Loading...
HomeMy WebLinkAboutRFP - 8464 CONTRACTOR FOR IMPROVEMENTS AT FCPS INDOOR SHOOTING RANGE (2)RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 1 of 30 REQUEST FOR PROPOSAL 8464 CONTRACTOR FOR IMPROVEMENTS AT FCPS INDOOR SHOOTING RANGE The City of Fort Collins is requesting proposals from qualified contractors to complete improvements at the Fort Collins Police Services indoor shooting range. Planned improvements at this time include a range ventilation system, rubber berm bullet trap, modular ceiling and combat wall baffles, and sound absorption panels. As part of the City’s commitment to Sustainable Purchasing, proposals submission via email is preferred. Proposals shall be submitted in a single Microsoft Word or PDF file under 20MB and e-mailed to: purchasing@fcgov.com. If electing to submit hard copy proposals instead, five (5) copies, will be received at the City of Fort Collins' Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals must be received before 3:00 p.m. (our clock), March 22, 2017 and referenced as Proposal No. 8464. 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. Please note, additional time is required for bids mailed to the PO Box to be received at the Purchasing Office. The City encourages all Disadvantaged Business Enterprises (DBEs) to submit proposals in response to all requests for proposals. 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 regarding the RFP 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 Doug Clapp, no later than 5:00 PM our clock on March 13, 2017. Questions received after this deadline will not be answered. A copy of the RFP may be obtained at www.rockymountainbidsystem.com. The City of Fort Collins is subject to public information laws, which permit access to most records and documents. Proprietary information in your response must be clearly identified and will be protected to the extent legally permissible. Proposals may not be marked ‘Proprietary’ in their entirety. All provisions of any contract resulting from this request for proposal will be public information. New Vendors: The City requires new vendors receiving awards from the City to fill out and submit an IRS form W-9 and to register for Direct Deposit (Electronic) payment. If needed, the W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City’s Purchasing website at www.fcgov.com/purchasing under Vendor Reference Documents. 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 RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 2 of 30 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. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow other state and local governmental agencies, political subdivisions, and/or school districts to utilize the resulting award under all terms and conditions specified and upon agreement by all parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in the current term or in any future terms. Sustainability: Consulting firms/teams participating in the proposal are to provide an overview of the organization’s philosophy and approach to Sustainability. In no more than two (2) pages please describe how your organization strives to be sustainable in the use of materials, equipment, vehicles, fuel, recycling, office practices, etc. The City of Fort Collins incorporates the Triple Bottom Line into our decision process by including economic (or financial), environmental, and social factors in our evaluation. The selected Service Provider shall be expected to sign the City’s standard Agreement without revision prior to commencing Services (see sample attached to this Proposal). Sincerely, Gerry S. Paul Purchasing Director RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 3 of 30 REQUEST FOR PROPOSAL 8464 CONTRACTOR FOR IMPROVEMENTS AT FCPS INDOOR SHOOTING RANGE The City of Fort Collins is requesting proposals from qualified contractors to complete improvements at the Fort Collins Police Services indoor shooting range. Planned improvements at this time include a range ventilation system, rubber berm bullet trap, modular ceiling and combat wall baffles, and sound absorption panels. The Contractor will be expected to sign the City’s standard Services Agreement – Work Order Type, a sample of which is attached. This is a one year agreement but, 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. All improvement projects will be initiated by the issuance of a Work Order by the City. PROPOSAL GUIDELINES Qualified contractors interested in the work described in this request should submit as a minimum the following information to the City: Describe your approach to this project: 1. General information Name of firm, contact person for this proposal, title, phone number, email address, street and mailing addresses, date established and previous names of firm in last 10 years. 2. Key Project Staffing Provide names and resumes of key project staff. Indicate pertinent work experience and any post high school construction management or engineering education. List any subcontractors or consultants you will be using to augment your project staff and include their name, employer and their resume. 