HomeMy WebLinkAbout109447 INDEPENDENT SALT COMPANY - CONTRACT - BID - 5714 02-117 MAPO ROAD SALT ANNUALSERVICES 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 Independent Salt Company, Inc., 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. Contract Period. This Agreement shall commence upon signing and shall
continue in full force and effect until July 1, 2003, 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 two (2) 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.
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.
SA 10/01
1
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:
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 10/01
EXHIBIT C
VIIII. BID FORM 2001-2002 ROAD SALT
1. Company Name: Independent _ Salt Compan
2. Telephone Number: 800-472-7258
3. Location of Salt Supplier: Kanopolis, Kansas
4. Maximum Hauling Capacity (see Special Condition No. 10) 20,000 Tons
5. Price of Additives:
Sodium Chloride Non -Caking, Yellow Prussiate of Soda N/C /Ton
BIDS MUST BE PREPARED ON THE FORMS PROVIDED HEREIN.
2001-2002 ROAD SALT
AGENCY
CONTACT
DELIVERY
TONS
BULK
Additives
Price
INVOICE
PHONE #
LOCATION/
GRADE
per Ton
ADDRESS
WHO
UNLOADS/SP
ECIAL
EQUIPMENT
ADAMS
DAVE
SALT DOME
AP RX
BULK 1
NON
$29.17 /T
COUNTY 4955
SCHMIDTLIN
8080 DAHLIA
5000
CAKING
E. 74TH AVE
E 303-853-
ST.
COMMERCE
7140
COMMERCE
CITY CO 80022
CITY
ATTN:ELLEN
CARRIER
MUST
UNLOAD
ARAPAHOE
MONTY
7600 S
APRX 200
BULK 1
$22/T
COUNTY ROAD
SEDLAK
PEORIA ST
AND BRIDGE
303-792-5018
ENGLEWOOD
7600 S. PEORIA
CO LOCAL
ST.
GOVT ASSIST
ENGLEWOOD
CO 80112
CITY OF BRUSH
ROW
118 CARSON,
APRX 30
BULK 1
kG,_9_Q/T
PO 363 BRUSH
PENNELL
BRUSH, CO
CO 80723
970-842-5001
LOCAL GVT
ASSIST END
DUMPS
CITY OF
RON REAVIS
CITY OF
FIRM
BULK 1
NON
$31.22 /T
GOLDEN
303-384-8155
GOLDEN
200
CAKING
145 10TH ST,
SHOPS, 1400
GOLDEN CO
9TH ST,
80401 ATTN:
GOLDEN, CO
PUBLIC WORKS
80401
CARRIER
MUST
UNLOAD
END OR
BELLY DUMPS
CITY OF
KIM QUANTE
15740E 32ND
APRX
BULK 1
NON-
$ 0.54 /T
AURORA
303-326-8200
AVE & 14303 E
4000
CAKING
STREET
HAMPDEN
TOTAL
DIVISION 15740
AURORA, CO
2000
E 32ND AVE,
CARRIER
EACH
AURORA, CO
MUST
LOCATIO
80011
UNLOAD
N
CITY OF
SAM
8625 ULSTER,
APRX
BULK 1
NOW
$Zl B-8 /T
COMMERCE
HOOVER
COMMERCE
300
CAKING
CITY STREET
303-284-8146
CITY, CO
MAINTENANCE
LEONARD
LOCAL GVT
PO BOX 40,
DIETZ 303
ASSIST
COMMERCE
284-8147
CITY, CO 80022
FRED
LIMMEL 303-
289-8153
CITY OF
DAVE
6161 OLDE
APRX
BULK 1
NON-
$ao._/T
ARVADA
KOTECKI
WADSWORTH
1500
CAKING
STREET
303-431-3041
BLVD
DIVISION, PO
ARVADA, CO
8101, ARVADA,
CARRIER
CO 80001-8101
MUST
UNLOAD
CITY OF FT.
STAN
625 9TH ST.
APRX
BULK 1
NON-
$34.39/T
COLLINS
WELSCH
FT. COLLINS,
2500
CAKING
STREET
970-416-2091
CO LOCAL
DEPARTMENT
970-221-6615
GVT ASSIST
625 9TH ST PO
END OR
580, FT.
