Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
120140 VARSITY FACILITY SERVICES - PURCHASE ORDER - 9151778
City of Fort Collins Date: 03/25/2015 Vendor: 120140 VARSITY FACILITY SERVICES 3720 W 72ND AVE WESTMINSTER CO 80030 PURCHASE ORDER PO Number Page 9151778 t°fz This number must appear on all invoices, packing slips and labels. Ship To: OPERATIONS SERVICES CITY OF FORT COLLINS 300 Laporte Avenue Building B FORT COLLINS CO 80521 Delivery Date: 03/25/2015 Buyer: DOUG CLAPP Note: Ref. #8022 Custodial Services Contract Line Description Quantity Ordered UOM Unit Price Extended Price 1 Custodial Services /contract General Facilities 1 LOT LS 218,000.00 2 Recreation Facilities 1 LOT LS 180,000.00 3 Police Facilities 1 LOT LS 3,500.00 City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by Gerry S. Paul City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax:970-221-6707 Email:purchasing@fcgov.com T Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 invoices @fcgov.com Purchase Order Terms and Conditions Page 2 of 2 1. COMMERCIAL DETAILS. In exemptions. By starve the City of Fort Collins is exempt from state and local taxes. Our Exemption Number is 9&04502. Federal Excise Tax Exemption Certificate of Registry 846000587 is registered with the Collector of Internal Revenue, Denver, Colorado (Ref. Colorado Revised Sutures 1975. Chapter 39126, 114 (a). Goods Rejected. GOODS REJECTED due to failure to meet specifications, either when shipped or due to defects of damage in transit, may be returned to you for credit and are rat to be replaced except upon receipt of written instructions from the City of Fort Collins. Inspection. GOODS are subject to the City affair Collins inspection on arrival. Final Acceptance. Receipt of the merchandise, services or equipment in response to this order can result in authorized payment on the part of the City of Fort Collins. However, it is m be understood that FINAL ACCEPTANCE is dependent upon completion of all applicable required inspection procedures. Freight Terms. Shipments must be F.O.B., City of Fort Collins, 700 Wood St., Fort Collins, CO 80522, unless otherwise specified on this order. If permission is given to prepay freight and charge separately, the original freight bill most accompany invoice. Additional charges for packing will an( be accepted. Shipment Distance. Where manufacturers have distributing points in various parts of the country, shipment is expected from the nearest distribution point to destination, and excess freight will be deducted from Invoice when shipments are made from greater distance. Permits. Sell" shall procure at sellers sole cast all necessary permits, certificates and licenses required by all applicable laws, regulations, ordinances and rates of the state, municipality, territory or political subdivision where the work is performed or required by any other duly constiNted public authority havingjmisdiction over the work of vendor. Seller further agrees to hold the City of Fort Collins harmless from and against all liability and loss incurred by them by reason of an asserted or established violation of any such laws, regulations, ordinances, rates and requirements. Authorization. All parties to this contract agree that the representatives are, in fact, bons fide and possess full and complete authority to bind said parties. LIMITATION OF TERMS. This Purchase Order expressly limits acceptance to the terms and conditions stated herein set forth and any supplementary or additional more, and conditions annexed hereto or incorporated herein by reference. Any additional or different terms and conditions proposed by seller are objected to and hereby rejected. 2. DELIVERY. PLEASE ADVISE PURCHASING AGENT immediately if you cannot make complete shipment to arrive an youe promised delivery dare as noted Time is of the essence. Delivery and performance most be effected within the time stated on the purchase order and the documents attached hereto. No acts of the Purchasers including, without limitation, acceptanre of partial late deliveries, shall operate as a waiver of this provision. In the event of any delay, the Purchaser shall have, in addition to other legal and equitable m nalm, the option of placing this order elsewhere and holding the Seller liable for damages. However, the Seller shall not be liable for damages as a result of delays due to causes not reasonably foreseeable which are beyond its reasonable control and without its fault of negligence, such acts of God, area of civil in military authorities, governmental priorities, fires, strikes, food, epidemics, wars or riots provided that ounce of the conditions causing such delay is given to the Purchaser within five (5) days of the time when the Sell" first received knowledge thereof. In the event of any such delay, the date of delivery shall be extended for the period equal to the time scantily lost by reason of the delay. 3. WARRANTY. The Seller warrants that all goods, articles, materials and work covered by this order will conform with applicable drawings, specifications, samples and/or other descriptions given, will be fit for the purposes intended, and performed with the highest degree of care and competence in accordance with accepted standards for work of a similar nature. The Seller agrees to hold the purchaser harmless from any loss, damage or expense which the Purchaser may suffer or incur on account of the Sellers breach of warranty. The Seller shall replace, repair or make good, without cost to the purchaser, any defects or faults arising within one (1) year car within such longer period of time as may be prescribed by law or by the terms of any applicable warranty provided by the Seller after the date of acceptance of the goods furnished hereunder (acceptance not to be unreasonably delayed), resulting from imperfect or defective work done or materials furnished by the Sell". Acceptance or use of goads by the Purchaser shall not constitute a waiver of any claim under this warranty. Except as otherwise provided in this purchase order, the Sellers liability hereunder shall extend to all damages proximately caused by the breach of any of the foregoing warranties or guarantees, but such liability shall in no event include loss of profits or loss of use. NO IMPLIED WARRANTY OR MERCHANTABILITY OR OF FITNESS FOR PURPOSE SHALL APPLY. 