Loading...
HomeMy WebLinkAboutBID - 8081 RECEPTION COUNTER REMODEL AT DOWNTOWN TRANSIT CENTERr Financial Services '�"' ity Purchasing Division 215 N. Mason St. 2nd Floor FrtCollins Box 580 O Fo Fort Collins, CO 80522 970.221.6775 Purchasing 970221.6707 fcgov.com1purchasing INVITATION TO BID 8081 RECEPTION COUNTER REMODEL AT DOWNTOWN TRANSIT CENTER BID OPENING: 3:00 P.M. (our clock), MARCH 24, 2015 The City of Fort Collins is requesting bids from qualified firms for remodeling the front reception counter at the Downtown Transit Center located at 250 N Mason, Fort Collins. This project will consist of the remodel of the Downtown Transit Center Reception office. The existing office is approximately 325 square feet with an open counter and metal rolling gate. The renovated office will provide more security for staff as well as a more intuitive and welcoming reception counter for bus riders. The scope of work includes but is not limited to: deconstruction of the existing front counter, walls, windows, doors, finishes, metal rolling gate and hardware, removal / protection and reuse of existing casework, ceiling grid modifications, transaction windows, and new casework. All mechanical, electrical, data, fire alarm and fire sprinkler (if necessary), are design/build by the City of Fort Collins. Sealed bids will be received and publicly opened at the office of the Director of Purchasing and Risk Management, 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 mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Please note that additional time is required for bids mailed to the PO Box to be received at the Purchasing Office. Bids must be received at the Purchasing Office prior to 3:00 p.m. (our clock), March 24, 2015. The City encourages all Disadvantaged Business Enterprises (DBEs) to submit bids in response to all invitations. No individual or businesses 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 11:00 AM, on March 5, 2015, in the DTC Conference Room at the Downtown Transit Center, 250 N Mason Street, Fort Collins. Questions concerning the scope of the bid should be directed to Chad Mapp, Project Manager, at (970) 221-6227 or cmapp@fcgov.com. Questions regarding bid submittal or process should be directed to John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 or jstephen@fcgov.com. All questions must be submitted in writing via email to Chad Mapp , with a copy to John Stephen, no later than 5:00 PM our clock on March 13, 2015. Questions received after this deadline will not be answered. BID 8081 Reception Counter Remodel at Downtown Transit Center Page 1 of 34 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 ( ) pages, attached hereto and incorporated herein by this reference. BID 8081 Reception Counter Remodel at Downtown Transit Center Page 10 of 34 ATTEST: City Clerk APPROVED AS TO FORM: Assistant City Attorney CITY OF FORT COLLINS, COLORADO a municipal corporation By: Gerry Paul Director of Purchasing and Risk Management Date: In PRINT NAME CORPORATE PRESIDENT OR VICE PRESIDENT Date: BID 8081 Reception Counter Remodel at Downtown Transit Center Page 11 of 34 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: 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 8081 Reception Counter Remodel at Downtown Transit Center Page 12 of 34 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. BID 8081 Reception Counter Remodel at Downtown Transit Center Page 13 of 34 EXHIBIT DAVIS BACON WAGE RATES General Decision Number: CO150008 01/09/2015 CO8 Superseded General Decision Number: CO20140008 State: Colorado Construction Type: Building County: Larimer County in Colorado. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01 /02/2015 1 01 /09/2015 ASBE0028-001 10/01 /2013 Rates Fringes Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems) .................................... $ 28.83 13.18 CARP 1001-001 05/01 /2013 Rates Fringes CARPENTER (Including Formbuilding and Metal Stud Work) ............... $ 25.00 5.39 ---------------------------------------------------------------- CARP1607-002 06/01/2012 Rates Fringes MILLWRIGHT...................................................................... $ 28.95 11.10 --------------------------------------------------------------- BID 8081 Reception Counter Remodel at Downtown Transit Center Page 14 of 34 ELEC0068-009 06/01/2014 Rates Fringes ELECTRICIAN (Including Low Voltage Wiring and Installation of Communications Systems, Security Systems, Telephones, and Temperature Controls) ........................ $ 32.65 12.70 ---------------------------------------------------------------- ELEV0025-002 01/01/2015 Rates Fringes Elevator Constructor............................................................ $ 40.68 28.385+a+b FOOTNOTE: a. Vacation: 6%/under 5 years based on regular hourly rate for all hours worked. 