HomeMy WebLinkAbout109445 CONNELL RESOURCES INC - CONTRACT - BID - 5516 MISC. PATCHING PROJECT0,0' T 7� 3ecie 5/
SERVICES AGREEMENT
WORK ORDER TYPE
THIS AGREEMENT made and entered into the day and year set forth below, by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the "City" and Connell Resources, 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. Services to be Performed.
a. This Agreement shall constitute the basic agreement between the parties for
services for Miscellaneous Patching Project. The conditions set forth herein shall apply to all
services performed by the Service Provider on behalf of the City and particularly described in
Work Orders agreed upon in writing by the parties from time to time. Such Work Orders, a
sample of which is attached hereto as Exhibit "A", consisting of one (1) page, and incorporated
herein by this reference, shall include a description of the services to be performed, the location
and time for performance, the amount of payment, any materials to be supplied by the City and
any other special circumstances relating to the performance of services. No work order shall
exceed $50,000. The only services authorized under this agreement are those which are
performed after receipt of such Work Order, except in emergency circumstances where oral
work requests may be issued. Oral requests for emergency actions will be confirmed by
issuance of a written Work Order within two (2) working days.
b. The City may, at any time during the term of a particular Work Order and without
invalidating the Agreement, make changes within the general scope of the particular services
assigned and the Service Provider agrees to perform such changed services.
WOSA 7/98
6
9. PRICES
The foregoing prices shall include all labor, materials, transportation, shoring, removal,
dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the
several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid or change
quantities at his sole discretion without affecting the Agreement or prices of any item so
long as the deletion or change does not exceed twenty-five percent (25%) of the total
Agreement Price.
RESPECTFULLY SUBMITTED:
David E. Simpson, Vice President
Title
License Number (if Applicable)
(Sea] - if Bid is by corporation)
Attest \- <. - r c �
Sheri C. Welch, Asst. Secretary
Address 4305 E. Harmony Rd.
Telephone (970) 223-3151
8/98 Section 00300 Page 4
EXHIBIT C
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.
ACORD. CERTIFICV--c' OF LIABILITY INSU[ \NCE 07/`26/00
Flood & Peterson Insurance
4821 Wheaton Drive
P O Box 270370
Fort Collins, CO 80527
INSURED
Connell Resources, Inc.
4305 E Harmony Rd
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
Fort Collins CO 80528-9527
rnvi= 7CCFC
INSURER A: Travel e
INSURER B:Pinnaco
INSURER C:
INSURER D:
s Insurance
Assurance
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
R
R
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DA /
POLICY EXPIRATIO
/D /
LIMITS
rA
GENERAL LIABILITY
DTC0373P1266TIA00
06/01/00
06/01/01
EACH OCCURRENCE
$1 000 000
X COMMERCIAL GFNERAI. LIABILITY
CLAIMS MADE OCCUR
X PD Ded : 2 SO
FIRE DAMAGE (Any one IIre
$3 0 O . � O
ME D EXP(Anyone person)
$5 1 000
PERSONAL & ADV INJURY
$1 0 0 0 0 0 0
GENERAL AGGREGATE
s2 0 0 O 000
GEN'LAGGREGATE LIMIT APPLIES PER:
PRODUCTS-COMPIOP AGG
s2,000,000
PRO LOC
POLICY FRI
A
AUTOMOBILE
X�
LIABILITY
ANYAUTO
DT810373P1266TIL00
06/01/00
06/01/01
COMBINED SINGLE LIMIT
(Eaaccldent)
$1, 000, 000
BODILY INJURY
(Per person)
S
ALL OWNED AUTOS
SCHEDULED AUTOS
X
HIRED AUTOS
NON -OWNED AUTOS
BODILYINJURY
(Per accident)
$
Drive Other Ca
X
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY -EA ACCIDENT
$
IOTHERTHAN EAACC
AUTO ONLY: AGG
_
$
ANYAUTO
$
A
EXCESSLIABILITY
X OCCUR L� CLAIMS MADE
!DTSMJCUP373P1266
TILO 0
06/01/00
06/01/01
EACH OCCURRENCE
$1 000 000
AGGREGATE
$1 0 0 O 0 0 0
$
1
$
LEI DEDUCTIBLE
X RETENTION SO
Is
B
WORKERS COMPENSATION AND
4029651
06/01./00
06/01/O1
X WC STATU- I OTH-
EMPLO-YER^; LIAJILI':Y
E.L. EACH ACCIDENT
s100, 000
E.L. D ISE ASE-EA EMPLOYE
$100, 000
E.L. DISEASE-POLICYLIMI
$500 000
OTHER
DESCRIPTION OF OPERATIONS/ LOCATIONSNEHICLES/EXCLUSIONS AD DE D BY ENDORSEMENT/SPECIAL PROVISIONS
RE: CRI #2001051 - Fort Collins Misc Patching
Certificate holder is named as additional insured, but only as respects
liability arising out of work performed by the named insured (Excluding
Workers' Compensation).