3. General Company Resources Indicate the resources available for cost estimating, construction approach and methods, construction sequencing and scheduling. Provide descriptions, resumes, organization charts and /or other indications of the degree of expertise and qualifications available to this project. Indicate local office location if not based in the office location in item 1 above. 4. Project Experience Provide brief summary of similar construction project work performed by the firm or key project staff in the last 5 years. Highlight any participation by key staff proposed for this project Brief discussion of any unusual factor is encouraged (e.g. owner initiated delays, additions to the work, etc.). Provide an owner reference for cited projects including name and contact information. RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 4 of 30 5. Quality Assurance/Quality Control Describe your firm’s commitment to quality and attention to detail. Explain the processes your team will use to assure the City a high quality finished product. 6. Subcontractors Based on the description of the work in this request, describe which portions of the work will be performed by subcontractors and include details regarding the subcontractors and related experience. 7. Bonding Company Provide the name, address and phone number of the firm’s bonding agent. Provide a letter from the bonding agent indicating the firm’s bonding capacity is adequate to undertake this work. The City requires 100% Performance and Payment Bonds for all construction projects exceeding $100,000. 8. Insurance Company Provide the name, address and phone number of the firm’s insurance agent(s). Provide confirmation your firm will secure and maintain insurance in accordance with the requirements in the attached sample Service Agreement including naming the City an additional insured. 9. References List three (3) current references of similar work. Include firm name, address, and telephone number. 10. Agreement Prior to construction and depending on the cost of the project, the contractor may be required to provide payment and performance bonds, and sign the City of Fort Collins’ Standard Construction Contract. This document is available for review on the web at: http://citydocs.fcgov.com/?vid=10&cmd=search&scope=doctype&dt=CONTRACT&q=V ERTICAL+CONSTRUCTION RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 5 of 30 CONTRACTOR REVIEW AND ASSESSMENT Professional firms will be evaluated on the following criteria. These criteria will be the basis for review and assessment of the written proposals and optional interview session. At the discretion of the City, interviews of the top rated firms may be conducted. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING FACTOR QUALIFICATION STANDARD 2.0 Scope of Proposal Does the proposal address all elements of the RFP? Does the proposal show an understanding of the project objectives, methodology to be used and results/outcomes required by the project? Are there any exceptions to the specifications, Scope of Work, or agreement? 2.0 Assigned Personnel Do the persons who will be working on the project have the necessary skills and qualifications? Are sufficient people of the requisite skills and qualifications assigned to the project? 1.0 Availability Can the work be completed in the necessary time? Can the target start and completion dates be met? Are other qualified personnel available to assist in meeting the project schedule if required? Is the project team available to attend meetings as required by the Scope of Work? 1.0 Sustainability/TBL Methodology Does the firm demonstrate a commitment to Sustainability and incorporate Triple Bottom Line methodology in both their Scope of Work for the project, and their day-to-day business operating processes and procedures? 2.0 Cost and Work Hours Does the proposal included detailed cost break-down for each cost element as applicable and are the line- item costs competitive? Do the proposed cost and work hours compare favorably with the Project Manager's estimate? Are the work hours presented reasonable for the effort required by each project task or phase? 2.0 Firm Capability Does the firm have the resources, financial strength, capacity and support capabilities required to successfully complete the project on-time and in- budget? Has the firm successfully completed previous projects of this type and scope? RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 6 of 30 Definitions Sustainable Purchasing is a process for selecting products or services that have a lesser or reduced negative effect on human health and the environment when compared with competing products or services that serve the same purpose. This process is also known as “Environmentally Preferable Purchasing” (EPP), or “Green Purchasing”. The Triple Bottom Line (TBL) is an accounting framework that incorporates three dimensions of performance: economic, or financial; environmental, and social. The generally accepted definition of Andrew Savitz for TBL is that it “captures the essence of sustainability by measuring the impact of an