Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout109252 ARMADILLO CONSTRUCTION - CONTRACT - BID - 5555 BALLFIELD FENCING ANNUALSERVICES 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 ARMADILLO CONSTRUCTION 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. Services to be Performed
a. This Agreement shall constitute the basic agreement between the parties for services
for Ballfield Fencing. 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 Fifty Thousand Dollars ($50,000.00)
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
11. Fabric replacement only
(not including demolition and per specifications)
10' 6 gauge with backstop rails
$ / L.F.
10' 6 gauge with top, middle and bottom rails
$ `°= / L.F
10' 9 gauge with top, middle and bottom rails
$ I-V / L.F
8' 9 gauge with top, middle and bottom rails
$ 7� jc / L.F
8' 9 gauge with top rail only
$ i, is, - / L.F
6' 9 gauge with top rail only
L.F
5' 9 gauge with top rail only
$ -7° / L.F
Additional cost for hanging elevated fabric
$ f©/ L.F
(upper portions of backstop)
12• $ Hourly charge for miscellaneous
work as needed.
13. Maximum material mark-up City will pay:
1) < $500.00 + 10% Bidder's mark-up
2) > $500.00 + 8% Bidder's mark-up
Since miscellaneous materials and hourly charge will be a minor factors with this contract in
most cases, they will not be calculated in bid method of award, but contractor must honor both
mark-up rate and hourly charge.
FIRM NAME Z�rw- a=j^j efZ
Are you a Corporation, Partnership, DBA, LLC, or PC
SIGNATURE�'s%_
ADDRESS � 7
PHONE/FAX # 'VV3 7917• e196 -20L7
i� Jr--1 6
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.
WOSA 7/98
�yrrr i�i� 1{1{tt yEyE 1■E 1lktftE 1Et ��rrt
ACORDmNMi �SS� [RRtw�k►Mr DATE (MM DD YY)
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Riedman Corporation ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P.O. BOX 2226 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Fort Collins, CO 80522-2226 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
(970) 482-7747 FAX(970) 484-4165 COMPANIES AFFORDING COVERAGE
COMPANY
A Hawkeye-Security
INSURED
Armadillo Construction Co Inc.
—
COMPANY
B
COMPANY
C
229 N. Highway 287
Fort Collins, CO 80524
COMPANY
D
THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MWDOrM
POLICY EXPIRATION
DATE (MTYPE
MMD
LIMITSDIM
A
GENERAL
LIABILITY
PP069634
0 8 / 01 / 0 0
0 8 / 0 1 / 01
GENERAL AGGREGATE
$
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ® OCCUR
PRODUCTS - COMPIOP AGO
$
PERSONAL & ADV INJURY
$
'EACH OCCURRENCE
$ 0
OWNER'S & CONTRACTOR'S PROT
FIRE DAMAGE (Any one fire)
$
Per Project
MED EXP (Any one Person)
$
Aacrracratp
AUTOMOBILE
LIABILITY
PP0696 4
0 8 / 01 / 0 0
0 8 / 01 / 01
A
ANY AUTO
COMBINED SINGLE LIMIT
$ 1 011,0000
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per pereon)
$
HIRED AUTOS
NON -OWNED AUTOS
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
$
GARAGE
LIABILITY
AUTO ONLY - EA ACCIDENT
$
ANY AUTO
OTHER THAN AUTO ONLY:
EACH ACCIDENT
$
AGGREGATE
S
A
I EXCESS LIABILITY
PP069W
0 8 / 01 / 0 0
0 8 / 01 / 01
EACH OCCURRENCE
$ 1,000-000
UMBRELLA FORM
$
AGGREGATE
OTHER THAN UMBRELLA FORM
S
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITYER
WC TATJ �0T1i-
EL EACH ACCIDENT
$
THE PROPRIETOR/ MCL
PARTNERS/EXECUTIVEEL
DISEASE - POLICY LIMIT
$
OFFICERS ARE: EXCL
EL DISEASE - EA EMPLOYEE
$
OTHER
DESCRIPTION OF OPERATIONSR.00ATIGAINVEHICLESWECIAL ITEMS
CERTIFICATE HOLDER IS ADDED AS ADDITIONAL INSURED
CEtTIFICz�7#_.}1 tip(!: . .:xx
CITY OF FORT COLLINS
ATTN: JOHN STEPHENS
256 W MOUNTAIN
FORT COLLINS CO 80521
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEILED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORDED REFIRETA
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 November 15, 2000, and shall
continue in full force and effect until November 14, 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 the parties.
