Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 7418 TEMPORARY PERSONNEL SERVICES (2)ocuigr1 triveiope u. I tr4rD-DD1kb-’4o ii -UUt-UDOM1 oooD.
F Or’ of 0 1 flS ui;hasr; Ji’?st. sOn
hasing
hjov.corn’purchasThg
October30, 2014
Volt Workforce Solutions
Attn: Rocquael Gaines @ RGaines@volt.com
2401 N Glassell St
Orange, CA 92865
RE: Renewal, 7418 Temporary Personnel Services
Dear Mr. Jamison:
The City of Fort Collins wishes to extend the agreement term for the above captioned proposal
per the existing terms and conditions and the following:
1. The term will be extended for one (1) additional year, November 1, 2014 through October 31,
2015.
2. Amended Services Agreement, attached and incorporated hereto by this reference.
If the renewal is acceptable to your firm, please sign this letter and the attached Agreement in
the spaces provided, include a current copy of insurance naming the City as an additional
insured for General Liability, and return all documents to the City of Fort Collins, Purchasing
Division, P. 0. Box 580, Fort Collins, CO 80522, within the next fifteen days.
If this extension is not agreeable with your firm, we ask that you send us a written notice stating
that you do not wish to renew the contract and state the reason for non-renewal.
Please contact Jill Wilson, Buyer at (970) 221-6216 if you have any questions regarding this
matter.
Sincerely,
Gerry S. Paul
Director of Purchasing and Risk Management
(O/31// Lf
Signature Date
(Please indicate your desire to renew 7418 by signing this letter and returning it to Purchasing
Division within the next fifteen days.)
GSP: jw
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
ocUI9fl
riveiope
u.
I L
rrQ-obpkM-’fo,
(-LJUt-IJDL,M
I
OD4L.
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
Volt
Workforce
Solutions,
a
division
of
Volt
Management
Corp.,
hereinafter
referred
to
as
“Service
Provider”.
WITNESSETH:
In
consideration
of
the
oGuiyr1 tnveiope u: I
rr’..-bM,\-qD!
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
(Early
Service Provider
Copy
to:
City
of
Fort
Collins
City
of Fort
Collins
Termination
by
City
Volt
Workforce
Solutions
Attn:
Purchasing
Attn:
Joan
Busch,
Notice):
Attn:
Legal
Department
P0
Box
580
Human
Resources
Volt
ocuIyfl riveiope iu: I rrD-oU/-v\-4o, I-uUt-Uoi.oMIooDzL
the prior written consent of the City.
9. Accertance 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 services performed hereunder shall be
performed with the highest degree of competence and care in accordance with accepted
standards for services 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 represents and warrants that to the best of its
knowledge after reasonable inquiry and, if applicable, conducting any specific City-provided
prescreening or assignment eligibility screening, the Technical temporary employee has the
requisite knowledge, skill and training to perform the requested work. Service Provider further
represents and warrants that pursuant to Exhibit A - Scope of Services Section 8, if the City
notifies Service Provider that such Technical temporary employee has failed to perform as
required or lacks the skill, knowledge or training to perform as required, Service Provider shall
replace Technical temporary employee.
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
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
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
xuiyri
nveiope
I
U:
I
‘tr
r
-iv-’+
ii
uuorl
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.
uuigri
r1veIope
IL). I
r-DMM-43I
f
-ULJtUO1...OI-\(
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/Severability.
The
laws
of
the
State
of
Colorado
shall
govern
the
construction
interpretation,
execution
uQGUigri tnvei(Jpe IL); I LtrrLQ-QI,v-k-’+3 ( ( UL)t-IJO I-’,!