8%/over 5 years based on regular hourlyrate for all hours worked. b. PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Veterans' Day; Thanksgiving Day; the Friday after Thanksgiving Day; and Christmas Day. ---------------------------------------------------------------- I R O N 0 024-001 11 /01 /2013 Rates Fringes IRONWORKER, STRUCTURAL .......................................... $ 24.80 10.14 ---------------------------------------------------------------- PA I N 0930-001 07/01 /2014 Rates Fringes GLAZIER.............................................................................. $ 29.67 7.52 ---------------------------------------------------------------- PLAS0577-001 05/01 /2014 Rates Fringes CEMENT MASON/CONCRETE FINISHER ......................... $ 24.00 10.23 ---------------------------------------------------------------- P L U M 0003-001 07/01 /2 014 Rates Fringes PLUMBER (Excluding HVAC work) .................................................. $ 31.93 12.34 ---------------------------------------------------------------- PLU M0208-001 07/01 /2013 Rates Fringes PIPEFITTER (Including HVAC pipe) .................................................... $ 33.35 12.27 ---------------------------------------------------------------- S H E E 0009-001 07/01 /2014 Rates Fringes Sheet metal worker (Includes HVAC duct and installation of HVAC systems).......................................................................... $ 32.47 13.98 ---------------------------------------------------------------- S U CO2001-015 12/20/2001 Rates Fringes LABORER Common......................................................................... $ 9.56 2.36 BID 8081 Reception Counter Remodel at Downtown Transit Center Page 15 of 34 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed BID 8081 Reception Counter Remodel at Downtown Transit Center Page 16 of 34 for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. BID 8081 Reception Counter Remodel at Downtown Transit Center Page 17 of 34 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION BID 8081 Reception Counter Remodel at Downtown Transit Center Page 18 of 34 EXHIBIT FEDERAL REQUIREMENTS FEDERAL TRANSIT ADMINISTRATION TABLE OF CONTENTS Federallv Reauired and Other Model Contract Clauses 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES .................................................. 20 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS................................................................................................................................... 20 3. ACCESS TO RECORDS AND REPORTS..........................................................................20 4. FEDERAL CHANGES.........................................................................................................22 5. TERMINATION....................................................................................................................22 6. CIVIL RIGHTS REQUIREMENTS.......................................................................................23 7. DISADVANTAGED BUSINESS ENTERPRISE (DBE).......................................................24 8. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS ............. 24 9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) .......25 10. CARGO PREFERENCE REQUIREMENTS........................................................................26 11. DAVIS-BACON AND COPELAND ANTI -KICKBACK ACTS ............................................. 26 12. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT......................................33 13. ENERGY CONSERVATION REQUIREMENTS..................................................................34 14. RECYCLED PRODUCTS....................................................................................................34 16. ADA Access....................................................................................................................... 34 16. CITY OF FORT COLLINS BID PROTEST PROCEDURES...............................................34 BID 8081 Reception Counter Remodel at Downtown Transit Center Page 19 of 34 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 bid opening. Once bids have been accepted by the City and bid opening has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a minimum 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 and agreement template initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids received by the Purchasing Office prior to the bid opening date and time 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 of 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. 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. 