HomeMy WebLinkAbout131988 D S P PAINTING AKA PEAK TO PEAK - CONTRACT - BID - 5656 PAINTING CONTRACTOR 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 D.S.P. Painting, 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 Painting. 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
$50,000. The only services authorized under this agreement are those which are performed
after receipt of such Work Order, except in emergency circumstances where oral work requests
may be issued. Oral requests for emergency actions will be confirmed by issuance of a written
Work Order within two (2) working days.
b. The City may, at any time during the term of a particular Work Order and without
invalidating the Agreement, make changes within the general scope of the particular services
assigned and the Service Provider agrees to perform such changed services.
9
WOSA 10/97
8.
Schedule of Bid Prices for Most Common Painting Work:
Normal
Hours
A. Interior Masonry, Plaster, or drywall surfaces- Prime & Finish coat$/sue
1 • Less than 5,000 sq. ft.
`6cTS�(
2. Between 5,000 and 10,000 sq. ft.
3. More than 10,000 sq. ft.
B. Exterior Masonry, Plaster, or Wood Surfaces - Prime & Finish coat:.
1. Less than 5,000 sq, ft, $�U
2. Between 5,000 and 10,000 sq. ft.
$
3. More than 10,000 sq, ft.
l
C. Prepare and Repaint Painted Interior Masonry, Plaster or Drywall
Surfaces:
1. Less than 5,000 sq. ft.
0�—
2. Between 5,000 and 10,000 sq. ft.
$ /?,
3. More than 10,000 sq. ft.
$J—O—
D. Prepare and Repaint Painted Exterior Masonry. Plaster or Wood
Surfaces:
1. Less than 5,000 sq. ft.
2. Between 5,000 and 10,000 sq, ft.
3. More than 10,000 sq. ft.
$�
Normal
Hours
E. Prepare, Stain and Varnish Std. 3 Ft, New Wood Doors — 2 Coats
($/door)
1. 10 Doors or less
$J
2. More than 10 Doors
$�
F. Prepare and Paint Std. 3 Ft. New Wood or Metal Doors -- 2 Coats
1. 10 Doors
Z}
or less
$
2. More Than 10 Doors
$--
Contractor Name
— r
After
Hours
($/s.f.)
$ 5b
After
Hours
($/door)
$I
$ EV
$ Tr
Normal After
Hours
($/door) ($/door)
G. Prepare and Paint Std. 3 Ft. New Wood or Metal Door Jambs — 2 Coats
1. 10 Doors or less
$ zi— $
2. More than 10 Doors $�$
H. Prepare and Revamish Std. 3 Ft. "Old' Interior Wood Doors - 1 Coat
1. 10 Doors or less 0-6 $
2. More than 10 Doors $ $
I. Prepare and Repaint Std. 3 Ft, "Old" Exterior Metal Doors -1 Coat //,,ll
1. 10 Doors or less $ 69 $
2. More than 10 Doors $-0 $
J. Material Costs:
Cost Plus /10— percent (maximum of 10%)for individual materials costing Less than $500.
Cost Plus Y— percent (maximum of 8%)for individual materials costing more than $500.
9. Method of Award:
Award will be based upon (1) the most favorable total cost for the labor and materials requirement
stated below and (2) the service provider meeting the requirements of the attached Services
Agreement.
Calculate the costs for the work listed below using values shown in paragraph 7. Work to be done
during normal work hours except as noted.
A. Paint 2,000 sq. ft. of new interior drywall ........
B. Repaint 8,000 sq. ft. of interior drywall .........
C. Paint 12,000 sq. ft, of new exterior masonry walls.... .
D. Prepare, stain & varnish four new wood int. doors (3 ft.) .
E. Prepare and paint six new metal exterior doors (3 ft.)...
Contractor Name-04
7
_j
--' r. Prepare and revamish eleven old wood int. doors (3 ft.).
G. Prepare and paint nine new wood doorjambs (3 ft.).... .
H. Repaint 9,000 sq. ft. of int. drywall outside norm. work hrs
16 Hours X $'0 (Normal Hourly rate for Journeyman) _
5 Hours X $Overtime Hourly rate for Journeyman) _
TOTAL COST ALL WORK ITEMS $—
Contractor Name f
Firm Name
Signature
Title
Address
<
f Phone/Fax -2i Zr 7 e' ? 2
0
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.
18
WOSA 10/97
03/11/2002 15:21 970226
SHELTER INS AGr V PAGE 02
2 CERTIFICATE OF INSURANCE
Name & Address To Whom Issued:
CITYOFFT COLLINS
ATTY. PURCHASING DEPARTMENT
This is to cen'A, that ' t" '
SHELTER MUTUAL INSURANCE COMPANY
A MUTUAL COMPANY
SHELTER GENERAL INSURANCE COMPANY
A STOCK COMPANY
Name & Address of the Insured:
DSP PAINTING INC (PEAK TO PEAK PAINTING
CIO DAYID SHEILL
2611 AM THEWS STREET
FT. COLLINS, CO 80525
Insurance po tctea as mdteamu below oy
poucy number have been issued,
Policy
Expintlon
Company
Type of Imurance
Number
Date
Limits of Liability
General Liabi ity:
M Premises & Operations
Oi !-
0-02
1,000,000 Per urrerue I ,00A AggregMe
Shelter
I, PrnductivCompleted
Products/Completed Operations For: (Describe)
Mutual
Operations Provided?
❑ Yes No
• The Limits of Liability for any indicated General Liability
policy are the limits at the time the policy is issued. The
aggregate limit is, and other limits may be, reduced by the
amount of claim payments.
She ter
General
Garage Liability
Single Limit
31 Per Person
BI Per Accident I PD Per Accident
Shelter
Mutual
Automobile
[IAll Owned or Leased
Frl 3723S2-2
0$41 2372352-7
0419-02
02.13-03
Single Limit
Aube
250,000 BI Per Person
❑ Sheller
®Scheduled Autos
500,000 BI Per Accident I 50,000 PO Per Accident
General
0 Hired Autos
Non Owned Autos
Shelter
Apartment Owner's'
Rental Dwelling
Per Occurrence
Shelia
Business
Mutual
Per Occurrence
Shelter
Cargo -Scheduled
Mutual
Aurn/Trailers
Per Vehicle
❑ Shelter
Mutual
Q Shelter
General
,Yiar Model
1983 V14N
1996 VAN
VEHICLE(5)
Trade Name
DODGE
,FORD
Motor $ trial NQ.1Lwt S Di its
69630
12605
This Certificate of Insurance neither affirmatively nor negatively amends, alters or extends the coverage arlholod y d olicy.
Date 03-11-02 BY
Xulhofized epmsentanve
M-51,24-M
1817 WEST BROADWAY 9 COLUMBIA, MISSOURI a 65218-01)ll1 a (573)445-8441
I �
Title ccrdflcata is issued as a metier of information only
extend, or saw x eayemae atfbtded by the policies 8eh
7 an is to en"uy that
(iVatm and addrae oFItudror0
THE HMPLOYBB$OVRCB
4812 South College Aveauc
wrens,e holooa end atiatlau
Continuous*
Extended
,C Policy Tetra
Workers Compensation
General Liability
Claims Made
Occutrmnca
Retro Data
Automobile Liability
Owned
Non -Owned
Himd
certificate holder. 7-hin certiEeaw is not an insumnae policy coed tier not auwnd,
not altered by any _ __1_..-r,...r ...,. _.www. rneml
rcgwBureau , tam or condition of nay c,sureel
THIS CBRTIFIOATB VOIDS AND SUPERSEDES ONE PREVIOUSLY ISSUED.
B
N
T
Coverage .(forded under WC law or
the following state;
co
Conceal Aggregate -Other than
'Ly�i�'b },er'�ty
^4MTr1
o0ey(ial) is subject W all their
w which title certificate troy be
Employers Liability
Bodily Injury BY Accident
$1,000,000 Loch Accident
Bodily Injury By Disease
51,000,000 Policy Limit
Bodily Injury By D!8645e
$1,000,000 Bach Potion
Rumple ted OpernGoas
Operations Aggregate
Bodily Injury and Property Damage Liability
Personal and Advordsing
Other Liability
Each Accident - $Logic Limit -
Earls Person T�
Each Accident or Occurrence
a
a
or Occurrence
Liability
and P. D.
Per
Occurrence
Per Person /
will not be aad0ed onnualiy of the eofidnuutlon of avcn,8,, m, you wui Be nanncd If coverage Is hnninacd or reduced before the cmnfncate expiration dales However, you
SPCOcontaining
Naive •Ohio_ Any person who, s with intent ofi w doftaren" id or knowing then h0 / she Is facilitating a fraud against an iosurcr, submits an appileation N files a claim
containing a false m deceptive statement le guilty of insurance 0aud.
Impormnt infbtmution to Florida polloyholden and cati5cnto holders: in the event YOU have any questions or need information about this cenificaw for any mason, please
contact your local salon Pruduccr, whose come and tetophac number appears in the lower right hand eamm of this conificote. The upprai rintc local sales office mailing
addrew may also be obtained by calling this number.
Notice of oe tceWtiun: (riot applloable unless a number or4ys is entered below) . Before the stated expiration dew the company will not cancel or reduce the tromnnce
afrorded under the above policies until at leant Oil days notice of gush cancellation has been mWl
I ed W;
CcrRFiealO
Holder %�.��py'i~[,+• /I��a'� K�j
CITY OF FORT WLLINS, PURCHASING DEPARTMENT
215 N MASON Melanie Smith
L FORT COLLINS CO 80524 f Authorited Re rescutative
_J OBlcel Phone 2NOLSWOOD,CO/303->99-0g1g
Thy mNfram b cxeeuwd by L 6c q Mussel huumnec Croup a rapxn s� a is m n a ns is n fa tied tit Irate Fasu0d: 3/21102 Prepared By: PK
hY ose wmpanua. SM0069
2i2'd ST2'ON 9JU ' a /L1d0E:9 2002'G2'NHW
2. Changes in the Work. The City reserves the right to independently bid any
services 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. Time of Commencement and Completion of Services The services to be
performed pursuant to this Agreement shall be initiated as specified by each written Work Order
or oral emergency service request. Oral emergency service requests will be acted upon without
waiting for a written Work Order. Time is of the essence.
4. Contract Period. This Agreement shall commence upon signing, and shall
continue in full force and effect until February 28, 2003, 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.
5. 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.
6. 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)
10
WOSA 10/97
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 Fort Collins, Purchasing
P.O. Box 580
Ft. Collins, CO 80522
Attn: John Stephen
Service Provider
D.S.P. Painting, Inc.
1611 Mathews St.
Ft. Collins, CO 80525
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.
7. 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.
8. 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 four (4) pages, 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.
11
WOSA 10/97
9. 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.
10. 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 done in accordance with the terms, plans and specifications furnished by the City.
11. 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.
12. 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.
13. 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
12
WOSA 10/97
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
repaired or replaced by Service Provider in a manner and at a time
acceptable to City.
14. 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.
15. 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 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.
16. 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.
17. 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.
13
WOSA 10/97
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 evidencing the insurance coverage required from an insurance
company acceptable to the city.
18. 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.
19. 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.
14
WOSA 10/97
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By:
Jame . O' eill II, CPPO, FNIGP
Direct of urchasing and Risk Management
Date:
D.S.P. Paj� g,
By:
5�qO ,,
PRINT NAME
CORPORATE PR I ENT OR VICE PRESIDENT
Date:
ATTE.,� (Corporate Seal)
C RPORATE ETARY
16
WOSA 10/97
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:
Acceptance _
User
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
By:
The attached forms consisting of _ (_) pages
are hereby accepted and incorporated herein by
this reference, and Notice to Proceed is hereby
given.
City of Fort Collins
By:
Date:
17
WOSA 10/97
FROM FAX NO. : 9702215365 Dec. 27 2001 03:33PM P1
EXHIBIT B
required insurance. This agreement is effective for one year from the date on the service
agreement 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 Otfce. Written notice of renewal shall be
Provided to the Service Provider and mailed no later than ninety (90) days prior to Contract end.
5• Work Order Procedure:
A. All job estimates must be submitted on a unit price basis consistent with the prices establis
in the Methods of Award/Bid Schedule section. hod
B. Contractor will invoice for all jobs completed on a unit price basis with the prices established in
the Method of Award/Bid Schedule section, including appropriate mark up on materials. City will
not pay more that 10% mark-up on items under $500.00 or more that 6% mark-up on materials
over $500.00. Material invoices must be included with the billing invoices.
The contractor may be required, by the City user Department Representative, to submit for
review a breakdown of hours worked per man/day for journeyman and/or helpers on any project
or Item of work requested.
C. Work order number must be included on the billing invoices.
6. Trip Charge:
A- Minimum trip charge: $50.00
B. Trip charge does not apply to customary mew project" touch up work,
C. Estimates for trip charges should be discussed immediately with the City Representative
ordering the work,
D. Any dispute over trip charges will ultimately be resolved based on the final decision of the acting
Contract Administrator for this contract.
Hourly rates charged for work order under this agreement will be:
A. Normal Hours (Prom7A.M. Te-4;LUP,M.)
$.�3d Per Hour (Journeyman) $ Per Hour (Helper)
B. Overtire Rates:
$ �S Per Hour (Journeyman)
$ 7d Per Hour (Helper)
Contractor Name V/orG