HomeMy WebLinkAbout124317 ADVANCED ROOFING TECHNOLOGIES - CONTRACT - BID - 5625 ROOFING SERVICES 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 Advanced Roofing Technologies, Ltd., 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 Roofing Services. 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 (one) 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.
WOSA 4/2001
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.
RUG-28-01 TUE 01:00 PM ADVANCED RFG TECH 9704951814
�IMRIeNNdf1'
P.01
ACQRn,
CERTIFICATE OF LIABILITY INSURANCFg 3 I DAo MMjDD'YI
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATICF4
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Front Range Insurance Group HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Suite 3900, 2850 McClelland ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW._
Fort Collins CO 80525
Phone: 970-223-1804 INSURERS AFFORDING COVERAGE
INSURED - INSURER A Century Surety Co. _
INSURERS:
Advanced Roofing TechnologiesINSURER G:
2004 Heath Pkwy Unit B INSURERD:
Ft. Collins CO 60524-2725 - --- - - _
INSURER E:
GES
THE P°LG ES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED- NOTWITHSTAIJDING
—'—
ANY REQUIREMENT, TERM OR CONDITION OF My CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS
OF SUCH
POUGES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
NTR _ .... SOCiC'(M'N QTIVE'lToLTDY 10MATION'
LIMITS
TVPEOFINSURANCE POLICYNUMBER DATE (MMIDp DATE MM/DD
GENERAL LIASIUTV
EACH OCCURRENCE
51, 000, 000
A X. COMMERCIAL GENERAL LIABILITY CCP197077 02/02/01 02/02/02
FIRE DAMAGE IAny one fire)
$50,000
CLAIMS MADE g OCCUR
MED EXP (A . one Pennon).
$ 1, 000
PERSONAL BADV INJURY
51,000,000
_
GENERAL AGGREGATE
8 2 , OOO , OOO
GEN LAGGREGATE LIMIT APPLIES PER:
PRODUCTS-COMPIOPAGG
52,000,000
._. _ .._—. PRO-
POLICY JECT LOG
__.__.._
AUTOMOBILE UASIUTY
— —
COMBINED SINGLE LIMIT
S
:
ANY AUTO 'I,
(Ea ..dent,
`._
ALL OWNED AUTOS
BODILY INJURY
S
SCHEDULED AUTOS
(Per oo'.I
HIRED AUTOS
BODILY INJURY
5
NON-OWNEDAUTOS
(Pe+..dent)
PROPERTY DAMAGE
S
(Per aCodo'B
GARAGE L10.81UTY
AUTO ONLY - EA ACCIDENT
.
—FA
S
.. .
MY AUTO
ACC
R THAN
OTHER
-
S
AUTO ONLY: AGO
5
EXCESS LIABILITY
EACH OCCURRENCE-
S
OCCJR CLAIMSMADE
AGGREGATE
5
OEDUCTIBLE
S
RETENTION E
S
WORKERS COMPENSATION AND
R-
TORY LIMITS EER
EMPLOYERS'LIABIUT'
— ------
"'
.L. EACH ACCIDENT
E'k
E.L. DISEASE - EA EMPLOYEE
S
E.L DISEASE POLICYUMIT
S
OTHER-
_
Commercial Applica PENDING 02/02/01, 02/02/02
DESCpIPTION OF OPERATIONS(LOCATIONSNEHICLESIF.XCLUSIONS AbOED BY ENDORSEMENT/SPEGAL PROVISIONS
GtH I WIOAI E HVLULH N ADDITIONAL INSURED; INSURER LETTER:
PTCOL-1
City of Fort Collins
Bldg. s Zoning
P.O. Box 580
Fort Collins CO 80522-0580
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CXPIRATIO
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYSWRITTEN
NOTICE TO THE CERTIFlCATE/,KM AMED TO THE LEFT. BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION �1 �F ANY D & TH I S _
REPRESENTATIVES. IC
191111
-0UG-.28-01 TUE 01:01 PM ADVANCED RFG TECH 9704951814
P.02
B-0ORD CERTIFICATE OF LIABILITY INSURANCE DER'20/00 ON 4. M
Te
vt': U909 "41:-
1S/ID/00 BEM 9n Mt
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Hanafin Bates & Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
6144 walnut trill Lane #1081 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Dallas, TX 75231 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
214-146-1501 fax: 425-671-46671
INSURERS AFFORDING COVERAGE
INSURED
Advanced Roofing Technologies
2004 Heath Pkwy, Unit B
Port Collins , CO SOS24
970-495-1115 fax: 970-495-1814
COVFRAY.FS
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDITION Of ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTW
DATE MAT
POLJCY SXPIRAPON
DATESE
LIMITS
GENERAL LIADILFEY
EACH OCCURRENCE
§
FIRE DAMAGE IAByem Ere)
E
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE O OCCUR
