SECOND REVISED REQUEST FOR PROPOSALS

Similar documents
CONTRACT DOCUMENTS SPECIFICATIONS. For. Historic City Hall Storm Windows. For the CITY OF FORT MORGAN, COLORADO. October 12, 2011

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

AGREEMENT REGARDING PROVISION OF PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

PERFORMER/GUEST SPEAKER/GUEST ARTIST AGREEMENT

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

DEPARTMENT OF LABOR FIDUCIARY RULE AGREEMENT

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

REQUEST FOR PROPOSAL RFP #14-03

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

SUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents.

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS

PUBLIC ARTWORK SERVICES AGREEMENT

SMALL CONTRACT FOR SERVICES OR GOODS Boulder Housing Partners

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

Request for Bid/Proposal

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT EXAMPLE

REQUEST FOR PROPOSALS

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

REQUEST FOR PROPOSALS Electric Vehicle Supply Equipment

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

GROUNDS MAINTENANCE AGREEMENT

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

Environmental Management Dept. ph: U.S. Highway 421 North fax:

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

URBAN AGRICULTURE INCENTIVE ZONES CONTRACT BY AND BETWEEN THE CITY OF LOS ANGELES, A MUNICIPAL CORPORATION, AND

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES

CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

Request for Quotation Q. SVC Cardio and Strength Equipment

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

Subcontract Agreement

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Professional and Technical Services Contract State of Minnesota

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

(This Agreement supersedes all prior Agreements) AGREEMENT

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

DIF CREDIT AGREEMENT [Insert Project Name]

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

PROFESSIONAL SERVICES AGREEMENT

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

STATE OF NEW JERSEY, DEPARTMENT OF COMMUNITY AFFAIRS HOMEOWNER GRANT AGREEMENT RECONSTRUCTION, REHABILITATION, ELEVATION AND MITIGATION (RREM) PROGRAM

REGISTERED CONTRACTOR AGREEMENT

Township of Lumberton

REQUEST FOR PROPOSAL CITY OF FORT COLLINS P936 Financial Advisory, Investment Banking Consulting Services

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

AGREEMENT BETWEEN TENNESSEE TECHNOLOGICAL UNIVERSITY AND

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

REQUEST FOR PROPOSALS RFP#75-18

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSAL. To Provide. Professional Design Services. For. GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

AGREEMENT FOR TRANSPORTATION SERVICES

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

OWNER CONTRACTOR AGREEMENT PROJECT NAME: DEBRIS CLEANUP SERVICES FOR DISASTER RECOVERY ASSISTANCE THE CONTRACT DOCUMENTS

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

TOWNSHIP OF LAWRENCE AGREEMENT

Request for Proposal RFP # SUBJECT: Ergotron LX

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

OFFICE OF THE SUMMIT COUNTY SHERIFF

CONTRACT FOR SERVICES RECITALS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

SUBCONTRACTOR AGREEMENT

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers

Strategic Planning Services

Transcription:

SECOND REVISED REQUEST FOR PROPOSALS for REPAIR OF HAIL-DAMAGED CITY ROOFS in the CITY OF FORT MORGAN, COLORADO August 22, 2012 REVISED: August 27, 2012 SECOND REVISED: August 28, 2012 Michael Boyer Risk Management Director HUMAN RESOURCES & RISK MANAGEMENT DEPARTMENT HISTORIC CITY HALL, 110 MAIN STREET P.O. BOX 100 FORT MORGAN, COLORADO 80701 (970) 542-3974

City of Fort Morgan REQUEST FOR PROPOSALS City of Fort Morgan Repair of Hail-Damaged Roofs The City of Fort Morgan Risk Management Department is accepting proposals for the Repair of Hail-Damaged City Roofs until 4:00 p.m. (MDT) on Thursday, September 6, 2012, at City Hall, located at 110 Main Street, Fort Morgan, Colorado 80701. If delivered, they are to be sent to 110 Main Street, Fort Morgan, CO 80701. If mailed, the address is P.O. Box 100, Fort Morgan, CO 80701. A pre-proposal meeting will be held on Thursday, August 30, 2012, at 9:00 a.m. at Historic City Hall, located at 110 Main Street in Fort Morgan. Copies of each individual roof s estimate may be obtained at the pre-proposal meeting. All questions regarding this request should be sent to Michael Boyer, Risk Management Director, in writing and can be e-mailed to mboyer@cityoffortmorgan.com or faxed to (970) 542-3976. The cut-off date and time for questions is Tuesday, September 4, 2012, at 9:00 a.m. It is the responsibility of the prospective submitters to contact Michael Boyer at (970) 542-3974 to verify receipt of questions. A copy of the Request for Proposals and associated documentation may be obtained as follows: 1. The City website at www.cityoffortmorgan.com, and/or at: 2. City Hall located at 110 Main Street, Fort Morgan. (Remainder of Page Intentionally Left Blank)

