HomeMy WebLinkAbout119979 QUALITY TRAFFIC CONTROL - CONTRACT - BID - 5472 SANDBLASTING ANNUALSERVICES AGREEMENT
WORK ORDER TYPE
THIS AGREEMENT made and entered into the day and year set forth below, by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the "City" and Quality Traffic Control, 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. Services to be Performed.
a. This Agreement shall constitute the basic agreement between the parties for services
for Sandblasting. The conditions set forth herein shall apply to all services performed by the
Service Provider on behalf of the City and particularly described in Work Orders agreed upon in
writing by the parties from time to time. Such Work Orders, a sample of which is attached hereto
as Exhibit "A", consisting of one (1) page, and incorporated herein by this reference, shall include
a description of the services to be performed, the location and time for performance, the amount
of payment, any materials to be supplied by the City and any other special circumstances relating
to the performance of services. No workorder shall exceed $50,000. The only services authorized
under this agreement are those which are performed after receipt of such Work Order, except in
emergency circumstances where oral work requests may be issued. Oral requests for emergency
actions will be confirmed by issuance of a written Work Order within two (2) working days.
b. The City may, at any time during the term of a particular Work Order and without
invalidating the Agreement, make changes within the general scope of the particular services
assigned and the Service Provider agrees to perform such changed services.
2. Changes in the Work. The City reserves the right to independently bid any services
WOSA 7/98 1
EXHIBIT D
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.
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.
ACDRD CERTIFICATE OF LIABILITY
DATE
INSURA'NCEbQII,Tm6
PRODUCER -/
';
THIS CERTIFICATE IS ,UED AS A MATTER OF INFORMATION
The Linden Co. of Northern Co.
2900 South College Avenue-#2A
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Fort Collins CO 80525
COMPANIES AFFORDING COVERAGE
COMPANY
A Employers Mutual
TLC -Special Accounts
Pnone No. 970-229-9304 FUN., 970-229-1398
INSURED
COMPANY
B y
COMPANY r
Quality Traffic Control, Inc.
Mike Obester
C"
216 Racquette Drive #5
Fort Collins CO 80524
COMPANY
D `
COVERAGES
THIS IS TO CERTIFY THAT 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 CONTRACTOR 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTRC0
rypE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DDNY)
POLICY EXPIRATION
DATE (MM/DONY)
LIMITS
GENERAL
LIABILITY
GENERALAGGREGATE
$ 1000000.
X
PRODUCTS - COMP/OP AGG
$ 1000000
A
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE F7X OCCUR
OX69279-00
07/27/99
07/27/00
PERSONAL &ADV INJURY
$ 500000
EACH OCCURRENCE
s500000
OWNER'S&CONTRACTOR'S PROT
FRE DAMAGE (Any one fire)
$ 100000
MED EXP (Any one person)
$ 5000
AUTOMOBILE
LIABILITY
ANV AUTO
COMBINED SINGLE LIMIT
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per person)
$
HIRED AUTOS
NON -OWNED AUTOS
BODILY INJURY
(Per accident)
$
PROPERTYDAMAGE
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
ANY AUTO
OTHER THAN AUTO ONLY,
..........
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$
UMBRELLA FORM
AGGREGATE
$
OTHER THAN UMBRELLA FORM
$
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
WCSTATU- OTH.
TORV LIMITS ER
EL EACH ACCIDENT
$
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
ELDISEASE- POLICY LIMIT
$
OFFICERS ARE: EXCL
EL DISEASE - EA EMPLOYEE
$
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESSPECIAL ITEMS
All Locations / All Operations
CERTIFICATE HOLDER
CANCELLATION
FTCOLLP
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
City Of FortCollins
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Purchasing Division
BUT FAILURE TO MAILSUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
256 W. Mountain
OF ANY KIND UPON THE COMPANY, ITS AGE N R RESENTATI
Fort Collins CO 80521
AUTHORIZED REPRESENTATIVE
TLC -Special Accounts
ACOR 25-9 (t/93)
' A D CORFORAT(C)N 4988
Uf
APR-05-2000 WED 02�16 PM Pinnacol Assurance FAX NO. 3037822210 10346
CERTIFICATE HOLDER COPY
P. 01
CITY OF Fr COLLINS
PURCHASING DEPf
PO BOX 580
256 W MNT AVE
FT COLLINS CO $0522
POLICY NUMBER: 3087822
BUSINESS LOCATION: QUALITY TRAFFIC CONTROL INC
CLASSIFICATION OF OPERATION
CLASS DESCRIPTION
550605 STREET/ROAD CONST
COVERAGE
COVERAGE
RATING
EFFECTIVE
EXPIRES
TYPE
04/01/2000
04/01/2001
EM
11
AFR-05--2000 WED 02:16 PM Pinpacol Assurance FAX NO, 3037822210 10346 P, 02
'4W "gi n";'.