4. CHANGES IN LEGAL TERMS. The Purchaser may make changes in legal terms by written change order. 5. CHANGES IN COMMERCIAL TERMS. no Purchaser my make any changes to the terms, other than legal corms, including additions to or deletions form the quantities originally ordered in the specifications or drawings, by verbal or written change order. If any such change affects the amount due or the time of performance hereunder, an equitable adjustment shall be made. 6. TERMINATIONS. The Purchaser may at any time by written change order, terminate this agreement as to any or all portions of the goods then not shipped, subject to any equitable adjustment between the patties as an any work or materials than in progress provided that the Purchaser shall out be liable for any claims for anticipated profits on the uncompleted portion of the goods and/or work, for incidental or consequential damages, and that no such adjustment be made in favor of the Seller with respect to any goods which are the Sellers standard stock. No such termination shall relieve the Purchaser or the Seller of any of their obligations as to any goods delivered hereunder. 7. CLAIMS FOR ADJUSTMENT. Any claim for adjustment must be asserted within thirty (30) days from the date the change or termination is ordered 8. COMPLIANCE WITH JAW. The Seller warrants that all goods sold hereunder shall have been produced, said, delivered and furnished in strict compliance with all applicable laws and regulations to which the goods arc subject. The Seller shall execute and deliver such documents as may be required to elTecl or evidence compliance. All laws and regulations required to be incorporated in agreements of this character are hereby incorporated herein by this reference. The Seller agrees in indemnify and hold the Purchaser harmless form all costs and damages suffered by the Purchaser as a result of the Sellers failure to comply with such law. 9. ASSIGNMENT. Neither party shall assign, transfer, or convey this order, or my monies due or to become due hereunder without the prior written consent of the other patty. 10. TITLE. The Sell" warrants full, clear and unrestricted title to the Purchaser for all equipment, materials, and items famished in performance of this agreement, free and clear of my and all liens, restrictions, reservations, security interest encumbrances and claims of others. 11. NONWAIVER. Failure of the Purchaser to insist upon strict performance of the terms and conditions hereof, failure or delay to exercise any rights or remedies provided herein or by law, failure to promptly notify the Seller in the event of a breach, the acceptance of or payment for goods hereunder or approval oflhe design, shall not release the Seller of any of the warranties or obligations of this purchase order and shall not be deemed a waiver of any right of the purchaser in insist upon strict performance hereof or any of its rights or remedies as to any such goods, regardless of when shipped, received or accepted, ss to any prior or subsequent default bereunder, nor shall any purported oral modification or rescission of this purchase order by the Purchaser operate as a waiver of any of the terms hereof. 12. ASSIGNMENT OF ANTITRUST CLAIMS. Seller and the Purchaser recognize that in actual economic practice, overcharges resulting from antitrust violations arc in fact home by the Purchaser. Therarlem, for good cause and as consideration for executing this purchase order, the Seller hereby assigns to the Purchaser any and all claims it may now have or hereafter acquired under federal or state antitrust laws for such overcharges relating in the particular goods or services purchased or acquired by the Purchaser pursuant to this purchase order. 13. PURCHASERS PERFORMANCE OF SELLERS OBLIGATIONS. If the Purchaser directs the Seller to oorect nonconforming or defective goods by a date to be agreed upon by the Purchaser and the Seller, and the Sell" thereafter indicates its inability or unwillingness to comply, the Purchaser may cause the work in be performed by the most expeditious means available to it, and the Seller shall pay all costs associated with such work. The Sell" shall release the Purchaser and its contractors of any tier form all liability and claims of my nature resulting from the performance of such work. This release shall apply even in the event of fault of negligence of the party released and shall extend to the directors, officers and employees of such party. The Seller's command obligations, including warranty, shall not be deemed to he reduced, in any way, because such work is performed or caused to be performed by the Purchaser. 14. PATENTS. Whenever the Seller is required to use any design, device, material or process covered by letter, patent, trademark or copyright, the Sell" shall indemnify and save harmless the Purchaser from any and all claims far infringement by reason of the use of such patented design, device, material or process in connection with the contract, and shall indemnfy the Purchaser for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution or after the completion of the work. In case said equipment, or any part thereof or the intended use of the goods, is in such suit held m constitute infringement and the use of said equipment or part is enjoined, the Seller shall, at its own expense and at its option, either procure far the Purchaser the right to continue using said equipment or parts, replace the same with substantially equal but noninfringing equipment. or modify it so it becomes no ninfringing. 