organization’s activities on the world…including both its profitability and shareholders values and its social, human, and environmental capital.” Reference Evaluation (Top Rated Firm) 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? RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 7 of 30 PRICING SHEET Provide pricing for each improvement project as described in the specifications: 1. Rubber Berm Bullet Trap $ 2. Modular Ceiling Baffles and Combat Wall Baffles $ 3. Sound Absorption Panels $ 4. Purge Ventilation System $ TOTAL FOR ALL PROJECTS $ In addition, please provide a cost break-down of labor rates by job category, mark-up for subcontractors and materials that would apply to any change orders or new work orders. Provide project duration and material lead-time for each improvement project RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 8 of 30 Specifications for Rubber Berm Bullet Trap at FCPS Indoor Range A. Acceptable Product: Acceptable product shall be “Rubber Berm Trap” by Action Target, or approved equal. B. Scope of Work: 1. Indoor 25 yard tactical shooting range 50’ wide x 110’ long – 12 shooting lanes 2. Rubber berm trap 3. Three (3) rows of tactical ceiling baffles for moving and shooting downrange a. Rifle rated ¼” AR500 steel with 3/8” on last two rows before trap 4. Combat walls extending 20’ out from bullet trap for 180 degree shooting a. Rifle rated AR500 3/8” steel with rubber tile fascia b. Covers triangle sidewall of rubber trap 5. PEPP Acoustical Treatment C. Performance Requirements: 1. Shredded rubber shall have an average diameter of 19 millimeters (¾ inch). 2. The rubber shall be treated with Class A Flame Seal-RG fire retardant material. a. Manufacturer shall provide documentation of compliance with Class A fire rating. 3. The berm trap shall require no rear access for cleaning or service. 4. The berm framework shall be no more than 30 degrees from horizontal. 5. The berm framework shall be of sufficient strength to support the rubber medium, which is a minimum of 2 feet deep as measured perpendicular to the rubber support structure. 6. The rubber medium shall exceed 3 feet in depth as measured from a horizontal level. 7. The trap shall provide protection for the end of the range. 8. The trap shall have a minimum height of eight feet unless otherwise noted on range- specific drawings. 9. The berm trap shall be inclusive of all hardware necessary for assembly of the trap. 10. The berm trap shall be mounted on a concrete pad or suitable footings. 11. The berm trap shall accommodate surface variations of up to 2 inches on a concrete pad or footings. 12. The berm trap shall aid in the elimination of airborne lead on the shooting range. 13. No EPA regulated materials or water-absorbing material shall be added to the rubber medium. 14. The berm trap shall incorporate fins to prevent the rubber medium from sloughing off the berm, thereby maintaining the rubber medium at the same level. a. Fins shall eliminate the need for a continuous top-fill device. RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 9 of 30 15. Consistent rubber thickness will be maintainable using hand tools (rakes). No hopper/feeder mechanism will be required. 16. The berm trap shall be capable of being installed over an existing berm. This may eliminate all or part of the framework and substitute for the berm structure. 17. The berm trap shall allow the use of oblique angles for shooting, i.e. cross-lane. D. Construction: 1. The berm framework shall be fabricated from hot-dip galvanized steel. 2. The berm framework shall snap together with interlocking parts. The top plate shall secure to the framework with a minimum grade 5 nuts and bolts. 3. The framework and top plate shall be a smooth consistent angle. There shall be no staircase or platforms built into the framework. 4. The berm trap shall hold no less than 2 cubic feet of rubber medium per square foot of trap plate. 5. Steel shall meet or exceed UL 752 standards. Manufacturer shall provide documentation of compliance with these standards. E. Operation: 1. The berm trap shall be capable of full-time service, with downtime for cleaning only. For purposes of maintenance cost calculations, trap shall be considered in need of cleaning at 80,000 rounds per position. 2. Periodic hand leveling will maintain rubber level. 3. The berm trap shall accept and be suitable for all handguns, rifles, shotguns, submachine guns, as well as all jacketed and non-jacketed ammunition, including shotgun slugs and shot. Tracer rounds are not to be used. 4. The berm trap shall allow for the recovery of spent rounds for periodic recycling. 