MIM rig,
M Im 6 Mrpotucoa ONER4, I
7131S CERTIFICATE IS ISSUED AS A MATTER Of INFORMATION ONLY
Pimacol Assurance
AND CONFERS NO RIGHTS UPON THE CERTIFICATE ROLDOR, THIS
720 S. Colorado Blvd
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER TINE COVERAGE
Suite 100, North Tower
AFFORDED BY THE POLICIES pELOW.
DENVER CO 80246-1939
COMPANIES AFFORDING COVERAGE
rAml
A Pinnuicul Assurance
Wa RED
MPnm
QUALITY TRAFFIC CONTROL INC
216 RACQUETTE DRIVE #5
okrmvr
FORT COLLINS CO 80524
C
.ThIPANY
D
—��i mp.pit..i.. MT: 0:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW KAYE BEEN ISSUED TO THE INSURED NAMED
ABOVE FOR THE POLICY PERIOD INDICATED,
NOTWITHSTANDING ANY REQUIREMENT, TERM AND CONDITION OF ANY CONTRACT OR OTHER oocumEmT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE
ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS
OF SUCH POLICIES. LIMITS SHOWN MAY HAVES REDUCIM BY PAID CLAIMS.
C0
loucy mmlvl
CLAIMSMADE 11 MCUR
1UA$GKALAADVWuxy
AACH OCCURASNer.
RAEPAMAOV,flk)
run nuro
ALL MM A� 01
"
COMBINA0611
WDILY MIURT
SCHEDULED A=$
7A 1'
HIRER AVMS
I
HODILY R
HQN-�EDAUTW
GAKnGK UADHATY
ANY AVID
AlMoN , 'CCmmr
QTNJ TITAN A= ONLYT
EACH AI
nWRWATE
LMMM
1—
EACH VUSHce
=
-7 � 1-
1 r 0 K V m ENE UA AD R m
WVAIDP0.L COWWA110K AND
Ammovsks, "mmv WC.IrA OTHER �.ii: 1.21
IVKYL al
3097822 04101/2000 04/0112001 2L EACH ACCIDENT 000
rill maP]
"Murry :LL 96RAA -POWZXmff $500.000
BLDIKIASE-AAEMR VEE 1 $I0O,ODO
SEE BACK OF CERTIFICATE FOR CLASS COVERAGE AND OWNpRbWW COVERAGE DRIIAIL
487057
CITY OF Fr COLLINS
SHOULD ANY OF THE ABOVE DESCRIBrip POLICIES BE CANCELLED BEFORE TH13
PURCHASING DEFT
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
PO BOX $80
— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
2$6 W MNT AVE
BUT FAILURE To MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
FT COLLINS CO 30522
LIABILITY OF NYJUNDUPON PAN ITSAGENTS OR RBPRES IVES,
AUTHORI RBSENTA
on, Pr C ...........
.........
APDUUNDMSMTM, JWW U,,AA IUIV,M 12:W. "I3F
rather than issuing work to the Service Provider pursuant to this Agreement. Nothing within this
Agreement shall obligate the City to have any particular service performed by the Service Provider.
3. Contract Period. This Agreement shall commence May1, 2000, and shall continue
in full force and effect until April 30, 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 four (4) 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.
4. Delay. If either party is prevented in whole or in part from performing its obligations
by unforeseeable causes beyond its reasonable control and without is fault or negligence, then the
party so prevented shall be excused from whatever performance is prevented by such cause. To
the extent that the performance is actually prevented, the Service Provider must provide written
notice to the City of such condition within fifteen (15) days from the onset of such condition.
5. Early Termination by City/Notices Notwithstanding the time periods contained
herein, the City may terminate this Agreement at any time without cause by providing written notice
of termination to the Service Provider. Such notice shall be mailed at least fifteen (15) days prior
to the termination date contained in said notice unless otherwise agreed in writing by the parties.
All notices provided under this Agreement shall be effective when mailed, postage prepaid and
sent to the following address:
City
City of Ft. Collins, Purchasing
256 W. Mountain Ave.
Ft. Collins, CO 80521
Copy to City Department
Traffic
P.O. Box 580
Ft. Collins, CO 80522
Attn: Syl Mireles
WOSA 7/98 2
Service Provider
Quality Traffic Control, Inc.
216 Racquette Dr. #5
Ft. Collins, CO 80524
In the event of early termination by the City, the Service Provider shall be paid for services
rendered to the termination date, subject only to the satisfactory performance of the Service
Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole
right and remedy for such termination.
6. Contract Sum. This is an open-end indefinite quantity Agreement with no fixed
price. The actual amount of work to be performed will be stated on the individual Work Orders.
The City makes no guarantee as to the number of Work Orders that may be issued or the actual
amount of services which will in fact be requested. No Work Order of $50,000 or more shall be
issued.