City of Fort Collins
256 West Mountain Ave.
Fort Collins, CO 80521
SHOULD ANY OFTHEABOVE DESCRIBEOPOUCIESSE CANCELLED BEFORE THE EJIPffU1TON
DATE THEREOF,THE ISSUING INSURER W ILL1M09V W3CWAI L11L DAYS WRITTEN
NOTICETOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT
AUTHORIZED REPRESE ATIVE
ACORD 2S - S (7197) 1 #S159212/M153882 T— MJP+
2. Changes in the Work. The City reserves the right to independently bid any
services rather than issuing work to the Service Provider pursuant to this Agreement. Nothing
within this Agreement shall obligate the City to have any particular service performed by the
Service Provider.
3. Time of Commencement and Completion of Services. The services to be
performed pursuant to this Agreement shall be initiated as specified by each written Work Order
or oral emergency service request. Oral emergency service requests will be acted upon without
waiting for a written Work Order. Time is of the essence.
4. Contract Period. This Agreement shall commence upon signing, and shall
continue in full force and effect until July 31, 2001, unless sooner terminated as herein provided.
In addition, at the option of the City, the Agreement may be extended for additional one year
periods not to exceed four (4) additional one year periods. Pricing changes shall be negotiated
by and agreed to by both parties and may not exceed the Denver - Boulder CPI-U as published
by the Colorado State Planning and Budget Office. Written notice of renewal shall be provided
to the Service Provider and mailed no later than 90 days prior to contract end.
5. Delay. If either party is prevented in whole or in part from performing its
obligations by unforeseeable causes beyond its reasonable control and without is fault or
negligence, then the party so prevented shall be excused from whatever performance is
prevented by such cause. To the extent that the performance is actually prevented, the Service
Provider must provide written notice to the City of such condition within fifteen (15) days from
the onset of such condition.
6. Early Termination by City/Notices. Notwithstanding the time periods contained
herein, the City may terminate this Agreement at any time without cause by providing written
notice of termination to the Service Provider. Such notice shall be mailed at least fifteen (15)
days prior to the termination date contained in said notice unless otherwise agreed in writing by
WOSA 7/98
7
the parties. All notices provided under this Agreement shall be effective when mailed, postage
prepaid and sent to the following address:
City Service Provider
City of Fort Collins, Purchasing Connell Resources, Inc.
256 W. Mountain Ave. 4305 E. Harmony Rd.
Ft. Collins, CO 80521 Ft. Collins, CO 80528
In the event of early termination by the City, the Service Provider shall be paid for
services rendered to the termination date, subject only to the satisfactory performance of the
Service Provider's obligations under this Agreement. Such payment shall be the Service
Provider's sole right and remedy for such termination.
7. Contract Sum. This is an open-end indefinite quantity Agreement with no fixed
price. The actual amount of work to be performed will be stated on the individual Work Orders.
The City makes no guarantee as to the number of Work Orders that may be issued or the actual
amount of services which will in fact be requested. No Work Order of $50,000 or more shall be
issued.