OD
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 that the Department undertakes or is undertaking pursuant to the authority
established in Subsection 8-1 7.5-1 02 (5), C.R.S.
f. If Service Provider violates any provision of this Agreement pertaining to the
duties imposed by Subsection 8-1 7.5-1 02, 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 fourteen (14)
pages, attached hereto and incorporated herein by this reference. Exhibit D applies solely to
certain temporary assignments for individuals performing work for the City funded by a federal
grant. The City shall notify the Staffing Provider in writing for any assignment(s), which are
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
cuIgr1 triveiope I ,
-uut-ioi
( OOOD4
subject to the provisions of Exhibit D.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By:______________________________
Gerry S. Paul
Director of Purchasing and Risk Management
Date:_______________________________
ATTEST:
City Clerk
APPROVED AS TO FORM:
Assistant City Attorney
Volt Workforce Solutions
By:_____________________________
PRINT NAME
DEN-T
1
‘or
Date: f
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
11/3/2014
cuIgI1
nveiope
i:
I
r4r-L.o-v\-’+o
,-uut-uo’...,j
ooo
EXHIBIT
“A”
SCOPE
OF
SERVICES;
TECHNICAL
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
ocuiyn
tnveiope IL.’. ItrrQ-ObMM-’K.’(
I-U-UODO
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
,c.uIgr1
triveiope
tu:
(-UU-UO(OOoo
the
Associate
prior
to
the
completion
of
520
regular
working
hours,
the
Service
Provider
requests
that
their
office
be
contacted
in
advance.
In
the
event that
“early
conversion”
(i.e.,
prior
to
the
completion
of
a
minimum
of
520
regular
working
hours)
is
requested,
the
following
Conversion
Formula
will
apply:
•
0-65
days
=
Prorated
based
on
18%
ocuIgrI tnveiope I u. I
L.trI--ob,\M-4DI
I -ULIt-UOL.OI\I bOO’..
EXHIBIT
“B”
INSURANCE
REQUIREMENTS
1.
The
Service
Provider
will
provide,
from
insurance
companies,
the
insurance
coverage
designated
hereinafter
and
pay
reasonable
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
ocuign tnveiope I I c rr’.,o-Db,kM-’4o II -1UU-UO’.H( OOD
EXHIBIT “C”
PRICING
Fixed Markup:
All technical positions using the Fixed Markup pricing option will be billed at a fixed markup
percentage using the formula of the pay rate plus thirty-eight percent (38.00%) of the pay rate.
The fixed markup percentage for payment of invoices by credit card will be forty percent
(40.00%) of the pay rate.
Examples:
Job Title Pay Rate/Hour Bill Rate/Hour
Eng Software I $32.00- $37.00 $44.16- $51.06
Tech Field/PC Support $25.00- $30.00 $34.50 -$41.40
Help Desk I $16.00 - $18.00 $22.08 - $24.84
Programmer $35.00 - $60.00 $48.30 - $82.80
Eng Network Systems $30.00 - $35.00 $41.40 - $48.30
Web Programmer $22.00 - $35.00 $30.36 - $48.30
Spec Procurement/Buyer $24.00 - $27.00 $33.12 - $37.26
Markup percentages are to remain fixed for the life of the contract. Pay rate increases may not
exceed the Denver-Boulder CPI-U 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 technical or professional temporary-employee
requirements.
Client Payrolled Employee (CPE) Program:
This option gives the City the ability to have the Service Provider provide payroll 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 technical positions will be billed at a fixed
markup percentage using the formula of the pay rate plus thirty-five percent (35.00%) of the pay
rate with benefits; or 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 available 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.
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
cuign
triveiope
lu.
LtrrD-DbMI-’+D(
!-Ut-UOMltOL
Employee
Conversion
from
Volt
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
ucuigri tnveiope U: I rr-ObMM-+D! (-UU-UOi-( OOOD,
EXHIBiT “D”
FEDERAL CONTRACT REQUIREMENTS
FEDERAL
TRANSiT
ADMINISTRATION
Federally Required and Other Model Contract
Clauses
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.
PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED
ACTS
Program Fraud and False or Fraudulent
Statements
or Related Acts.
(I) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act
of 1986, as amended, 31 U.S.C. § 3801
et.
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 ETA. It is further agreed that the clauses
shall not be modified, except to identify the subcontractor who will be subject to the provisions.