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. BID 8081 Reception Counter Remodel at Downtown Transit Center Page 2 of 34 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 3. ACCESS TO RECORDS AND REPORTS Access to Records - The following access to records requirements apply to this Contract: A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller BID 8081 Reception Counter Remodel at Downtown Transit Center Page 20 of 34 General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). D. FTA does not require the inclusion of these requirements in subcontracts. Requirements for Access to Records and Reports by Types of Contract Contract Characteristics Operationa I Service Contract Turnkey Constructio Architectural n Engineering Acquisitio n of Rolling Stock Professional Services I State Grantees None Those None None None None a. Contracts below imposed on SAT ($100,000) state pass ' thru to b. Contracts above None Contractor Yes, if non- : None unless None None unless non- $100,000/Capital unless' competitive non- unless competitive award Projects non- award or if competitive non- competitive funded thru2 award competitiv award 5307/5309/5 a award 311 II Non State Grantees a. Contracts below Those imposed on SAT ($100,000) Yes3 Yes Yes Yes Yes non -state b. Contracts above Grantee $100,000/Capital Yes3 pass thru to Yes Yes Yes Yes Projects Contractor Sources of Authority: 149 USC 5325 (a) 2 49 CFR 633.17 18 CFR 18.36 (i) BID 8081 Reception Counter Remodel at Downtown Transit Center Page 21 of 34 4. FEDERAL CHANGES Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 5. TERMINATION A. Termination for Convenience (General Provision) The (Recipient) may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to (Recipient) to be paid the Contractor. If the Contractor has any property in its possession belonging to the (Recipient), the Contractor will account for the same, and dispose of it in the manner the (Recipient) directs. B. Opportunity to Cure (General Provision) The (Recipient) in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to (Recipient)'s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from (Recipient) setting forth the nature of said breach or default, (Recipient) shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude (Recipient) from also pursuing all available remedies against Contractor and its sureties for said breach or default. C. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the Recipient may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Recipient resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Recipient in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if- 1. the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Recipient, acts of another Contractor in the performance of a contract with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and BID 8081 Reception Counter Remodel at Downtown Transit Center Page 22 of 34 2. the contractor, within [10] days from the beginning of any delay, notifies the (Recipient) in writing of the causes of delay. If in the judgment of the (Recipient), the delay is excusable, the time for completing the work shall be extended. The judgment of the (Recipient) shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. 6. CIVIL RIGHTS REQUIREMENTS Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et sec.., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Acme - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, BID 8081 Reception Counter Remodel at Downtown Transit Center Page 23 of 34 as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 7. DISADVANTAGED BUSINESS ENTERPRISE (DBE) a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal for DBE participation is _9_ %. A separate contract goal [has not] been established for this procurement. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). c. (if no separate contract goal has been established, use the following) The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. d. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor's receipt of payment for that work from the City of Fort Collins. In addition, is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed. e. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of City of Fort Collins. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 E, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The BID 8081 Reception Counter Remodel at Downtown Transit Center Page 24 of 34 Contractor shall not perform any act, fail to perform any act, or refuse to comply with any (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. 9. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NON PROCUREMENT) Background and Applicability In conjunction with the Office of Management and Budget and other affected Federal agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This government -wide regulation implements Executive Order 12549, Debarment and Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C. 6101 note (Section 2455, Public Law 103-355, 108 Stat. 3327). The provisions of Part 29 apply to all grantee contracts and subcontracts at any level expected to equal or exceed $25,000 as well as any contract or subcontract (at any level) for Federally required auditing services. 