5. The berm trap shall employ no rubber covering placed over the main trap area or other disposable or consumable material that requires replacement or that would increase the likelihood of spontaneous combustion. F. Options: 1. The top plate shall be available in 10 gauge, ¼” and ⅜” A-36 steel or ¼” and ⅜” AR- 500 steel. RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 10 of 30 Specifications for Modular Ceiling Baffles and Combat Wall Baffles at FCPS Indoor Range A. Basis of Design: Acceptable product shall be ceiling and combat wall baffles by Action Target or approved equal. B. Performance Requirements: 1. Baffles shall be mounted from the ceiling or attached to the wall to provide an armored surface to protect structural systems, lighting, and plumbing equipment from being impacted from errant rounds. a. Errant rounds that strike baffle surfaces shall either be directed downrange toward the bullet trap or encapsulated within the baffle itself. i. Rounds fired into the baffles shall not reflect splatter back toward the shooter. 2. Sheltered ceiling area shall extend from sidewall to sidewall without any gaps. a. Panels shall be made to fit the range precisely and to maximize the protection they provide. 3. Suspension hardware, such as chains, cables, “S” hooks, and turnbuckles, shall be designed, provided, and installed by the range equipment supplier. 4. When installed in hanging applications, baffles shall be suspended at 4' intervals along each joint by 3/16" steel cable. Each connection point shall contain an integral adjustment device so that the exact height of each joint may be fine-tuned. Each adjustment point shall provide for both fine adjustment (+/- 1.5") and coarse adjustment (+12"/ -unlimited) without the need to replace or resize the cable. 5. Joints shall be used to interconnect panels that cover a 48"x48" standard area for ceiling baffles and at least a 24”x24” standard area for combat wall baffles. a. All joints shall provide overlapping surfaces so there is no potential for gaps where bullets or bullet fragments might escape by deflecting a total of less than 180 degrees (two consecutive 90 degree impacts). b. All joints shall be capable of containing high power rifle rounds with a maximum velocity of up to 3,388 fps with a max energy of 3,600 ft-lbs. 6. Baffles shall interconnect with one another in a modular fashion so that they may be taken apart, replaced, or moved. a. In addition to stacking horizontally, rows of baffles shall be able to connect vertically to provide armoring of a larger total area than the standard 48 vertical inches. b. As with horizontal stacking, vertical stacking will also guarantee overlap in the joints to provide a resulting single, contiguous, bullet-proof surface. c. All standard baffle interconnection kits shall contain the means to stack in both the horizontal and vertical direction without the addition of further components. 7. Ceiling baffles shall be suspended at no greater than a 20-degree angle. RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 11 of 30 8. Baffles must meet or exceed UL 752 standards. Manufacturer will provide documentation of compliance with these standards 9. Baffles shall provide ballistic protection for rifle rounds with a max. velocity up to 3,388 fps with a max energy of 3,600 ft-lbs (examples of standard rounds include 9 mm 124 grain FMJ and .44 Magnum 240 grain JSP, as well as M80 147 grain FMJ, and 5.56 x 45 mm NATO M103 55 grain FMJ). a. Armor piercing rounds may be used, but they will impact the life of the product. i. Incendiary ammunition shall not be used. 10. Baffle panels shall be available in a variety of different grades for containment of a variety of rounds: a. Pistol grade (max. velocity up to 1,485 fps with a max energy of 1,175 ft- lbs) grade containment panels shall be 1/4" AR500 armor plate. b. Rifle grade (max. velocity up to 3,388 fps with max energy of 3,600 ft-lbs) containment panels shall be AR500 armor plate. i. Panels may be upgraded from 1/4" to 3/8" baffle plate for use with certain rifle rounds with the use of standard hand tools and without removing joint system from its overhead support. 1. Manufacturer shall stock the components necessary to upgrade the baffles from 1/4" to 3/8" as a standard option. C. Construction 1. The steel plate within each baffle panel shall consist solely of a sheet of ⅜ in. thick AR-500 steel. The fabrication of these panels shall not include any welded components or field cut-outs (holes, notches, grooves, etc.). 2. Baffle construction shall consist of a steel plate (the “backer” of the baffle). The range-facing layer is an acoustical or ballistic rubber tile, screwed into ½ inch-thick plywood. The steel and tile/plywood layer are connected by means of Z purlins situated between them, thereby creating an air gap inside which misdirected bullets may be contained. 3. All ballistic panel cutting must be performed with plasma cutting equipment. 4. No ballistic panel shall be subjected to flame cutting (oxygen fuel cutting, such as acetylene, propane or MAPP gas, etc.). 5. Steel panels must be sandblasted. 6. Baffles shall be bolted together so no field welding is required. The baffles shall be built with overlapping joints to prevent round or fragments from escaping. 7. Steel shall meet or exceed UL 752 standards. Manufacturer will provide documentation of compliance with these standards. RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 12 of 30 Specifications for Sound Absorption Panels at FCPS Indoor Range A. Acceptable Product: 1. Acceptable product shall be “P.E.P.P. Sheets” by Action Target or approved equal. B. Performance Requirements: 1. Panel dimensions: 24 inches by 48 inches 2. Panel thickness: 2 inches 3. Panel fire test performance: Class A, 200 or less smoke density and flame spread less than 25, when tested in accordance with ASTM E 84. 