for any part of
the contract work which may require or involve the employment of laborers or mechanics
shall require or permit any such laborer or mechanic in any workweek in which he or she
is employed on such work to work in excess of forty hours in such workweek unless
such laborer or mechanic receives compensation at a rate not less than one and one -
half times the basic rate of pay for all hours worked in excess of forty hours in such
workweek.
(2) Violation; liability for unpaid wages; liquidated damages - In the event of any
violation of the clause set forth in paragraph (1) of this section the contractor and any
subcontractor responsible therefore- shall be liable for the unpaid wages. In addition,
such contractor and subcontractor shall be I iable. to the United States for liquidated
damages. Such liquidated damages shall be computed with respect to each individual
laborer or mechanic, including watchmen and guards, em ployed in violation of the
clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day
on which such individual was required or permitted to work in excess of the standard
workweek of forty hours without payment of the overtime wages required by the clause
set forth in paragraph (1) of this section.
(3) Withholding for unpaid wages and liquidated damages - The (write in the name
of the grantee) shall upon its own action or upon written request of an authorized
representative of the Department of Labor withhold or cause to be withheld, from any
moneys payable on account of work performed by the contractor or subcontractor under
any such contract or any other Federal contract with the same prime contractor, or any
other federally -assisted contract subject to the Contract Work Hours and Safety
Standards Act, which is held by the same prime contractor, such sums as may be
determined to be necessary to satisfy any liabilities of such contractor or subcontractor
for unpaid wages and liquidated damages as provided in the clause set forth in
paragraph (2) of this section.
(4) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the
clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring
the subcontractors to include these clauses in any lower tier subcontracts. The prime
contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.
16. TRANSIT EMPLOYEE PROTECTIVE AGREEMENTS
Transit Employee Protective Provisions.
(1) The Contractor agrees to the comply with applicable transit employee protective
requirements as follows:
(a) General Transit Employee Protective Requirements - To the extent that
FTA determines that transit operations are involved, the C ontractor agrees
to carry out the transit operations work on the underlying contract in
compliance with terms and conditions determined by the U.S. Secretary of
(b)
Labor to be fair and equitable to protect the interests of employees
employed under this contract and to meet the employee protective
requirements of 49 U.S.C. A 5333(b), and U.S. DOL guidelines at 29 C.F.R.
Part 215, and any amendments thereto. These terms and conditions are
identified in the letter of certification from the U.S. DOL to FTA applicable to
the FTA Recipient's project from which Federal assistance is provided to
support work on the underlying contract. The Contractor agrees to carry
out that work in compliance with the conditions stated in that U.S. DOL
letter. The requirements of this subsection (1), however, do not apply to
any contract financed with Federal assistance provided by FTA either for
projects for elderly individuals and individuals with disabilities authorized by
49 U.S.C. § 5310(a)(2), or for projects for nonurbanized areas authorized
by 49 U.S.C. § 5311. Alternate provisions for those projects are set forth in
subsections (b) and (c) of this clause.
If the contract involves transit operations financed in whole or in part with
Federal assistance authorized by 49 U.S.C. § 5310(a)(2), and if the U.S.
Secretary of Transportation has determined or determines in the future that
the employee protective requirements of 49 U.S.C. § 5333(b) are
necessary or appropriate for the state and the public body subrecipient for
which work is performed on the underlying contract, the Contractor agrees
to carry out the Project in compliance with the terms and conditions
determined by the U.S. Secretary of Labor to meet the requirements of 49
U.S.C. § 5333(b), U.S. DOL guidelines at 29 C.F.R. P art 215, and any
amendments thereto. These term s and conditions are identified in the U.S.
DOL's letter of certification to FTA, the date of which is set forth Grant
Agreement or Cooperative Agreem ant with the state. The Contractor
agrees to perform transit operations in connection with the underlying
contract in compliance with the conditions stated in that U.S . DOL letter.
(c) Transit Employee Protective Requirements for Projects Authorized by 49
U.S.C. § 5311 in Nonurbanized Areas - If the contract involves transit
operations financed in whole or in part with Federal assistance authorized
by 49 U.S.C. § 5311, the Contractor agrees to comply with the terms and
conditions of the Special Warranty for the Nonurbanized Area Program
agreed to by the U.S. Secretaries of Transportation and Labo r, dated May
31, 1979, and the procedures implemented by U.S. DOL or any revision
thereto.