49 CFR 29.220(b). This represents a change from prior practice in that the dollar threshold for application of these rules has been lowered from $100,000 to $25,000. These are contracts and subcontracts referred to in the regulation as "covered transactions." Grantees, contractors, and subcontractors (at any level) that enter into covered transactions are required to verify that the entity (as well as its principals and affiliates) they propose to contract or subcontract with is not excluded or disqualified. They do this by (a) Checking the Excluded Parties List System, (b) Collecting a certification from that person, or (c) Adding a clause or condition to the contract or subcontract. This represents a change from prior practice in that certification is still acceptable but is no longer required. 49 CFR 29.300. Grantees, contractors, and subcontractors who enter into covered transactions also must require the entities they contract with to comply with 49 CFR 29, subpart C and include this requirement in their own subsequent covered transactions (i.e., the requirement flows down to subcontracts at all levels). Clause Language The following clause language is suggested, not mandatory. It incorporates the optional method of verifying that contractors are not excluded or disqualified by certification. Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows The certification in this clause is a material representation of fact relied upon by {insert agency name}. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to {insert agency name}, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the BID 8081 Reception Counter Remodel at Downtown Transit Center Page 25 of 34 requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. CARGO PREFERENCE REQUIREMENTS Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill -of - lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. 11. DAVIS-BACON AND COPELAND ANTI -KICKBACK ACTS Backaround and Application The Davis -Bacon and Copeland Acts are codified at 40 USC 3141, et seq. and 18 USC 874. The Acts apply to grantee construction contracts and subcontracts that "at least partly are financed by a loan or grant from the Federal Government." 40 USC 3145(a), 29 CFR 5.2(h), 49 CFR 18.36(i)(5). The Acts apply to any construction contract over $2,000. 40 USC 3142(a), 29 CFR 5.5(a). `Construction,' for purposes of the Acts, includes "actual construction, alteration and/or repair, including painting and decorating." 29 CFR 5.5(a). The requirements of both Acts are incorporated into a single clause (see 29 CFR 3.11) enumerated at 29 CFR 5.5(a) and reproduced below. The clause language is drawn directly from 29 CFR 5.5(a) and any deviation from the model clause below should be coordinated with counsel to ensure the Acts' requirements are satisfied. Clause Language Davis -Bacon and Copeland Anti -Kickback Acts (1) Minimum wages — (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist BID 8081 Reception Counter Remodel at Downtown Transit Center Page 26 of 34 between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (1)(ii) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii) (A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated BID 8081 Reception Counter Remodel at Downtown Transit Center Page 27 of 34 for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis - Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (v) (A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree BID 8081 Reception Counter Remodel at Downtown Transit Center Page 28 of 34 on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding — The City of Fort Collins shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the City of Fort Collins may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records — (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the BID 8081 Reception Counter Remodel at Downtown Transit Center Page 29 of 34 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 will be posted online at www.rockymountainbidsystem.com. Gerry S. Paul Director of Purchasing and Risk Management BID 8081 Reception Counter Remodel at Downtown Transit Center Page 3 of 34 registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii) (A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the City of Fort Collins for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. BID 8081 Reception Counter Remodel at Downtown Transit Center Page 30 of 34 (4) Apprentices and trainees — (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour BID 8081 Reception Counter Remodel at Downtown Transit Center Page 31 of 34 Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements - All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility — (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). BID 8081 Reception Counter Remodel at Downtown Transit Center Page 32 of 34 (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 12. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Background and Application The Contract Work Hours and Safety Standards Act is codified at 40 USC 3701, et seq. The Act applies to grantee contracts and subcontracts "financed at least in part by loans or grants from ... the [Federal] Government." 40 USC 3701(b)(1)(B)(iii) and (b)(2), 29 CFR 5.2(h), 49 CFR 18.36(i)(6). Although the original Act required its application in any construction contract over $2,000 or non -construction contract to which the Act applied over $2,500 (and language to that effect is still found in 49 CFR 18.36(i)(6)), the Act no longer applies to any "contract in an amount that is not greater than $100,000." 40 USC 3701(b)(3) (A)(iii). The Act applies to construction contracts and, in very limited circumstances, non - construction projects that employ "laborers or mechanics on a public work." These non - construction applications do not generally apply to transit procurements because transit procurements (to include rail cars and buses) are deemed "commercial items." 40 USC 3707, 41 USC 403 (12). A grantee that contemplates entering into a contract to procure a developmental or unique item should consult counsel to determine if the Act applies to that procurement and that additional language required by 29 CFR 5.5(c) must be added to the basic clause below. The clause language is drawn directly from 29 CFR 5.5(b) and any deviation from the model clause below should be coordinated with counsel to ensure the Act's requirements are satisfied. Clause Lanquage Contract Work Hours and Safety Standards (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefore- shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages - The (write in the name of the grantee) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, BID 8081 Reception Counter Remodel at Downtown Transit Center Page 33 of 34 or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 13. ENERGY CONSERVATION REQUIREMENTS Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 14. RECYCLED PRODUCTS Recovered Materials - The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. 15. ADA Access Accessibility. Facilities to be used in public transportation service must comply with 42 U.S.C. Sections 12101 of seq. and DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 CFR Part 37; and Joint ATBCB/DOT regulations, "Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT incorporated by reference the ATBCB's "Americans with Disabilities Act Accessibility Guidelines" (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities, and are incorporated into Appendix A to 49 CFR Part 37. DOT also added specific provisions to Appendix A modifying the ADAAG, with the result that buildings and facilities must comply with both the ADAAG and amendments thereto in Appendix A to 49 CFR Part 37. 16. CITY OF FORT COLLINS BID PROTEST PROCEDURES The City of Fort Collins has a protest procedure, covering any phase of solicitation or award, including but not limited to specification or award. The protest procedures are available from the Purchasing Department, City of Fort Collins, 215 N. Mason, Street, 2nd Floor, P. O. Box 580, Fort Collins, CO. 80522. You may also request a copy of the procedures. BID 8081 Reception Counter Remodel at Downtown Transit Center Page 34 of 34 111 DTC RECEPTION PROJECT SITE MAP CITY OF FORT COLLINS CONSTRUCTION DOCUMENTS GENERAL NOTES SHEET INDEX Gs. aElDwaiYALLDIMExAats. xOTliv GWD COVER SKEET IAOIIIKi tWiFDui9v wxFn OLSOIEvaC1E5AP£0156YEAFn. q AM1CKITECNWY 3. OAOM MMNF0.x If 5N0YM OX ME DGWIH6 AAf ro0. NXsrRLLnON aFxaM�OtRY nxH AOLx xAnafaS FaA AD101 LEVEL ONE OfMOLR10N PUN 510FIAGF gLVR SgFW1E5 vaR35 EExFWIES, EEC. WILL BE LSYJEDAi GifA DAh g30i LEVEL ONE FL000.PWY aIIYUI BFCT DATA nAEAGAN-FIVE —."IF A221 ELfVA — XE¢5vAY1 WxEnIFRENOWX D0.XOTSWWN, N1E OEa0WRI1N A501 —RIOR DETAILS Xr OwXE0. A AED2 SVEGFlGTfOxS Wennanons CODE SUMMARY ra umunoxs PRnwsm IMS WORK wuL uTNlewmmefepss. JURISDICTION PoODPE FlAE AmHdUtt w2 AEnuw'Tan sTXFET M3AT cTAuxs, m. Rosza CfIT DF FORT COLLIxs &IBN DFPAAA 2B1 COIIEGE roxrmwxsCO., m. eos2/ GENERAL NOTES: PARTITION TYPES .. IxaaW waL ttFFS WFIgf®Mnrt FtOCq Kwlin i1F f01_4mM.5,nP0.. e•ACWSAIC G7xOmaly HDUSnC $,a1DWD$PS SvfOnGnOXs Axp ACOJSnC ND,ESAIa OETaf50N ThIS sxff,. e -SMME CDXOmOx�vARIIFIOxro AgtSf ME vAWGE ar SwDIIEa1D w[OAPoPAAf sNOxE u1D 0Eta150X MIs SxO:T. -wTw anDman. ArwrmanroxfEr Ra wnxcHs srmannow mDE NAN xwo IlaawRxn. au Rmnc nDrts axD mats G Txls sxEET. ER—TDCEILINGN-wAAuamoNFEl—.. AaomoesAas 0InnE �ouow nc Farinrw.R. � no sxminc Ixo1GTEs wuL ExrEnos r nu Amw xnLsx D1u ra. S SxxD nO Ghx wALLFAiErasro DEG IGThwuOx sfNEO F1pD0.xvFPE aO10.5Lwa Eru ¢ w�ipm�A�r oEa wxwe n Is u uno�umiisaaD mmxw2vr o. s. AVEaxG mats axnrs sNEmwXraxor wA ,. H1 uFEawssrou3AGuwwD rwnxvs AA PARTITION TYPES D METH FRgaXO xfiH fMNInG NX 39 W.w Amusncmwunm AcasnGnwwnax Doeanlr e•eaR. 3AOOA0 