8. Payments. a. The City agrees to pay and the Service Provider agrees to accept
as full payment for all work done and all materials furnished and for all costs and expenses
incurred in performance of the work the sums set forth for the hourly labor rate and material
costs, with markups, stated within the Bid Schedule Proposal Form, attached hereto as Exhibit
"B", consisting of three (3) pages, and incorporated herein by this reference.
b. Payment shall be made by the City only upon acceptance of the work by the City and
upon the Service Provider furnishing satisfactory evidence of payment of all wages, taxes,
supplies and materials, and other costs incurred in connection with the performance of such
work.
9. City Representative. The City's representative will be shown on the specific
Work Order and shall make, within the scope of his or her authority, all necessary and proper
WOSA 7/98
8
decisions with reference to the work requested. All requests concerning this Agreement shall
be directed to the City Representative.
10. Independent Contractor. It is agreed that in the performance of any services
hereunder, the Service Provider is an independent contractor responsible to the City only as to
the results to be obtained in the particular work assignment and to the extend that the work shall
be done in accordance with the terms, plans and specifications furnished by the City.
11. Personal Services. It is understood that the City enters into the Agreement
based on the special abilities of the Service Provider and that this Agreement shall be
considered as an agreement for personal services. Accordingly, the Service Provider shall
neither assign any responsibilities nor delegate any duties arising under the Agreement without
the prior written consent of the city.
12. Acceptance Not Waiver. The City's approval or acceptance of, or payment for
any of the services shall not be construed to operate as a waiver of any rights under the
Agreement or of any cause of action arising out of the performance of this Agreement.
13. Warranty.
(a) Service Provider warrants that all work performed hereunder shall be
performed with the highest degree of competence and care in accordance
with accepted standards for work of a similar nature.
(b) Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the
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.
WOSA 7/98
9
14. Default. Each and every term and condition hereof shall be deemed to be a
material element of this Agreement. In the event either party should fail or refuse to perform
according to the terms of this agreement, such party may be declared in default thereof.
15. Remedies. In the event a party has been declared in default, such defaulting
party shall be allowed a period of ten (10) days within which to cure said default. In the event
the default remains uncorrected, the party declaring default may elect to (a) terminate the
Agreement and seek damages; (b) treat the Agreement as continuing and require specific
performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting
party commences legal or equitable actions against the defaulting party, the defaulting party
shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees
and costs incurred because of the default.
16. Bindina Effect. This writing, together with the exhibits hereto, constitutes the
entire agreement between the parties and shall be binding upon said parties, their officers,
employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs,
personal representative, successors and assigns of said parties.
17. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save
harmless the City, its officers, agents and employees against and from any and all actions,
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
WOSA 7198
10
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/Severabilit)L This Agreement shall be governed in all respect by the laws of
the State of Colorado. In the event any provision of this Agreement shall be held invalid or
unenforceable by any court of competent jurisdiction such holding shall not invalidate or render
unenforceable any other provision of this Agreement.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By: 1.
John IV. Fischbach
J
yManager
By:JamNeill II,CPPO
DireP has' g and Risk Management
Date: D�
Connell Resources, Inc
By: AkL-- ,7—wG�/
4,4 �!/t/15c cf 1
P NT N E
G�
CORPORATE PRESIDENT OR VICE PRESIDENT
Date:
ATTEST: (Corporate Sea[)
CORPORATE SECRETARY
WOSA 7/98
11
EXHIBIT "A"
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
DATED:
Work Order Number:
Purchase Order Number:
Project Title:
Commencement Date:
Completion Date:
Maximum Fee: (time and reimbursable direct costs):
Project Description:
Scope of Services:
Acceptance _
User
Service Provider agrees to perform the services identified above and on the attached forms in
accordance with the terms and conditions contained herein and in the Services Agreement
between the parties. In the event of a conflict between or ambiguity in the terms of the Services
Agreement and this work order (including the attached forms) the Services Agreement shall control.
Service Provider
By:
Date:
The attached forms consisting of U pages are hereby accepted and incorporated herein by this
reference, and Notice to Proceed is hereby given.