City of Fort Morgan INSTRUCTIONS FOR PROPOSALS City of Fort Morgan Repair of Hail-Damaged Roofs I. BACKGROUND The City of Fort Morgan Risk Management Department is seeking a qualified candidate or candidates to submit proposals outlining their qualifications and abilities to repair all, or a portion of, four (4) roofs on buildings owned by the City of Fort Morgan that were damaged in the hail storm on June 7, 2012. The City has obtained the review and printed estimates of all required repairs by the City s insurance company, Colorado Intergovernmental Risk Sharing Agency (CIRSA), and is now ready to have the repair work performed. A list of the roofs to be repaired (including the estimate of repairs) is part of this RFP document. Photocopies of the written estimates are available by contacting Michael Boyer, Risk Management Director, at (970) 542-3974, or by email at mboyer@cityoffortmorgan.com. II. GENERAL INSTRUCTIONS All Proposals must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the contractual agreement. In addition, the authorized representative s signature of the Proposal assures the company s understanding of the City s Procurement Policy. A copy of the policy is available upon request at the City Clerk s Office. Only Proposals properly received will be accepted and evaluated for the work contemplated herein. Each Proposal and applicable documentation as requested must be submitted in a sealed envelope, addressed to: Repair of Hail-Damaged City Roofs RFP Attn: Michael Boyer, Risk Mgmt. Director City of Fort Morgan If delivering the Proposal by private currier (such as FedEx, UPS, etc.), deliver to: 110 Main St., Fort Morgan, CO 80701. If the Proposal is mailed by USPS, send to: P.O. Box 100, Fort Morgan, CO 80701. The City reserves the right to reject any or all Proposals, in whole or in part, to make multiple awards or partial awards, whichever may be most advantageous to the City of Fort Morgan. Upon selection, the City will issue a Notice of Award and a contract must be completed and signed by all parties concerned within ten (10) days of issuance of Page 1 of 3 REPAIR OF HAIL-DAMAGED ROOFS

City of Fort Morgan INSTRUCTIONS FOR PROPOSALS City of Fort Morgan Repair of Hail-Damaged Roofs the Notice of Award. If this date is not met, the City may elect to cancel the Notice of Award (if the delay is not the fault of the City). The City reserves the right to incorporate standard contract provisions into any contract as a result of a Proposal submitted in response to the RFP. III. SCOPE OF WORK The work primarily consists of the removal and replacement of the roofs on (3) structures and the reglazing of two (2) skylights on a fourth structure. Work shall also consist of the removal of all debris from the work site(s). IV. DOCUMENTS AND ESTIMATES A list of the roofs to be repaired (including the estimate of repairs) is part of this RFP document. Photocopies of the written estimates are available by contacting Michael Boyer, Risk Management Director, at (970) 542-3974, or by email at mboyer@cityoffortmorgan.com. V. WORK SCHEDULE 1. Period of Performance. All work to be performed as part of this Request for Proposals, and agreed to under the attached Agreement, shall be completed no later than October 31, 2012. 2. Invoicing: The Contractor shall perform the work and submit an invoice with the itemized costs of the work. The itemized costs shall reflect the Proposal prices submitted. Should the work involve work that was not included in the Proposal, the Contractor shall submit a proposal for the work and shall be agreed upon by the City prior to work being performed. The City will process the invoice for payment upon acceptance of the work performed. A. Required Qualifications: All prospective contractors must: V. SUBMITTAL REQUIREMENTS 1. Be properly licensed and/or registered to do business in the State of Colorado and in the City of Fort Morgan for the repair services being performed. Page 2 of 3 REPAIR OF HAIL-DAMAGED ROOFS