15. INSOLVENCY. If the Seller shall become insolvent or bankrupt, make an assignment for the benefit of creditors, appoint a receiver or trustee for any of the Sellers property or business, this order may forthwith be canceled by the Purchaser without liability. 16. GOVERNING LAW. The definitions of terms used or the interpretation of the agreement and the rights of all parties hereunder shall be continued under and governed by the laws of the State of Colorado, USA. The following Additional Conditions apply only in cases where the Seller is to perform work hereunder, including the services of Sellers Representative(a), on the premises of others. 17. SELLERS RESPONSIBILITY. The Sell" shall carry on said work at Sellers own risk until the same is fully completed and accepted, and shall, in case of my accident, destruction or injury to the work and/or materials before Sellers final completion and acceptance, complete the work at Sellers awn expense and to the satisfaction of the Purchaser. When materials and equipment are furnished by others for installation or erection by the Sell", the Seller shall receive, unload, store and handle some al the site and become responsible therefor as though such materials and/or equipment were being furnished by the Seller and" the order. 18. INSURANCE. The Seller shall, at his own expense, provide for the payment of workers compensation, including occupational disease benefits, to its employees employed on or in connection with the work covered by this purchase order, and/or to their dependents in accordance with the laws of the state in which the work is to be done. The Seller shall also carry comprehensive general liability including, but not limited m, contractual and automobile public liability inssa ance with bodily injury and death limits of at least $300,000 for any one person, $500,000 for any one accident and property damage limit per accident of $400,000. The Seller shall likewise mquire his contractors, if any, to provide for such compensation and insurance. Before any of the Sellers or his contractors employees shall do any work upon the promises of others, the Seller shall finish the Purchaser with a certificate that such compensation and insurance have been provided. Such certificates shall specify the date when such compensation and insurance have been provided. Such certificates shall specify the date when such compensation and insurance expires. The Seller agrees that such compensation and insurance shall be maintained unfit after the entire work is completed and accepted. 19, PROTECTION AGAINST ACCIDENTS AND DAMAGES. The Sella hereby assumes the entire responsibility and liability for any and all damage, loss or injury ofany kind or nature whatsoever in persons or property caused by or resulting from the execution of the work provided for in this purchase order in in connection herewith. The Seller will indemnify and hold hamrless the Purchaser and any or all of the Purchasers officers, agents and employees from and against any and all claims, losses, damages, charges or "Poetics, whether direct or indirect, and whether to persons or property to which the Purchaser may be put or subject by reason of any act, action, neglect, omission or default on the part of the Seller, any of his contractors, or any of the Sellers or contractors officers, agents or employees. In case any suit or other proceedings shall be brought against the Purchaser, or its officers, agents or employees at any time on account or by reason of any act, action, neglect, omission or default of the Seller of any of his contractors or any of its or their officers, agents in employees as aforesaid, the Seller hereby agrees to assume the defense thereof and to defend the same at the Sellers own expense, to pay any and all costs, charges, attorneys fees and other expenses, any and all judgments that may be incurred by or obtained against the Purchaser or any of its or their officers, agents or employees in such suits or other proceedings, and in case judgment or other lien be placed upon or obtained against the property of the Purchaser, or said patties in or as a result of such suits or other proceedings, the Seller will at once cause the same to be dissolved and discharged by giving bond or otherwise. The Seller and his contractors shall take all safety precautions, famish and install all guards necessary for the prevention of accidents, comply with all laws and regulations with regard in safety including, but without limitation, the Occupational Safety and Health Act of 1970 and all rules and regulations issued pursuant thereto. Revised 032010 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F 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 VARSITY FACILITY SERVICES, 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 six (6) pages and incorporated herein by this reference. Irrespective of references in Exhibit A to certain named third parties, Service Provider shall be solely responsible for performance of all duties hereunder. 2. Contract Period. This Agreement shall commence March 1, 2015, and shall continue in full force and effect until February 29, 2016, 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. 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 the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Service Provider: Varsity Facility Services Attn: Brian Hales 3720 West 72d Avenue Westminster, CO 80030 City: City of Fort Collins Attn: Jim Pierce PO Box 580 Fort Collins, CO 80522 Copy to: City of Fort Collins Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522 In the event of early termination by the City, the Service Provider shall be paid for services Services Agreement — Varsity Facility Services 8022 Custodial Services Page 1 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F 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, as per the attached Exhibit "B", consisting of one (1) page, 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. Subcontractors. Service Provider may not subcontract any of the Work set forth in the Exhibit A, Statement of Work without the prior written consent of the city, which shall not be unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of the City), then the following provisions shall apply: (a) the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Service Provider. 9. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 10. 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. 11. 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 Services Agreement — Varsity Facility Services 8022 Custodial Services Page 2 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F 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. 12. 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. 13. 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. 14. 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. 15. 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 Services Agreement — Varsity Facility Services 8022 Custodial Services Page 3 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F additional insured under this Agreement of the type and with the limits specified within Exhibit C, consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 16. 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. 17. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 18. 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 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 Services Agreement — Varsity Facility Services 8022 Custodial Services Page 4 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F 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 8-17.5-102 (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. 19. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "D" - Confidentiality, consisting of one (1) page, attached hereto and incorporated herein by this reference. Services Agreement — Varsity Facility Services 8022 Custodial Services Page 5 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F CITY OF FORT COLLINS, COLORADO a municipal corporation DocuSigned by: By: FC7 " Gerry aul Director of Purchasing and Risk Management Date: 3/3/2015 ATTEST: Do�cc7uSigned by: 1 Clty t er APPROVED AS TO FORM: by:rEocuSigned al�,ln, a.(, Assistant City Attorney = VARSITY FACILITY SERVICES DocuSigned by: �° viaJn, Ra tt S By: Brian Hales PRINT NAME Regional Manager CORPORATE PRESIDENT OR VICE PRESIDENT Date: 3/2/2015 Services Agreement — Varsity Facility Services 8022 Custodial Services Page 6 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F EXHBIT A SCOPE OF SERVICES 1. QUALITY SPECIFICATIONS The Service Provider shall ensure that the facilities, fixtures, floor surfaces, and furnishings of the City shall be continually maintained in a state of high quality cleanliness. The Service Provider shall achieve following Quality Specifications: A. CLEANLINESS SPECIFICATIONS The City requires that the surfaces and contents be continually maintained through a program of reduction of Quality Defects. On a percentage basis, the cleanliness target specified herein shall be 85%. That is, eighty-five percent of all items in all areas, on average, must be free of Cleanliness Quality defects as defined below, and paragraphs 1-B and 1-C. Beyond this collective rating, each building has its own special information and cleaning schedule, as specified in the Supplemental Information. B. DEFINITION OF CLEANLINESS QUALITY Cleanliness Quality Means: A "like -new" appearance... or all of the following: — The absence of litter or undesirable debris. — The absence of un-bonded dust build up on any surface of items to be dusted. — The complete, thorough cleaning of items subject to cleaning, including,: corners, inside, outside, top, bottom, under and over all surfaces. — The absence of surface marks, spills or other undesirable bonded residue which can be eliminated by appropriate damp or wet cleaning techniques. — The absence of soil, finish or other undesirable bonded build up which can be eliminated by appropriate heavy duty, cycle or project cleaning techniques. — The presence of appropriate surface gloss, protection, or reflective capacity in line with "like new" or designated gloss levels. — The absence of minor spots, marks, or other limited surfaces soil which can be eliminated by appropriate spot cleaning techniques. — The absence of dust, lint and other in -fiber accumulation in fabric and carpeted areas which can be eliminated by appropriate vacuum cleaning techniques. — The issuance of maintenance and other work requests to eliminate or correct problems with damaged, non-functioning, repair, or replacement oriented items which cannot be corrected through appropriate cleaning C. CUSTOMER SATISFACTION SPECIFICATION The Service Provider shall manage the resources at its disposal in such a way as to improve Customer Satisfaction and reduce and control the number of cleaning complaints, based on the concept of continuous improvement. A goal of less than ten customer complaints per month must be achieved within the first twelve months of the Services Agreement — Varsity Facility Services 8022 Custodial Services Page 7 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F agreement. D. RESPONSE SPECIFICATION The Service Provider shall respond to all problems presented to it by the City staff. This response shall conform to the following schedule: — Emergency - on the scene within thirty (30) minutes — Required - completed within eight (8) hours — Planned - provide a clear schedule within one working day — ALL Service Provider response to customer requests must satisfy this requirement. E. CONTINUOUS IMPROVEMENT SPECIFICATION The Service Provider must demonstrate an effective continuous improvement program for cleaning and key item problems through an ongoing system improvement and modification process to prevent complaints and cleaning failure. A 50% success rate is required annually by this contract. 