HomeMy WebLinkAboutVARIOUS VENDORS - CONTRACT - BID - 5491 HAULING CLEARSTONE TRUCKINGSERVICES 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 Clearstone Trucking, 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. Scope of Services. The Service Provider agrees to provide services in accordance
with the scope of services attached hereto as Exhibit "A", consisting of two (2) pages, and
incorporated herein by this reference.
2. Contract Period. This Agreement shall commence May 1, 2003, and shall continue in
full force and effect until April 1, 2004, 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
one (1) additional one 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.
3. 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.
4. Early Termination by City/Notice. Notwithstanding the time periods contained herein,
SA 10/97
6
MAY 05 2003 09:53 FIR TO 2, -707 P.01/01
ADCO 00neral Corporation
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
P.O. Box 40007
ONLY AND CONFERS
ND R14H75 UPON THE CERTIFICATE HOLDER. TH16 CERTIFICATE DOES NOT AMEND,
Denver, CO 80204
EXTEND OR ALTER THE COVEWE AFFORDED BY THE POLICIES BELOW.
MLH
COMPANIES AFFORDING COVERAGE
COMPANY A LNTERSTATE INDEMNITY COMPANY
LETTER
INSURED
COMPANY
LETTER
DAVID MC CORMTCK, JR.
COMPANY
LETTER C
15805 N. CO. RD 25E
COMPANY
LOVEL,AND, CO 80538
LETTER
COMPANY E
LETTER
THIS IS TO CERTIFY THAT THE POLICIES OF IN5URANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,
NOTWITHSTANDING ANY REOUIREMENT, 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
TIONS OF SUCH POLICIES,
HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDI-
CO
L TYPE OF INSURANCE POLICY NUMBER
POLICY EFFECTIVE POLICY EXPIRATION
GENERAL LIABILITY
GATE (IYIMIDNIYY) DATE (MMIDDIYY) ALL LIMITS IN THOUSANDS
COMMERCIAL GENERAL LIABILITY
GENERAL AGGREGATE $
CLAIMS MANE ❑ OCCURRENCE
PRODUCTS40MPIOPS AGGREGATE $
OWNER'S &CONTRACTORS PROTECTIVE
PERSONAL & ADVERTISING INJURY $
EACH OCCURRENCE
RRE DAMAGE (ANY ONE FIRE) $
AUTOMOBILE LIABILITY
MEDICAL EXPENSE (ANY ONE PERSON) $
ANYAUTO
CSC
ALL OWNED AUTOS BA6114426
05/16/2002 05/16/2003 $1, 000, 000
A x SCHEDULEDAUTOS
SpOILY
INJURY
HIRED AUTOS
(PER PERSON) $
BODILY
NON -OWNED AUTOS
INJURY
(PER
GARAGE UABILI7Y
ACCIDENT) $
PROPERTY
EXCESS LIAEILDY
DAMAGE $
EACH AGGREGATE
OCCURRENCE
OTHER THAN UMBRELLA FORM
$ $
WORKERS' COMPENSATION
AND
STATUTORY
EMPLOYERS' LIABILITY
$ (EACH ACCIDENT)
$ (DISEASE -POLICY LIMIT)
OTHER
$ (OISEASE•F_ACH EMPLOYEE)
A BA6114426
05/16/2002 05/16/2003 DRYS DAM
DESCRIPTION OF OPERATIONSToCATIONSNBHICLES)RESTRICTIONWSPECIAL
ITEMS
City of Fort Collins
Purchasing Div
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX
Attn: John Stephan
PIRAT(ON DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 10 DAYS
F 0 Box 580
WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL
Ft. Collins, CO 80522
IMPOSE NO OBLIGATION OR
UABILITYOFANYKNDUPONTHE COMPANY,IT$AGENTS ORREPRESENTATIVES,
AUTHORIZED REPRESENTATIV
FAX: 221-6707
EXHIBIT C
BID SCHEDULE #5491
You may attach a separate page with an equipment list. Please include Firm name on it.