City of Fort Morgan INSTRUCTIONS FOR PROPOSALS City of Fort Morgan Repair of Hail-Damaged Roofs 2. Provide proof of the contractor s current contractor s liability insurance (see Instructions below). 3. Obtain the necessary permits to conduct the work. B. Proposal Format: Prospective contractors shall submit the following: 1. Cover letter that includes the Contractor s name, business name (if applicable) and business address. 2. Statement of qualifications that includes a description of your capabilities to repair one, some, or all of the three (3) damaged roofs; and the reglazing of one or both of the two (2) damaged skylights. 3. Proof of the contractor s current contractor s liability insurance. 4. An estimate of when repair of the roof(s) can begin and a timeline as to when the work for each accepted roof will be completed and if all repairs can be completed by the requested deadline of October 31, 2012. 5. If you have not completed roof repair work for the City of Fort Morgan in the past two (2) years, submit at least two (2) references. 6. Information on the prospective contractor s warranty as to the quality of work performed and how long the warranty is on the roof materials. (Remainder of Page Intentionally Left Blank) Page 3 of 3 REPAIR OF HAIL-DAMAGED ROOFS

CITY OF FORT MORGAN 2012 REQUEST FOR PROPOSALS LOCATION ROOF TYPE SQ. FOOTAGE SPECIAL NOTES REPAIR ESTIMATE Swimming Pool Guard House Skylights 1700 N. Main Street Swimming Pool Shelter 1700 N. Main Street Swimming Pool Shelter 1700 N. Main Street Swimming Pool Gazebo 1700 N. Main Street LIST OF HAIL-DAMAGED ROOFS Metal Roofing 6-10 SF each Reglaze 2 Skylights $356 Metal Roofing - Premium Metal Roofing - Premium Metal Roofing - Premium 1,025 Steep Pitch $3,685 1,025 Steep Pitch $3,685 720 Steep Pitch $5,897 TOTAL ESTIMATED DAMAGES: $13,622

AGREEMENT THIS AGREEMENT, made this day of, 2012, by and between the City of Fort Morgan (hereinafter called Owner ), and Company doing business as (an individual) or (a partnership), or (a corporation) (hereinafter called Contractor ). WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. The Contractor will commence and complete the 2012 Repair of Hail-Damaged Roof(s) (the Project ). 2. The Contractor will furnish all of the materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the Project described herein, unless specified otherwise. 3. The Contractor will commence the Work required by the Contract Documents (listed below) on the date(s) set between the Owner and the Contractor. 4. The Contractor agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the cost of $ as outlined in the Scope of Work and Written Estimate. The exact amount of work to be completed is determined by the amount of funds the City Council appropriates each year. 5. The Contractor agrees to complete and submit to Owner all necessary or relevant Contract Documents provided and to comply with the terms therein. 6. The Contractor and Owner agree that failure of either party to insist on strict performance by the other party shall not constitute a waiver of any provision in the Contract Documents, waiver of any other default or a continuing waiver of the provisions in question. 7. The Contractor hereby agrees that time is of the essence and that the Contractor s Proposal was accepted, and agrees to complete the work set forth in the Agreement on or before October 31, 2012. 8. The term Contract Documents means and includes the following: A. Request for Proposals B. Instructions for Proposals C. Certificate of Contractor s Liability Insurance D. Agreement and Illegal Alien Addendum D. Any Addenda 9. The Contractor hereby agrees that he or she has previously disclosed to Owner anyone among their team, any business entity or individual who is, or who is associated with, or is in any way likely to create a conflict of interest or a perception of conflict of interest and acknowledges that he or she has a continuing obligation to disclose any newly discovered or future conflict of interest. 10. The Contractor is aware of and fully informed of its obligations under Executive Order 11246 and Title 41 of the Code of Federal Regulations, Part 60. Where applicable, Contactor shall 1 AGREEMENT 2012 REPAIR OF HAIL-DAMAGED CITY ROOFS