2. SERVICE PROVIDER WORK REQUIRMENTS A. TYPE OF WORK The work covered by this agreement involves custodial cleaning services for the cleaning of office space, corridors, lobbies, rest rooms, conference rooms, exterior entrances, break rooms, locker rooms, bleachers, gymnasiums, laboratory rooms and any and all customer, employee, and public spaces contained within City buildings. The work will be performed in designated buildings as identified in the Supplemental Information. Items to be cleaned under this contract include, but are not limited to: walls, furniture and furnishings including: chairs, tables, desks, telephones, shelving/bookcases, pipes, high dust areas, marker boards, clocks, exit/other signs, pictures, interior and exterior window glass, window sills, screens, all floor surfaces, floor coverings (carpeting, rugs, etc.), baseboards, cabinets, water fountains, doors and door frames, moldings, transoms, radiators and other heating devices, grills, vents/louvers, mini blinds, steps/banisters, elevator tracks, coat racks, sofas, credenzas/office furnishings, filing cabinets, air conditioners, fire extinguishers, drainage and toilet fixtures, sinks, mirrors, sanitary napkin/other dispensers, lockers, shower rooms, shower curtains, partitions, urinals, water free urinals replacement cartridges and fluids, table- top and modular furniture, lighting or illuminating fixtures, soap, paper towel and toilet tissue dispensers, equipment, pads, trash containers, and all customer, employee and public items. B. SUMMARY OF WORK RESPONSIBILITY The successful Service Provider will be responsible for all cleaning activities within the buildings as set forth in the Supplemental Information. The following is a summary of the categorical duties delegated to the Service Provider and to the City or other contractors. 1. Service Provider Responsibility — Routine Cleaning — Periodic Cleaning — Project Cleaning — All Floor Surfaces, excluding carpet extraction/shampooing Services Agreement — Varsity Facility Services 8022 Custodial Services Page 8 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F — Carpet Spot Cleaning — Cleanliness of Cleaning Equipment — Computer Rooms — Interior Glass and Frame — Exterior entrance glass only — Lounges/Break Areas, vending — Rest Room Supplies — Sweeping and Policing at Steps, walkways and entrances within 10 feet of building entrances. — Trash Removal to Designated Locations — Recycle trash emptied from common areas to a main location in designated buildings — Storm Windows — Walk -off Mat Cleaning — Wall Cleaning — Sanitary napkin machine product purchase and replacement. — Shower curtain laundering and replacement. — All buildings to be cleaned during the 12am to 12pm time frame or at time noted. — Waterfree Urinal cartridge replacement when needed (Cartridges provided). Custodian pours water in Waterfree urinals nightly or each service — Water in floor drains to prevent sewer gas. 2. City Responsibility — Management of Building Operations and Maintenance Contract — Furniture Moving — Other Moving — Mechanical Rooms — Meeting Room Set -Up — Falcon Waterfree Urinal Cartridges for replacement 3. Other City Contracts — Carpet Extraction/Shampooing — Exterior Windows C. CHANGES IN WORK REQUIREMENTS Should the Service Provider find that existing conditions make modification of the agreement desirable, the Service Provider shall promptly report the matter to the City for consideration and decision. During the contract period or its extension, the City reserves the right to add or delete specific hours, positions, services and/or locations at the prevailing contract prices for those variable cost items. Services Agreement — Varsity Facility Services 8022 Custodial Services Page 9 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F The City may at any time delete/add services and/or buildings from this scope of services as the City, in its sole discretion, deems necessary or appropriate. The contract sum shall be reduced by such deletions on a pro rata basis. All changes in work need to be documented on the "Change Order Form". D. HOURS OF WORK The hours for scheduling custodial cleaning services is presented, by building, in the Supplemental Information. Primarily between 12am to 12pm service to buildings. E. CITY HOLIDAYS City holidays are: New Year's Day, Martin Luther King Day, Presidents Day, Memorial Day, Fourth of July, Labor Day, Veterans' Day, Thanksgiving Day, and Christmas Day. If any of these holidays fall on a Saturday, the City will be off the Friday before. If any of these holidays fall on a Sunday, the City will be off the following Monday. The FACILITY will be available for cleaning on these days. Downtown and Old Town Rest Rooms will always need everyday service as well as Police Services. All other buildings may not need cleaning on Christmas Day and New Year's Day. Other holiday cleaning needs will vary by building. F. CITY FUNCTIONS AFTER NORMAL WORKING HOURS Senior Center, Northside, and other City Buildings will occasionally have events with high capacity crowds that could require additional cleaning after the events. We will notify you of the schedules for these events so you can plan accordingly. This event cleaning is to be included in the pricing of these buildings. 3. SERVICE PROVIDER RESPONSIBILITIES A. SUPPLIES, MATERIALS AND EQUIPMENT 1. Rest Room Supplies All rest room supplies shall be furnished by the Service Provider. This cost should be included in the contract cost. The exception is Streets, Water Treatment, Spring Canyon Maintenance shop, Fossil Creek Maintenance are now included in the cost. These supplies shall be maintained at all times at a level of ten days requirement, unless otherwise specified by the City Representative. Paper towels, toilet tissue, soap, and trash bags, etc. will be issued by the Service Provider from its central stock point, and the Service Provider shall be responsible for transporting this material and installing at the point of usage. Supplies shall be of the biodegradable type, 100% post consumer toilet paper, paper towel with approved recycle content and the quality that is currently being provided and to fit the existing dispensers. The replenishing of sanitary napkin dispensers in applicable buildings will be the Service Provider's cost and responsibility. Please note any proposed soaps etc that you intend to provide that use any Antibacterials that contain Triclosan and/or Triclocarbon. 