All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent
WOSA 7/98 2
to the following address:
Service Provider:
Armadillo Construction
229 N Hwy 287
Fort Collins CO 80524
City:
Eileen Scholl
Parks Div
City of Fort Collins
P O Box 580
Ft. Collins, CO 80522
With Copy to:
John Stephen
Purchasing Div.
City of Fort Collins
P. O. Box 580
Ft. Collins, CO 80522
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.
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 two (2) 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.
WOSA 7/98 3
8. Liquidated Damages. OWNER and CONTRCTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed
within the times specified in the work order, plus any extensions thereof allowed in accordance with
Article 12 of the General conditions. They also recognize the delays, expenses and difficulties
involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not
completed on time. Accordingly instead of requiring any such proof,
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 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
WOSA 7/98 4
the highest degree of competence and care in accordance with accepted standards for work of a
similar nature.
b. Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the most suitable grade of
their respective kinds for their intended use, and all workmanship shall be acceptable to City.
C. Service Provider warrants all equipment, materials, labor and other work, provided
under this Agreement, except City -furnished materials, equipment and labor, against defects and
nonconformances in design, materials and workmanship/workwomanship for a period beginning
with the start of the work and ending twelve (12) months from and after final acceptance under the
Agreement, regardless whether the same were furnished or performed by Service Provider or by
any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or
nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by
Service Provider in a manner and at a time acceptable to City.
14. Default. Each and every term and condition hereof shall be deemed to be a material
element of this Agreement. In the event either party should fail or refuse to perform according to
the terms of this agreement, such party may be declared in default thereof.
15. Remedies In the event a party has been declared in default, such defaulting party
shall be allowed a period often (10) days within which to cure said default. In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek
damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail
himself of any other remedy at law or equity. If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the non -
defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because
of the default.
WOSA 7/98 5
16. 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
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 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 Aareement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
19. Law/Severability. 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
WOSA 7/98 6
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 c(orrp,,oration i4n
q.
John F. Fischbach
City Manager
By;
J0eusT.
Neill II, CPPO
Dire to of Ping and Risk Management
Date: L$llzoc�k:>
ARMADILLO CONSTRUCTION CO., INC.
By: I/U . -F-
w F•
Print Nqqe (
Titlefe�<(�w�
Corporate President or Vice President
Date:
ATTE 4Corporate Secretary
wosA visa
0 -21-00
(Corporate Seal)
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 The attached forms consisting of _ U pages
identified above and on the attached forms in are hereby accepted and incorporated herein by
accordance with the terms and conditions this reference, and Notice to Proceed is hereby
contained herein and in the Services Agreement given.
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:
CC: Purchasing
WOSA 7/98
City of Fort Collins
By:
Date:
EXHIBIT B
BID SCHEDULE - BID #5555
BALLFIELD FENCING
Item
Description
1.
20' tall Backstop
60 L.F. X $5 per L.F
( per elevation drawing)
2.
10' chain link fencing
40 L.F. X $ &�per L.F.
( excluding gates )
3.
8' chain link fencing
44 L.F. X $ /T per L.F.
( excluding gates )
4.
6' chain link fence
40 L.F. X $�/,3`-` per L.F.
( excluding gates )
5.
5' chain link fence
40 L.F. X $ Z, = per L.F.
( excluding gates)
6.
4' w X 5' h dugout gate
each
( include hinge and latch post )
( include related fittings )
(per detail F1)
7.
4' w X 6' h dugout gate
$each
( include hinge and latch post )
( include related fittings )
(per detail F2)
8.
4' w X 8' h dugout gate
each
( include hinge and latch post )
( include related fittings )
(per detail F1)
9.
12' w x 5' h double service gate
$ 0461 each
( include both hinge posts )
( include related fittings )
(per detail F3)
10.
26' tall Backstop
80 L.F. X $ 100 per L.F.
( per elevation drawing)
FIRM NAME �'/�HAi�fy s -r-.cc� .�_ '��
1