Loading...
HomeMy WebLinkAboutBID - 8255 SIGNAGE FOR 222 LAPORTE (2)BID 8255 Signage for 222 Laporte Page 1 of 16 INVITATION TO BID 8255 SIGNAGE FOR 222 LAPORTE BID OPENING: 3:00 P.M. (our clock), MARCH 17, 2016 The City of Fort Collins is constructing a new office building with the intent to open Fall 2016. The intent of this request is to select a vendor to supply and install all the signage for the new building. Sign will be a mix of types including metal logos and building plaque, Best Sign Systems Strata, Vista System, vinyl, and building mapping. Sealed bids will be received and publicly opened at the office of the Director of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 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), March 17, 2016. 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. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:30 AM, on March 3, 2016, in the CICI Room at City Hall, 300 Laporte Ave, Fort Collins. Questions concerning the scope of the bid should be directed to Project Manager, Jennifer Harvey, at (970) 221-6848 or jharvey@fcgov.com. Questions regarding bid submittal or process should be directed to Doug Clapp, CPPB, Senior Buyer at (970) 221-6776 or dclapp@fcgov.com. All questions must be submitted in writing via email to Jennifer Harvey , with a copy to Doug Clapp, no later than 5:00 PM our clock on March 7, 2016. Questions received after this deadline will not be answered. A copy of the Bid may be obtained at www.rockymountainbidsystem.com. 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 Bids may be withdrawn up to the date and hour set for closing.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 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 BID 8255 Signage for 222 Laporte Page 2 of 16 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. 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. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results are posted online at www.rockymountainbidsystem.com by the end of day on the opening date. Gerry Paul Purchasing Director BID 8255 Signage for 222 LaPorte Page 3 of 16 REQUEST FOR BID 8255 SIGNAGE FOR 222 LAPORTE General Information The City of Fort Collins is constructing a new office building with the intent to open Fall 2016. The intent of this request is to select a vendor to supply and install all the signage for the new building. Sign will be a mix of types including metal logos and building plaque, Best Sign Systems Strata, Vista System, vinyl, and building mapping. This is a bid process, low bid will be accepted pending reference checks and confirmation that City of Fort Collins’ requirements are meet. Signage types as follows: Exterior Logos QTY =2 Lobby Logo QTY =1 Lobby Plaque QTY =1 Vinyl on exterior doors QTY = 2 Best Sign Strata 9x6 room signs QTY = 57 Best Sign Strata 6x18 elevator QTY = 3 Best Sign Strata Restroom/ Shower with ICS QTY = 8 Best Sign Strata 12x12 building information QTY = 1 Vista 9x6 office name plates QTY = 20 Vista 2 ¼”x9 workstation name plates QTY = 120 Building Maps QTY = 4 Schedule for bid process and project Pre-Bid meeting: Thursday, March 3, 2016 @10:30 AM • City Hall, 300 LaPorte in the CIC Room Last opportunity to ask questions: Monday, March 7, 2016@ 5:00 PM Final addendum issued: Thursday, March 10, 2016 Bid due to City purchasing department: Thursday, March 17, 2016 Award to Vendor: Week of March 21, 2016 Material samples due to City April 1, 2016 Anticipated Installation of product: October 1, 2016 Requirements Note: Images shown are for reference of type of system we are requiring. Content will be provided to awarded vendor 1. Exterior Logos : ¼” brushed aluminum. Signage to be stud mounted to surface. Signs will not be illuminated. Logo is comprised of individual letters. Logos will be 9’-6” in length. Signage will be located between the 2nd and 3rd floors. The vendor will provide any equipment needed to complete the installation. BID 8255 Signage for 222 LaPorte Page 4 of 16 2. Lobby Logo: ¼” brushed aluminum. Signage to be stud mounted to surface. Signs will not be illuminated. Logo is comprised of individual letters. Logo will be 9’-0” in length. 