2. Reimbursable Supplies The City may elect, by change to the agreement, to require the Service Provider to furnish supplies on a reimbursable basis. In this event, the City retains the right to participate fully in any discount arrangements the Service Provider may have with suppliers of these products. The Service Provider shall provide a monthly inventory to the City of all supplies issued on a daily basis. Controls shall be established and Services Agreement — Varsity Facility Services 8022 Custodial Services Page 10 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F implemented by the Service Provider to safeguard materials. Any losses or irregularities are to be promptly reported in writing to the City Representative. 3. Cleaning Supplies All necessary cleaning pads and equipment, including power driven machines, floor stripping machines, industrial vacuum cleaners, quiet vacuums, high speed polishing machines, and associated chemicals and supplies, etc., needed for the performance of the work involved, shall be furnished by the Service Provider. 4. Plastic Trash Can Liners or City directed Liners The Service Provider shall furnish plastic or other type of liners for trash only as per direction from the City. 5. Personal Safety Equipment The Service Provider shall provide its employees with any necessary safety equipment. 6. Uniforms The Service Provider shall provide shirts with company insignia subject to approval by the City. Company shirts and City ID badges must be worn at all times by Service Provider employees during their work shift. The ID badges must be visible on the employee 7. City Observation The City shall have the right at all times to examine the supplies, materials, and equipment used by the Service Provider, and to observe the operations and methods of the Service Provider, its agents, servants and employees. 8. Removal and Ownership In the event of termination or contract expiration, all rest room supplies and paper products shall remain the Property of the City. 9. Inventory Levels The City may, from time to time, establish certain minimum inventories of supplies, materials and equipment to be maintained by the Service Provider. Recommendations by the Service Provider are expected at least annually. B. EQUIPMENT OR ITEMS SPECIFICATION Service Provider furnished equipment, tools, and supplies shall meet minimum standards as follows: 1. Equipment and Tools All mechanical equipment and tools shall have bumpers and guards to prevent marking or scratching of fixtures, furnishings, or building surfaces. Electrical equipment used by the Service Provider shall be UL approved, meet OSHA requirements, and all other safety requirements as specified in the contract. The equipment must operate using existing circuits. It shall be the Service Provider's responsibility to prevent operation, or attempted operation, by custodial employees, or equipment or combinations of equipment which require electrical power exceeding the capacity of existing circuits. Such equipment shall be of the size and type most efficiently used for high quality work of this kind and shall meet with the approval of the City Representative. Equipment deemed by the City to be of improper design, or inadequate for the purpose intended shall be removed from the premises and replaced with satisfactory equipment at no expense to the City. Services Agreement — Varsity Facility Services 8022 Custodial Services Page 11 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F 2. Cleaning Supplies A list of products used by the Service Provider shall be submitted to the City for approval during the startup period. All listed equipment and materials are the responsibility of the Service Provider. These specific products will need to be supplied and used by the Service Provider as indicated: Accelerated hydrogen peroxide based green seal chemical with solution dispensing on the bottle is required for all surfaces. This Disinfectant is to be used on all rest room and locker room surfaces. Non -ammoniated glass cleaner on tinted glass. Stainless steel cleaner on the EPIC locker room stainless fixtures only, not on other surfaces. The following products cannot be used at the City for any maintenance purpose: pine oils, bleach, ammonia, de -scalers, lye, oven cleaners, steel wool, and powdered cleansers. Samples of additional janitorial supplies which may be recommended by the Service Provider shall be submitted to the City Representative for approval thirty (30) days prior to the contract start date, or date of intended use. The pH of any cleaning materials shall not exceed nine (9). The Contractor must use green seal, cleaning chemicals. All boxes shall be broken down and recycled. All chemical containers rinsed and recycled as appropriate. Quiet vacuums are to be used in day cleaning. Micro fiber cloths and micro fiber floor mops are to be used for cleaning. 3. Material Safety Data Sheet The Service Provider shall submit Material Safety Data Sheets on all products prior to contract start up, in a form acceptable to the City Services Agreement — Varsity Facility Services 8022 Custodial Services Page 12 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F EXHIBIT B COMPENSATION Yearly Price Yearly Price VARSITY 2015 Projected regular (natural) Yearly Price compostable GENERAL FUND SQFT $SQ liners per no liners liners per BUILDINGS W.O.