asAra.AA vAcrnsuN XGm(PF-,1 yr DwwA+aawDtvr-11 aD Ie 3u saos DID erm 3srar AEs �TA� n1 mxRo tea' D„roiaAn p Go ceo i Q1 A -- remsnms � 03A BDNDro/SFNn Cw cAc L 1�sfo xDxuxc sanvu.EAvunaG Es xo' uAle Ia rvfe sfrnonl 09 29 OO.AO 5/8" GYPSUM BOARD ABBREVIATIONS A HE an" mxOlnOx rui Ium1LL Aro�FlNN��FD�ARmE,AR AxAl1aN� x,��a xR ina 0 BWG BD�� n NH� 0. EDTRIxG na(Th of rp unu w� E Nrs xmraswE ro cow arse w _ of o aoc onc�— au xasanxr wrt caaaecma msiAuso care cacn�rE N CvxF CamNUE CaAnaLVS ON. — CMWfr PJfI pWll`-' CUIYINIf ONE CwvfT pgnpl CaM nLL vF oa DMw3sal A 0.ea� E m ECSTMG �CFWHORM' XErE: roro aggn4x anaa i EDrnuc, FlEGnicxl AcwAauwnc s w�mr 5 R0 mExDaoA '�T iSWAa fam,Fm lx slwLa s�sxananox FER wor smucaR.L r tM ma� v �va312ro T.O. �a m MAWAC m�a —D 0MF0.w aaromu caWrosmDITnE 1 �rtLL�_ �` aEio-vHm FmD W wT vu w wlrA wAl� tt Of PoRi GOWNS �w�wx�aDn�xFEx 2fOPlm0ll6A� STAEET COn1051/ ARChn= 3;5 EA �,NT�:Y�aln 3nD mXTD3Wa,ED.,s. faa�' 9A aNM3 LEGEND OMwYS FawnER EXhaOR EfEVAnpY MMII 5xfn0w3xacxH `"=�'� sxEETMaHG� DwwswlanXE� r1"i DETA6 CNLGn DA EWWWGED— `LY ISx[EtaMaRBFA AnGN NAIU( wawlnc nunxEA Al DETAIL oRAwlrwmEE 142'•t-0V� VIEW SfNE wa+ EHI Anon TAc YOO ' \ 000xwaR 1®' 1 wUlWw wwX D10-� WALLmENARA Q acttssaufs hawk O WINDOW CDVEaNG TAG ( sNFkT xEYN03E ^A. DEMO SHEET xEYNOM B+B t Architects, Inc.; i PROJECT #: 1231.20 w,xD ISSUED: 11/10/14� _._._.___.__._._—._.-__—_.__.__. __._.._._.-._._._._.-_-.- ToTav a•3•mn � d3a Nounow3a ` NV d NOIlIlOW30 3N013A31 YT/OT/TT m— 311SSa 02'ikZi is a]3C0a3d I V MLi1� �Z0m� F > j O°C�0 Z! Z ohm i O m r m u1 r15 Mtl M OWOAx o u",Ax i 03 M rx3N3„Y3xN... vrnmaw aeo35 mmrs3quwxm'rmuJnwvmJ N! A � j 9xMWxouOWtl nlxum3x,mws may W01xw'asnaaxr 09nnn xoN 3fmsuwxaJ I p.r� i wlaasrNr>NaJrlaryarone,mis tlolltltllN9J'9 0 ; sx3u tlwoAw'sunauo�3s�9x�oxsroaAY3Mw�xarn i i e nnMxea voa nelsx9asn 3e„rxs,rounaxm � onnaNn ee aa9wrw xuwms anxasrw 3ueixoJ msaenfosratlx'ruoaxs 9ulx><re oM".3nax3a 3xr s,MMsxounNar wxslxu xwv9uusn3 rN3Mua � ! a:NWb19uNBm1llo19xnN31:xoWWx30 n aouo a3•.mna soon msmr3 aJ Xaa A�ala'3YrbW iMK51x1MroDLLYNLL5x0)M3N 3,mrapJ x9woumra: "asom xla3rroel Ya'uoLL]Atl:suA xav 3ntD3tl 0ao3elfA3x x0U.'ouOJ '.. mM vobY'iIOM 9uN W NMa�tt bl�On wli] '9 a1NapJo�9xWw xOxf 9xuvrs3x S�noliryw.axae I NU 95NOWaNO]U usWUN °"°"'" �aN19Nlxurtl's 0 O s, l.. n Z s9xlMrm3lur»ounlmNsrxarmraunaum irwu C ''. ol�xlm9ixvun3eom�umr�o9�xlmlre to SN9LLtlof tl3Hlo 9NlANsflWl:n alMll3NNONtl an 'Mu1Mt2tl 3tlNJnWs tlN MILL. ItliSxV] (n � I No3tl1lOM Sr'o31'OIYNIJLM al n9 ua o31v)I Sr MWe MJW'xt� 0 al Z j ! o3xnvv�um sa'm:nlaxi olMf u+'wmm aNW'o3tV]IAN; sxoutl]Ol ar 11PMK 38JNxs alNx LaO:sin xl IW R 0:99NMe0 Max 'x1Wu9 WRuon c3xJ:re 3a c: srnM 9usxmaN nmdN NarMM xuM A)ll3N)3x: 3bMx. xsnv W n,!axs No:IsnrM so sxol:tla w15nrM arusir) I AnuOae nlau o: j � I I u3m:Is x:I�wxn 3A m:nlaN�m�i'Ma[ nspwaumie aaelnD3e oo3xaT'lltl03x3 x0 o31vJ1NNlA»x'JUO3K M9xaxbA TYo W ooY axv 9x IonDNI'9r3NYn0 3 fo xounGAA tl3:Nr axv 9HWAA 5.3tlN, s xaoesl3d I I F.. j fOsooW3x,rv�TAl 3B,rcx5 nLLolMxnUJ wfIM3Jrrw Auvmxs wnna5 of 39rwvc no':x)xa>u3�s sa:o�mxo 9xOvue 9xWoxs tlorcaixa axetloln)nu) vouxNlsum 9NIxxl93e �0 iq� 3tlOf305NOWOM9 nv NN3n Q13U o1xoLPNLYoJ 3W fo.WxllsrgK3tl 3xl si 11 'llrLxol �,tra�#�� d3aY0 '. � � ! OulaarorolAwM OkoJS NOLL xIMI:srwJM34oMJ y',vnOfBtl rgW,0u3o foxiquvaAOWxWx'Sui3:N0) Ix 9xlmine SNt fou xic a3u M3a 9NImnNI arnum)n AAA 'sx9wawJ alLLsm Axr sus sluLsuw ^Nu>„gxv. nM^' 3xuo muwuowar N.3,vnw. L,N�LxW ! i N0LU10W30 :SU0N IMN39 NNxUiIOn l31 I NMJ3N O: A,3a351tl9Nna]09 (31 xnn0tl ot9rml0mO) oN9101 axm FF�� 3Jvx NI N�3NNatl NlrN oftl9 (31 MYa, ! ! ! ! srdvwur1310190 t��� 1531ax u3xs:3tl1 V 9rixOWxM30 V ON3931- M NOLLnOW3a —.. Ol HOOD M3N,b21 TIYM YIrtl3n aNY W>ltld ro3NMO�INtlnlatl W,aWtllll ONLLNnOw ONY NOISIn3l31 (3)10310nd ONY anOWan wnawvJ sa,u sNn �a3rllnow�aY aroa awtl sa3u auma� 3 ANN S1N3NWO3 — ON- -Sa ON -MS Jn3•.N ��` p N111d Nounowaa . m 'xtloM3WJ M3N tlNOLLY]NBYf tlo9NN3oW ol,plNn3xM Y3lNa0'1 a 3nOW3Y B IWMNOM35rO C3anitllO NOLLYJN01fd.W,l%1NS LM'IadWJ '31®SOdiBNY LIOIaN 9NINadO 3 Oi do TIM 3 3nowan t WLL)Ix:4gJ Max Mx vJ Tr 35Na NY 3�vnM :3lplrpLLlrJx3o TY1Mp yadtlYJ a 3MWan 9 3WYndaNY noon a 3nowan i3em oaaw Fr! -TIC naxMow xxruaY ,noMasn 3 aaYnM L' �uJ xnWanoi xnoM� 3 iaa3nntl L NOLLNNISNOO M3N N3 331F3tl OM35Ya 3 3n a L Isnaxaaars-N1 0 rnMO1U5la,u uO aU• 3nOw.]n 9rlxoLLllOarN SLN3WWOO ON3931- NV1d NOU11OW90 ulna o.3O - ruoN aa3m S a 11/M2014 11:00 49 H IMP ag DTC RECEPTION 1 REMODEL CONSTRUCTION C crry OF FORT COLLINS DOCUMENTS 250 N MASON o FORT COLLINS, CO 80524 Iwlw,Y,ErEIpT. 19EEEW1IF R0016,a1 OIIIFA (ElGawwiO a mao.el 1pEt KwaiE(0001 ! a 1 � lOrl 0.`Roi 11o0. no�wral� am009r R-1 1B�.sR — 1 - !—_� _ � a.Elw f E`Jm RAill[IMN�if m.MRi41(0..11 a m O81 rt —1 LJ arEau j � o 1 umc o 'jf e113A1 Msnc LwnuRmunFEmelnal NSiI[. U/rYuiEGCIxEtI0.d1 a10urtn rJ®n - j ru uu ! ! '•"�`° r�IRal u r xra murrenar am va aEua� r nEsauwwrzmrmonaE-n I ! OM fAYN00.0. f-1:/rOw.wEx� r'-: N' 1'i'I'-0, a'MSF tra11 (A1�iwl�R i-1 Ve. IEAERVn GWIRroLl01 y�i �_ wWt RRndFi !