BELLY DUMPS
COLLINS, CO
OR RAIL
80522-0580
CITY OF
BRIGHTON
BOB
YOUNGER
401 APRX 100 BULK 1 NOW $31. 44 /T
LONGSPEAK
22 SOUTH 4TH
OR SHARON
CAKING
STREET,
AVENUE
WILLIAMS
BRIGHTON,
BRIGHTON, CO
303-655-2088
CO 80601
80601
CARRIER
ATTN:PROCURE
MUST
MENT SUITE
UNLOAD END
106
DUMPS
CITY OF
LOVELAND 105
DANNY
ROBINETT
975 N
MADISON AVE
APRX 200
BULK 1
NOW
W 5TH ST,
970-962-2531
LOVELAND CO
CAKING
LOVELAND, CO
CARRIER
80537
MUST
UNLOAD END
OR BELLY
DUMPS
CITY OF
NORTHGLENN
TERRY
12323 CLAUDE
APRX 200
BULK 1
NOW
$31
CORDOVA
CT
CAKING
?�/T
11701
303-450-4002
NORTHGLENN
COMMUNITY
CO CARRIER
CENTER DR.
MUST
NORTHGLENN
UNLOAD END
CO 80233
DUMPS
EL PASO
COUNTY DOT
HARRY
BAKER
3460 N.
MARKSHEFFE
APRX
3000
BULK 1
NON-
$ 38.68/1
3460 N.
719-520-6865
L RD.
CAKING
MARKSHEFFEL
COLORADO
RD,
SPRINGS, CO
COLORADO
CARRIER
SPRINGS, CO
MUST
80922
UNLOAD WITH
END OR
BELLY
JEFFERSON
JOHNNIE
21401
APRX
BULK 1
NON-
$30.6OfT
COUNTY, 21401
MAY 303-
GOLDEN
3500
CAKING
GOLDEN GATE
271-5233
GATE
CANYON RD,
CANYON
GOLDEN CO
ROAD,
80403
GOLDEN, CO.
80403
CARRIER
MUST
UNLOAD END
DUMPS
Performance Bond
Allied
Insurance
a member of Nationwide Insurance
BOND NO. BD 660745
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
Independent Salt Company
P 0 Box 36
Kanopolis, KS 67454
OWNER (Name and Address):
City of Fort Collins
Administrative Services
Purchasing Division
P 0 Box 580
Fort Collins, CO 80522-0580
CONSTRUCTION CONTRACT
Date: January 16, 2003
Amount: $85, 975.00
Description (Name and Location):
2500 tons rock salt
BOND
Date (Not earlier than Construction Contract Date)
Amount: $85,975.00
Modifications to this Bond:
CONTRACTOR AS PRINCIPAL (Corporate Seal)
Company: Independent Salt Company
SURETY(Name and Principal Place of Business):
NATIONWIDE MUTUAL INSURANCE COMPANY
Bond Department
701 5TH AVE.
DES MOINES, IA 50391-2006
(515) 280-4831
May 12, 2003
Signature:
Name and Title: S.K. Olson — VP Distribution
(Any additional signatures appear on page 3)
(FOR INFORMATION ONLY --Name, Address and Telephone)
AGENT or BROKER:
Insurors and Investors, Inc.
P 0 Box 1213
Salina, KS 67402-1213
® None ❑ See Pad,@ 3iw, tt
SURETY w``2 pt3P,�taI
a�\� 4
Company: Nationwide Mutual lnstitnee Cgrnpany
Signaturei0a
:
Name and Title: Brenda R...3tftitk". ttd' m PaC1
Attorney in-Fay:'f4+v
OWNER'S REPRESENTATIVE (Architect, Engineer or
other party):
rrinteo in cooperation with the American Institute of Architects (AIA) by Nationwide Mutual Insurance Company.
Nationwide Mutual Insurance Company vouches that the language in this document conforms exactly to the language
used in AIA Document A 312, December, 1984 Edition, Third Printing, March, 1987.
tso 4tw (0/-99) 00 A312-1984 1
1 The Contractor and the Surety, jointly and severally, bind
themselves, their heirs, executors, administrators, successors
and assigns to the Owner for the performance of the
Construction Contract, which is incorporated herein by
reference.
2 If the Contractor performs the Construction Contract, the
Surety and the Contractor shall have no obligation under this
Bond, except to participate in conferences as provided in
Subparagraph 3.1.