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
ocuigfl riveiope iu: I rr-Dblv\-’1D,, -uut-uoL.MI OOQL
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 ETA 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. ETA 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 of Professional
Characteristics Service Engineering Rolling Stock Services
Contract
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
1
Contractor competitive non- non- non-competitive
$100,000/Capital non- award or if competitive competitive award
Projects competitive funded thru
2
award award
award 5307/5309/53
11
II Non State Grantees —
Those
a. Contracts below Yes
3
imposed on Yes Yes Yes Yes
SAT ($100,000) non-state
b. Contracts above Yes
3
Grantee Yes Yes Yes Yes
$100,000/Capital pass thru to
Projects Contractor
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
ocuig11 triveiope lu: I rruD-eMM-’+o, i -uut-UooiM ooou
Sources of Authority: 149 usc 5325 (a) 249 CFR 633.17
l8
CFR 18.36 (i)
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 ETA, 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.
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 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 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 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 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 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.
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
.IocuIyr I r1veIope iu: I rzrL.o-biM-’+of -uut-uoLoRi OODZ
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., (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) gg - 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 or in part with Federal assistance provided by FTA, modified only if necessary to identify
the affected parties.
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
jocuigri triveiope iu: I rzrD-MM-’+o,( -uut-u I
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 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 with
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. In 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.
INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (ETA) 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 4220.1E, 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.
GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)
Backnround and Apilicabiflty
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
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
.iocuigr1 nveiope I U: I L.tr4rL.o-DMM”D( i -uut-u .I’,
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).
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.
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
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
)OClJIfl nveIope IL) I .,trr-DbF\M-4D, , - ut-uoI
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 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 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.
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, etseq.]
- Lobbying Certification and Disclosure of Lobbying Activities for third party contractors are
mandated by 31 U.S.C. 1 352(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.
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
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
ocugn
trivetope lu; i -uut-uOL.OR I 0003LL.
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, 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. § 1 352(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.
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
cuign
trlvelope
tu.
_____________________________
Signature
of
Contractor’s
Authorized
Official
_____________________________
Name
and
Title of
Contractor’s
Authorized
Official
____________________________
Date
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
g.
The
Contractor
agrees
to
report
each
violation
to
the
Purchaser
:uign
trlvelope
lu;
IrLr---,--,
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
contemplates
entering
ugn
ti
veiope
IJ:
I
L.trarL-D,-v%-,L)I
determines
that
transit
operations are
involved,
the Contractor
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
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
cuIgr1 trlvelope
I I
-UUt-UO.OR!
oo
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
IUSZIII
,IVII.)J
‘-‘
‘-‘— ‘-
Drug
and
Alcohol
Testing
Option
I
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
—.
d_JOOtI
OOO
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
National Union Fire Insurance Company of 19445-002
New Hampshire Insurance Company 23841-001
National Union Fire Insurance Co. of Pitt 19445-001
Illinois National Insurance Co. 23817-002
877-945-7378 888-467-2378
certificates@willis.com
Willis of New York, Inc.
c/o 26 Century Blvd.
P. O. Box 305191
Nashville, TN 37230
A Division of Volt Management Corp.
7300 West 110th St.,
Commerce Plaza, Ste. 140
Overland Park, KS 66210
X
X
X
1,000,000
250,000
10,000
1,000,000
2,000,000
A GL3823566 3/31/2014 3/31/2015
X
1,000,000
1,000,000
1,000,000
N
B WC026034751 3/31/2014 3/31/2015
B WC026034752 3/31/2014 3/31/2015
C WC026034755 3/31/2014 3/31/2015
D WC026034756 3/31/2014 3/31/2015
See above Workers Compensation
section
B Workers Compensation WC026034758 3/31/2014 3/31/2015
THIS VOIDS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE DATED: 11/3/2014 WITH ID: 22334346
Re: Services Agreement effective November 1, 2012
The City of Fort Collins, its officers, agents and employees are included as Additional Insureds
as respects to General Liability when required by written contract.