�� loipl-�wF7 rEurr EgllREIrt vMixF- SVEY rowEP � 9t5F (real lOaUIRCESfMOeI{ weSNF laral IOGnOe FiM Ow1FA IOGnOnwml ZwfEnExrs wxwxa ruaxia uunu. 1p�/n�wm�Ow�xi �1�0 s eosE feel) @``•'ELEVATION - EAST 101 \/ Uf-1'ff I �, ELEVATION - NORTH 101 Vf-1'ff �1 ELEVATION - SOUTH 101 �1 ELEVATION - WEST 102 IH'. 1'a' 4f•1'ff i I �ytn GeuL er 1 mmael i rwl awaooe �imu�c srunsl wao�o�o ro�Lnrtuss LJ m ro�ill�eiq meter owre rtm06N a 41 IJWOMIE a �� CQM9rp IR-11 1 �. O a�4 UAI nuEsua sa �WCtuh , cR.n� suE' i aalw } �. Lj 0./STK L98artmJrtR[la pE-11 nASlxuNw1F10..11 i _ n.ESllCwwrt(nil 1 � fa W' fa Vw' fa Uf E' F ry811 a1023.a PIASTC �ZEIEVATION -TICKETING DESK FRONT nA UJUMTFI0.-l1 �1 ELEYATION - TICKETING DESK SIDE u.• = rff axles am�EnEr=.( ,Ca WINDOW 1 Q WINDOW 2 Q WINDOW 3 Imx�l �sr�as, RB+B Architects, Inc. z 0 V F % Z a. cW G UG Z 0 M v a o W J , m U W o °u W 0 F Zvi z 0 o a� UiLL=3 P LL O z COC�N� PROJECT 11 1131,10 1890E MTE:11/10/13 ElEVAUOn A221 TOW s Wna v0n 1 6l/eT/TS :3tytra UIgI a.,Ali B/ L131[Otie oN�Xa �Z M 003 n A r D T O ro x ^Z�Gm n g 0mn Zrrn M N A O z 00 nz C fn 3 -q mm ZC 1 � (A M O z ^4:,m N MGM s�sa . ........... ..... --- - ---------- AE-Xt 35YMOLS MOWS- NOUM VID moNv]ts amoMnn 3mms I,sB735w.r I,snl3s�e.r Y ([-lfl x®VJ 3lm �TEsv [ ears 3a'tsmv t = h-wunelwol n+:mm]uKu _ wnt.m - IF-,d1 t1YNRIl ]1lNe Pt - rnum " > r "A tv A.z --v[ Ev 39YMOLS nna3H78-MOUVA313 m3Wfl00 YOY-NOUM TYM 110I'N JILW'K 1,9m39,M.r K[[ [rR a-w,3wBnvBlmnJssrM .I I- -_ [Rm emnBe _ I 1[-wwnurmao:tn]usw - In M[ir BB � It�weomi.im $ trn (L06 m1 31NBt53tltaa5 Ar [Y[i trR t MOOa LHOIM W • 1IY130 MroiMnxa�w e� n+ ror � ,. amA o'ni, onw ,a],naas s�lor, m•NA3BTw tmBel ttwst3l MNJ 3TVB 8.t=.ZA[ TYM 10 dOl-1IY13O aawmv�e mmRm Is leltlltmlW �(i-LImM0 MKu9 Jw Esxnss wBtman tYEiNm [ ,illw ♦nM e) 'mnml0iev [i R/15'AIIPpM OroM SYLiRm A.i-J t —'\ TIS MOONIM'dAL U Aa •.rn )IM SNL3MOL. - NOL�35 TYM MOONIM NOLJYSNYMI • NOlIJ3S TYM aww,eMMaM six�JeB� 1[-telmnoewsa�e Jls °ttmowvaoa 3Mne ls3nsw3we]m ao0ovmoM KmRm nm °,m zr°Bot R (mH31Ntlm HNM073tlmxtlOM33YJ ' — ItsB73SN.r (Iknl3sw.r t�(' UIn MIKtl tl3MN0V11M N(M1Ylm uren1e WIOB9 j looms 1 1 -� 3A ThBIStl0IR1111 tt-w3tMEM'i t �311ZM »nM3K]J1 .I i I YJI191M3mmA3 Tl:3lllu _------ i .R.t MS MOONIM SNIOIIS TIS MOaNIM NOILIYSNYNL e 11-LIemYLMtim33BNMl1 LlKte � Mti.m 35gwIBCIYlOHr9t SKOtBOtl mallet YAn A.t.F, ;� .tr.l •.E�, A.t•t �� M3WOO YOY ®1IY130 NS30 SNll3M7LL 01IY130 8NYI MOaNIM SNIOIIS xuv.3'JJm ¢31°13° 55\91MYb °3Anel W I[-,e33tnMn ]uSVY � Iatf131YNKn =itSYtl MZOt90 N1'SDm mSA °OOMdY Jk - 9MaYA,nJIm a EtttOim li Nnu xBtro6M. a�w iBEm s[amiuoBe lotw Mtiv15 `-t051ii°t� N N 'HnaJ ivtlee lOwl: i/[ t �p9Y1BE 35b - $ 15 uMw aroM (t-ulmlxumm3lBxMr1 ]usvta (t-LIeoE�BYm]3En.'trmEJttuvu Nn15'Mfyt(Mi[IM A.i • 2 ,t iBlm OY3H MOaNIM9 ans ',�^ ` B'B1° vt[ eu'S39mmK3 i Q Ei Nnts v�zrooM i i � .rn i f I,.weot°uMm3lrWr,�X; B]mq�m ssyotMry Bammm $NVf MOONIM'dAl OY3H MOaNIMpdAL TO sKOawx®aBetwro .N, 1Al$.'®mK3 tilM15'wWZmM }" CITY OF FORT COLLINS BID PROPOSAL BID 8081 RECEPTION COUNTER REMODEL AT DOWNTOWN TRANSIT CENTER BID OPENING: March 24, 2015, 3:00 (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR RECEPTION COUNTER REMODEL AT DOWNTOWN TRANSIT CENTER PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS: The City of Fort Collins Transfort department is requesting bids to deconstruct and install a reception counter per the plans and specifications at the Downtown Transfort Center. Work includes deconstruction, drywall, electrical and casework for a complete project. All specifications are on the plans. Project must be completed 40 calendar days after notice to proceed. BID SCHEDULE Contractor will deconstruct and install new counter including all labor, materials and equipment per specifications and drawings. Lump Sum $ In Words: Signature Name of F Address City State Zip Phone Email Printed: BID 8081 Reception Counter Remodel at Downtown Transit Center Page 4 of 34 bZ508 OJ 'SNMOJ "03 NOStlW N OSZ `rVl� O: S1N3Wf1JOO SNIT70J lUO:1 dO AlIJ NoilJnalsNoD l3aOW3H' c Q d: cc NOIld3:)3b Ala a PP.:a Si A i 5 $ s r Lr A, P < #gg it i$ f. $ g g PP F g $ a iAp"y & Egg A"� A YES ppg8i} s a�i i x aE A $A� ! :1 fill, ;, I ggg iE Ei s � P 'I 111 $ a g ¢ i 5 i I i�rP dg p E a a H ggE � � iE ° a�$ se � �x� ��A�i � .�s-� i 'g— $"$m t 1F3 $ $ "}$ ii$ dp$ i i 9i$ f �' $aE ¢ §@a ' gg p $ En �eA pp P - P 4 i- g` $°r H A i$S a ^€'1I €11 H i A ! g$s c$ ; I v - - 4r a d7 A iePs E jE g- ,€nP S p c i apa s gr r e to , 1111H i���� € € eja8 5 � �gi a s 5 '8 �iS�Snpa m fig g i e .ra3i 3 F € a. m 8 m T: a o. €gP a g gs a x�g�P 3<em� �o W a<� m.,1,111801 W�.:,,�_ :$_ g .