3 If there is no Owner Default, the Surety's obligation under
this Bond shall arise after:
3.1 The Owner has notified the Contractor and the Surety
at its address described in Paragraph 10 below that the
Owner is considering declaring a Contractor Default and
has requested and attempted to arrange a conference with
the Contractor and the Surety to be held not later than
fifteen days after receipt of such notice to discuss methods
of performing the Construction Contract. If the Owner, the
Contractor and the Surety agree, the Contractor shall be
allowed a reasonable time to perform the Construction
Contract, but such an agreement shall not waive the
Owner's right, if any, subsequently to declare a Contractor
Default; and
3.2 The Owner has declared a Contractor Default and
formally terminated the Contractor's right to complete the
contract. Such Contractor Default shall not be declared
earlier than twenty days after the Contractor and the
Surety have received notice as provided in Subparagraph
3.1; and
3.3 The Owner has agreed to pay the Balance of the
Contract Price to the Surety in accordance with the terms
of the Construction Contract or to a contractor selected to
perform the Construction Contract in accordance with the
terms of the contract with the Owner.
4 When the Owner has satisfied the conditions of Paragraph
3, the Surety shall promptly and at the Surety's expense take
one of the following actions:
4.1 Arrange for the Contractor, with the consent of the
Owner, to perform and complete the Construction
Contract; or
4.2 Undertake to perform and complete the Construction
Contract itself, through its agents or through independent
contractors; or
4.3 Obtain bids or negotiated proposals from qualified
contractors acceptable to the Owner for a contract for
performance and completion of the Construction Contract,
arrange for a contract to be prepared for execution by the
Owner and the contractor selected with the Owner's
concurrence, to be secured with performance and payment
bonds executed by a qualified surety equivalent to the
bonds issued on the Construction Contract, and pay to the
Owner the amount of damages as described in Paragraph
6 in excess of the Balance of the Contract Price incurred by
the Owner resulting from the Contractor's default; or
4.4 Waive its right to perform and complete, arrange for
completion, or obtain a new contractor and with reasonable
promptness under the circumstances:
.1 After investigation, determine the amount for which it
may be liable to the Owner and, as soon as practicable
after the amount is determined, tender payment therefor to
the Owner; or
.2 Deny liability in whole or in part and notify the Owner
citing reasons therefor.
5If the Surety does not proceed as provided in Paragraph 4
with reasonable promptness, the Surety shall be deemed to be
in default on this Bond fifteen days after receipt of an
additional written notice from the Owner to the Surety
demanding that the Surety perform its obligations under this
Bond, and the Owner shall be entitled to enforce any remedy
available to the Owner. If the Surety proceeds as provided in
Subparagraph 4.4, and the Owner refuses the payment
tendered or the Surety has denied liability, in whole or in part,
without further notice the Owner shall be entitled to enforce
any remedy available to the Owner.
6 After the Owner has terminated the Contractor's right to
complete the Construction Contract, and if the Surety elects
to act under Subparagraph 4.1, 4.2, or 4.3 above, then the
responsibilities of the Surety to the Owner shall not be greater
than those of the Contractor under the Construction Contract,
and the responsibilities of the Owner to the Surety shall not
be greater than those of the Owner under the Construction
Contract. To the limit of the amount of this Bond, but subject
to commitment by the Owner of the Balance of the Contract
Price to mitigation of costs and damages on the Construction
Contract, the Surety is obligated without duplication for:
6.1 The responsibilities of the Contractor for correction of
defective work and completion of the Construction
Contract;
6.2 Additional legal, design professional and delay costs
resulting from the Contractor's Default, and resulting from
the actions or failure to act of the Surety under paragraph
4; and
6.3 Liquidated damages, or if no liquidated damages are
specified in the Construction Contract, actual damages
caused by delayed performance or non-performance of the
Contractor.
7 The Surety shall not be liable to the Owner or others for
obligations of the Contractor that are unrelated to the
Construction Contract, and the Balance of the Contract Price
shall not be reduced or set off on account of any such
unrelated obligations. No right of action shall accrue on this
Bond to any person or entity other than the Owner or its
heirs, executors, administrators or successors.