4. Panel noise reduction coefficient: 0.70 for wall-mounted panels when mechanically fastened to wall with air gap. C. Construction: 1. Semi-rigid porous expanded polypropylene (P.E.P.P.) sheets 2. Edge detail: Square edge 3. Surface pattern: Flat textured surface 4. Mounting: Manufacturer’s standard adhesive mounting 5. Color: Manufacture’s standard charcoal 6. Adhesive: As recommended by panel manufacturer for types of substrates encountered. D. Installation: 1. Remove dust, dirt, oil, grease and other contaminants that could interfere with panel adhesion. Prepare surfaces in accordance with panel manufacturer’s instructions. 2. Do not begin installation until all wet work (painting, etc.) are completely dry. 3. Install panels in accordance with manufacturer’s instructions and as follows: a. Cut panels squarely and accurately. b. Install panels continuously, with panel long dimensions parallel to long dimension of firing range. Stagger panel end joints butt joints tightly. c. Wall panels: Mount panels beginning at ½ inch above finish floor measured to bottom edge of panels. Stop panel installation at 8’ above finish floor. 4. Furnish one spare sound absorption panel for each 100 unites installed for maintenance material. RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 13 of 30 PURGE RANGE VENTILATION SYSTEM CONTRACTOR A. RANGE VENTILATION SYSTEM CONTRACTOR 1. THE PROJECT REQUIRES A SPECIALIZED CONTRACTOR EXPERIENCE IN INDOOR FIRING RANGE VENTILATION SYSTEMS TO CONSTRUCT, BALANCE AND COMMISSION THE RANGE VENTILATION SYSTEM. THE SPECIALIZED CONTRACTOR SHALL BE DESIGNATED AS THE RANGE VENTILATION CONTRACTOR (RVC). THE RVC SHALL PROVIDE AND INSTALL THE RANGE VENTILATION SYSTEM PER THE PROJECT DRAWINGS, SPECIFICATIONS AND PERFORMANCE CRITERIA. THE RVC SHALL GUARANTEE THE PERFORMANCE OF THE SYSTEM AND SHALL BE SOLELY RESPONSIBLE FOR ALL EQUIPMENT, CONTROLS, AND DUCTWORK, AND ANY OTHER NECESSARY COMPONENTS TO PROVIDE A COMPLETE WORKING SYSTEM. THE RVC SHALL SHOW PROOF OF POLLUTION INSURANCE FOR NOT LESS THAN $1,000,000.00. 2. COORDINATION OF ALL BALLISTIC AND VENTILATION COMPONENTS. B. RVC SCOPE OF WORK 1. THE RVC SHALL OVERSEE ALL HVAC WORK FOR THE RANGE VENTILATION SYSTEM, AND ALL RELATED CONTROLS AND SAFETIES. THE RVC SHALL PROVIDE ALL CRITICAL SENSOR COMPONENTS FOR THE HVAC LOW VOLTAGE CONTROLS AND SAFETIES, INCLUDING ALL DDC CONTROLERS. ALL CONTROL CABLING AND TUBING SHALL BE RUN CONTINUOUSLY IN CONDUIT. THE RVC SHALL FURNISH VARIABLE FREQUENCY DRIVES (VFD’S) FOR THE RANGE VENTILATION SYSTEM SUPPLY AIR AND EXHAUST AIR SYSTEM AS INDICATED ON THE DRAWINGS. ALL LOW VOLTAGE CONTROL CONNECTIONS TO THE VFD’S SHALL BE PROVIDED BY THE RVC, ALONG WITH SETUP, PROGRAMMING, AND COMMISSIONING OF THE VFD’S. THE RVC SHALL PROVIDE ALL TESTING AND BALANCING OF THE RANGE VENTILATION SYSTEM. 2. THE RANGE VENTILATION CONTRACTOR SHALL PROVIDE 1 YEAR’S CONTROL MAINTENANCE AND WARRANTY ALONG WITH PERFORMANCE MONITORING FOR THE RANGE VENTILATION SYSTEM AND 24/7 TECHNICAL SUPPORT AS PART OF THIS CONSTRUCTION CONTRACT. THE VENTILATION SYSTEMS PERFORMANCE SHALL BE MONITORED AT LEAST ONCE A MONTH. REMOTE COMMUNICATION SHALL BE CAPABLE OF SENDING INFORMATION ON ALL CONTROL POINTS FOR THE DDC SYSTEM. C. RANGE VENTILATION SYSTEM (RVS) DESCRIPTION 1. THE RANGE VENTILATION SYSTEM SERVES THE FIRING RANGE PORTION OF THE BUILDING TO INCLUDE THE BULLET TRAP AREA. THE PURGE SYSTEM WILL BRING IN 100% OUTSIDE AIR INTO THE RANGE AREA WHILE EXHAUSTING APPROXIMATELY 10% MORE AIR THAN THE OUTSIDE AIR UNIT PROVIDES TO MAINTAIN A NEGATIVE PRESSURE IN THE RANGE AS REFERENCED TO THE BASE BUILDING AREA. THE SYSTEM WILL PROVIDE DIRECT GAS HEATING AND OPTIONAL EVAPORATIVE COOLING. THE SUPPLY AIR DISTRIBUTION SYSTEM TO BE IN ACCORDANCE WITH THE NATIONAL INSTITUTE OF OCCUPATIONAL SAFETY AND HEALTH (NIOSH) SUGGESTED CRITERIA TO PROVIDE EXPOSURES UNDER THE OCCUPATIONAL SAFETY AND HEALTH ASSOCIATION (OSHA) ALLOWABLE LIMITS FOR LEAD EXPOSURE FOUND IN OSHA 29 CFR. 2. THE SYSTEM IS TO PROVIDE AN EVEN AIR FLOW (75 FPM+/- 5 PERCENT WITH NO SINGLE READING LESS THAN 50 FPM OR MORE THAN 110 FPM) IN EACH FIRING LANE AND AT EACH FIRING POSITION (STANDING, KNEELING, AND PRONE) ACROSS THE WIDTH OF THE RANGE THAT MEETS THE ACCEPTANCE RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 14 of 30 CRITERIA PROVIDED HEREIN, WITH AN EXHAUST AND SUPPLY AIRFLOW AS INDICATED. 3. THE SUPPLY AIR DISTRIBUTION SYSTEM SHALL UTILIZE A RADIAL DIFFUSER PLENUM THAT IS CONSTRUCTED OF INCOMBUSTIBLE MATERIALS FOR THE SUPPLY AIR AND A CONTINUOUS SLOT TO CAPTURE THE EXHAUST AIR. VARIABLE FREQUENCY DRIVES WILL BE PROVIDED ON BOTH SUPPLY AND EXHAUST SYSTEMS. THE EXHAUST SYSTEMS SHALL MAINTAIN A NEGATIVE AIR PRESSURE IN THE FIRING RANGE AND A BULLET TRAP AREA OF -0.05 INCHES OF WATER COLUMN RELATIVE TO THE BASE BUILDING AREA. THE NEGATIVE PRESSURIZATION REQUIRES TIGHT SEALS ON ALL WALL AND ROOF JOINTS AT THE PERIMETER OF THE FIRING RANGE AND BULLET TRAP AREA. 4. THE EXHAUST UNITS SHALL INCLUDE AT LEAST A TWO STAGE FILTER BANK TO MEET THE RECOMMENDATIONS OF THE NATIONAL INSTITUTE FOR OCCUPATIONAL SAFETY AND HEALTH (NIOSH DOCUMENT 76-130) AND PROVIDE EASY ACCESS TO FILTER BANK FOR FILTER REMOVAL AND REPLACEMENT. 