<m.,a<m ., 6WI$ .: A .a ,�ttx�r a<� PI 6 will Iff g�6l €yyQpga Ei A a p g gg :g¢g¢ _k AM H. lit $ A s @ °r�pS 2 § i$ A _Ai 5A@i �„ E $ g # $ it g vy $ q2$ g E t Ai ,€ _P E $- g i - p ilr fpggA$g "a A E. y�� � gg� �@eav @55 �� E p@�a AA�Y lilt-; � €ybp' 9gy�a H5 p C 2§€ 4 $ p z X$ g@g eim- g4 sgpLa i" � $ .E $' g6a @€'A iS' E In .g 90. k 5pp 5 � i 5 .iif 'a dip ¥$gBA s$s $ of i$=g �T�y � $ Ei a !g j1 i $ $ 8 `i a1k:s a $g[py'h� pg Ed 9Eb x p$ < $ypB io. if gA 73p � ^i_ �n &$$3P$Js�gg'6np,a 4 9Fda .$ B.p 9Bni� dAg '�5. 3� E HIM u�B�L agg wgg5 s_3 s$aea g g p¢P€ $ kvd' IT,Ra�� Raw ���Asg��: a:a��9� « <am N 'P _<m a_<P m E � 1 Pa<�3<��-�g<am b � a i e i d gI [5 $a� i � � � � B� � s � � a �E g a ppSS F 3`� �i °c @'�a ➢2 §�C p i� A�3a $s �i���$ gI J�� f � G� s b� $$ �ii{�e-•�s� ��a a�PzP_ ¢g 1daAy 3G $3 §� $�P a sci`sk. yF3i Rl� gg ETA €� HE, %aF$$tig$$' � as ; sk i§ a � ? �P $3 � P^8i�$��� E_ja ;fin" :�������_r � �€ 3a< a �"� is<���a<am �a<PmP�.,� 90 93< "m��a<�mP1a<mna<�mj Wow a< lit z �E �i� rig E �F, I ION,F �� $ x� B i� is Ili If 1. g(a^ gg�s sp6 P aptg:a € ffi€ a$�$j 6 i$ aps gEEgig$p 2ea Gill € ac"a Er$ @ E Es, �__-' �b5 % S iS Yp gtl A$ �3P��$ a§a €spa Ggg, ;". Pea € �' Is P3� qq!!i5 secs.. gxi a-r }p ca $- }A 5 e S _`' xi $f ppAi a �p89P _gg� -W1 €. �i WI Bk_ ¢FS� E 5yF g��a. , Fi Fpa s8m.i.F ��,e gG $ i g3 Y,� �p ��$ d�§.�;5�¢gggg�G� ��yyG -.,.:.:m:mSmaa<m&3<mfi�a<m9�eSae'smi�8a< €`-r ma�B ASeima<97<s -m%$a< i_.:9e 6 { x z E: all 31/1G/701� 11:00:51-tlASAIAT.L.......... _._......................... I I ' I I i I i r• � 9F R "rg .pp � �^=$n .5r arm CrrXw C�rry mr-n m a" a� �aG Aa- I X�dir d�kl&i6P g$a lwiXr�€�ags9H¢aaI Hal s >d€11EII d S�s se Ww 3-1 Sg 3 I jI I�+ 'S99 � fgg b � W1,110111 I � �iCsmill g„gs ��n l� l$E,�a l H 1,11 1' 8 8 js X y.s at $ 3 d s HIM � X �a - Ne� � �f� $F e� i I x H ■ i$ $ X B u H H 1 € B41,11111 a $I '� �g� � �X� F� � $� � R9ES`sd���e� p$ aa$ p[ � X Ea�X�� � z $ XX � Rg � �a 9X 1- S §§ �a � � ���g�9X 95a i R5 j s 5 get n p& $@ y a '� 4 fl i gI d 8 H S 7@ M i 5 8 a_ g3 a x41ff,� < 3 I MoIx X$' Xis Ilan s e '. C'" s" ► C C� �" C� �aC w C ar �. I aagsg� �a $gps 55 �t"e� €-az�gg< xyx r€�-yVVgg a� H Yy R &..11 g3il�& a § a gf aa� �}E a g $Y R E�€fl a� dd��a !1�1S.11 1 ��y B3'�X $ ¢ Y3Tcs 995955 2 fr �' $$II Xgla a� s8"11.1ia a 1s-sq a € z i $ _�6$ `§r" a- Asa 91 1 a X � s � l X jk � fil 11a13 U Ril llt I ill fth` s€gp ul 1� 111ji1R1 s Z g as I & a X� 'IRi$a� X$X $mAI IllIN N 1, s aP! ftil �X �X � ��� � 11g t W all z� H N N Hill s � s j R E ads 9 14� $ € 091 a e a yX § `y5 i X :_.... _._._._....................... °......_._.._..........._._......._......-._.._L......................................................_.................................................._i................................................_...... _.......................... ........................ ;................................ .............. ........ ........................... ..._............. a DTC RECEPTION I0c, REMODEL CONSTRUCTION E ' a IgCITY OF FORT COLLINS DOCUMENTS N i250 N MASON k FORT COLLINS, CO 80524 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. [Option 11 This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for an additional period of one (1) year at the rates provided with written notice to the Service Provider mailed no later than ninety (90) days prior to contract end. 5. Contract Period. [Option 2] 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. 6. 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 BID 8081 Reception Counter Remodel at Downtown Transit Center Page 5 of 34 Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 7. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Service Provider: City: Copy to: City of Fort Collins City of Fort Collins Attn: Attn: Attn: Purchasing Dept. PO Box 580 PO Box 580 Fort Collins, CO 80522 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. 8. 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. 9. 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. 10. 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. 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 BID 8081 Reception Counter Remodel at Downtown Transit Center Page 6 of 34 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 or benefits provided to the City under this Agreement or cause of action arising out of 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 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 BID 8081 Reception Counter Remodel at Downtown Transit Center Page 7 of 34 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 representatives, 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 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. 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. 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. 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: BID 8081 Reception Counter Remodel at Downtown Transit Center Page 8 of 34 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 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 BID 8081 Reception Counter Remodel at Downtown Transit Center Page 9 of 34