(2) The Contractor also agrees to include the any applicable requirements in each
subcontract involving transit operations financed in whole or in part with
Federal assistance provided by FTA.
17. CHARTER BUS REQUIREMENTS
Charter Service Operations - The contractor agrees to comply with 49 U.S.C. 5323(d)
and 49 CFR Part 604, which provides that recipients and subrecipients of FTA
assistance are prohibited from providing charter service usi ng federally funded
equipment or facilities if there is at least one private charter op erator willing and able to
provide the service, except under one of the exceptions at 49 CFR 604.9. Any charter
service provided under one of the exceptions must be "incidental," i.e., it must not
interfere with or detract from the provision of mass transportation.
18. SCHOOL BUS REQUIREMENTS
School Bus Operations - Pursuant to 69 U.S.C. 5323(f) and 49 CFR Part 605,
recipients and subrecipients of FTA assistance may not engage in school bus operations
exclusively for the transportation of students and school personnel in competition with
private school bus operators unless qualified under specified exemptions. When
operating exclusive school bus service under an allowable exemption, recipients and
subrecipients may not use federally funded equipment, vehicles, or facilities.
19. DRUG AND ALCOHOL TESTING
Introduction
FTA's drug and alcohol rules, 49 CFR 655 are unique among the regulations issued by
FTA. First, they require recipients to ensure that any entity performing a safety -sensitive
function on the recipient's behalf (usually subrecipients and/or contractors) implement a
complex drug and alcohol testing program that complies with Part 655. Second, the rules
condition the receipt of certain kinds of FTA funding on the recipient's compliance with
the rules; thus, the recipient is not in compliance with the rules unless every entity that
performs a safety -sensitive function on the recipient's behalf is in compliance with the
rules. Third, the rules do not specify how a recipient ensures that its subrecipients
and/or contractors comply with them.
How a recipient does so depends on several factors, including whether the contractor is
covered independently by the drug and alcohol rules of another Department of
Transportation operating administration, the nature of the relationship that the recipient
has with the contractor, and the financial resources available to the recipient to oversee
the contractor's drug and alcohol testing program. In short, there are a variety of ways a
recipient can ensure tha t its subrecipients and contractors com ply with the rules.
Therefore, FTA has developed three model contract provisions for recipients to use "as
is" or to modify to fit their particular situations.
Explanation of Model Contract Clauses
Under Option 1, the recipient ensures the contra ctor's compliance with the rules by
requiring the contractor to participate in a drug and alcohol program administered by the
recipient. The advantages of doing this are obvious: the recipient maintains total control
over its compliance with 49 CFR 655. The disadvantage is that the recipient, w hich may
not directly employ any safety -sensitive employees, has to implement a complex testing
program. Therefore, this may be a practical option only for those recipients which have
a testing program for their employees, and can add the contractor's safety -sensitive
employees to that program.
Under Option 2, the recipient relies on the contr actor to implement a drug and alcohol
testing program that complies with 49 CFR 655, but retains the ability to monitor the
contractor's testing program; thus, the recipient has less control over its compliance with
the drug and alcohol testing rules th an it does under option 1. The advantage of this
approach is that it places the respon sibility for complying with the rules on the entity that
is actually performing the safety -sensitive function. Moreover, it reserves to the recipient
the power to ensure that the contractor complies with the program. The disadvantage of
Option 2 is that without adequate monitoring of the contractor's program, the recipient
may find itself out of compliance with the rules.
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.
9. 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.
10. Warranty.
a. Service Provider warrants that all work performed hereunder shall be
performed with the highest degree of competence and care in accordance with accepted
standards for work of a similar nature.
b. . Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the most suitable grade of
their respective kinds for their intended use, and all workmanship shall be acceptable to City.
C. Service Provider warrants all equipment, materials, labor and other work,
provided under this Agreement, except City -furnished materials, equipment and labor, against
defects and nonconformances in design, materials and workmanship/workwomanship for a
period beginning with the start of the work and ending twelve (12) months from and after final
acceptance under the Agreement, regardless whether the same were furnished or performed by
Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from
City of any such defect or nonconformances, the affected item or part thereof shall be
redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to
City.
11. 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
Under option 3, the recipient specifies some or all of the specific features of a
contractor's drug and alcohol compliance program. Thus, it requires the recipient to
decide what it wants to do and how it wants to do it. The advantage of this option is that
the recipient has more control over the contractor's drug and alcohol testing program, yet
it is not actually administering the testing program. The disadvantage is that the
recipient has to specify and understand clearly what it wants to do and why.