Volt Workforce Solutions
Page 1 of 1 11/03/2014
Y
22334349 See Remarks
Fort Collins, CO 80522
P.O Box 580
Attn: Purchasing
City of Fort Collins
Coll:4554638 Tpl:1884224 Cert:22334349
DATE (MM/DD/YYYY)
PRODUCER
INSURED
INSR ADDL SUBR POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS
COMMERCIAL GENERAL LIABILITY
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATION
AND EMPLOYERS’ LIABILITY Y / N
N / A
(Mandatory in NH)
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additonal Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
CONTACT
NAME:
PHONE FAX
(A/C, NO, EXT): (A/C, NO):
E−MAIL
ADDRESS:
INSURER(S)AFFORDING COVERAGE NAIC #
INSURER A:
INSURER B:
INSURER C:
INSURER D:
INSURER E:
INSURER F:
EACH OCCURRENCE
DAMAGE TO RENTED
$
CLAIMS−MADE OCCUR PREMISES (Ea occurence) $
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GEN’L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
PRO-
POLICY JECT LOC
OTHER: $
COMBINED SINGLE LIMIT
(Ea accident) $
ANY AUTO
ALL OWNED
AUTOS
BODILY INJURY(Per person) $
SCHEDULED
AUTOS
HIRED AUTOS
BODILY INJURY(Per accident) $
NON-OWNED
AUTOS
PROPERTY DAMAGE
(Per accident) $
$
OCCUR EACH OCCURRENCE
CLAIMS−MADE AGGREGATE
$
$
DED RETENTION $ $
PER OTH-
STATUTE ER
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED?
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - EA EMPLOYEE $
E.L. DISEASE - POLICY LIMIT $
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.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
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).
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
ACORD 25 (2014/01)
© 1988−2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
CERTIFICATE OF LIABILITY INSURANCE
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
Subpart
B
of 40
CFR Part
247.
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
et
seq.,
January
8,
2001,
and any
other
implementing
directives
ETA
may
issue
at
a
later
date,
except
to
the extent
ETA
determines
otherwise
in
writing.
ADA
ACCESS
Accessibility. Facilities
to
be
used
in
public
transportation service
must
comply
with
42
U.S.C.
Sections
12101
etseq.
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.
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
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
Agreements,”
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
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 Agreements,”
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).
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.
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
allowable
exemption, recipients
and
subrecipients
may
not
use
federally
funded
equipment,
vehicles,
or
facilities.
DRUG
AND
ALCOHOL
TESTING
Introduction
FTA’s
drug
and
alcohol
rules,
49
CFR
655
are
unique
among
the regulations
issued
by
ETA.
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
ETA
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
that
its
subrecipients
and
contractors
comply
with
the
rules.
Therefore,
ETA
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
contractor’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,
which
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
contractor
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
than
it
does
under
option
1.
The
advantage
of
this
approach
is
that
it
places
the
responsibility
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.
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.
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
5333(b),
and
U.S.
DCL
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.
DCL
to
FTA
applicable
to
the
ETA
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.
DCL
letter.
The
requirements
of
this
subsection
(1),
however,
do
not
apply
to
any
contract
financed
with
Federal
assistance
provided
by
ETA
either
for
projects
for
elderly
individuals
and
individuals
with
disabilities
authorized
by
49 U.S.C.
§
531
O(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.
(b)
Transit Employee Protective
Requirements
for
Proiects
Authorized
by
49 U.S.C.
531
O(a)(2)
for Elderly
Individuals
and
Individuals
with
Disabilities
-
If
the
contract
involves
transit
operations
financed
in
whole
or
in
part
with
Federal
assistance
authorized
by
49 U.S.C.
§ 531
O(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. DCL
guidelines
at
29 C.F.R.
Part
215,
and
any
amendments
thereto.
These
terms
and
conditions
are
identified
in
the
U.S.