comply with the requirements of that Order, 41 CFR, Part 60, and all orders, rules and regulations promulgated there-under exempt there-from. 11. Termination. Should the Contractor neglect to prosecute the work properly, or fail to perform any provision of the Agreement, the City, after seven (7) days from written notice to the Contractor, may without prejudice to any other remedy they may have, make good the deficiencies and deduct the cost thereof from the payment then or thereafter due to the Contractor. 12. Performance Behavior. Contractor shall employ staff that is courteous, helpful and considerate to provide services under this Agreement. Contractor's employees shall not use improper language, or act in any inappropriate or improper manner as determined by the City. Contractor shall reassign any employee after notification by the City that such employee has engaged in unacceptable behavior. 13. Independent Contractor. Contractor must be and remain an independent Contractor with respect to all services performed under the Agreement. Contractor accepts full and exclusive liability for the payment of any and all contributions of taxes for social security, worker's compensation insurance, Medicare, unemployment insurance, or old age retirement benefits, pensions or annuities, now or hereafter imposed under any state or federal law, salaries or other remuneration paid to persons hired, including deposits of income tax withholding amount due, and it agrees to indemnify and save harmless the City from any claims for contributions, taxes or liability thereof. 14. Indemnification. The Contractor shall defend, indemnify and hold harmless the City and its respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work. The Contractor further agrees to hold harmless and indemnify the City for any liability that arises under this agreement or as a result of the actions or omissions of the Contractor s employees. 15. Additional Insured. The Contractor warrants and guarantees that it shall maintain adequate insurance with minimum limits of $1,000,000.00, for activities undertaken pursuant to this Agreement, and includes the City as an additional insured on the policy. 16. Coordination and Control. All work shall be performed as identified in the Contract Documents. 17. Changes. The City reserves the right to revise the "Scope of Work" and to make other changes as deemed necessary to best serve the needs of the City. However, no amendment or variation of the terms and conditions of this Agreement shall be valid unless the same is in writing, and agreed to and signed by the parties hereto. 18. Compliance. If a formal and written complaint is registered with the Contractor in respect to unsatisfactory work performance, the Contractor shall have 72 hours to respond in person to the complaint, to remedy the problem(s). Failure to respond in the prescribed time to the complaint or to remedy the problem may result in termination of the Agreement. 2 AGREEMENT 2012 REPAIR OF HAIL-DAMAGED CITY ROOFS

19. Satisfaction of Remediation. If the Contract Administrator is not satisfied with the results and remediation of the complaint, periodic and joint inspections with the Contractor may be required to discuss and point out Administrator s complaints. Failure of the Contractor to attend such inspection may result in termination of this Agreement. 20. Choice of Law. This Agreement shall be governed by and construed under the laws of the State of Colorado. Any action brought to enforce this Agreement shall be brought in the state courts of Colorado with venue in Morgan County. 21. Binding Agreement. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, succors, and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two copies each of which shall be deemed an original on the date first above written. City of Fort Morgan: Terry McAlister, Mayor Contractor John Brennan, City Clerk Attest (SEAL) (SEAL) 3 AGREEMENT 2012 REPAIR OF HAIL-DAMAGED CITY ROOFS

ILLEGAL ALIEN ADDENDUM This Illegal Alien Addendum (the Addendum ) is made to the Agreement by and between the City of Fort Morgan, a municipal corporation of the State of Colorado (the City ) and, ( Contractor ) dated (the Agreement ). This Addendum is attached to and made a part of the Agreement. Pursuant to sections 8-17.5-101, et seq., C.R.S., definitions in which are hereby incorporated: I. Contractor certifies that, at the time of executing this Addendum, Contractor does not knowingly employ or contract with an illegal alien who will perform work under the Agreement and that Contractor will participate in the E-Verify Program or the Department Program in order to confirm the employment eligibility of all employees who are newly hired for employment to perform work under the Agreement. 2. Contractor hereby agrees that it shall not: A) Knowingly employ or contract with an illegal alien to perform work under the Agreement; or B) Enter into a contract with a subcontractor that fails to certify to Licensor that the subcontractor shall not knowingly employee or contract with an illegal alien to perform work under the Agreement. 3. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under the Agreement through participation in either the E- Verify Program or the Department Program. 4. Contractor is prohibited from using the E-Verify Program procedures to undertake pre-employment screening of job applicants while the Agreement is being performed. 5. If Contractor obtains actual knowledge that a subcontractor performing work under the Agreement knowingly employs or contracts with an illegal alien, Contractor is required to: A) Notify subcontractor and the City within three days that Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and B) Terminate the subcontract with the subcontractor if within three days of receiving the notice required in Section (5)(A) above the subcontractor does not stop employing or contracting with the illegal alien; except that Contractor 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. 6. Contractor is required to comply with any reasonable request that the Department of Labor and Employment makes in the course of an investigation that the Department of Labor and Employment is undertaking pursuant to section 8-17.5-102(5), C.R.S. 1 AGREEEMNT ILLEGAL ALIEN ADDENDUM

IN WITNESS WHEREOF, Contractor has executed this Addendum on the date first above written. By the signature of its representative below, Contractor affirms that it has taken all necessary action to authorize said representative to execute this Addendum. CONTRACTOR By: Its: Date: 2 AGREEEMNT ILLEGAL ALIEN ADDENDUM