Loading...
HomeMy WebLinkAboutBID - 8626 ANNUAL FLOWERSOfficial Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 1 of 21 INVITATION TO BID 8626 ANNUAL FLOWERS BID OPENING: 3:00 P.M. (our clock), NOVEMBER 20, 2017 The City of Fort Collins is requesting bids for a Service Provider to grow and provide annual flowers for the City’s horticulture program. The annual flowers will be primarily used by the Parks Department to beautify public and Downtown Development Authority properties throughout the downtown district. This bid and the resulting Agreement may also be used by other City departments on smaller projects. Sealed bids will be received and publicly opened at the office of the Director of Purchasing, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00 p.m. (our clock), November 20, 2017. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations to bid. No individual or business will be discriminated against on the grounds of race, color, sex, or national origin. It is the City’s policy to create a level playing field on which DBEs can compete fairly and to ensure nondiscrimination in the award and administration of all contracts. Questions concerning the scope of the bid should be directed to Robert Brendan Reed, Crew Chief, at (970) 416-4267 or rbreed@fcgov.com. Questions regarding bid submittal or process should be directed to Elliot Dale, Senior Buyer, at (970) 221-6777 or edale@fcgov.com. All questions must be submitted in writing via email to Robert Brendan Reed, with a copy to Elliot Dale, no later than 5:00 PM our clock on November 8, 2017. Questions received after this deadline will not be answered. A copy of the Bid may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 2 of 21 Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results are posted online at http://www.bidnetdirect.com/colorado/city-of-fort-collins. Gerry Paul Purchasing Director Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 3 of 21 CITY OF FORT COLLINS BID PROPOSAL BID 8626 ANNUAL FLOWERS BID OPENING: November 20, 2017, 3:00PM (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR 8626 ANNUAL FLOWERS PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS: 1. Overview The City of Fort Collins is requesting bids for a Service Provider to grow and provide annual flowers for the City’s horticulture program. The annual flowers will be primarily used by the Parks Department to beautify public and Downtown Development Authority properties throughout the downtown district. This bid and the resulting Agreement may also be used by other City departments on smaller projects. 2. Scope of Services The City is requesting bids from Service Providers to grow and provide annual flowers for the City’s horticultural program. Flower growing pot sizes and types include: Elle pots, Quarts, Gallons, #3 pots, 18” moss hanging baskets, 18” baskets with cocoa liners in City owned basket frames, and 22” x 8” fiber pot planters. Additional Requirements • The City requires the Service Provider’s greenhouse production facility to be within a 30- mile radius of the intersection of Mulberry Street and College Avenue in Fort Collins. • The City requires the ability for City representatives to inspect the growing operation a minimum of three (3) times during the plant growing production, prior to delivery, at the City’s discretion. • The City retains the right to reject finished plant material that does not meet the City’s quality standards. • The City retains the right to choose specific seed and cutting propagation suppliers for annual flower production. • The City retains the right to choose specific varieties of plants for annual flower production. • All plants must be cold frame grown, and transitioned outdoors to acclimate to weather (for health, growth, and aesthetics of the plants throughout the season). • No growth regulators may be used on the plants grown for the City of Fort Collins. • Growing time criteria for plants are: o Elle pots flats (both seed and vegetative starts) - minimum of 6 weeks grow-in prior to delivery o Quarts (both seed and vegetative starts) - minimum of 7 weeks grow-in prior to Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 4 of 21 delivery o Gallons (both seed and vegetative starts) - minimum of 9 weeks grow-in prior to delivery • Plant trays and pots are to be constructed in a manner that allows the trays and pots to be returned to the production greenhouse, where they are cleaned, disinfected and reused a minimum of 1 additional time beyond the initial use. Trays and pots are required to be constructed of recyclable material. • All trays/flats of plants shall be grown and delivered in Elle pots of at least 65mm diameter. If Elle pots are not to be used, an equal must be submitted to the City prior to the questions deadline and approved prior to bid opening. • Hanging flower baskets are to be 18” in diameter. o The City will require baskets that are lined, have a cocoa mat or moss visible exterior, and are ready to hang up upon delivery. ▪ For specific locations, the City requires the use of City owned, metal basket frames to be use with an appropriate sized cocoa mat liner. • Cocoa mat liners are to be purchased by the greenhouse/nursery and billed to the City. Cocoa mats type and size will be approved by the designated City representative. o Upon delivery, all hanging baskets