No preview available
HomeMy WebLinkAbout112297 VINEY TRUCKING INC - CONTRACT - BID - 5491 HAULINGSERVICES 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 CT referred to as the "City" and V I 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 iservices attached hereto as Exhibit "A", consisting of two (2) pages, and incorporated herein by this reference 2 Contract Period This Agreement shall commence April 15, 2000, and shall continue in full force and effect until April 1, 2001, 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 three (3) additional one year periods Pricing changes shall be negotiated by and agreed to by both parties and may not exceed the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end 3 Deli 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 SA 10/97 11 PIA Equipment List.txt 21 1 2 3 4 5 I 9 10 11 12 13 14 15 16 17 18 19 20 Tandems: 19 85 Peterbilt 25 86 Peterbilt 28 95 Peterbilt 38 89 Peterbilt 31 84 Kenworth 26 90 Peterbilt 40 90 Kenworth Tractors 22 95 Peterbilt 42 94 Kenworth 17 85 Peterbilt 20 88 Peterbilt 27 86 Peterbilt 30 86 Peterbilt 39 90 Peterbilt 49 97 Peterbilt 29 89 Peterbilt Pup Trailers 38P 85 Homeade 31P 94 Williamson 40P 95 Williamson Rock Trailers 21 43T 74 Fruehauf 22 33T 20 Ranco 23 47T 97 Ranco 24 21T 99 Ranco Belly Dumps 25 35T 90 Fruehauf 26 30T 92 Ranco 27 34T 94 Ranco 28 46T 96 Ranco 29 49T 98 Ranco Enddumps 30 42T 80 Trailmobile 31 41T 82 Fruehauf 32 815 94 Western 33 20T 94 Western Lowboys 1XP9D29X6FN188928 1XP9DB9XOGP197775 1XP5DB9XOSD348297 1XPFD29X8KD279198 1XKED29X9ES318807 1XPFDB9X2LD285922 2XKWDB9X3LM556471 1XP5DB8ZOSD3846'71 1XKWDB9X8RS635354 IXP9D29X2FD188365 1XPFD29X9JD264448 1XP9D29X4GD195545 1XP9D29X3GP1959L0 1XPSDB9X3LD2890L9 1XP5DB8X2VD433065 1XP5DB9XSKD269692 IDO618545CO 1W93E252XRSOO4702 1W94E2527SS004792 FWS617103 1R9ESB505YL0081'70 1R9ESB509VLOO8586 1R9ESB507XLOO8976 IH4HO4027LJ021405 1R9BSE503NLOO85'72 1R9BSE500RL008339 IR9BSESOXTLO08002 1R9BSE501WL008166 V41495 1HD02729CFD2090L 1W9103224RW1772291 1W9103227RW172348 Page 1 fyGf.IML[! 5AS-2934� � 5AS-291 f� BAR-743 6BE-102 6BC-951 6BD-460 6BH-795 6BG-974 6BC-101 �} / 68Z-786 G� 6AV-868 6AV-870 6BA-469 6BF-740 6BC-297 7BD-894 5 7BD-895 �+ 7BD-896 I L120524 L44932 L115133 7AZ-367 7BA-153 7BA-213 7BA-187 7BA-763 7BE-623 L44844 L120522 7BD-206 L120523 Equipment List.txt 34 39T 94 Fontaine 4LF4R4733R3503294 7AZ-366 35 38T 96 Dyneweld 40181DHX1T1X33033 7BE-981 36 48T 99 Trailboss 4SODK4833X1000223 7BE-982 Livebottoms 37 37T 94 Redriver R1051143 7BD-207 38 45T 96 Redriver 1R9LB4227T101101 7BB-765 39 36T 94 Redriver R1051144 7BD-208 40 44T 96 Redriver 1R9LB4225T1051100 7BB-764 Page 2 AGORD CERTIRCA E OF LIABILITY INSU C ID RS DATE MMOO ) INEY 1 08/09/9! IRODUCER IVTHIS CERTIFICATE IA .UED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE The Linden Co of Northern Co HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2900 South College Avenue-#2A ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Fort Collins CO 80525 INSURERS AFFORDING COVERAGE Phone:970-229-9304 Fax•970-229-1396 INSURED INSURER Employers Mutual INSURER B C C I A. Viney Trucking, Inc Dba msuRERc Duane Vineyy Trucking 2507 Brookhill Rd INSURERD Ft. Collins CO 80524 i INSURER E COVERAGES 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 RE SPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAVN, 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 IN R TYPE OF IN5URANCE POLICY NUMBER DATE MM/DD/YV LICY EFFECTINr- DATE MM/DDI N LIMITS A GENERAL LIABILITY X COMMERCIAL G ENERALLIABILITY CLAIMS MADE [A] OCCUR OES104800 09/14/99 09/14/00 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any cne fire) $50,000 MED ERP (Any one person) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 G EN L AGGREGATE LIMIT APPLIES PER POLICY jII JECT FI LOC GENERAL AGGREGATE $ 1,000,000 PRODUCTS COMP/OPAGG $ 1,000,000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AU FOS HIRED AUTOS NON -OWNED AUTOS OEB104800 09/14/99 09/14/00 COMBINED SINGLE LIMIT (Ea accident) $ 1 OOO OOO r i X BODILY INJURY (Per person) $ X BODILY INJURY (Per accltlenl) i$ X PROPERTYDAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EAACC AUTO ONLY AGG $ $ EXCESS LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ g $ B WORKERS COMPENSATION AND EMPLOYERS LIABILITY 1963162 06/01/99 06/01/00 X TORYLIMITS Eft EL EACH ACCIDENT $ 100,000 E L DISEASE - EA EMPLOYEE $ 100 , 000 EL DISEASE -POLICY LIMIT $500,000 OTHER DESCRIPTION OF OPERATIONSLOCATIONS EHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVIEIONS Certificate holder is named as Additional Insured as respects the General Liability. IiCRllt•14HIC nivtuCR Y I AUUI I IONALINSURI=U INSUNERLI, I ILR A IHIVt.CLLHII VIV CITYFCC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREDF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL CITY OF FORT COLLINS IMPOSE NO OBLIGATION