99.97% HIGH-EFFICIENCY PARTICULATE ARRESTOR (HEPA) FILTERS SHALL BE PROVIDED FOR FINAL FILTERS. SYSTEM SHALL MEET THE FEDERAL EXHAUST EMISSION LEVELS ESTABLISHED UNDER EPA 40 CFR 50.12 (0.15 MICROGRAMS OF LEAD PER CUBIC METER QUARTERLY.) THE SYSTEM SHALL PROVIDE SUFFICIENT RANGE IN THE EXHAUST SYSTEM AIRFLOW TO ALLOW SUFFICIENT TIME BETWEEN HEPA FILTER CHANGES. THE SYSTEM SHALL MAINTAIN TEMPERATURE CONDITIONS AS DESCRIBED IN THE RANGE MECHANICAL SEQUENCE AND SHALL REQUIRE CONTROLS AND SAFETIES DESCRIBED IN THE CONTROL NOTES. THE DIRECT DIGITAL CONTROL SYSTEM FOR THE RANGE VENTILATION EQUIPMENT SHALL BE CONNECTED TO A CENTRAL PANEL. 5. DUCTWORK NOTES IN ADDITION TO SPECIFICATIONS 6. DUCT SIZES ARE FREE AREA. a. ALL RANGE SUPPLY AND EXHAUST DUCT SHALL BE 2” WATER COLUMN PRESSURE RATED AND INSTALLED PER SMACNA STANDARDS. b. USE FLANGED TYPE TRANSVERSE DUCT CONNECTOR OR DUCTMATE TYPE CONNECTION ON ALL DUCTWORK. c. SEAL ALL DUCTS WITH UNITED OR EQUIVALENT SEALANT. SEAL ALL TRANSVERSE JOINTS, CONNECTIONS, AND DUCT PENETRATIONS. ALL DUCT SHALL MEET THE REQUIREMENTS OF SEAL CLASS A. d. FOLLOW SMACNA STANDARDS FOR DUCT CONSTRUCTION AND DUCT REINFORCEMENT DETAILS. e. VERIFY FINAL SIZES AND LOCATIONS OF EQUIPMENT WITH FINAL MANUFACTURER SUBMITTALS OR IN FIELD PRIOR TO FABRICATION OF DUCTWORK. PROVIDE DUCT SHOP DRAWINGS INCLUDING ROOF OPENING SHOP DRAWINGS. 7. ALL CONDENSATE DRAIN PIPING FOR MAKE-UP AIR UNITS BY PLUMBING CONTRACTOR. 8. COORDINATE ALL GAS PIPING CONNECTIONS FOR MAKE-UP AIR UNITS WITH THE PLUMBING CONTRACTOR. 9. ELECTRICAL CONTRACTOR (EC) TO PROVIDE: RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 15 of 30 a. ALL CONTROL WIRING CONDUITS WITH PULL STRING OR LOW VOLTAGE WIRE TO BE PROVIDED AND INSTALLED BY EC. RVC TO COORDINATE FINAL LOCATIONS WITH EC. b. ALL FINAL WHIPS FROM JUNCTION BOXES TO CONTROL DEVICES. RVC TO COORDINATE FINAL LOCATIONS WITH EC. c. PROVIDE AND INSTALL ALL ELECTRICAL DISCONNECTS. d. PROVIDE CONTROL CONDUIT FOR EACH VFD. RVC TO COORDINATE WITH EC. e. EC TO INSTALL RANGE VENTILATION CONTROL PANEL(S) PROVIDED BY RVC AND PROVIDE DEDICATED CIRCUIT (LOCKING TYPE) FOR EACH PANEL. RVC TO COORDINATE FINAL LOCATION WITH EC. D. RANGE VENTILATION CONTROLS 1. THE RANGE VENTILATION CONTRACTOR SHALL INSTALL A STAND ALONE INDEPENDENT DIRECT DIGITAL CONTROL (DDC) SYSTEM TO CONTROL THE RANGE VENTILATION SYSTEM. THE RVC SHALL PROVIDE A RANGE DDC CONTROL PANEL. THE RANGE VENTILATION CONTRACTOR SHALL PROVIDE A COMPLETE SYSTEM OF CONTROLS TO OPERATE ALL RANGE VENTILATION SYSTEMS AND EQUIPMENT IN FULL ACCORDANCE WITH THE DRAWINGS, SEQUENCES, NOTES, AND SYSTEM DESCRIPTIONS PROVIDE, INCLUDING CONTROLLERS, SENSORS, ACTUATORS, WIRING, CONDUIT, TUBING, AND ALL OTHER TYPES OF MATERIALS, EQUIPMENT, AND SERVICES TO PROVIDE A COMPLETE AND OPERATIONAL SYSTEM. 2. RANGE VENTILATION CONTRACTOR TO INCLUDE A DETAIL SHOP DRAWING INDICATING LOCATION OF ALL JUNCTION BOXES AND CONDUIT REQUIRED TO BE INSTALLED BY THE ELECTRICAL CONTRACTOR WITH SUBMITTAL. 3. THE CONTROL SYSTEM SHALL MAINTAIN THE AIR PRESSURE IN THE RANGE AND BULLET TRAP AREAS AT A NEGATIVE PRESSURE WITH RESPECT TO THE SUPPORT AREA AS MEASURED IN THE RANGE OFFICE BOOTH. THIS REQUIREMENT IS CRITICAL TO PREVENT THE POSSIBILITY THAT CONTAMINANTS CREATED IN THE RANGE AREA WILL ENTER THE ADJACENT NON-RANGE SPACES TRANSFERRED THROUGH AIR. DIFFERENTIAL PRESSURE INSTRUMENTATION SHALL INCLUDE VERY LOW DIFFERENTIAL PRESSURE TRANSDUCER WITH -0.25 TO +0.25 INCHES WATER COLUMN RANGE. 4. CONDUIT AND WIRING REQUIREMENTS OF GENERAL DDC SPECIFICATIONS APPLY TO THIS WORK. ALL DDC SYSTEM AND RANGE VENTILATION SYSTEM CONTROL WIRING AND TUBING SHALL BE RUN IN CONDUIT. ALL LOW VOLTAGE WIRING SHALL BE PROVIDED BY THE RVC AND ALL CONDUIT SHALL BE PROVIDED BY THE EC. CONNECTIONS TO VIBRATING EQUIPMENT SHALL BE MADE WITH WATERTIGHT FLEXIBLE CONDUIT AND FITTING. ALL POWER WIRING AND CONDUIT SHALL BE PROVIDED BY THE ELECTRICAL CONTRACTOR. 5. ACCESS TO THE RANGE VENTILATION DDC SYSTEM SHALL BE AVAILABLE REMOTELY FROM SITE. ACCESS SHALL BE ACCOMPLISHED THROUGH CITY OF FORT COLLINS APPROVED BUILDING AUTOMATION SYSTEM LIKE JOHNSON CONTROLS OR APPROVED EQUAL. RVC SHALL SUPPLY REMOTE DISPLAY PANEL WITH REAL TIME DATA INCLUDING RANGE FILTER STATUS, RANGE SPACE PRESSURE, TEMPERATURE VALUES AND SETPOINTS, SUPPLY AND RETURN FAN STATUS, WARNINGS, AND ALARMS. E. CONTROL SEQUENCES RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 16 of 30 1. THE OPERATOR WILL PUSH THE SWITCH. THE “DO NOT SHOOT/START-UP IN PROGRESS” LIGHT SHALL GO ON. 2. MOTORIZED OUTSIDE AIR DAMPER SHALL OPEN. 3. EXHAUST AND MAU FANS SHALL START. 4. EXHAUST FAN VARIABLE FREQUENCY DRIVE (VFD) SHALL MODULATE TO MAINTAIN A .05” WG NEGATIVE RANGE DIFFERENTIAL STATIC PRESSURE. 