MED EXP (Arty ore pBmon)
j
PERSONAL a ADV INJURY
§
GENERAL AGGREGATE
§
GEN'L AGGREGATE LIMIT APPLIES PER
PRDOIICTS-COMPIOPAGG
§
PgJCY JE� LOC
AUTOMOBILE LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(EB BCctleM)
j
BODILY INJURY
IPx Pxeon)
§
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per iccMenH
E
HIREDAUTOS
1 NONLOWNED AUTOS
PROPERTY DAMAGE
(Px B .c q
S
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
§
OTHER THAN EAACC
§
ANY AUTO
§
AUTO ONLY. AGO
EXCESS
LIABILITY
EACH OCCURRENCE
j
OCCUR CLAIMS MADE
AGGREGATE
E
s
DEDUCTIBLE
j
_J
j '
RETENTION E
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
WC247859437
9/1/00
9/1/01
X YSTATIT ER
E.L. EACH ACCIDENT
S 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASEPOLICYLIMIT
S 1, 000:1, 000
OTHER
LIMU
E
DESCRIPTION OF OPERATIONSILOCATIONSN HICLES/EXOLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
1. Certificate holder is provided with a Waiver of Subrogation for Workers Compensation 2. Project
=rformation 3. Insured is afforded Workers Compensation & Employers Liability as a co -employer under the
poL<y for employees leased from AMS Staff Leasing, Inc.
City of Ft. Collins Bldg a Zoning
PO Box 580
Ft. C011.ns, CO 80522
SHOULD ANYOFTHEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUINO INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FARURE TO DO 80 SHALL
IMPOSE NO OBLIGATION OR LABIUM OF ANY FIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
�,�
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 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 August 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.
WOSA 4/2001
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)
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
Advanced Roofing Technologies
2004 Heath Parkway, Unit B
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.
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 one (1) page, and incorporated herein by this reference.
WOSA 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
WOSA 4/2001
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.
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,
WOSA 4/2001
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, 215 North Mason Street, 2"d Floor, Fort Collins, Colorado
80524 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.
WOSA 4/2001
ATTEST:
6ee I oL)A
CORPORATE SECRETARY
WOSA 4/2001
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By:
JotM F. Fischbach
City Manager
By: m
Jai B. eill II, CPPO
Director of Purchasing and Risk Management
Date: g I� 1 / T 4
T
Advanced Roofing Technologies, Ltd.
21
PRINT NAME
CORPORATE PRE54MNT
Date: 8'' a3 -ell
(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:
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.
Acceptance
User
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
Service Provider By
X
Date:
Date:
Director of Purchasing and Risk
CC: Purchasing Management
Over $30,000
4/2001
EXHIBIT B
4. Bid Schedule
Normal Hourly rate for Journeyman
= $ 30.00
Normal Hourly rate for Apprentice
= $ 18.60
Overtime Hourly rate for Journeyman
= $ 45.00
Overtime Hourly rate for Apprentice
= $ 27.90
5. Method of Award:
Award will be based upon (1) The most favorable total cost for the labor requirements
stated below and (2) The Contractor meeting the requirements of the Service
Agreement.
16 Hours X $30 . formal Hourly rate for Journeyman)
= $ 480.00
12 Hours X $18_. (Normal Hourly rate for Apprentice)
= $ 223.20
5 Hours X $ 45 (Overtime Hrly rate for Journeyman)
= $ 225.00
4 Hours X $ 2 7 (Overtime Hourly rate for Apprentice)
= $ 1 1 1 .60
TOTAL COSTS.... = $ 1 , 03 .80
FIRM NAME Advanced Roofing Technologies Ltd.
Are you a Corporation, Partnership, DBA, LLC, or PC
SIGNATURE
ADDRESS 2004 Heath Parkway, Unit B
Fort Collins, CO 80524
PHONE/FAX# 970-495-1175 fax) 970-495-1814