7. Payments. a. The City agrees to pay and the Service Provider agrees to accept
as full payment for all work done and all materials furnished and for all costs and expenses incurred
in performance of the work the sums set forth for the hourly labor rate and material costs, with
markups, stated within the Bid Schedule Proposal Form, attached hereto as Exhibit "B", consisting
of one (1) page, and incorporated herein by this reference.
b. Payment shall be made by the City only upon acceptance of the work by the City and
upon the Service Provider furnishing satisfactory evidence of payment of all wages, taxes, supplies
and materials, and other costs incurred in connection with the performance of such work.
8. City Representative, The City's representative will be shown on the specific Work
Order and shall make, within the scope of his or her authority, all necessary and proper decisions
with reference to the work requested. All requests concerning this Agreement shall be directed to
the City Representative.
9. Independent Contractor It is agreed that in the performance of any services
hereunder, the Service Provider is an independent contractor responsible to the City only as to the
results to be obtained in the particular work assignment and to the extend that the work shall be
WOSA 7/98 3
done in accordance with the terms, plans and specifications furnished by the City.
10. 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.
11. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any
of the services shall not be construed to operate as a waiver of any rights under the Agreement or
of any cause of action arising out of the performance of this Agreement.
12. Warran .
(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.
13. 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.
14. Remedies In the event a party has been declared in default, such defaulting party
WOSA 7/98 4
shall be allowed a period of ten (10) days within which to cure said default. In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek
damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail
himself of any other remedy at law or equity. If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the non -
defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because
of the default.
15. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
agreement between the parties and shall be binding upon said parties, their officers, employees,
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representative, successors and assigns of said parties.
16. 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 "D", 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, 256 West Mountain Avenue, Fort Collins, Colorado 80521 one copy of a certificate
WOSA 7/98 5
evidencing the insurance coverage required from an insurance company acceptable to the city.
17, 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.
18. Law/Severability, This Agreement shall be governed in all respect by the laws of
the State of Colorado. In the event any provision of this Agreement shall be held invalid or
unenforceable by any court of competent jurisdiction such holding shall not invalidate or render
unenforceable any other provision of this Agreement.
19. Special Provisions. Special provisions or conditions relating to the services to be
performed pursuant to this Agreement are set forth in Exhibit C, consisting of one (1) page,
attached hereto and incorporated herein by this reference.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By: n/ v
Ja s q. O'Neill II, CPPO
Dir to of Purchasing and Risk Management
Date:
Quality Traffic Control, Inc.
ftr
PRINT NAME
RPORATE PRESIDENTibR VICE PRESIDENT
Date:_ y 3- cx
ATTEST: (Corporate Sea[)
CORPORATE SECRETARY
WOSA 7/98 6
EXHIBIT "A"
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
DATED:
Work Order Number:
Purchase Order Number:
Project Title:
Commencement Date:
Completion Date:
Maximum Fee: (time and reimbursable direct costs):
Project Description:
Scope of Services:
Service Provider agrees to perform the services
identified above and on the attached forms in
accordance with the terms and conditions
contained herein and in the Services Agreement
between the parties. In the event of a conflict
between or ambiguity in the terms of the Services
Agreement and this work order (including the
attached forms) the Services Agreement shall
control.
Service Provider
WOSA 7/98
Acceptance
User
The attached forms consisting of _ L) pages
are hereby accepted and incorporated herein by
this reference, and Notice to Proceed is hereby
given.
City of Fort Collins
By:
Date:
EXHIBIT B
BID PROPOSAL
BID #5472
BID OPENING: FEBRUARY 23, 2000, 3:00pm (our clock)
WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS
FOR SANDBLASTING PER THE BID INVITATION AND ANY REFERENCED
SPECIFICATIONS:
City of Fort Collins is requesting bids for removal of street striping by wet sandblasting and other
sandblasting as needed for one calendar year. Prices must include all labor, material, required
permits, required traffic control and job -site clean-up as per the scope of services. This is a one
year agreement but, at the option of the City, the Agreement may be extended for additional one
year periods not to exceed four (4) additional one year periods. 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.
Contractor must quote a price per linear foot and a price per square foot. The amount of
sandblasting which will be required for the calendar year has no guaranteed quantities.
BID SCHEDULE
PRICES QUOTED MUST INCLUDE ALL LABOR, MATERIAL, REQUIRED PERMITS,
REQUIRED TRAFFIC CONTROL AND JOB -SITE CLEAN-UP AS PER THE SCOPE OF
SERVICES.
Price per linear foot: $
(1 linear foot = 4" x 1')�
Price per square foot: L o,ksv_ Ocu wa. v� �o �o a,TK o�E e-V_*3L )
FIRM
Are you
SIGNATURE M� S.__ O
ADDRESS.. �� •`
PHONE/FAX # \—QC' O—LACR� - 0%(iOci
or PC
EXHIBIT C
YEAR 2000 COMPLIANCE CERTIFICATION AND INDEMNITY
Section 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.
e. User interfaces (i.e., screens; reports; etc.) accurately show 4 digit years.
logic. f. Year 2000 is correctly treated as a leap year within all calculation and calendar
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.