HomeMy WebLinkAbout103118 KWAL PAINT - CONTRACT - BID - 6043 MAPO ATHLETIC FIELD PAINT (2)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 Kwal Howells Inc., 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 one (1) page
and incorporated herein by this reference.
2. Contract Period. This Agreement shall commence April 15, 2007, and shall
continue in full force and effect until April 14, 2008, 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 four (4) additional one year periods. Renewals and pricing
changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley
CPIU published by the Colorado State Planning and Budget Office will be used as a guide.
Written notice of renewal shall be provided to the Service Provider and mailed no later than
ninety (90) days prior to contract end.
3. Delay. If either party is prevented in whole or in part from performing its
obligations by unforeseeable causes beyond its reasonable control and without its fault or
negligence, then the party so prevented shall be excused from whatever performance is
prevented by such cause. To the extent that the performance is actually prevented, the Service
Provider must provide written notice to the City of such condition within fifteen (15) days from
the onset of such condition.
4. 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
SA 09/01106
ACORM CERTIFICATE OF LIABILITY INSURANCE DATE 08/03/2007 0912l206
06
PRODUCER Lockton Companies THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
444lo 47Street, Suite900 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Kansas City Mo 64112-1906 F BELOW.
(816)960-9000 INSURERS AFFORDING COVERAGE
INSURED PROFESSIONAL PAINT, INC. INSURERA: AM. . SPECIALTY►NE - H[ _
1072127 KWAL-HOWELLSINC. JNSURERB: COMMERCE& INDUSTRY INS.CO.***
ATTN; PAMELA WASHBURN R :*** HICAGO
3900 JOLIET STREET SPECIALTY INS, CO - NY
D NVER CO 80239
...�..rr..... nn ran e n I vn THISC IFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUIN75
— r=n
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
P I Y EFPEC'nVE
DA
POLICY E%PIRATION
DATE MM1ODfYY
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE [g] OCCUR
X POLLUTION LEGAL LIAB
1950155
08/03/2006
08/03/2007
EACH OCCURRENCE
S I,000 OOO
FIRE DAMAGE (Anyone Tire
$ 1000 000
MED EXP (Any one Ee n
0 10.000
PERSONAL & ADV INJURY
1 1,000,000
X
CLAIMS MADE FORM
ENF RAL AGGREGATE
$ 2000000
GEN'LAGGREGATE LIIMiTAPPLIES
POLICY PE T
PER:
LOD
PRODUCTS -COMPIOPAGG
$ 1 000000
B
B
AUTOMOBILE
LIABILITY
ANY AUTO
ALLOWNEDAUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
R1,000 Comp Ded
8087121 (AOS)
CA717-10-58(TX)
08/03/2006
08/03/2007
COMBINED SINGLE LIMIT
(Ea So Jdenl)
S 1,000,000
X
BODILY INJURY
(Per person)
ers
S XXXXXXX
X
8000.Y INJURY
(Per accident)
5 XXXXXXX
X
X
PROPERTY DAMAGE
(Per accident)
$ XXXXXXX
X
S 1 000 Coll Ded
GAR AGE LIABILITY
ANY AUTO
NOT APPLICABLE
AUTO ONLY - EA ACCIDENT
$ XXXXXXX
OTHER THAN EA ACC
AUTO ONLY: AGG
$ XXXXXXX
S XXXXXXX
EXCE55 LIABILITY
OCCUR CLAIMS MADE
❑UMBRELLA
DEDUCTIBLE FORM
RETENTION $
NOT APPLICABLE
EACH OCCURRENCE
$ XXXXXXX
AGGREGATE
S XXXXXXX
5 XXXXXXX
S XXXXXXX
S XXXXXXX
D
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
RWD9435148
08/03/2006
08/03/2007
X WggTLN OTI"
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE -E PLOYEE
$ 1000000
E.L. DISEASE- P( JOY LIMIT
S 1.000 000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
2658949 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPNUITION
FOR INFORMATION PURPOSES ONLY DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS wRrrTEN
NOTICE TO THE CERTIFICATE HOLDER NAMEUTO THE LEFT,BUTFAILURETO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
ACORD 25S (7197) Foryesaeana NOarobtO Ibis canillwle, eonlw0w nlanbereand In tha'Prodocaf nWanabo Land ap.dl Me glen code PROPA01', eAL50ARD CORPORATION 1ORR
SCHEDULE OF NAMED INSUREDS
PROFESSIONAL PAINT, INC.