8 The Surety hereby waives notice of any change, including
changes of time, to the Construction Contract or to related
subcontracts, purchase orders and other obligations.
rsa 4ou lui-aaluu A312-1984 2
9 Any proceeding, legal or equitable, under this Bond may be
instituted in any court of competent jurisdiction in the location
in which the work or part of the work is located and shall be
instituted within two years after Contractor Default or within
two years after the Contractor ceased working or within two
years after the Surety refuses or fails to perform its
obligations under this Bond, whichever occurs first. If the
provisions of this Paragraph are void or prohibited by law the
minimum period of limitation available to sureties as a defense
in the jurisdiction of the suit shall be applicable.
10 Notice to the Surety, the Owner or the Contractor shall be
mailed or delivered to the address shown on the signature
page.
11 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where the
construction was to be performed, any provision in this Bond
conflicting with said statutory or legal requirement shall be
deemed deleted herefrom and provisions conforming to such
statutory or other legal requirement shall be deemed
incorporated herein. The intent is that this Bond shall be
construed as a statutory bond and not as a common law
bond.
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
12 DEFINITIONS
12.1 Balance of the Contract Price: The total amount
payable to the Owner to the Contractor under the
Construction Contract after all proper adjustments have
been made, including allowance to the Contractor of any
amounts received or to be received by the Owner in
settlement of insurance or other claims for damages to
which the Contractor is entitled, reduced by all valid and
proper payments made to or on behalf of the Contractor
under the Construction Contract.
12.2 Construction Contract: The agreement between the
Owner and the Contractor identified on the signature page,
including all Contract Documents and changes thereto.
12.3 Contractor Default: Failure of the Contractor, which
has neither been remedied nor waived, to perform or
otherwise to comply with the terms of the Construction
Contract.
12.4 Owner Default: Failure of the Owner, which has neither
been remedied nor waived, to pay the Contractor as required
by the Construction Contract or to perform and complete or
comply with the other terms therof.
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY (Corporate Seal)
Company: (Corporate Seal) Company:
Signature: _
Name and Title:
Address:
Signature: _
Name and Title:
Address:
Bd 480 (07-99) 00 A312-1984 3
170385
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS THAT Nationwide Mutual Insurance Company, a corporation organized
under the laws of the State of Ohio, with its principal office in the City of Columbus, Ohio, hereinafter called "Company",
does hereby make, constitute and appoint JAMES D. WILSON PHILIP C. KRUG
BRENDA R. SMITH JOHN C. LOHMEYER W. ROGER GARRETT
ROBERTA K. BLAIR KRISTY L. BALTHAZOR RONALD L. DUPY
SHERI A. EPPENBACH MARK A. SKIDMORE SALINA KS
each in their individual capacity, its true and lawful Attorney -In -Fact with full power and authority to sign, seal, and execute
in its behalf any and all bonds and undertakings and other obligatory instruments of similar nature in penalties not exceeding
the sum of TWO MILLION FIVE HUNDRED THOUSAND AND NO/100 DOLLARS $ 2,500,000.00
and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized
officers of the Company; and all acts of said Attorney pursuant to the authority hereby given are hereby ratified and
confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the
Board of Directors of the Company.
"RESOLVED, that the President, or any Senior Vice President, Resident Vice President or Second Vice
President by, and the same hereby is, authorized and empowered to appoint Attorneys -In -Fact of the Company
and to authorized them to execute any and all bonds, undertakings, recognizances, contracts of indemnity,
policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other
writings obligatory in nature which the business of the Company may require; and to modify or revoke, with
or without cause, any such appointment or authority. The authority granted hereby shall in no way limit the
authority of other duly authorized agents to sign and countersign any of said documents on behalf of the
Company."
"RESOLVED FURTHER, that such Attorneys -In -Fact shall have full power and authority to execute and
deliver any and all such documents and to bind the Company, subject to the terms and limitations of the power
of attorney issued to them, and to affix the seal of the Company thereto, provided, however, that said seal shall
not be necessary for the validity of any such documents."
This Power of Attorney is signed and sealed by facsimile under and by the following By -Laws duly adopted by the Board
of Directors of the Company.
ARTICLE VIII
"Section 10. Execution of instruments . Any Vice President and any Assistant Secretary or Assistant Treasurer
shall have the power and authority to sign or attest all approved documents, instruments, contracts or other
papers in connection with the operation of the business of the company in addition to the Chairman and Chief
Executive Officer, President, Treasurer and Secretary; provided, however, the signature of any of them may be
printed, engraved or stamped on any approved document, contract, instrument or other papers of the Company.