# FT Facility per Facility Facility 112 N. HOWES 464638-110 1,305 1.37 $1,782.00 $1,769.00 $1,807.00 215 N. MASON 464646-103 59,086 0.78 $46, 210.00 $45, 884.00 $46, 870.00 281 N COLLEGE 464660-103 30,648 0.90 $27,627.00 $27,432.00 $28,022.00 DOWNTOWN RR 464676-109 312 24.29 $7,580.00 $7,527.00 $7,688.00 DT MA I N T SHOP 464657-109 545 8.43 $4, 597.00 $4, 564.00 $4, 662.00 FOSSIL CREEK MAINIT SHOP 464684-109 2,261 0.39 $884.00 $878.00 $897.00 GARDENS AT SPRING CREEK 464684-109 2,669 0.68 $1,821.00 $1,808.00 $1,847.00 GRANDVIEW OFFICE 464680-109 524 2.56 $1,341.00 $1,332.00 $1,361.00 GRANDVIEW SHOP 464681-109 447 2.97 $1,329.00 $1,320.00 $1,348.00 LINCOLN CENTER 464690-109 23,170 1.46 $33,764.00 $32,944.00 $35,428.00 MARTINEZ FARM 464691-109 1,993 3.39 $6,762.00 $6,715.00 $6,859.00 MULBERRY POOL 464693-109 6,614 2.65 $17,547.00 $17,450.00 $17,741.00 NORTHSIDE 464698-109 42,054 1.50 $63,014.00 $62,632.00 $63,788.00 OPERATION SERVICES 464701-103 15,577 0.88 $13,780.00 $13,683.00 $13,977.00 PARK SHOP 464699-109 5,479 1.18 $6,456.00 $6,411.00 $6,548.00 POLICE DIST 1 464702-110 3,145 0.46 $1,462.00 $1,451.00 $1,483.00 POTTERYSTUDIO 464705-109 2,210 2.33 $5,152.00 $5,116.00 $5,226.00 ROSELAWN 464707-103 697 1.25 $870.00 $864.00 $883.00 Total General Fund 198,736 1.22 $241,978.00 $239,780.00 $246,435.00 OTHER FUNDS 110 Howes LIBRARY COUNCIL TREE 464687-103 15,363 1.71 $26,200.00 $26,031.00 $26,542.00 MUSEUM OF DISCOVERY 464695-103 35,428 1.09 $38,709.00 $38,437.00 $39,263.00 OLD TOWN RR & KIOSK 464677-109 325 23.32 $7,580.00 $7,527.00 $7,688.00 STREETS - 2 BLDGS. 464713-103 14,483 1.34 $19,430.00 $19,322.00 $19,649.00 TRAFFIC OPERATIONS 464715-103 9,519 1.17 $11,173.00 $11,095.00 $11,333.00 WATER TREATMENT 464724-103 12,400 1.34 $16,654.00 $16,537.00 $16,892.00 WATER QUALITY LAB 464722-103 1,095 0.81 $886.00 $879.00 $898.00 SUB TOTAL 88,613 1.36 $120,632.00 $119,828.00 $122,265.00 TOTALS 287,349 1.26 $362,610.00 $359,608.00 $368,700.00 Services Agreement - Varsity Facility Services 8022 Custodial Services Page 13 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F EXHIBIT C INSURANCE REQUIREMENTS 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 reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $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. Services Agreement — Varsity Facility Services 8022 Custodial Services Page 14 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F EXHIBIT D CONFIDENTIALITY IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the "City") pursuant to this Agreement (the "Agreement"), the Service Provider hereby acknowledges that it has been informed that the City has established policies and procedures with regard to the handling of confidential information and other sensitive materials. In consideration of access to certain information, data and material (hereinafter individually and collectively, regardless of nature, referred to as "information") that are the property of and/or relate to the City or its employees, customers or suppliers, which access is related to the performance of services that the Service Provider has agreed to perform, the Service Provider hereby acknowledges and agrees as follows: That information that has or will come into its possession or knowledge in connection with the performance of services for the City may be confidential and/or proprietary. The Service Provider agrees to treat as confidential (a) all information that is owned by the City, or that relates to the business of the City, or that is used by the City in carrying on business, and (b) all information that is proprietary to a third party (including but not limited to customers and suppliers of the City). The Service Provider shall not disclose any such information to any person not having a legitimate need -to -know for purposes authorized by the City. Further, the Service Provider shall not use such information to obtain any economic or other benefit for itself, or any third party, except as specifically authorized by the City. The foregoing to the contrary notwithstanding, the Service Provider understands that it shall have no obligation under this Agreement with respect to information and material that (a) becomes generally known to the public by publication or some means other than a breach of duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the request for such disclosure is proper and the disclosure does not exceed that which is required. In the event of any disclosure under (b) above, the Service Provider shall furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and shall promptly advise the City in writing of each such disclosure. In the event that the Service Provider ceases to perform services for the City, or the City so requests for any reason, the Service Provider shall promptly return to the City any and all information described hereinabove, including all copies, notes and/or summaries (handwritten or mechanically produced) thereof, in its possession or control or as to which it otherwise has access. The Service Provider understands and agrees that the City's remedies at law for a breach of the Service Provider's obligations under this Confidentiality Agreement may be inadequate and that the City shall, in the event of any such breach, be entitled to seek equitable relief (including without limitation preliminary and permanent injunctive relief and specific performance) in addition to all other remedies provided hereunder or available at law. Services Agreement — Varsity Facility Services 8022 Custodial Services Page 15 of 15 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F 32VARFACI DATE (MM/DD/YYYY) ACORD.. CERTIFICATE OF LIABILITY INSURANCE 01/09/2014 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 Hub Int'I. Mountain States Ltd PO Box 968 10 West Judicial Street Blackfoot, ID 83221 INSURED Varsity Facility Services Varsity Contractors, Inc dba PO Box 1692 Pocatello, ID 83204 208-522-1260 INSURER(S) AFFORDING COVERAGE INSURER A: Travelers Property Casualty Co INSURERB: St Paul Fire and Marine Insuran INSURER