Drug and Alcohol Testing
Option 1
The contractor agrees to:
(a) participate in (grantee's or recipient's) drug and alcohol program established in
compliance with 49 CFR 655.
Drug and Alcohol Testing
Option 2
The contractor agrees to establish and implement a drug and alcohol testing program
that complies with 49 CFR Parts 655, produce any documentation necessary to
establish its compliance with Parts 655, and permit any authorized representative of the
United States Department of Transportation or its operating administrations, the State
Oversight Agency of (name of State), or the (insert name of grantee), to inspect the
facilities and records associated with the implementation of the drug and alcohol testing
program as required under 49 CFR Parts 655 and review the testing process. The
contractor agrees further to certify annually its compliance with Parts 655 before (insert
date) and to submit the Management Information System (MIS) reports before (insert
date before March 15) to (insert title and address of person responsible for receiving
information). To certify compliance the contractor shall use the "Substance Abuse
Certifications" in the "Annual List of Certifications and Assurances for Federal Transit
Administration Grants and Cooperative Agreem ents," which is published annually in the
Federal Register.
Drug and Alcohol Testing
Option 3
The contractor agrees to establish and implement a drug and alcohol testing program
that complies with 49 CFR Parts 655, produce any documentation necessary to
establish its compliance with Parts 655, and perm it any authorized representative of the
United States Department of Transportation or its operating administrations, the State
Oversight Agency of (name of State), or the (insert name of grantee), to inspect the
facilities and records associated with the implementation of the drug and alcohol testing
program as required under 49 CFR Parts 655 and review the testing process. The
contractor agrees further to certify annually its compliance with Parts 655 before (insert
date) and to submit the Management Information System (MIS) reports before (insert
date before March 15) to (insert title and address of person responsible for receiving
information). To certify compliance the contractor shall use the "Substance Abuse
Certifications" in the "Annual List of Certifications and Assurances for Federal Transit
Administration Grants and Cooperative Agreem ents," which is published annually in the
Federal Register. The Contractor agrees further to [Select a, b, or c] (a) submit before
(insert date or upon request) a copy of the Policy Statement developed to implement its
drug and alcohol testing program; OR (b) adopt (insert title of the Policy Statement the
recipient wishes the contractor to use) as its policy statement as required under 49 CFR
655; OR (c) submit for review and approval before (insert date or upon request) a copy
of its Policy Statement developed to implement its drug and alcohol testing program. In
addition, the contractor agrees to: (to be determined by the recipient, but may address
areas such as: the selection of the certified laboratory, substance abuse professional, or
Medical Review Officer, or the use of a consortium).
20. 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.
21. RECYCLED PRODUCTS
Recovered Materials - The contractor agrees to comply with all the requirements of
Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42
U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247,.
and Executive Order 12873, as they apply to the procurement of the items designated in
Subpart B of 40 CFR Part 247.
22. CONFORMANCE WITH ITS NATIONAL ARCHITECTURE
To the extent applicable, the Contractor agrees to conform to the National Intelligent
Transportation Systems (ITS) Architecture and Standards as required by SAFETEA-LU
§ 5307(c), 23 U.S.C. § 512 note, and follow the provisions of FTA Notice, "FTA National
ITS Architecture Policy on Transit Projects," 66 Fed. Reg. 1455 at seq., January 8, 2001,
and any other implementing directives FTA may issue at a later date, except to the
extent FTA determines otherwise in writing.
23. 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.
24. CITY OF FORT COLLINS BID PROTEST PROCEDURES
The City of Fort Collins has a protest procedure, covering any phase of solicitation or
award, including but not limited to specification or award. The protest procedures are
available from the Purchasing Department, City of Fort Collins, 215 N. Mason, Street,
2nd Floor, P. O. Box 580, Fort Collins, CO. 80522. You may also request a copy of the
procedures by emailing: Purchasino cDfcoov.com or calling 970-221-6775.
according to the terms of this agreement, such party may be declared in default thereof.
12. 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.
13. Binding Effect. This writing, together with the exhibits hereto, constitutes the
entire agreement between the parties and shall be binding upon said parties, their officers,
employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs,
personal representatives, successors and assigns of said parties.
14. 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.
15. 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.