City of Fort Collins
By:
Date:
WOSA 7/98
12
EX' ,IT B
Connell Resources. Inc.
CONTRACTOR
By:' a
David F. SimRsnn_, Vice President
Title
Date: 7/6/00
Fort C011ins, CO 80528
8. BID SCHEDULE (Base Bid)
SECTION 00330
BID SCHEDULE
City of Fort Collins Miscellaneous` Patching Contract
i.;i•
�k.
n(
� it�
�r ,
tn!i)M1d1r !�IJ� A'�Yr'C tti0� ��
Ygr,.rop
,p
JJ
.�.
1t!
A?,
1�' ..1
4
i� �
E.y+i�yy'iiT)
�'"'II 1'1n r
Cv:
kl'.+il�
}! �J-1 ^G
.,�tD 3v�'W' 1i
j� p IIA t F
{ 1
„i ,,
4
1'��,yYY ,Y r
•r�GRib`�t "a+•y'6 N'r, j v'"
" 1Y" , 7k3�L�
It'1`/r•?�jyy�(���II["�",'1
.a W '�r3
r5
y
A .
x�1,
ep �, 4 f
t"C' r
11�
i r.?','
/N�{{1['
'n ,. „ :„
I
1[b 4 IJ�
1?41 '1F s
t �r �.:�'IBrtyri¢f�s�
p t�
rfi
,����U�1a:'a1j1�'ry�M.;.:t".
[ ;4
a�t`�s ;t v �r h • �
�• r � �r,�',�,,�.js
,�+dfia+�
S�'vr�
�Y�':•Vi
e�'S�
36 4�'
�@b��
��`� I IFI���
�'"rrP;i�j
r,.Y�t j�V
'X��-',�:'2M�fB
�i,� f� II ���li1a+
l�e,w"�gPSI�'(S¢
p�1A t�"�1G
spiv-;��1� 13 iaj+,a��a
Excavation - General
1 1Excavation
, 11
•
1 1 11
Borrow - Class 5 Road Base - Complete In
1 1Place
1 �1
•
1 1 11
�1 1HandPatching
.1
•
/1
. �tl 11
1 .1
Paver Patching
1 1
•
11
1 11
"NO PARKING" Sign With Stand
•.
• 1
Vertical Panel Without.
�'
11
1 11
Mob
• 1Type
I Barricade Without Light
M
11
1 11
MM
. 1•Type
1 Barricade Without.•
M-1
Per Day Per
Type III Barricade Without Light
Each
Size A Sign With Stand
11
8/98 Section 00300 Page 2
614.07
Size B Sign With Stand
1 1 90
Per Day Per
Each
20
38.00
614.08
Size A Specialty Sign - Cost of
Manufacturing
46-00
Each
1
46.00
614.09
Size B Specialty Sign - Cost of
Manufacturing
Each
1
51.75
614.10
Cone With Reflective Strip
.701
Per Day Per
Each
1,000
700.00
614.11
Safety Fence
1.75
Per Day Per Roll
5
8.75
614.12
Light - Steady Brun
.20
Per Day Per
Each
25
5.00
614.13
Light - Flashing
.201
Per Day Per
Each
300
60.00 j
614.14
Advance Warning Flashing - or Sequencing
Arrow Panel 1
34.50
Per Unit Per Day
5
172.50
614.15
Traffic Control Supervisor
322.00
Per Day
50
16,100.00
614.16
Traffic Control Supervisor
27-60
Per Hour
100
2,760.00
614.17
Flagging
9n 7F
Per Hour
200
d q;n nn
two hundred thirty-two thousand., eight hundred seventy-six Dollars,and fifty Cents.
Signed] Address 4305 E. Harmony Rd.
David E. Simpson, re 'dent~ Fort Collins, CO 80528
Company Connell Resources; Inc. Phone/Fax
P:(970) 223-3151 F:(970) 223-3191
Check One: Individual Doing Business in Company Name
_ X Corporation
_ Partnership
8/98 Section 00300 Page 3