Loading...
HomeMy WebLinkAboutVARIOUS VENDORS SEE LIST - CONTRACT - BID - SNOW AND ICE ANNUAL00500 SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and Loren Dewald Doing Business as L & L Landscape, 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 This Contract shall constitute the basic agreement between the parties for removal of snow and ice from sidewalks, parking lots and streets located within the City of Fort Collins from designated properties in accordance with Exhibit A, attached hereto and by this reference made a part hereof. The conditions set forth herein shall apply to all services performed by the Contractor on behalf of the City. The City shall notify Contractor verbally of services to be performed. Such notification shall include the location of such services and any other special circumstances relating to the services. If the Contractor cannot be reached for notification, the City may elect to have the services performed by others. Nothing within this Contract shall obligate the City to have any particular service performed by the Contractor. After completing the work described in any one notice, the Contractor shall so notify the City Inspector by calling (970) 221-6615. If, upon arrival at the work location, the Contractor finds that any or all of the work assigned has been or is being accomplished by others, the Contractor shall leave the location and immediately notify the City Inspector. 2. Time for Completion. The services described herein shall be completed by the EXHIBIT B BID SCHEDULE FOR SNOW AND ICE REMOVAL - - 1.- -.--_--- Contractor -u--- _- --._ ---- Ca a _ p_a y umber of Units Rate Per Hour 2. TANDEM DUMPS — - - - -- Capacity Number of Units Rate Per Hour - 3. SINGLE AXLE DUMP - -- -- ---- --- Capacity Number of Units Rate Per Hour 4. LOADER - (Capacity Number of Units Rate Per Hour - - 5. MOTOR GRADER Capacity Number of Units Rate Per Hour 6. OTHER LARGE _ -- (ie. Unimog) -- - Capacity -- Number of Unds - Rate.Per.Hour - - 7. BACK HOE --- - -- Capacity -- Number of Units -- Rate Per Hour - - ----------- ----- 8. SKID LOADER ----- - --- - — -- - - --.. -. - - Capacity Number of Units Rate Per Hour Blade/broom 9 SMALL TRACTOR - -- Capacity Number of Units ---- Rate -Per —Hour Blade/broom_ - --- - - — 4W, Contractor — - -- ---- - 10. WAALKL--BEHIND 11. OTHER SMALL 12. PICK-UP WITH BLOWER Capacity -- — - Number of Units Rate Per Hour Blade/broom Blade/broom - (ie Walker ICapacity - PLOW Mower) Number of Units - - - Rate Per Hour Capacity Number of Units Rate Per our Blade/broom 13. HAND SHOVELING AND DE-ICER APPLICATION Rate Per Hour -- - � - -- EXHIBIT C CITY OF FORT COLLINS STREETS, PARKING LOTS AND SIDEWALK SNOW AND ICE REMOVAL BILLING INSTRUCTIONS AND INVOICE FORM Vendor Name: Address (Street & City, State, Zip Cc INVOICE NO.: BILLED TO: (City of Fort Collins) LOCATION: Phone Number: INVOICE DATE: JOB NO.: WORK DONE (Date/s and time/s): HOURS: WORK ACCOMPLISHED: CHARGE: $ INSTRUCTIONS 1. Invoice date will be the date you are billing the City of Fort Collins. 2. Hours will be man hours. 3. Work done is date/s and time/s you do the work. 4. Work accomplished: Removal, truck only; removal, grader, blower, truck or whatever combination you used. 5. Attach an original copy of "Lien Release" form for each Subcontractor or Supplier used to each invoice dated the same date or subsequent to the invoice date. Failure to do so will result in the denial of payment until Contractor is in compliance. EXHIBIT D INSURANCE AND LIABILITY General. 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. Compensation and Employer's Liability. The Service Provider shall maintain during the life of this Agreement Workers' Compensation insurance as required by Colorado law, and Employer's Liability Insurance, in an amount not less than $400,000 for each occurrence, for all of the Service Provider's employees engaged in work performed under this Agreement. B. Commercial General 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 claims for damages for 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 to be provided shall be not less than $500,000 combined single limits for bodily injury and property damage. In the event any work under this Agreement 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. Page 1 of 1 -ire CERTIFICATE OF LIABILITY INSURANCE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER Flood & Peterson Ins. Inc. ONLY AND CONFERS NO RIGHTS UPON P. 0. BOX 578 HOLDER. THIS CERTIFICATE DOES NOT Al 4687 W. 18th Street ALTER THE COVERAGE AFFORDED BY THE Greeley, CO 80632 INSURED -- L ez L Landscape Rob Dewald dba P O Box 62 Windsor, CO 80550 INSURER A INSURER B: INSURER C: INSURER D: INSURER E: INSURERS AFFORDING COVERAGE ted Fire DATE (MM/DDNY) 11/05/02 EXTEND OR IES BELOW. THE POLICIES OFINSURANCE 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. NSR — LTR A TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY POLICY NUMBER 60066660 POLITE EFFEMMICTIVE 04/20/02 POLITE XPIRA/TIyION 04/20/03 LIMITS EACH OCCURRENCE —'— -- $1 000, 000 FIRE DAMAGE (Any onefire) $100,000 CLAIMS MADE �OCCURI X PD Ded:250 MEDEXP(My one parson) $5 000 PERSONAL BADVINJURY $1 OOO 000 GENERAL AGGREGATE — $2 OOO OOO — GEN'L AGGREGATE LIM RAPPLIES PER: PRODUCTS -COMP/OP AGO -- $2 OOO OOO POLICY PRO- JE T LOC A AUTOMOBILE LIABILITY ANY AUTO 6UU66660 04/20/02 04/20/03 COMBINED SINGLE LIMIT (Ea accident) $500, 000 ALL OWNED AUTOS ----- -- X BODILY INJURY (Per person) --- $ SCHEDULEDAUTOS HIRED AUTOS X -- BODILY INJURY (Per accident) - .