C: Travelers Casualty and Surety C INSURER D : INSURER E : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 208-522-1267 NAIC # 25674 24767 19038 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 CONTRACTOR 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 TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MM/DDIYYYY LIMITS A GENERAL LIABILITY x TC2JGLSA1761B75413 09/01/2013 09/01/2014 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR DAMAGE AMAG ETo R oNTEDence $ SOO,000 MED EXP (Any one person) $ N/C. PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 POLICY PRO LOC JECT $ A AUTOMOBILE LIABILITY TC2JCAP1761 B74213 09/01/2013 09/01/201 COMEaaBINED SINGLE LIMIT ccident $1,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS FX AUTOS B X UMBRELLA LIAB X OCCUR ZUP11 P9636213NF 09/01/2013 09/01/2014 EACH OCCURRENCE $19 000 000 AGGREGATE $19 000 000 EXCESS LIAB CLAIMS -MADE DED I X RETENTION $10000 $ A WORKERS COMPENSATION EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? � N / A TC2JUB1761 B69813 09/01/2013 09/01/201 X TWC ORY LIMIT ORY LMITTS ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Employee Theft 105667657 09/01/2013 09/01/201 Limit $1,000,000 3rd Party $2,500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Certificate holder, City of Fort Collins, its officers, agents and employees are covered in accordance with the terms of the General Liability Blanket Additional Endorsement CGD246. CERTIFICATE HOLDER CANCELLATION City of Fort Collins Doug Clapp - Senior Buyer P.O. Box 580 Fort Collins, CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) 1 of 1 #S502750/M419768 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THA2 DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F - - -ft ACORO® CERTIFICATE OF LIABILITY INSURANCEE8/28/2014 DATE(MM/DD/YYYY) 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 NAEACT MAril Walker AIC. N Ext :402-964-5621 FAX No :402-557-6326 SilverStone Group Suite Miracle Hills Drive Suite 100 A�DRESS:certificates ss i.com INSURER(S) AFFORDING COVERAGE NAIC # Omaha NE 68154 INSURERA:TRAVELERS CAS & SURETY CO 19038 INSURED 15344 INSURER B :Travelers Property & Cas Of Am 36161 INSURERC:St. Paul Fire And Marine Ins. Varsity Facility Services INSURER D : Varsity Contractors, Inc. dba PO Box 1692 Pocatello ID 83204 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1042456320 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS B GENERAL LIABILITY Y TC2JGLSA1 761 B75414 /1/2014 /1/2015 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE ( RENTED PREMISES, Ea occurrence $500,000 CLAIMS -MADE ly, I OCCUR MED EXP (Any one person) $/C PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 $ POLICY X PE O LOC B AUTOMOBILE LIABILITY Y TC2JCAP1761 B74214 /1/2014 /1/2015 COMBINED SINGLE LIMIT Ea accident $1,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident)$ NON -OWNED HIRED AUTOS X AUTOS C X UMBRELLA LIAB X OCCUR ZUP11P9636213NF /1/2014 /1/2015 EACH OCCURRENCE $19,000,000 AGGREGATE $19,000,000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $10,000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N TC2JUB17611369814 /1/2014 /1/2015 X I WCSTATU- OTH- TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? [N] N / A E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 A Employee Theft 105667657 /1/2014 /1/2015 Limit $1,000,000 3rd Party $2,500,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Additional Insured in favor of City of Fort Collins, its officers, agents and employees with respects to General Liability & Auto Liability coverages as required by written contract. CERTIFICATE HOLDER CANCELLATION City of Fort Collins; Doug Clapp - Senior Buyer P.O. Box 580 Fort Collins CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE u>a t&. __ © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 25DEBFBA-B5DA-4948-A670-B2FEB9F0011F - - -ft ACORO® CERTIFICATE OF LIABILITY INSURANCEE8/28/2014 DATE(MM/DD/YYYY) 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 NAEACT MAril Walker AIC. N Ext :402-964-5621 FAX No :402-557-6326 SilverStone Group Suite Miracle Hills Drive Suite 100 A�DRESS:certificates ss i.com INSURER(S) AFFORDING COVERAGE NAIC # Omaha NE 68154 INSURERA:TRAVELERS CAS & SURETY CO 19038 INSURED 15344 INSURER B :Travelers Property & Cas Of Am 36161 INSURERC:St. Paul Fire And Marine Ins. Varsity Facility Services INSURER D : Varsity Contractors, Inc. dba PO Box 1692 Pocatello ID 83204 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1042456320 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS B GENERAL LIABILITY Y TC2JGLSA1 761 B75414 /1/2014 /1/2015 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE ( RENTED PREMISES, Ea occurrence $500,000 CLAIMS -MADE ly, I OCCUR MED EXP (Any one person) $/C PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 $ POLICY X PE O LOC B AUTOMOBILE LIABILITY Y TC2JCAP1761 B74214 /1/2014 /1/2015 COMBINED SINGLE LIMIT Ea accident $1,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident)$ NON -OWNED HIRED AUTOS X AUTOS C X UMBRELLA LIAB X OCCUR ZUP11P9636213NF /1/2014 /1/2015 EACH OCCURRENCE $19,000,000 AGGREGATE $19,000,000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $10,000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N TC2JUB17611369814 /1/2014 /1/2015 X I WCSTATU- OTH- TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? [N] N / A E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 A Employee Theft 105667657 /1/2014 /1/2015 Limit $1,000,000 3rd Party $2,500,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Additional Insured in favor of City of Fort Collins, its officers, agents and employees with respects to General Liability & Auto Liability coverages as required by written contract. CERTIFICATE HOLDER CANCELLATION City of Fort Collins; Doug Clapp - Senior Buyer P.O. Box 580 Fort Collins CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE u>a t&. __ © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD