HomeMy WebLinkAbout122763 COTTONWOOD DRYWALL - CONTRACT - BID - 5653 DRYWALL CONTRACTOR ANNUAL BIDSERVICES 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 Cottonwood Drywall, Inc., hereinafter referred to as "Service Provider'.
W ITNESSETH:
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 Drywall Contractor. 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 4/2001
EXHIBIT C
SCOPE OF WORK FOR DRYWALL CONTRACTOR BID 45653
Service Provider will Supply experienced, general drywall work on commercial buildings
to include the following applications; drywall alterations, drywall repair, drywall for new
construction, capability to install non -bearing steel framing and perform non-structural
demolition on an hourly rate. The contractor will occasionally be required to work non-
traditional hours, ie. hours other than 8:00 A.M. to 5:00 P.M., Monday through Friday,
and weekends. The City of Fort Collins expects quality work which may exceed
minimum industry standards. Needed services during the contract period will be
requested through issuance of work orders. There is no guaranteed minimum amount of
services to be ordered. No work order exceeding $50,000 will be issued. The City
reserves the right to supply any or all materials.
Awarded service provider must enter into the attached service agreement (for your
review) and provide the required insurance (Exhibit B). 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 Office. Written notice of renewal shall be provided
to the Service Provider and mailed no later than ninety (90) days prior to contract end.
1. Service Provider to:
A. Provide drywall and additional services as set out in specific work orders
B. Carry insurance levels as indicated in attached Services Agreement.
C. Move and re -set all furnishings such as desks, chairs, filing cabinets, etc.
which interferes with doing the work when required.
D. Clean up job site at the end of each day and at work completion.
E. Use sufficient drop cloths and protective coverings for protection of floors and
furnishings. Protect mechanical, electrical, computer hardware, and other
sensitive components of the building from joint compound, texture spray, and
sanding dust.
F. Maintain a local telephone number, and must be able to be reached by cell
phone and facsimile transmissions during business hours. Contractor will
respond to all City non -emergency telephone and facsimile transmissions within
24 hours or the next working day.
2. Workmanship and Materials:
A. Work must be performed by skilled tradesman.
B. Work must pass all inspections required by the City.
C. Wall texture shall match existing work unless otherwise stated in the work
order.
D. Bead-X(BIXW) brand, or equal, will be the standard for outside corner
applications on all City of Fort Collins work.
E. Cleanliness and congeniality are of the utmost importance when working
around the customer's employees who must generally remain on the job during
construction. If there is a need for the contractor's tradespeople to address the
customer's employees, it shall be done in a pleasant, business like manner. Foul
language will not be tolerated when working around customer's employees.
Inside air quality must not be compromised during construction without prior
consent. The City Representative in charge of the project, must be notified
before any construction materials, or material byproducts, are introduced into the
surrounding air.
Firm
Ph
EXHIBIT D
A. Method of Award:
Award will be based upon (1) The most favorable total cost for the labor and
material requirements per item stated below and (2) the Service Provider meeting
the requirements of the Service Agreement.
16 Hours X (Normal Hourly rate for Journeyman)
5 Hours X $S'? ab (Overtime Hrly rate for Journeyman) _ $Ada' fp
10ft H x 45ft L x 2 sides = $ 5� yd '!$/sq. Ft.
$450 in Materials X 1.Lo%
$800 in Materials X 1.Lj%
TOTAL COSTS.... _
FAX #_I 7�
0
01/29/02 TUE 17:31 FAX 9704. ,766 DAVID DILLEY STATE , A Wool
CERTIFICATE OF INSURANCE
This oertifies that 0 STATE FARM FIRE AND CASUALTY COMPANY, Bloomington, Illinois
❑ STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois
insures the following policyholder forth* coverages indicated below:
Name of policyholder COTTONWOOD DRYWALL/ POWERS
Address of policyholder P O BOX 423 WELLINGTON, CO 80549
Location of operations
Description of operations
The policies listed below have been issued to the policyholder for the policy periods shown. The insurance described in these policies is
aub act to ail the terms exclusions and conditions of those policies. The limits of liatillfty shown may have be n reduced by any paid claims.
POLICY PERIOD
LIMBS OF LIABILITY
POLICY NUMBER
TYPE OF INSURANCE
Effective Date Expiration Date
at beginning of policy period)
Comprehensive
BODILY INJURY AND
96—E7-7687-3
Business Liability
08/20/01
08/20/02
PROPERTY DAMAGE
This insurance includes: ® Products - Completed Operations
❑ Contractual Liability
❑ Underground Hazard Coverage
Each Occurrence $1000000
® Personal Injury
❑ Advertising Injury
General Aggregate $1000000
❑ Explosion Hazard Coverage
Products - Completed
❑ Collapse Hazard Coverage
Operations Aggregate $
❑ General Aggregate Limit applies to each project
POLICY PERIOD
BODILY INJURY AND PROPERTY DAMAGE
EXCESS LIABILITY
Effective Date Expiration Date
(Combined Single Limit)
❑ Umbrella
Each Occurrence $
❑ Other
Agqregato $
Part 1 STATUTORY
Part 2 BODILY INJURY
Workers' Compensation
and Employers Liability
Each Accident $
Disease Each Employee $
Disease - Policy Limit $
POLICY NUMBER
TYPE OF INSURANCE
POLICY PERIOD
Efeective Date irntion Date
Ex
LIMITS OF LIABILITY
at beginning of lioperiod)
0410147
97 DODGE
08/13/01 02/13/02
1,000,000
C7 9231 006
97DDDG
09/30/01 03/3 /02
1,000 000
AUTOMATIC
RENEWALS
Name and Address of Con flcate Holder
City of Fort Collins
22f-6707
669.994 a 2-90 Piloted in U.S.A.
If any of the described policies are canceled before as
expiration date, State Farm will try to mail a written notice to
the certificate holder days before cancellation. If,
however, we fail to mail such notice, no obligation or liability
will be imposed on State Farm or its agents or
representatives.
Date
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 December 31, 2002, 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.
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:
WOSA 4/2001
city
Service Provider
City of Fort Collins, Purchasing
Cottonwood Drywall, Inc.
P.O. Box 580
P.O. Box 423
Ft. Collins, CO 80522
Wellington, CO 80549
Attn: John Stephen
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.
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 "D", consisting
of one (1) page, and incorporated herein by this reference.
W OSA 4/2001
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.
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.
WOSA 4/2001
(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.
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 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 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
WOSA 4/2001
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 "B", 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.
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.
20. 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 two (2) pages,
attached hereto and incorporated herein by this reference.
WOSA 4/2001
ATTOX:
OR TE SECRETARY
W OSA 4/2001
CITY OF FORT COLLINS, COLORADO
a municipal �corr^poration
By: Ll'—?G . I �I%,.,._D
JoW F. Fischbach
City Manager
By:&Jam
II, CPPO, FNIGP
Direasing and Risk Management
Date:
Cottonwood D�`valF-I�c.
By:w-
T NAME
CORPORATE PRESIDENT OR VICE PRESIDENT
Date:4/,1,1A.'
(Corporate Seal)
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:
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
Date:
CC: Purchasing
The attached forms consisting of
WOSA 4/2001
pages are hereby accepted and incorporated
herein by this reference, and Notice to
Proceed is hereby given.
City of Fort Collins
0
Date:
Director of Purchasing and Risk
Management
Over $30,000
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.
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.