EQUIPMENT YR MAKE MODEL CU.YDS. HP $/HR.
TRACTOR/TRL —
— $
TRUCKS —
— $
TANDEM
T3O $�:CZD1
DUMP
TRUCKS
TANDEM
DUMP
TRUCKS
WITH
PUP
OTHER
EQUIPT
(LIST TYPE)
Failure to provide said equipment with
qualified drivers as listed in the bid submitted may result
in the removal of the vendor's name
from the Ci/ty's bidding list for a period of three years.
FIRM NAME /C�
2-aal f'JQi
Are/you a Corporation, Partnership, D'gA, LLC, or PC
SIGNATURE /Op J,�/(�C
-i
PRINT NAME !JQ�Jic/ /i% '�0�/iYi CCIC
ADDRESS
PHONE/FAX #
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 Dept. Clearstone Trucking
Stan Welsch 15805 NCR 25E
P.O. Box 580 Loveland, CO 80538
Fort Collins, CO 80522 Phone # 970-223-9018
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.
5. Contract Sum. The City shall pay the Service provider for the performance of this
Contract, subject to additions and deletions provided herein, the sum as stated in the Bid Schedule,
cost breakdown is attached as Exhibit "C", consisting of one (1) page, and incorporated herein by
this reference.
6. 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.
7. 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
SA 10/97
7
other purpose.
8. 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.
9. 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.
10. 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.
11. 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.
12. Remedies. In the event a party has been declared in default, such defaulting party
SA 10/97
8
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.
13. 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.
14. 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 B, consisting of one (1) pages,
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 N. Mason, Second Floor, Fort Collins, Colorado 80524 one copy of a certificate
SA 10/97
9
evidencing the insurance coverage required from an insurance company acceptable to the City.
15. 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.
16. 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.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By
J e . O'Neill II, CPPO, FNIGP
ire or of Purchasing and Risk Management
Date:y 3
Clearstone Trucking
By: %J ,cl JC
PRINT NAME
Date: S I Z - 03
SA 10/97
10
EXHIBIT A
SCOPE OF WORK
1. 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.
2. The equipment and the driver shall be used primarily to haul asphalt from various
asphalt plants to the job site as directed by the City Representative. Material from the
job site may also be hauled to various other job sites, or dump sites located around the
City, as directed by the City Representative. Other City departments may use this bid
for hauling.
3. All Drivers must have a valid CDL license, and be qualified to operate the
equipment.
4. 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 and asphalt
apron (asphalt lip).
5. All work shall be done in a professional, SAFE, courteous and efficient manner.
The driver shall exercise the utmost courtesy to other drivers and pedestrians.
6. 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.
7. 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.
8. At no time whatsoever shall the driver be considered or become a City employee.
9. The City will not guarantee hours. Vendors will be used on an as -needed basis,
depending on job site, availability and type of equipment.
10. 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 after the last load is unloaded.
11. 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.
12. 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.
13. The City does not intend to award to one vendor, but will issue multiple awards.
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.
SA 10/97
EXHIBIT C
BID SCHEDULE #5491
You may attach a separate page with an equipment list. Please include Firm name on it.
EQUIPMENT YR MAKE MODEL CU.YDS. HP $/HR.
TRACTOR/TRL _ _ $
TRUCKS _ $
$
TANDEM
DUMP
TRUCKS _ $
$
TANDEM
DUMP
TRUCKS
WITH
PUP
_ $
$
OTHER
EQUIPT
(LIST TYPE)
Failure to provide said equipment with qualified drivers as listed in the bid submitted may result
in the removal of the vendor's name from the City's bidding list for a period of three years.
FIRM NAME
Are you a Corporation,
Partnershi-p,/DBA, LLC, or PC
SIGNATURE ! / �V( L G%CIL�LG
PRINT NAME �—DlQyi c/ /7) (20orei/ 1 LEG
ADDRESS I6606S wnx-1 as/!�F
Z-011Y,?/11� 20 p as3?
PHONE/FAX # / %D 2o23 9D�4