5. AFTER THE SYSTEMS REACH STEADY STATE, THE “SAFE TO SHOOT/RANGE READY” LIGHT WILL TURN ON AND THE “DO NOT SHOOT/STARTUP IN PROGRESS” LIGHT WILL TURN OFF. 6. THE EXHAUST VFD WILL MODULATE THROUGHOUT THE OCCUPIED CYCLE TO MAINTAIN RANGE PRESSURE OF A NEGATIVE 0.05” WG AS REFERENCE TO THE BASE BUILDING. 7. THE RANGE ENTRANCE DOORS WILL BE MONITORED. IF THE RANGE DOOR IS OPEN FOR LONGER THAN 15 SECONDS (ADJ.) DURING START UP, THE RANGE WILL ALARM AND SHUT DOWN. DURING STEADY STATE, IF A RANGE DOOR IS OPEN FOR LONGER THAN 5 MINUTES (ADJ.) THE RANGE WILL ALARM. 8. IF OUTSIDE AIR IS LESS THAN 65 DEGREES F (ADJ.), MAU SHALL ENABLE HEATING AND MODULATE GAS HEAT TO MAINTAIN SUPPLY AIR TEMPERATURE OF 67-73 DEGREES F (ADJ.). 9. IF AT ANY TIME THE RANGE DIFFERENTIAL PRESSURE RISES ABOVE 0.0” WG FOR MORE THAN 2 MINUTES, THE RANGE WILL AUTOMATICALLY ALARM AND SHUT DOWN. 10. IF AT ANY TIME THE FILTER PRESSURE DIFFERENTIAL EXCEEDS PARAMETERS (DETERMINED DURING START-UP), THE RANGE WILL ALARM. 11. THE SYSTEM SHALL MONITOR AND REACT TO A LOSS OF DUCT PRESSURE IN EACH OF THE SUPPLY AND EXHAUST DUCTS. IF PRESSURE IS LOST IN EITHER SUPPLY OR RETURN DUCTS THEN THE SYSTEM SHALL SHUT DOWN. (THIS WILL STOP POTENTIAL BUILDING DAMAGE IF ONLY ONE FAN WAS RUNNING.) 12. THE RANGE SHALL BE SHUT OFF WITH THE TOGGLE SWITCH. SYSTEMS SHALL HAVE A 90 SECOND SHUT DOWN TIME PERIOD (ADJ.) AFTER SWITCH IS TURNED OFF. 13. THE SYSTEM SHALL HAVE REMOTE COMMUNICATION. F. GENERAL DDC REQUIREMENTS 1. THE RANGE VENTILATION DDC SYSTEM WILL INCLUDE RANGE “DO NOT SHOOT”, “SAFE TO SHOOT” AND “WARNING” STATUS LIGHTS LOCATED ON REMOTE DISPLAY PANEL. THE SYSTEM SHALL PROVIDE STATUS OF MECHANICAL SYSTEMS ACCORDING TO THE FOLLOWING. 2. “SAFE TO SHOOT” LIGHT WILL BE ON ONLY WHEN ALL SYSTEMS ARE WITHIN OPERATING PARAMETERS. OTHERWISE “DO NOT SHOOT” LIGHT WILL BE ON. 3. CONDITIONS TO RUN ON “DO NOT SHOOT” LIGHT (IF ANY OF THESE CONDITIONS OCCUR, CONTROLS SHALL ACTIVATE LIGHT, ALARM, AND SHUT DOWN OF RANGE VENTILATION SYSTEM.) a. “DO NOT SHOOT” LIGHT SHALL REMAIN ON DURING SYSTEM START-UP (NO ALARM). RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 17 of 30 b. EITHER SUPPLY FAN OR EXHAUST FAN IS OFF. c. RANGE SUPPLY PRESSURE IS LESS THAN THE DESIGN RATE – SET AT COMMISSIONING. d. RANGE TO BASE BUILDING DIFFERENTIAL PRESSURE IS OUTSIDE THE UPPER LIMIT (0 INCHES OF WATER, NON-NEGOTIABLE) AND LOWER (NEGATIVE 0.1 INCHES OF WATER TYPICAL, BUT ADJUSTABLE) FOR A GIVE TIME (2 MINUTES TYPICAL, BUT ADJUSTABLE). e. ANY DOOR IS OPEN FOR LONGER THAN 15 SECONDS (ADJ.) DURING SYSTEM STARTUP. 4. CONTROLS TO TURN ON “WARNING” LIGHT (IF ANY OF THESE CONDITIONS OCCUR, CONTROLS SHALL ACTIVATE LIGHT: a. EXHAUST PRE FILTER DIFFERENTIAL PRESSURE IS PAST LIMIT. b. EXHAUST HEPA FILTER DIFFERENTIAL PRESSURE IS PAST LIMIT. 5. CONTROLS TO TURN ON “WARNING” LIGHT AND SOUND ALARM (IF ANY OF THESE CONDITIONS OCCUR, CONTROLS SHALL ACTIVATE LIGHT): a. ANY RANGE DOOR IS OPEN FOR LONGER THAN 3 MINUTES (ADJ.) DURING NORMAL OPERATION. b. ANY TRAP DOOR IS OPEN DURING NORMAL OPERATION. 6. PROVIDE DDC WITH ALL POINTS NECESSARY TO MEET ALL RANGE VENTILATION SYSTEM REQUIREMENTS AND INCLUDING BUT NOT LIMITED TO: a. OUTSIDE AIR TEMPERATURE b. RANGE VENTILATION STATUS c. DISCHARGE TEMPERATURE d. SUPPLY FAN START/STOP WITH VFD e. SUPPLY FAN RUN STATUS f. EXHAUST FAN STAT/STOP WITH VFD g. EXHAUST FAN RUN STATUS h. EXHAUST AIR PRE-FILTER STATUS i. EXHAUST AIR HEPA FILTER STATUS j. RANGE TO BASE BUILDING AIR PRESSURE DIFFERENTIAL 7. RANGE VENTILATION SYSTEM START-UP AND OPERATION. a. THE SYSTEM SHALL BE MANUALLY ENERGIZED BY THE RANGE OFFICER PUSHING THE TOGGLE SWITCH LOCATED IN THE RANGE OFFICER BOOTH OR DIRECTED BY THE OWNER. b. EACH SUPPLY FAN’S SPEED SHALL BE CONTROLLED THROUGH ITS VFD AS REQUIRED TO MAINTAIN THE SUPPLY AIRFLOW AT THE DESIGN RATE DETERMINED AT STARTUP. THE EXHAUST FAN VFD SPEED SHALL BE CONTROLLED THROUGH IT’S VFD AS REQUIRED TO MAINTAIN THE DIFFERENTIAL STATIC PRESSURE BETWEEN INDOOR RANGE AND BASE- BUILDING AT NEGATIVE 0.05 INCHES WATER COLUMN. c. THE SYSTEMS SHALL BE INTERLOCKED SO THAT ALL OF THE SYSTEMS ARE RUNNING SIMULTANEOUSLY. RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 18 of 30 G. TESTING/COMMISSIONING BY RVC 1. PRELIMINARY TEST/COMMISSIONING a. CONTRACTOR TO CONDUCT WELL IN ADVANCE OF FINAL ACCEPTANCE TEST. b. SYSTEM SHALL BE FULLY COMPLETED PRIOR TO PRELIMINARY TEST AND COMMISSIONING. c. TEST AND BALANCE WORK SHALL BE FULLY COMPLETED PRIOR TO PRELIMINARY TEST AND COMMISSIONING. d. PERFORM ALL TESTS REQUIRED FOR FINAL ACCEPTANCE TEST. e. BALANCE, ADJUST, RETEST AND REPEAT AS NECESSARY UNTIL ALL TESTS MEET OR EXCEED CRITERIA. f. OPERATE SYSTEM IN ALL MODES AND RUN THROUGH ALL CONTROL SEQUENCES. g. VERIFY EACH SAFETY FOR PROPER OPERATION UNDER ALL CONDITIONS OF OPERATION. h. NOTIFY OWNER THAT THE PRELIMINARY TEST HAS BEEN SUCCESSFULLY COMPLETED. i. RVC TO ALSO WORK WITH PROJECT COMMISSIONING AGENT FOR ADDITIONAL TESTING AND VERIFICATION AS REQUIRED. 