GENERAL PAINT, INC.
FRAZEE INDUSTRIES HOLDINGS, INC.
FRAZEE INDUSTRIES, INC.
KWAL-HOWELLS HOLDINGS, INC.
KWAL-HOWELLS, INC.
PARKER PAINT HOLDINGS, INC.
FRAZEE FRANCHISE CORP.
STELLAR PAINT (DBA)
GENERAL PAINT CORP.
SOPHIR MORRIS HOLDINGS, INC.
SMC ACQUISITIONN CORP.
STELLAR KWAL PAINT (DBA)
STELLAR ACQUISITION CORP.
STELLAR HOLDINGS, INC.
DUCKBACK ACQUISITION CORP.
DUCKBACK PRODUCTS (DBA)
DUCKBACK HOLDINGS, INC.
CLASSIC PAINT (DBA)
KWAL PAINT (DBA)
IDEAL PAINTS (DBA)
COMEX USA, INC.
POWDERHORN ACQUISITION CORP.
STELLAR ACQUISITION DBA AMERIMEX PAINT CENTERS
COMERCIAL MEXICANA DE PINTURAS S.A. DE C.V.*
CONSORCIO COMEX S.A. DE C.V.(
COLOR WHEEL PAIN MFG. CO., INC.
COLOR WHEEL PAINTS AND COATINGS
COLOR WHEEL PAINTS
THE PAINT STORE
COLOR WHEEL DECORATING CENTER
STRUBE PROPERTIES, LTD.
STRUBE HOLDINGS, INC.
COLOR WHEEL ACQUISITION CORP.
COLOR WHEEL HOLDINGS, INC.
*AS RESPECTS PRODUCTS SOLD IN THE UNITED STATES
Master ID : 1072127
Miscellaneous Attachment: M85936
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:
City: Service Provider:
City of Fort Collins, Purchasing Kwal Howes Inc. KW jo, s- 4VWrLJJ. 1 -1-0
PO Box 580 3900 Joliet St
Fort Collins, CO 80522 Denver, CO 80239
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.
5. Contract Sum. The City shall pay the Service provider for the performance of this
Contract, subject to additions and deletions provided herein, per the attached Exhibit "B",
consisting of one (1) page, and incorporated herein by this reference.
6. 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.
7. 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.
8. 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
SA 09/01 /06 2
neither assign any responsibilities nor delegate any duties arising under the Agreement without
the prior written consent of the City.
9. 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.
10. 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.
11. 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.
12. Remedies. In the event a party has been declared in default, such defaulting
party shall be allowed a period of ten (10) days within which to cure said default. In the event
the default remains uncorrected, the party declaring default may elect to (a) terminate the
Agreement and seek damages; (b) treat the Agreement as continuing and require specific
performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party
SA 09/01 /06 3
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.
13. 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.
14. 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 C,
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.
15. 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.
16. Law/Severability. The laws of the State of Colorado shall govern the construction
SA 09/01/06 4
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.
17. Prohibition Against Employing Illegal Aliens. This paragraph shall apply to all
Contractors whose performance of work under this Agreement does not involve the delivery of a
specific end product other than reports that are merely incidental to the performance of said
work. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Contractor represents and agrees that:
A. As of the date of this Agreement:
1. Contractor does not knowingly employ or contract with an illegal alien; and
2. Contractor has participated or attempted to participate in the basic pilot
employment verification 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 "Basic Pilot Program") in order to verify that
Contractor does not employ any illegal aliens.
B. Contractor shall not knowingly employ or contract with an illegal alien to
perform works under this Agreement or enter into a contract with a
subcontractor that fails to certify to Contractor that the subcontractor shall not
knowingly employ or contract with an illegal alien to perform work under this
Agreement.
C. Contractor shall continue to apply to participate in the Basic Pilot Program and
shall in writing verify same every three (3) calendar months thereafter, until
Contractor is accepted or the public contract for services has been completed,
whichever is earlier. The requirements of this section shall not be required or
effective if the Basic Pilot Program is discontinued.
D. Contractor is prohibited from using Basic Pilot Program procedures to
undertake pre -employment screening of job applicants while this Agreement is
being performed.
E. If Contractor obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien,
Contractor shall:
1. Notify such subcontractor and the City within three days that Contractor
has actual knowledge that the subcontractor is employing or contracting
with an illegal alien; and
SA 09/01 /06 5
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
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.
F. Contractor 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.
G. If Contractor 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, Contractor shall be liable for
actual and consequential damages to the City arising out of Contractor's
violation of Subsection 8-17.5-102, C.R.S.
H. The City will notify the Office of the Secretary of State if Contractor violates
this provision of this Agreement and the City terminates the Agreement for
such breach.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By: '
Jam . O'Neill II, CPPO, FNIGP
Direc r of Purchasing and Risk Management
Date: T h 01 to
:Kwwells, Inc.
rw�
G44
PRINT NAME
CORPORATE PRESIDENT OR VICE PRESIDENT
Date:
ATTEST: (Corporate Seal)
CORPORATE SECRETARY
SA 09/01 /06
EXHIBIT A
SPECIFICATIONS FOR FIELD MARKING LATEX PAINT
1) GENERAL
• Paint to be Acrylic Modified Vinyl Flat that is recommended for temporary marking paint
for use on grass, artificial turf and gravel tracks. Paint is readily removable and will not
be used where durability is required.
• Paint to contain no lead and complies with EPA's voluntary 33/50 program.
• Paint must be able to be applied by brush, roller, conventional or airless sprayer.
• Paint to be set to touch within 30 minutes and thoroughly dry within 1 hour.
• Clean up must be with water only or water with soap.
• Paint must not be allowed to freeze.
• The specification shall be considered a minimum specification.
• Minimum ingredient (or approved equal) specification is:
A. Water 45-<60 weight percent
Calcium Carbonate 10-<20 weight percent
Titanium Dioxide 10-<20 weight percent
Propylene Glycol 1-<5 weight percent
Crystalline Silica -Quartz 1-<5 weight percent
Approved equal
B. (+or- 2%)
Pigment
47%
Ti02
10 %
Carbonate
37%
Vehicle
53%
2) ORDERING and DELIVERY REQUIREMENTS
• Awarded vendor must deliver paint only when ordered by an agency and in quantities
specified.
• Minimum paint ordered may be 10 (ten) gallons.
• Paint must be delivered in 5 gallon container.
• Delivery must be within 48 hours ARO.
• Awarded vendor must provide MSDS to each agency prior to paint delivery.
SA 09/01 /06
7
Exhibit B
V. ESTIMATED QUANTRIES AND BID FORM
THE QUANTITIES ARE ESTIMATES ONLY. AWARD WILL BE BASED ON LOWEST,
RESPONSIVE AND RESPONSIBLE PRICE PER GALLON.
OL M Y
COLOR
PRICEPERGALLON
15545 GALLONS
WHITE
$ 3, 2 8
700 GALLONS
YELLOW, RED, GREEN, BLUE, ORANGE
$ `1, (0 `Y
SIGNATURE PAGE
The undersigned Bidder, having examined these documents, and having full knowledge of the
condition under which the work described herein must be performed, hereby proposes that he
will fulfill the obtigatioons contained herein in accordance with all terms, conditions, and
specifications set forth; and that he will furnish all required products and pay all incidental casts
in strict conformity with these documents, for the stated prices as payment In full.
Submitting
Address:
Telephone Number 'FL��
Name of Agent (printRype):
Title:
Authorized Signature:
Date: 3 _ yg_
Attest: � I•..Zff o
My Commission Expires:
6
n
CORPORATE SEAL
M
,VC
SA 09/01 /06
8
EXHIBIT C
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 be cancelled or materially altered,
except after ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option,
may take out and maintain, at the expense of the Service Provider, such insurance as the City
may deem proper and may deduct the cost of such insurance from any monies which may be
due or become due the Service Provider under this Agreement. The City, its officers, agents
and employees shall be named as additional insureds on the Service Provider's general liability
and automobile liability insurance policies for any claims arising out of work performed under
this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall
maintain during the life of this Agreement for all of the Service Provider's employees
engaged in work performed under this agreement:
1. Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain
during the life of this Agreement such commercial general liability and automobile liability
insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise directly or
indirectly from the performance of work under this Agreement. Coverage for property
damage shall be on a "broad form" basis. The amount of insurance for each coverage,
Commercial General and Vehicle, shall not be less than $500,000 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.
SA 09/01 /06
9