HomeMy WebLinkAboutFUELING SOLUTIONS - CONTRACT - RFP - P820 FUEL MANAGEMENT SYSTEMSERVICES AGREEMENT
FUELMASTER Fuel Management System
THIS AGREEMENT made and entered into by and between THE CITY OF FORT COLLINS,
COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and FUELING
SOLUTIONS, a sole proprietorship, 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. Scope of Services
The Service Provider agrees to provide services in accordance with the scope of services attached
hereto as Exhibit "A", consisting of four (4) pages, and incorporated herein by this reference.
2. Time of Commencement and Completion of Services
The services to be performed pursuant to this Agreement shall be initiated within forty-five (45) days
following execution of this Agreement. Services shall be completed no later than thirty (30) days
thereafter, except for the installation at Fossil Creek Park. A schedule for that location shall be
negotiated by and agreed to by both parties. Time is of the essence. Any extensions of the time
limit set forth above must be agreed upon in a writing signed by the parties.
3. Contract Period
This Agreement shall commence upon the date of execution by the City shown on the signature
page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner
terminated as herein provided. In addition, at the option of the City, the Agreement may be
extended for an additional period of one (1) year at the rates provided with written notice to the
Professional mailed no later than ninety (90) days prior to contract end.
4. Delay
If either party is prevented in whole or in part from performing its obligations by unforeseeable
causes beyond its reasonable control and without 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.
5. 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:
SA 10/97
1
Exhibit C: Insurance Requirements
1. 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 coverage 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.
SA 10/97
10
City:
Service Provider:
City of Fort Collins Purchasing
Fueling Solutions
PO Box 580
3604 Empire Street
Fort Collins, CO 80521
Evans, CO 80620
303-880-0343
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.
6. Contract Sum
The City shall paythe Service providerforthe performance of this Contract, subjectto additions and
deletions provided herein, the sum of Seventy Thousand, Eight Hundred, Sixty Eight Dollars
($70,868) in accordance with the Cost Summary and Payment Schedule, attached hereto as Exhibit
B, consisting of one (1) page, and incorporated herein by this reference.
7. City Representative
The City will designate, prior to commencement of the work, its representative who shall make,
within the scope of his or her 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.
8. 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.
9. 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.
10. 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 provided to the City under this Agreement or cause of
action arising out of performance of this Agreement.
11. 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
SA 10/97
2
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 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.
12. 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.
13. 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
parry 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 parry shall be liable to
the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs
incurred because of the default.
14. 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 representatives, successors and assigns of
said parties.
15. 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 C, consisting of
one (1) page, attached hereto and incorporated herein by this reference. The Service
SA 10/97
3
Provider before commencing services hereunder, shall deliver to the City's Director of
Purchasing and Risk Management, 215 N Mason, 2Id Floor, Fort Collins, Colorado 80524
one copy of a certificate evidencing the insurance coverage required from an insurance
company acceptable to the City.
16. 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.
17. 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.
Wa Ns EW I I
FITRINVAN
Approv V forgh:
Ingrid Decker, Assistant City Attorney
THE CITY
�OFF FORT COLLINS, COLORADO
By: l..l-� 4. I a D
John Fischbach, City
\Manager
�
Ja es . O'Neill II, CPPO
Dir c r of Purchasing and Risk Management
Date: 6 2 7 0 4 ,
Bob Purcell
Doing business as: FUELING SOLUTIONS
By:
Date:
SA 10/97
4
Exhibit A: Scope of Work
For each of the sites listed in this Scope of Work, the Service Provider shall supply the necessary
fuel management system equipment, installation of such equipment and installation of Fuelmaster
system software at the locations specified. Service Provider shall complete initial startup and
configuration of the Fuelmaster software and train City personnel in the operation and maintenance
of the system. The Fuelmaster system shall provide a flat ASCII file suitable for use in importing fuel
system data into the City's CSI Maximus M4 fleet management application.
The Project Manager must accept each phase of the project and provide final acceptance of the
entire project before payments for each particular phase or final payment for an entire project
shall be made. "Acceptance" shall mean approval, in writing, of the completed installation and
implementation of a project phase or of an entire project, after allowing what the Project
Manager deems to be sufficient operating time in a production environment to allow the Project
Manager to determine that such installation and implementation complies with the Scope of
Work and/or any Specifications relevant to the project.
Shane Armfield, Fleet Parts Manager, is the designated Project Manager for the City.
The City will provide computer hardware for installation of software, provide any needed printers,
and handle the import of existing vehicle and user data. The City will coordinate with CSI on any
interfacing program required for the import of Fuelmaster data.