--_ I $ ---- -- X NON -OWNED AUTOS — -- — PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY -EA ACCIDENT - — $ OTHER THAN EA ACC AUTO ONLY: AGG $ EXCESS LIABILITY $ OCCUR EICLAIMS MADE EACH OCCURRENCE $ AGGREGATE § --'--- --- $ DEDUCTIBLE — - --- --. § — RETENTION $ X WE IAIU MIT DER" ----— $EMPLO B WORKERS ORKS SCOMPPEELSTM ON AND 4032158 08/01/02 08/01/03 EL_EACH ACCIDENT _ $100 000 E.L. DISEASE - EA EMPLOYEE $100, OOO E.L. DISEASE -POLICY LIMIT $5 0 0 , O O O OTHER DESCRIPTION OF OPERATIONS20CATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS The City of Fort Collins, its officers, agents and employees are named as additional insured on the general liabiliyt and auto liability insurance. CERTIFICATE HOLDER City of Fort Collins Purchasing Dept. P O Box 580 Ft Collins , CO 80522 SHOULD ANYOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 1 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAM ED TOTHE LEFT, SUT FAILURE TO DO SOSHALL IMPOSE "LIGATION OR LIABILITY OF ANY UND UPON TH E INSURER,ITS AGENTS OR ACORD25-S(7/97)1 of 2 #231494 JEM ' © ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25.S(7/97)2 Of 2 #f231494 Contractor within twenty-four (24) hours after receiving notification to proceed. 3. Changes in the Work The City may, at any time during the term of a particular work assignment and without invalidating the Contract, make changes within the general scope of the particular work assignment and the Contractor agrees to perform such changed work. 4. Materials Equipment and Labor. The Contractor undertakes and agrees to furnish and pay for all materials, supplies, labor, transportation, equipment, tools, services and supervision necessary to perform any services hereunder. 5. Contract Period. This Agreement shall commence October15, 2002, and shall continue in full force and effect until October 14, 2003, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for an additional three year period. 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. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 7. Termination. (A) The City shall have the right to terminate this Contract as to any work assignment for default should the City determine that the Contractor is failing to prosecute the work in a manner which will assure timely completion or that the Contractor is not performing any of the provisions of this Contract or the notification. (B) The City shall have the right to terminate this Contract for default, barring the Contractor from further participation in the Snow and Ice Hazard Removal Program, should the City determine that the Contractor repeatedly fails to complete the work within the time required or otherwise fails to perform the work in accordance with the provisions of this Contract. (C) If the City terminates for default, the City shall not be liable for any further payments to the Contractor whatsoever, and the Contractor shall be liable for any costs to the City as a result of the termination. The City's rights herein shall be in addition to any other remedies it may have under the law. (D) Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: Service Provider: City of Fort Collins, Streets L & L Landscape P.O. Box 580 P.O. Box 62 Ft. Collins, CO 80522 Windsor, CO 80550 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 8. Payments. (A) The City agrees to pay and the Contractor agrees to accept as full payment for all work done and all materials furnished and for all costs and expenses incurred in the performance of the work under the notification in accordance with the prices stated within the Bid Schedule Proposal Form, attached hereto as Exhibit B and by this reference made a part hereof. (B) The Contractor shall submit invoices on the City's form entitled "Snow and Ice 10 Hazard Removal Billing Instruction and Invoice Form" attached hereto as Exhibit C and by this reference made a part hereof. Failure to use this form will result in delayed payments. Invoices must contain all requested information and must be received by the City within five (5) working days after completion of the work assignment. (C) Within thirty (30) days after the final acceptance of the work, the City Inspector will certify the total work done and the amount due and payment will be completed. Payment shall be made by the City only upon completion of the work by the Contractor in a satisfactory manner and upon the Contractor furnishing satisfactory evidence of payment of all wages, taxes, supplies and materials, and other costs incurred in connection with the performance of such services. 9. City Representative. The City will designate a representative who shall make, within the scope of his authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 10. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 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 or benefits 11 provided to the City under this Agreement or cause of action arising out of 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 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. Bindino Effect This writing, together with the exhibits hereto, constitutes the 12 entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, Personal representatives, successors and assigns of said parties. 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. 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. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 13 THE C F FORT COLLINS, COLORADO BY: Jame . O ill, II, CPPO Direc or of urchasing and Risk Management Date: Loren Dewald Doing Business as L & L Landscape PRINT NAME ` Phone # 4giU>(,9 D%0!5— 14 EXHIBIT A SCOPE OF WORK 1. The work consists of furnishing any equipment and labor deemed necessary, on call by the City Streets Department, to remove snow and ice hazards from City streets, parking lots and sidewalks per the terms of a Contract for Snow and Ice Removal (attached). Clearing of snow shall occur before the high traffic periods of the day when the snow depth is 2" or more (7:30 a.m.-8:30 a.m; 12:00 p.m.-1:00 p.m.; 4:30 p.m.-6 p.m.) or as specified by Streets Department representative. Some sidewalks may have had additional deposits of snow or ice placed upon them by City snowplows during street snow removal operations. Only those sidewalks specified by the Streets Department will be cleared as a part of this contract; it is the responsibility of the adjacent residents/to clear sidewalks of free -falling snow. The existing parking lots to be contracted for clearing are as follows and the City reserves the right to change as needed: 1) Block 31 Lot - Howes Street and Laporte Avenue 2) American Lot - Mason Street and Laporte Avenue 3) Remington/Oak Lot - Remington Street and Oak Street 4) Olive/Mathews Lot - Olive Street and Mathews Street 5) Mountain Lot - East Mountain Street 6) Jefferson Lot - Jefferson Street 2. Vendor must be able to provide the equipment bid and a qualified driver Sunday through Saturday at any time, within one hour of being called by the City Representative. Phone contact with a company representative, qualified to dispatch equipment, must be available at all times. The City Representative will try to schedule night/weekend work in advance, if possible. 3. Material from any site may be hauled to various dump sites located around the City, as directed by the City Representative. Other City departments may use this bid. 4. All Truck Drivers must have a valid CDL license, and all operators be qualified to operate the equipment. 5. All equipment must comply with all DOT, CDL, and any other local/State/Federal requirements. Trucks must be equipped with an effective load covering tarp if needed. 6. All work shall be done in a professional, SAFE, courteous and efficient manner. The driver or operator shall exercise the utmost courtesy to other drivers and pedestrians. 7. The City shall not be responsible for any equipment failures, damage to equipment, or maintenance required on the equipment. The vendor is responsible for all fuel required. 8. Any damage caused by the vendor's equipment or driver shall be the sole responsibility of the vendor. The vendor shall indemnify and hold harmless the City for any damage done by the vendor's equipment/driver to any member of the public, private property, and any part of the right-of-way. If City -owned equipment, or City employees directly cause any damage, the City will assume responsibility for the damage. 9. At no time whatsoever shall the driver be considered or become a City employee. 10. The City will not guarantee hours. Vendors will be used on an as -needed basis, depending on job site, availability and type of equipment. 11. Hours worked must be approved at the end of each day by the City Representative. Hours will be counted from the time of arrival on the job site (not from the time of notification), and will end per direction of the City Representative. 12. The City shall have the option to proceed with calling the next available vendor if the lowest vendor is not available. In case of a tie, the City Representative will alternate calling the tied vendors. Vendors who want to work for the City, but were not included in the original bid, will be added to the end of the list, regardless of price, upon approval by the City. When special conditions arise, the City shall have the option to choose the vendor to fit any special equipment needs. 13. At the option of the City, the Agreement may be extended for additional one year periods not to exceed three (3) additional one year periods. Pricing changes shall be negotiated by and agreed to by both parties and may not exceed the Denver- Boulder CPI-U as published by the Colorado State Planning and Budget Office. Written notice of renewal shall be provided to the Service Provider and mailed no later than 90 days prior to contract end. 14. The City does not intend to award to one vendor, but will issue multiple awards.