shall be grown-in and ready to show (example pictures of a fully grown-in basket below) Example of #3 pots for rings in light pole Example of moss hanging basket Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 5 of 21 Example of cocoa mat hanging basket Delivery and Invoicing Requirements • Service Provider is to furnish itemized invoices for each individual delivery. The invoices are to be hand-delivered to the City representative at the time of delivery. • The City of Fort Collins – Parks Department may request deliveries of up to 3 times a week, starting May 1st and lasting up to the end of June. o All deliveries are required to be delivered to the specified location by 6 am unless requested otherwise by the City. o At the City’s sole discretion, each delivery can range in size from 500 plants to 8,000 plants per delivery. ▪ Deliveries that are over 1,000 plants must be shipped on rolling racks or similar that can be offloaded via a lift-gate to facilitate quick and efficient offloading of plants. o The City will submit each request for delivery, with the plants and amounts desired for each delivery, at least 48 hours prior to the requested delivery date and time. • Plants to be delivered to the City of Fort Collins job site cannot exceed three (3) hours in the delivery truck prior to delivery. 3. Qualifications Service Provider must have successfully completed work comparable in nature and scope to the required work by this project. Service Provider shall submit the following information: • Three (3) previous similar projects in scope and scale, including: o Location of projects o Project completion dates o References for projects, including name, phone number and email address • Production nursery background and proof of at least three (3) years’ experience growing plants in Elle pots/liners (or City approved equal). Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 6 of 21 • Provide a description of growing process and delivery of material, including a list of equipment to be used for transporting flowers. 4. Work Order Requirements Service Provider must enter into the attached Services Agreement (SAMPLE) and provide the required insurance. Service Provider will invoice for all jobs completed on a unit price basis in accordance with the prices established in the Services Agreement. A signed Work Order by the City Representative is the Service Provider’s notice to proceed. The resulting Agreement will be effective for one year from the date of the Service Agreement. At the option of the City, the Agreement may be extended for additional one year period not to exceed four (4) additional one year periods. Changes to the Agreement shall be negotiated at the time of renewal. Written notice of renewal shall be provided to the Service Provider and mailed no later than thirty (30) days prior to contract end. 5. Award and Cost of Work Award of the Agreement will be made to the lowest responsive and responsible bidder based on the Bid Schedule Grand Total. Cost of Work shall be based on unit quantity prices provided in the Bid Schedule. Quantities provided in the Bid Schedule are estimates based on prior years and are subject to change. Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 7 of 21 BID SHEET – 8626 ANNUAL FLOWERS BID SCHEDULE AND SIGNATURE PAGE PROJECT: 8626 ANNUAL FLOWERS PARKS DEPARTMENT CITY OF FORT COLLINS FORT COLLINS, CO Bid from a corporation organized and existing under the laws of the state of : or a partnership consisting of and , partners; or an individual hereinafter called the bidder. TO OWNER: CITY OF FORT COLLINS – PARKS DEPARTMENT Bid – 8626 ANNUAL FLOWERS Attn: GERRY PAUL, Director of Purchasing (2nd Floor) PO Box 580, 215 N. Mason Street Fort Collins, CO 80522-0580 1. Acknowledgments A. The undersigned acknowledges that he has received and familiarized himself with the Bid Invitation and the bid documents included. B. The undersigned acknowledges receipt of _________ addendum. C. The undersigned further acknowledges that he has familiarized himself with the project and the local conditions affecting the cost of the work at the places work is to be performed. D. In submitting the Bid, the undersigned agrees to enter into and execute a Services Agreement (example attached to Invitation to Bid). 2. Qualifications Provide all required qualifications documentation. This includes: A. Three (3) previous similar project in scope and scale, including: a. Location of projects b. Project completion dates c. References for projects, including name, phone number and email address B. Production nursery background and proof of at least three (3) years’ experience growing plants in Elle pots/liners (or City approved equal). C. Provide a description of growing process and delivery of material, including a list of equipment to be used for transporting flowers. Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 8 of 21 3. Bid Schedule DEFINITION: Flat – Tray of plants with a total of 18 Elle pots in each tray. A B C D Item Description Approximate Quantity Unit Price ($) Total ($) (Column B X C) Elle pots (in flats) using vegetative-start plants 1,300 $ $ Elle pots (in flats) using seed-start plants 600 $ $ Quarts using vegetative start plants 600 $ $ Quarts using seed-start plants 3,800 $ $ Gallons using vegetative-start plants 400 $ $ Gallons using seed-start plants 300 $ $ #3 pots with large rim/lip for hanging in WMA light pole rings 104 $ $ Cocoa mat liners for City owned baskets (alley baskets) 44 $ $ 18” hanging baskets grown in cocoa mat liners, placed in City owned basket frame (price does not include cocoa mat liner) 75 $ $ 18” moss hanging basket 75 $ $ 22”x8” fiber planter to be used in City owned wall-mounted planters 14 $ $ Grand Total: $ Grand Total In Words: _________________________________________________________ Quantities are approximate to be used for the basis of award. The grand total and quantities shall not be construed as a commitment of the City to purchase any specified amount. Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 9 of 21 Please include your company’s contact information below: FIRM NAME _______________________________________________________________ Are you a Corporation, Partnership, DBA, LLC, or PC SIGNATURE _______________________________________________________________ Printed _______________________________________________________________ ADDRESS _______________________________________________________________ PHONE _______________________________________________________________ EMAIL _______________________________________________________________ Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 10 of 21 EXAMPLE – DO NOT SIGN SERVICES AGREEMENT WORK ORDER TYPE THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Services to be Performed. a. This Agreement shall constitute the basic agreement between the parties for services for . The conditions set forth herein shall apply to all services performed by the Service Provider on behalf of the City and particularly described in Work Orders agreed upon in writing by the parties from time to time. Such Work Orders, a sample of which is attached hereto as Exhibit A, consisting of one (1) page and incorporated herein by this reference, shall include a description of the services to be performed, the location and time for performance, the amount of payment, any materials to be supplied by the City and any other special circumstances relating to the performance of services. No Work Order shall exceed $ . A general scope of services is attached hereto as Exhibit C, consisting of ( ) page(s), and incorporated herein by this reference. The only services authorized under this Agreement are those which are performed after receipt of such Work Order, except in emergency circumstances where oral work requests may be issued. Oral requests for emergency actions will be confirmed by issuance of a written Work Order within two (2) working days. Irrespective of references in Exhibit A to certain named third parties, Service Provider shall be solely responsible for performance of all duties hereunder. b. The City may, at any time during the term of a particular Work Order and without invalidating such Work Order, make changes to the scope of the particular services. Such changes shall be agreed upon in writing by the parties by Change Order, a sample of which is attached hereto as Exhibit B, consisting of one (1) page and incorporated herein by this reference. 2. Changes in the Work. The City reserves the right to independently bid any services rather than issuing work to the Service Provider pursuant to this Agreement. Nothing within this Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 11 of 21 Agreement shall obligate the City to have any particular service performed by the Service Provider. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated as specified by each written Work Order or oral emergency service request. Oral emergency service requests will be acted upon without waiting for a written Work Order. Time is of the essence. 4. Contract Period. This Agreement shall commence , 20 and shall continue in full force and effect until , 20 , unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed ( ) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. Written notice of renewal shall be provided to the Service Provider and mailed no later than thirty (30) days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without is fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 6. Early Termination by City/Notices. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be mailed at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following address: Service Provider: City: Copy to: Attn: City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522 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 rendered to the termination date, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. This is an open-end indefinite quantity Agreement with no fixed price. The actual amount of work to be performed will be stated on the individual Work Orders. The City makes no guarantee as to the number of Work Orders that may be issued or the actual amount of services which will in fact be requested. Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 12 of 21 8. Payments. a. The City agrees to pay and the Service Provider agrees to accept as full payment for all work done and all materials furnished and for all costs and expenses incurred in performance of the work the sums set forth for the hourly labor rate and material costs, with markups, stated within the Bid Schedule Proposal Form, attached hereto as Exhibit , consisting of ( ) page(s), and incorporated herein by this reference. Payment shall be made by the City only upon acceptance of the work by the City and upon the Service Provider furnishing satisfactory evidence of payment of all wages, taxes, supplies and materials, and other costs incurred in connection with the performance of such work. 9. City Representative. The City's representative will be shown on the specific Work Order and shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the work requested. All requests concerning this Agreement shall be directed to the City Representative. 10. Independent Contractor. It is agreed that in the performance of any services hereunder, the Service Provider is an independent contractor responsible to the City only as to the results to be obtained in the particular work assignment and to the extent that the work shall be done in accordance with the terms, plans and specifications furnished by the City. 11. 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. 12. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the city. 13. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights under the Agreement or of any cause of action arising out of the performance of this Agreement. Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 13 of 21 14. Warranty. a. Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. c. Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City-furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 15. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this Agreement, such party may be declared in default thereof. 16. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. 17. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire Agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representative, successors and assigns of said parties. 18. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever, brought or asserted for injuries Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 14 of 21 to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit , 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 Purchasing Director, P. O. Box 580, Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the city. 19. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 20. Law/Severability. This Agreement shall be governed in all respect by the laws of the State of Colorado. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction such holding shall not invalidate or render unenforceable any other provision of this Agreement. 21. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1) Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2) Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the “e-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 Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 15 of 21 while this Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1) Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2) Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the “Department”) made in the course of an investigation 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. Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 16 of 21 THE CITY OF FORT COLLINS, COLORADO By: Gerry Paul Purchasing Director DATE: ATTEST: APPROVED AS TO FORM: SERVICE PROVIDER'S NAME By: Printed: Title: CORPORATE PRESIDENT OR VICE PRESIDENT Date: Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 17 of 21 EXHIBIT A WORK ORDER FORM PURSUANT TO A MASTER AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND SERVICE PROVIDER'S NAME WORK ORDER NUMBER: PROJECT TITLE: ORIGINAL BID/RFP NUMBER & NAME: MASTER AGREEMENT EFFECTIVE DATE: Original Contract Date WORK ORDER COMMENCEMENT DATE: WORK ORDER COMPLETION DATE: MAXIMUM FEE: (time and reimbursable direct costs): PROJECT DESCRIPTION/SCOPE OF SERVICES: Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Master Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement and this Work Order (including the attached forms) the Master Agreement shall control. The attached forms consisting of ( ) page(s) are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this document. SERVICE PROVIDER: Date: Name, Title ACCEPTANCE: Date: Name, Project Manager REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 18 of 21 EXHIBIT B CHANGE ORDER NO. PROJECT TITLE: SERVICE PROVIDER: Company Name WORK ORDER NUMBER: PO NUMBER: DESCRIPTION: 1. Reason for Change: Why is the change required? 2. Description of Change: Provide details of the changes to the Work 3. Change in Work Order Price: 4. Change in Work Order Time: ORIGINAL WORK ORDER PRICE $ .00 TOTAL APPROVED CHANGE ORDER .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGINAL WORK ORDER % ADJUSTED WORK ORDER COST $ .00 SERVICE PROVIDER: Date: Name, Title ACCEPTANCE: Date: Name, Project Manager REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 19 of 21 EXHIBIT C GENERAL SCOPE OF SERVICES Official Purchasing Document Last updated 10/2017 BID 8626 – Annual Flowers Page 20 of 21 EXHIBIT (BID SCHEDULE/COMPENSATION) Official Purchasing Document Last updated 10/2017 BID 8626 Annual Flowers Page 1 of 21 EXHIBIT INSURANCE REQUIREMENTS 1. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: “The insurance evidenced by this Certificate will not 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: 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 & 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.