DCL’s
letter
of
certification
to
FTA,
the
date
of
which
is
set
forth
Grant
Agreement
or
Cooperative
Agreement
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.
DCL
letter.
(c)
Transit Employee Protective
Requirements
for
Proiects
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.
§
531.1,
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
Labor,
dated
May
31,
1979,
and
the
procedures
implemented
by
U.S.
DCL
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
ETA.
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
using
federally
funded
equipment
or
facilities
if
there
is
at
least
one
private
charter operator
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.
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
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
Lanciuage
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
liable
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,
employed
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.
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
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
and
understands
and
agrees
that
the
Purchaser
will, in
turn,
report
each
violation
as
required
to
assure
notification
to
ETA
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
ETA.
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
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
ETA.
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
301
-1
0,
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
transportation
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
appropriate
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.
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
1
8.36(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
I
8.36(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).
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
their
payroll
for
a
minimum
of
520
regular
working
hours.
If
the
City
desires
to
hire
the
Associate
prior
to
the
completion
of
520
regular
working
hours,
the
Service
Provider
requests
that
their
office
be
contacted
in
advance.
In
the event that
“early
conversion”
(i.e.,
prior
to
the
completion
of
a
minimum
of
520
regular
working
hours)
is
requested,
the
following
Conversion
Formula
will
apply:
•
0-65
days
=
Prorated
based
on
18%
fee
o
How
to
Calculate
(X
=
#
of
days
worked)
•
1
00.(X*{1
00/65))
=
%
of
the
Conversion
Fee
to
be
paid
by
the
City
65
days
and
over
=
No
Fee
to
convert
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
following
statement:
“Service Provider
shall
supply
reasonable
written
notice
to
the
City
of
Fort
Collins
if
the
insurance
evidenced
by
this
Certificate
is
cancelled
or
materially
altered.”
In
case
of
the
breach
of
any
provision
of
the
Insurance
Requirements,
and
failure
by
Service
Provider
to
cure
such
breach,
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
insurance
policies
for
any
claims
arising
out
of
work
performed
under
this
Agreement.
2.
Insurance
coverages
shall
be
as
follows:
A.
Workers’
Compensation
&
Employer’s
Liability.
The
Service
Provider
shall
maintain
during
the
life
of
this
Agreement
for
all
of
the Service
Provider’s
employees
engaged
in
work
performed
under
this
agreement:
1.
Workers’
Compensation
insurance
with
statutory
limits
as
required
by
Colorado
law.
2.
Employer’s
Liability
insurance
with
limits
of
$100,000
per accident,
$500,000
disease
aggregate,
and $100,000
disease
each
employee.
B.
Commercial
General
Liability.
The
Service
Provider
shall
maintain
during
the
life
of
this
Agreement
such
commercial
general
liability
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
Commercial
General
shall
not
be
less
than
$1,000,000
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.
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
fee
for
technical
services
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)
1
00(X*{1
00/65))
%
of
the
Conversion
Fee
to
be
paid
by
the
City
•
65
days
and over
=
No
Fee
to
convert
11.
Open
Postings:
If
any
Temporary
Associate
provided
by
the Service
Provider
has
applied
for
any
publicly
posted
City
position
prior
to
being
submitted
to
the
City
for
assignment
and
is
accepted
for hire,
the
City
shall
not
be
subject
to
the *520.hour
minimum*
rule.
After
a
Temporary
Associate
provided
by
the
Service
Provider
has
been
submitted
to
the
City
for
assignment,
they
will
be
subject
to
the
“520-hour
minimum”
rule
in
the
event
that they
apply
and
are
accepted
for
hire
for
a publicly
posted
City
position
which
is
the
same
position
within
the
same
assigned
department
or
a
position
within
the
same
assigned
department
utilizing
the
same
skill-set.
In
the
spirit
of
partnership, the
City
Project
Manager
and
the Service
Provider
local
representative
agree
to
meet
to
negotiate
a
mutually-acceptable
resolution
to
any
cases
that
should
arise
where
there
is
not
a
clear-cut
distinction.
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
eight
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
eight
(8)
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.
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
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.
5.
The
Service
Provider
shall
have
available and/or
be
able
to
provide
an
adequate
number
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.
7.
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
eight
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
eight
(8)
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
520
regular
working
hours.
If
the
City
desires
to
hire
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
required
or
may
potentially
be
required
in
the
Technical
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.
1.
Provide
support
for
various
departments
whenever
the
support
workload
exceeds
the
time
available
to
City
staff.
Requests
for
Technical
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
Provider’s
project
manager
will
need
good
communication
skills
and
a
focus
on
customer
service.
2.
Pursuant
to
the
Request
for
Proposal,
the
Service
Provider
will
serve
as
the
Primary
Contractor
for
Technical
Services.
As
a
standard
practice,
it
is
the
intent
of
the
City
that
a
City
department
that
determines
that
it
needs
Technical
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
meet
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
provide
the
back-up
information
needed
for
each
specific
Purchase
Order,
the Service
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
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
amended,
and
expanded
in
Public
Law
156,
108th
Congress,
as
amended,
administered
by
the
United
States
Department
of
Homeland Security
(the
“e-Verify
Program”)
or
the
Department
Program
(the
“Department
Program”),
an
employment
verification
program
established
pursuant
to
Section
8-17.5-102(5)(c)
C.R.S.
in
order
to
confirm
the
employment
eligibility
of
all
newly
hired
employees
to
perform
work
under
this
Agreement.
b.
Service
Provider
shall
not knowingly
employ
or
contract
with
an
illegal
alien
to
perform
work
under
this
Agreement
or
knowingly
enter
into
a
contract
with
a
subcontractor
that
knowingly
employs
or
contracts
with
an
illegal
alien
to
perform
work
under
this
Agreement.
c.
Service
Provider
is
prohibited
from
using
the
e-Verify
Program
or
Department
Program
procedures
to
undertake
pre-employment
screening
of
job
applicants
while
this
Agreement
is
being
performed.
d.
If
Service Provider
obtains
actual knowledge that
a
subcontractor
performing
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
Bindinci
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
third
party
actions,
suits,
claims,
demands
or
liability
brought
or
asserted
for
injuries
to
or
death
of
any person
or
persons,
or
damages
to
property
arising
out
of
or,
resulting
from
the
negligent
act
or
omission
of
Service
Provider
or
its
employees
in
connection
with
the performance
of
the
Scope
of
Services
hereunder,
or
arising
out
of
Workers’
Compensation
claims,
Unemployment
Compensation
claims
or
Disability
claims
of
employees
of
Service
Provider
or
claims
under
such
similar
laws
or
obligations,
except
to
the
extent
caused
by
or
resulting
from
the
negligent
act
or
omission
of
the
City
or
its
employees.
b.
The
Service
Provider
shall
take
all
necessary
precautions
in
performing
the
services
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.
Notwithstanding
the
foregoing,
there
shall
be
no
additional
insured
coverage
provided
for
Vehicle
Liability.
The
Service
Provider
before commencing
services hereunder,
shall
deliver
to
the
City’s
Director
of
Purchasing
and
Risk
Management,
P.
0.
Box
580
Fort
Collins,
Colorado
80522
one
copy
of
a
certificate
evidencing
the
insurance
coverage
required
from
an
insurance
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
Workforce
Solutions
2401
North
Glassell
Street
Fort
Collins,
CO
80522
P0
Box
580
Attn:
Director
of
Contracts Orange,
CA
92865
Fort
Collins, CO
80522
2401
North
Glassell
Street
Orange,
CA
92865
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
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
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35
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,
2014,
and
shall
continue
in
full
force
and
effect
until
October
31,
2015,
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
two (2)
additional
one
year
periods.
Written
notice
of
renewal
shall
be
provided
to
the
Service
Provider
and
mailed
no
later
than
thirty
(30)
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
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
DocuSign Envelope ID: AF3727A8-C759-4CF1-9165-5B062876BA35