2. FINAL ACCEPTANCE TEST a. THE FINAL ACCEPTANCE TEST MAY BE WITNESSED BY THE OWNER. SCHEDULE IN ADVANCE. THE CONTRACTOR IS RESPONSIBLE FOR ASSURING THE SYSTEM IS WORKING PROPERLY BEFORE SCHEDULING THE FINAL ACCEPTANCE TESTS. b. RANGE PRESSURE TEST i. CHECK AND VERIFY DIFFERENTIAL AIR PRESSURE BETWEEN INDOOR RANGE AND THE RANGE OFFICE. INDOOR RANGE AIR PRESSURE SHALL BE BETWEEN -0.02 AND -0.06 INCHES WATER COLUMN (NEGATIVE WITH RESPECT TO THE RANGE OFFICE AIR PRESSURE). READ FROM DDC INSTRUMENTATION (DIFFERENTIAL PRESSURE TRANSDUCER) AND VALIDATE IN FIELD. c. AIRFLOW MEASUREMENTS i. TAKE MEASUREMENTS WITH THE SYSTEM ON AND RUNNING, WITH THE GET-READY AREA EMPTY. NOTE THE TIME OF DAY, OUTSIDE AIR TEMPERTURE, AND SPACE TEMPERATURE. ii. TAKE MEASUREMENTS AT THE FIRING LINE AT THREE HEIGHTS IN THE CENTER OF EACH LANE. 1. ACCEPTABLE READING ARE AS FOLLOWS: RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 19 of 30 a. INDIVIDUAL READINGS; NO SINGLE READING UNDER 50 FPM OR OVER 110 FPM b. LANE AVERAGE: EACH LANE BETWEEN 60 FPM AND 90 FPM c. RANGE AVERAGE: BETWEEN 72 FPM AND 78 FPM. d. CONTROL VERIFICATION i. VERIFY THE INSTALLATION OF THE ON/OFF SWITCH ALONG WITH “DO NO SHOOT”, “SAFE TO SHOOT” AND “WARNING” LIGHTS. ii. VERIFY THAT THE FOLLOWING CONDITIONS TURN ON THE “DO NOT SHOOT” LIGHT, SHUT DOWN THE SYSTEM AND SOUNDS THE ALARM: iii. EITHER THE SUPPLY OR EXHAUST FAN IS OFF. iv. RANGE PRESSURE IS IN THE UPPER LIMIT (OVER 0.0”). v. VERIFY THAT THE FOLLOWING CONDITIONS TURN ON THE “WARNING” LIGHTS: vi. EXHAUST PRE-FILTER IS PAST SET POINT. vii. EXHAUST HEPA FILTER IS PAST SET POINT. viii. NOTE: SET POINT FOR STATIC AND FILTER ALARMS WILL BE DOCUMENTED BASED ON FIELD CONDITIONS AT STARTUP. ix. VERIFY THAT THE FOLLOWING STARTUP SEQUENCE: 1. PUSH THE TOGGLE SWITCH. 2. OUTSIDE AIR DAMPER IS OPENED. 3. EXHAUST FAN VFD INITIATES START OF THE EXHAUST FAN AT A LOW SPEED. 4. SUPPLY FAN VFD INITIATES START OF THE SUPPLY FAN AT A LOW SPEED AND RAMPS TO SETTING DETERMINED AT STARTUP. 5. EXHAUST FAN SPEED MODULATES THROUGH THE VFD TO STEADY STATE AT DESIGN RANGE DIFFERENTIAL. (0.05” SP) 6. “SAFE TO SHOOT” LIGHT IS ENERGIZED. x. VERIFY THE FOLLOWING CONTROL POINTS ARE RESPONDING AND RECORD READINGS: 1. DISCHARGE TEMPERATURE 2. OUTSIDE AIR TEMPERATURE 3. SUPPLY FAN STATUS 4. EXHAUST FAN STATUS 5. PUMP FAULT STATUS 6. EXHAUST PRE-FILTER DIFFERENTIAL 7. HEPA FILTER DIFFERENTIAL 8. RANGE TO BASE BUILDING PRESSURE DIFFERENTIAL 9. BULLET TRAP DOOR STATUS RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 20 of 30 10. RANGE DOOR STATUS 11. RANGE VENTILATION CONTRACTOR TO PROVIDE: H. TRAINING ON MAINTENANCE I. O & M MANUALS J. WRITTEN TEST RESULTS, INCLUDING METER READING RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 21 of 30 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 “B”, consisting of ( ) page , 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 the Agreement, make changes within the general scope of the particular services assigned and the Service Provider agrees to perform such changed services. 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 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. RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 22 of 30 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 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. 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 , and incorporated herein by this reference. RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 23 of 30 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. 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 RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 24 of 30 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 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 RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 25 of 30 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 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 RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 26 of 30 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. 22. 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. RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 27 of 30 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: RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 28 of 30 EXHIBIT A WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND AGREEMENT DATED: Work Order Number: Purchase Order Number: Project Title: Commencement Date: 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 Services Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Services Agreement and this Work Order (including the attached forms) the Services Agreement shall control. The attached forms consisting of ___ (_) pages are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given. SERVICE PROVIDER By:_______________________________ Date:_____________________________ CITY OF FORT COLLINS By:_________________________________ Project Manager Date: ______________________________ By: _______________________________ Gerry Paul Purchasing Director (over $60,000.00) Date: ____________________________ RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 29 of 30 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. RFP 8464 Contractor for Improvements at FCPS Indoor Shooting Range Page 30 of 30 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.