3. Lobby Plaque: 24” wide x 22” tall; 1/4” bushed stainless steel with etched lettering and black inlay 4. Vinyl on exterior doors: White vinyl applied to glass containing the City logo, no smoking on premises, and services listing 5. Best Sign Strata 9x6 room signs: Best Sign Systems; Strata with ADA panel. Copy size to be .75” high. Typeset SansSerif. Letter color white. Background color MP25849 Durango Gray. If a sign is mounted to a glass wall system, a vinyl backer will need to be provided to hide the tape. Best Sign Strata: 6. Best Sign Strata 6x18 elevator: 2 6x9 stacked vertically is acceptable. Best Sign Systems; Strata with ADA panel. Copy size to be .75” high. Typeset SansSerif. Letter color white. Background color MP25849 Durango Gray. 7. Best Sign Strata 6x9 Restroom/ Shower with ICS: Best Sign Systems; Strata with ADA panel. Copy size to be .75” high. Typeset SansSerif. Letter color white. Background color MP25849 Durango Gray. 8. Best Sign Strata 12 x 12 building information sign to go inside the elevator. Best Sign Systems; Strata with ADA panel. Copy size to be .75” high. Typeset SansSerif. Letter color white. Background color MP25849 Durango Gray. BID 8255 Signage for 222 LaPorte Page 5 of 16 9. Vista 9x6 office name plates: Vista Frame; curved aluminum frame with a transparent insert. Aluminum to be at top and bottom of sign. If a sign is mounted to a glass wall system, a vinyl backer will need to be provided to hide the tape. Paper inserts will be provided by the City after completion. Vista Frame: 10. Vista 2 ¼”x9 workstation name plates: Vista Frame; curved aluminum frame with a transparent insert. Aluminum to be at top and bottom of sign. Back to be able to attach to a fabric furniture panel. Paper inserts will be provided by the City after completion. 11. Building Maps: Maps will be approximately 40” x 60”. Maps to be full color artwork mounted on a solid backing and covered with 1/4” Plexiglas with brushed aluminum standoffs at the corners. RESPONSES REQUIRED Please keep responses concise. Packets should not be more than 15 pages. Refer to the numbers listed below in your responses. 1. Vendor History a. Number of years in business b. Personnel profiles and responsibilities for individuals that would be working on this project c. Processes that you have in place for Quality Assurance / Quality Control d. Describe change order process 2. Manufacturer Information a. Provide a letter certifying the vendor as an authorized resellers/distributors in Northern Colorado 3. Previous Projects / References a. Provide size, scope and contact information for projects of similar or larger scale completed within the last five years b. If three or more projects have not been completed in the last five years by the proposed project team, provide three references that have worked with the staff proposed for the projects. Vendor references may not use the project team including the City of Fort Collins, RNL Architects, or Adolfson and Peterson Construction. 4. Artwork Artwork for signs is not expected as a part of this bid. Include material, design, and labor costs. Upon award of contract, you will be expected to provide shop BID 8255 Signage for 222 LaPorte Page 6 of 16 drawings and material samples. Content and artwork will be provided by the project team and will be keyed to a floorplan. 5. Specifications Include a cut sheet and or specification for each type of sign 6. Sustainability In the future as signs are replaced or damaged, what do you have in place to recycle the signs. 7. Order Process Describe your process from time of project award to time of installation. What is your lead time for these signs? 8. Cost Worksheet Worksheet below is to be completed 9. Purchasing Restrictions The proposer’s authorized signature on the bid assures the team’s compliance with City of Fort Collins’ purchasing restrictions. A copy of the restrictions is available for review in the Purchasing and Risk Management Division or the City Clerk’s Office. City of Fort Collins’ Resolution 91-121 requires that suppliers and producers of cement, or products containing cement, to certify that the cement was not made in cement kilns that burn hazardous waste as fuel. 10. Building design and construction standards manual The City of Fort Collins has developed a Building Design and Construction Standards Manual. This manual will be available for use by the selected team and can be downloaded at the following address: http://www.fcgov.com/opserv/design- standards.php. 11. State Taxation The City of Fort Collins is exempt from all state and local taxation including sales and use taxes. BID 8255 Signage for 222 LaPorte Page 7 of 16 8225 COST WORKSHEET Company Name: Date: Line No. SIGN TYPE MATERIAL COST DESIGN COST INSTALLATION COST 1 Exterior Logos 2 Lobby Logo 3 Lobby Plaque 4 Vinyl on exterior doors 5 Best Sign Strata 9x6 room signs 6 Best Sign Strata 6x18 elevator 7 Best Sign Strata Restroom/ Shower with ICS 8 Best Sign Strata 12 x 12 Building Info. 9 Vista 9x6 office name plates 10 Vista 2 ¼”x9 workstation name plates 11 Building Maps TOTAL COST OF PROJECT Total cost of Project