OR LIABILITY y3 ANV KIND U FFTMF'INSUPER ITS AGENTS OR Attn. Jan - Purchasing Dept +\E \` P O Box 580 REPRESENTATIVES FORT COLLINS CO B0521 AUTHORIZED REPRESENTATIVE // ACORD 25-S EXHIBIT C BID SCHEDULE #5491 You may attach a separate page with an equipment list. Please include Firm name on it. EQUIPMENT YR MAKE MODEL CU YDS HP $/HR TRACTOR/TRL _— _ TRUCKS $, GU TANDEM DUMP TRUCKS — — — $— l�r� 00 TANDEM — DUMP $ �3U TRUCKS WITH PUP OTHER EQUIPT (LIST TYPE) Failure to provide said equipment with qualified drivers as listed in the bid submitted may result in the removal of the vendor's name from the City's bidding list for a period of three years FIRM NAME t_ U & n �1 e- Ar ou a Corporation, Par�tn rshi DBA, LLC, or PC SIGNATURE �c .- PRINT NAME ADDRESS U C>Q� A PHONE/FAX # ' �43 - �q lV kA� -u Z�-D 3 61 EXHIBIT D YEAR 2000 COMPLIANCE CERTIFICATION AND INDEMNITY Section 1 Contractor hereby certifies that all information resources or systems to be provided or used in connection with the performance of this Agreement are "Year 2000 Compliant', except, as otherwise expressly described in Section 2, below "Year 2000 Compliant' shall mean that information resources meet the following criteria a Data structures (e g , databases, data files) provide 4-digit date century recognition For example, " 1996" provides date century recognition, "96" does not b Stored data contains date century recognition, including (but not limited to) data stored in databases and hardware/device internal system dates c Calculations and programs logic accommodate both same century and multi - century formulas and date values Calculations and logic include (but are not limited to) sort algorithms, calendar generation, event recognition, and all processing actions that use or produce date values d Interfaces (to and from other systems or organizations) prevent non -compliant dates and data from entering any state system User interfaces (i e , screens, reports, etc ) accurately show 4 digit years Year 2000 is correctly treated as a leap year within all calculation and calendar logic Section 2 Contractor agrees to notify the City immediately of any information resources or systems that are not Year 2000 Compliant upon encountering the same in connection with the performance of the Agreement, including without limitation any information resources or systems in use by Contractor in the performance of the Agreement or information resources or systems of the City regarding which Contractor obtains information in the course of its performance of the Agreement Section 3 Contractor agrees to permit examination, by the City or agents thereof, of any and all information resources and systems in use in connection with this Agreement, and related Year 2000 Compliance implementation plans, in order to evaluate Year 2000 Compliance and potential implications of the same for the City and for performance of the Agreement Section 4 The Contractor shall indemnify and hold harmless the City, and its officers, agents and employees, from and against all claims, damages, losses, and expenses, including attorneys fees, arising out of or resulting from the Contractor's information resources or systems that are not Year 2000 Compliant SA 10/97 13 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 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 City of Fort Collins Streets Dept Bruce Juelfs P O Box 580 Fort Collins, CO 80522 Service Provider mayy ruckin¢ Inc 2507 Brookhul Rd Fort Collins, CO 80524 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, the sum as stated in the Bid Schedule, cost breakdown is attached as Exhibit "C", consisting of __ (_) pages, and incorporated herein by this reference 6 C�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 SA 10/97 VA 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 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 5A 10/97 (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 111 0 11" 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 often (10) days within which to cure said default In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages, (b) treat the Agreement as continuing and require specific performance, or (c) avail himself of any other remedy at law or equity If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non - defaulting party foi the non -defaulting party's reasonable attorney fees and costs incurred because of the default 13 Bindin ffect 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 SA 10/97 9 all 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 B, consisting of one (1) pages, 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, 256 West Mountain Avenue, Fort Collins, Colorado 80521 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 LawLaw/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 17 Special Provisions Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit D, consisting of one (1) page, attached hereto and incorporated herein by this reference SA 10/97 10 CITY OF FORT COLLINS, COLORADO a municipal corporation By �&-ak Jams O'Neill II, CPPO Dir ct of Purchasing and Risk Management Date �/S /� ( D 7 [Insert Corporation's name] or [Insert Partnership name] or [Insert individual's name] Doing business as [insert name of business] By PRINT N CORPORATE PRESIDENT OR VI E PRESIDENT Date 3 - Z - () 0 A EST (Corporate Seal) CORPORATE SECRETA Y SA 10/97 11 EXHIBIT A CITY OF FORT COLLINS BID PROPOSAL BID #5491 HAULING BID OPENING: APRIL 18, 2000, PI:00 p.m. (our clock WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR HAULING PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS ATTENTION: SPECIAL INSTRUCTIONS The City is changing procedures for signing of the Service Agreement and acquiring the insurance certificate The Service Agreement that is included with the bid documents will become your contract Please sign it If any vendor wants a copy of their service agreement after the bid is awarded and signed by the Cityplease check below The City is requiring the following to be included with your bid 1) Copy of you insurance naming the City of Fort Collins as an additional insured 2) Your bid amount in the bid schedule This will become your Exhibit "C" in the Service Agreement 3) Please sign the Service Agreement and date it 4) All questions should be directed to John Stephen at (970) 221-6777 Please send my company a copy of the Service Agreement SCOPE OF WORK 1 Vendor must be able to provide the equipment bid and a qualified driver Sunday through Saturday at any time, within one hour of being called by the City Representative Phone contact with a company representative, qualified to dispatch equipment, must be available at all times The City Representative will try to schedule night/weekend work in advance, if possible 2 The equipment and the driver shall be used primarily to haul asphalt from various asphalt plants to the lob site as directed by the City Representative Material from the job site may also be hauled to various other lob sites, or dump sites located around the City, as directed by the City Representative Other City departments may use this bid for hauling 3 All Drivers must have a valid CDL license, and be qualified to operate the equipment 4 All equipment must comply with all DOT, CDL, and any other local/State/Federal requirements Trucks must be equipped with an effective load covering tarp and asphalt apron (asphalt lip) 5. All work shall be done in a professional, SAFE, courteous and efficient manner The driver shall exercise the utmost courtesy to other drivers and pedestrians 6 The City shall not be responsible for any equipment failures, damage to equipment, or maintenance required on the equipment The vendor is responsible for all fuel required 7 Any damage caused by the vendor's equipment or driver shall be the sole responsibility of the vendor The vendor shall indemnify and hold harmless the City for any damage done by the vendor's equipment/driver to any member of the public, private property, and any part of the right-of-way If City -owned equipment, or City employees directly cause any damage, the City will assume responsibility for the damage At no time whatsoever shall the driver be considered or become a City employee 9. The City will not guarantee hours Vendors will be used on an as -needed basis, depending on job site, availability and type of equipment 10 Hours worked must be approved at the end of each day by the City Representative Hours will be counted from the time of arrival on the job site (not from the time of notification), and will end after the last load is unloaded 11 The City shall hate the option to proceed with calling the next available vendor if the lowest vendor is not available In case of a tie, the City Representative will alternate calling the tied vendors Vendors who want to work for the City, but were not included in the original bid, will be added to the end of the list, regardless of price, upon approval by the City When special conditions arise, the City shall have the option to choose the vendor to fit any special equipment needs 12 At the option of the City, the Agreement may be extended for additional one year periods not to exceed three (3) additional one year periods Pricing changes shall be negotiated by and agreed to by both parties and may not exceed the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office Written notice of renewal shall be provided to the Service Provider and mailed no later than 90 days prior to contract end 13 The City does not intend to award to one vendor, but will issue multiple awards 4 EXHIBIT B INSURANCE REQUIREMENTS 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 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 10/97 12