PROJECT ONE: PRIMARY INSTALLATION —ALL SITES EXCEPT FOSSIL CREEK PARK
1. Main Office, 117 N Mason St.
Equipment List:
1 each — Fuel Master Windows Software
3 each — Software Workstation License
1 each — Prokee Encoder
1200 each — Prokees
Equipment Cost: $8,470
Installation Cost: $1,432
SA 10/97
5
2. Fleet Services, 835 Wood St.
Equipment List:
1 each — FMU, 2500 Master Unit
2 each — FMU, 2501 SC Satellite Unit
1 each — MassK 2500, Master to Satellite com board
4 each — HKC, Hose Controllers
1 each — Prokee Encoder
Equipment Cost: $15,826
Installation:
Service Provider will install one Master unit and one Satellite on the fueling islands. RS422 direct
bury cable will be used to link the two units allowing the entire site to be polled using one phone
number. Existing VR pulsars will be used.
One Satellite unit will be installed at the propane tank and linked to the Master unit at the fueling
island. Direct bury wire will be run from the propane dispenser to a location at the Main Shop
building. Such location must be coordinated with and approved by the Project Manager. Com wire
will be run from this location to where existing com wires exit the building to the fuel island, then via
existing conduit to the Master unit.
Installation Cost: $5,712
3. Transfort, 6570 Portner Road
Equipment List:
1 each - FMU 2500 Master Unit
1 each - FMU 2501 SC Satellite Unit
6 each — HKC Hose Controllers
1 each — FMU 2530 Carwash Gate Reader
1 each — MassK 2500 com board — Gate Reader to Master Unit
Equipment Costs: $13,768
SA 10/97
0
Installation:
One FMU 2500 Master unit will be installed on the fueling island. All eight hoses on that fueling
island shall be controlled by the Master unit. One FMU 2501 Satellite unit will be installed at the
propane dispenser and linked to the Master unit by RS422 com wire. One FMU 2350 Carwash
Gate Reader will be installed at the carwash entrance and linked to the Master unit using RS422
com wire. This will allow downloads of Master, Satellite and Gate Reader at one time using a
single phone number.
Installation Costs: $5,164
*If the existing conduit cannot be used, Service Provider will install direct -bury cable between the
Satellite unit at the propane dispenser and the Master unit and between the Carwash Gate
Reader and the Master unit, including loop sawing, backer rod, sealant and labor for an
additional $800.
4. Park Shop, 413 South Bryan
Equipment List:
1 each — FMU 2500 Master Unit
Equipment Cost: $5,086
Installation:
One FMU 2500 unit will be installed. Existing conduit will be used to run phone lines.
Installation Cost: $1,786
5. Collindale Golf Course
Equipment List:
1 each — FMU 2500 Master Unit
Equipment Cost: $5,086
Installation:
One FMU 2500 unit will be installed. Existing conduit will be used to run phone lines.
Installation Cost: $1,786
SA 10/97
7
PROJECT TWO: FOSSIL CREEK PARK INSTALLATION
Equipment List:
1 each — FMU 2500 Master Unit
Equipment Cost: $5,086
Installation:
One FMU 2500 unit will be installed. Conduit must be in place from breaker panel to tank farm
and from telephone room to tank farm.
Installation Cost: $1,786
SA 10/97
E3
Exhibit B: Cost Summary and Payment Schedule
Equipment Costs, Project One:
Main Office
$ 8,470
Fleet Services
$ 15,826
Transfort
$ 13,678
Park Shop
$ 5,086
Collindale Golf
$ 5,071
Total
$ 48,131
Payment for Project One equipment to be made promptly upon delivery and acceptance by the
City. The City will provide storage for such equipment. Prices for all equipment shall include
shipping and handling. No additional freight charges are allowed.
Installation Costs, Project One:
Main Office
$ 1,432
Fleet Services
$ 5,712
Transfort
$ 5,164
Park Shop
$ 1,786
Collindale Golf
$ 1,786
Total
$15,880
Payment for Project One system installation shall be as follows:
80% upon completion of site installations.
20% upon final acceptance by the City Project Manager.
Combined Costs, Fossil Creek, Project Two:
Equipment
$ 5,071
Installation
$ 1,786
Total
$ 6,857
Payments as set forth in for Project One equipment and installation.
Miscellaneous Equipment:
Existing pulsars shall be used at locations where they are installed. If any existing pulsars must be
replaced, new units will cost and additional $120 each.
SA 10/97
9