in words:______________________________________ ______________________________________________________________ Initial box to confirm material quoted for line #1 & 2 is 1/4" brushed aluminum Initial box to confirm material quoted for line #3 is 1/4" brushed stainless steel Initial box to confirm material quoted for line #5, 6, 7, & 8 is Best Sign Systems Strata Initial box to confirm material quoted for line #9 & 10 is Vista frame system with aluminum edge Submitted by: Printed: Mailing Address: City State Zip: Phone: Email BID 8255 Signage for 222 LaPorte Page 8 of 16 Reference Evaluation (Top Rated Vendor) The Project Manager will check references using the following criteria. The evaluation rankings will be labeled Satisfactory/Unsatisfactory. QUALIFICATION STANDARD Overall Performance Would you hire this Professional again? Did they show the skills required by this project? Timetable Was the original Scope of Work completed within the specified time? Were interim deadlines met in a timely manner? Completeness Was the Professional responsive to client needs; did the Professional anticipate problems? Were problems solved quickly and effectively? Budget Was the original Scope of Work completed within the project budget? Job Knowledge a) If a study, did it meet the Scope of Work? b) If Professional administered a construction contract, was the project functional upon completion and did it operate properly? Were problems corrected quickly and effectively? BID 8255 Signage for 222 LaPorte Page 9 of 16 SAMPLE ONLY SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and , hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of ( ) page 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. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of ( ) page , and incorporated herein by this reference. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated within ( ) days following execution of this Agreement. Services shall be completed no later than . Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed by the parties. 4. Contract Period. This Agreement shall commence , 200 , and shall continue in full force and effect until , 200 , unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed ( ) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. 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 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. 6. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of BID 8255 Signage for 222 LaPorte Page 10 of 16 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: 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 date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. The City shall pay the Service Provider for the performance of this Contract, subject to additions and deletions provided herein, ($ ) as per the attached Exhibit " ", consisting of page , and incorporated herein by this reference. 8. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 9. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 10. 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. 11. 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 BID 8255 Signage for 222 LaPorte Page 11 of 16 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. 12. 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. 13. 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. 14. 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. 15. 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. 16. 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. BID 8255 Signage for 222 LaPorte Page 12 of 16 17. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit , 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. 18. 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. 19. 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. 20. 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 BID 8255 Signage for 222 LaPorte Page 13 of 16 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 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. 21. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit " " - Confidentiality, consisting of one (1) page, attached hereto and incorporated herein by this reference. BID 8255 Signage for 222 LaPorte Page 14 of 16 THE CITY OF FORT COLLINS, COLORADO By: Gerry Paul Purchasing Director DATE: ATTEST: City Clerk APPROVED AS TO FORM: Assistant City Attorney SERVICE PROVIDER'S NAME By: Printed: Title: CORPORATE PRESIDENT OR VICE PRESIDENT Date: BID 8255 Signage for 222 LaPorte Page 15 of 16 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. BID 8255 Signage for 222 LaPorte Page 16 of 16 EXHIBIT 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.