16. Law/Severabi lity. 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.
17. 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 am ended, and expanded in P ublic Law 156, 108th
Congress, as amended, administered by the United States Department of Homeland Security
(the "e-Verify Program") or the Department Program (the "Department Program"), an
employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in
order to confirm the employment eligibility of all newly hired employees to perform work under
this Agreement.
b. Service Provider shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement or knowingly enter into a contract with a subcontractor that
knowingly employs or contracts with an illegal alien to perform work under this Agreement.
c. Service Provider is prohibited from using the e-Verify Program or Department
Program procedures to undertake pre -employment screening of job applicants while this
Agreement is being performed.
d. If Service Provider obtains actual knowledge that a subcontractor performing
work under this Agreement knowingly employs or contracts with an illegal alien, Service
Provider shall:
1. Notify such subcontractor and the City within three days that Service Provider
has actual knowledge that the subcontractor is em ploying 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 ha s not knowingly employed or contracted with
an illegal alien.
e. Service Provider shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department") made in the course of an
investigation that the Department undertakes or is undertaking pursuant to the authority
established in Subsection 8-17.5-102 (5), C.R.S.
f. If Service Provider violates any provision of this Agreement pertaining to the
duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this
Agreement is so terminated, Service Provider shall be liable for actual and consequential
damages to the City arising out of Service Provider's violation of Subsection 8-17.5-102, C.R.S.
g. The City will notify the Office of the Secretary of State if Service Provider
violates this provision of this Agreement and the City terminates the Agreement for such breach.
18. Special Provisions. Special provisions or conditions relating to the services to be
performed pursuant to this Agreement are set forth in Exhibit "D", consisting of fifteen (15)
pages, attached hereto and incorporated herein by this reference.
OF
FOnT
G•• . c
C
Assistant
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By:
_ Or." (V,
James . O eill II, CPPO, FNIGP
Directo of urchasing and Risk Management
Date: C-> 23 )
Express Emplo rofessionals
PRI AME \\
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: 4:1c51C1!%1��� o�ZFJ/�
(Corporate Seal) '
J`-Lj�r�A :. ..
EXHIBIT "A"
SCOPE OF SERVICES; GENERAL SERVICES CATEGORY
This section is intended to outline and define the categories in the general scope of work that
may be needed by the City. The items or tasks listed in each category are examples of the
types of specific services that the City anticipates are likely to be required or may potentially be
required in the General Services category. It is possible that additional or extended similar
services may be required at some point of time and the City may choose to utilize the Service
Provider under such circumstances.
However, the City makes no assurance that any specific service described in this section will be
needed during the initial one-year term of any contract that may be awarded pursuant to this
Request for Proposal, or any extension of such a contract.
Provide support for various departments whenever the support workload exceeds the time
available to City staff. Requests for General temporary employees may come from a wide
range of City agencies and departments, covering temporary personnel categories
representing a diversity of skills and duties. Requests for temporary personnel support will
go directly to the Service Provider from each individual department or agency. The Service
Provider will then work directly with the department to meet the need. The Service P rovider's
project manager will need good communication skills and a focus on customer service.
Pursuant to the Request for Proposal, the Service Provider will serve as the Primary
Contractor for General Services. As a standard practice, it is the intent of the City that a City
department that determines that it needs General temporary personnel services, beyond the
department's and the City's internal resources, would contact the Service Provider regarding
the specifics of the need. If the Service Provider is unable to m eet the need with sufficient
qualified personnel in the time frame required, other contractors would be contacted.
2.a. If Service Provider is unable to respond within a reasonable period of time after
receiving an order, Service Provider will call a secondary Service Provider with the order on
behalf of the City; and will communicate to the City's Project Manager status of the'order
request within 24-48 hours.
3. The Service Provider will maintain a listing of all temporary employees who have worked on
assignments with the City. This list shall include, at a minimum, the following information:
a. The employee's name and social security number;
b. The employee's position classification, and training or skill level(s), as appropriate;
c. The agency/department assignment;
d. The employee's total hours worked, salary per hour and cost per hour, and total cost;
e. The supervisor's performance rating of the employee;
f. The total hours assigned per classification; and
g. The total cost to the City for all employees provided.
Utilizing this listing, the Service Provider will report all activity with the City to the
Human Resources Department and the Purchasing Division on a quarterly basis,
within two weeks after the end of the quarter.
4. Each separate assignment requiring temporary employee(s) for a department will be
authorized through the issuance of a Purchase Order based on the Service Agreement. To