IN WITNESS WHEREOF, the said Nationwide Mutual Insurance Company has caused this instrument to be sealed and
duly attested by the signature of its Vice President the 28th day of April, 1999.
44WRLA1
ACKNOWLEDGMENTZ�'•. �� By;
ilp-MAeRf
STATE OF IOWA '.•.•�•AV- Vice Presrnt
COUNTY OF POLK SS i
On this 28th day of April, 1999, before me came the above named Vice President for Nationwide Mutual Insurance
Company, to me personally known to be the officer described in and who executed the preceding instrument, and he
acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company
aforesaid, that the seal affixed thereto is the corporate seal of said Company, and the said corporate seal and his signature
were duly affixed and subscribed to said instrument by the authority and direction of said Company.
~t twr O
MaMh24•2= Notary Public
My Commission expires March 24, 2002
CERTIFICATE
I, John F. Delaloye, Assistant Secretary of Nationwide Mutual Insurance Company, do hereby certify tha
Resolution included herein is a true and correct transcript from the minutes of the meeting of the Board of Directors
called and held on the 6th day of September, 1967, and the same has not been revoked or amended in any manner; that
Stephen S. Rasmussen was on the date of the execution of the foregoing Power of Attorney the duly elected Vice Ps
of Nationwide Mutual Insurance Company and the corporate seal and his signature as Vice President were duly af�t� ed
subscribed to the said instrument by the authority of said Board of Directors.
IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant
seal of said Company thisl2th day of May 2003
it
•:
08028 This Power of Attorney, expires .•`�E�• %
Bd 1 (04-00) 00 07/31/03use
Secretary, and`2fi'ixed the
the
N
c �%A$sls�'t Secretaryy
4. 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:
City of Fort Collins, Purchasing
P.O. Box 580
Ft. Collins, CO 80522
Service Provider:
Independent Salt Company, Inc.
P.O. Box 36
Kanopolis, KS 67454
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, per the Cost Breakdown attached
as Exhibit "C".
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 other purpose.
SA 10/01
2
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 shall be allowed a period of ten (10) days within which to cure said default. In the event
SA 10/01
3
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) 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.
SA 10/01
4
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 nn
Joh . Fischbach
City Manager
By' -
James B. O Neill 11, CPPO, FNIGP
Approv s F rm Directo of urchasing and Risk Management
ssist n it/y Attorney- Date: G � Vol
3
Independent Salt Comp, Inc.
EST: �
By:
Brian G. Keener
City Clerk PRINT NAME
Executive VP
CORPORATE PRESIDENT OR VICE PRESIDENT,...
Date: 05/08/03
ATTEST: (Corporate Seal)
a r
CORPORATE SECRETARY
SA 10/01
5
EXHIBIT A
V. SPECIAL INSTRUCTIONS TO BIDDERS
Road Salt Requirements for the 2002-2003
Colorado Political Subdivisions
a. COLLECTIVE
1. Each item on the bid must be bid individually, and the Agencies reserve the right to
accept the lowest and best bid per item, combination of items, or all items combined,
whichever is deemed in the best interest, and actual applications as appropriated by the
Agencies.
2. Releases to be made as required throughout the period of the award. Consideration will
be given to vendors with a favorable firm price period with no minimum release
requirements.
3. Prices must remain in effect from Date of Award through July 1, 2003.
4. The quantities listed are estimates and may increase or decrease as deemed necessary
by the Agencies unless fixed quantities are stated. In the event of any emergency where
quick delivery is a necessity and the successful bidder cannot meet the time constraints,
the political subdivision may order from another vendor in order to meet that emergency
only.
5. Vehicles shall not be operated on any roadway in excess of the legal weight limitation.
The contractor shall be responsible for any and all fines incurred for being overloaded as
well as any other safety or moving violations. Overweight trucks will not be accepted or
unloaded.
6. All equipment must comply with city, county, state and DOT rules, regulations,
requirements, etc. which apply. All operators must be properly licensed for the type of
equipment being operated. The Local Agency reserves the right to reject any improperly
licensed equipment or operator.
7. This award shall be available for use by Local Governments and Political sub -divisions in
the state of Colorado.
8. This award maybe extended for an additional 2 (two) twelve (12) month periods,
contingent upon future years funding, and agreement of the Agencies and vendor.
9. Results will not be given by phone. For bid results, please enclose a stamped, self-
addressed envelope with your bid.
b. SPECIAL BID CONDITIONS
1. All orders will be in truck load quantities or railcars.
2. All prices quoted are to be F.O.B. destination. All salt to be bulk delivery as
designated per attached sheets. No deliveries will be accepted on either Saturday or
Sunday, unless permission has been previously granted by the ordering agency. At
least twenty-four (24) hours prior notice must be given before any delivery will be
accepted at any destination unless the condition is waived by the political subdivision
when the order is placed with the vendor. All deliveries must be accompanied by a
certified weight ticket, otherwise the shipment may be refused. Unloading instructions
will vary depending upon the need of each political subdivision and are given on the bid
sheets in detail. Additional delivery instructions which do not affect the vendor's cost
may be included on the blanket purchase order.
3. A blanket purchase order will NOT be issued by the State of Colorado on behalf
of the political subdivision. Each agency will send a purchase order to the Vendor. If
any problems arise in the performance of the resulting contract, the hosting agency, City
of Fort Collins, should be notified immediately and will assist in the problems solution.
4. After October 15, 2002 all orders of from one (1) to five (5) truck loads must be
delivered within 10 (10) working and orders of more than five (5) truck loads must be
delivered within twenty (20) working days. For each day beyond those deadlines in
which delivery is made, twenty-five dollars ($25) shall be deducted from any monies due
the vendor, not as a penalty but as liquidated damages notwithstanding any act of God.
In the event that the vendor fails, refuses or otherwise declines to perform in accordance
with the terms of the contract, the political subdivision may then purchase the road salt
ordered from the vendor from any other source and the vendor shall be liable for the
difference between the contract prices and the purchasing price of said material in
addition to any liquidated damages that are due and owing the political subdivision.
Termination of the contract will be done by notifying both the vendor and the City of Fort
Collins, in writing, in the event of the vendor's failure to perform.
5. Any representative samples of delivered material that fail to meet the
specifications relative to gradation or moisture content will be penalized succeeding
deliveries failing to meet specifications.
6. The successful bidder will be required to furnish a Performance bond equal to
100 percent of the contract awards. Such performance bond must be submitted within
fourteen (14) days after the awards are made. The performance bonds will be made
payable to the Host Agency, City of Fort Collins, which acts as the control agent for this
bid.
7. The resulting contract shall be in effect from the date of the award until July 1,
2003
8. In order to minimize the possibility of any single vendor being committed to
delivering more road salt that he can effectively haul, you are asked to specify a
maximum quantity of road salt which you can satisfactorily deliver to the local
governments on this bid invitation. If you are the low responsive, responsible bidder on
more than the amount you specify, you will be given the opportunity to select those
contracts which you most desire.
9. Should a bidder find discrepancies in, or omissions from the special bid
conditions and/or specifications or should be in doubt as to their meaning, please notify
the City of Fort Collins Purchasing, John Stephen, CPPB, Senior Buyer, PO 580, Ft
Collins, CO. 80522 (970) 221-6775. If the point in question is not fully set forth, a written
addendum will be faxed to the vendors.
10. Price changes will be allowed for increases or decreases in freight rates upon
written approval by the hosting agency.
Direct all questions to John Stephen, CPPB, Senior Buyer, 970-221-6775 or e-mail at
jstephen(a-)fcgov.com
VI. PRODUCT SPECIFICATIONS
Rock Salt, must meet AASHTO Specifications for Sodium Chloride M 143-74, Type 1, Grade 1
or Grade 2 as specified on the bid sheets. In addition, representative samples of delivered
material must meet the following maximum moisture content requirements when dried to a
constant weight at 105 C:
Untreated Sodium Chloride - 2% maximum
Sodium Chloride with non -caking and/or anti -freeze additives - 3% maximum
Non -caking additive may be called for by the ordering agency and must meet the following
specifications.
Non -caking additive. Yellow Prussiate of Soda (YPS), or other approved chemical shall be
uniformly added to the Sodium Chloride at a ratio of not less than 200 parts per million
(200ppm) to produce a non -caking material when subjected to the following test: the materials
shall be exposed to two (2) twenty-four moisture cycles from 3% minus moisture by weight to
25% plus moisture and back to 3% moisture. The addition of the YPS to the Sodium Chloride
shall be done prior to stockpiling and shall be done in such a manner as to produce a uniform
coating throughout all crystals.