Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout133071 BIO KLEAN - CONTRACT - BID - 5859 PRESSURE WASHING FOR PARKING 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 Bio-Kleen Environmental, 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 three (3)
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 June 15, 2005, 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 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
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.
HE
EXHIBIT C
Bid Schedule ax 0 5 ?'5 9
Contractor to furnish all labor, materials, equipment, supervision and incidentals necessary to
complete the work per attached specifications. City reserves the right to award individually or
grand total.
Old Town Parking Structure
$
i -I `l 5
C, o
Civic Center Parking Structure
$
'f. q
o ' 00
Poudre Fire Authority Admin Offices $
311Goo'
Grand Total Blo-Wean EnvironmerAei 3 1 1 (0 8` p
Firm name 146W. Swallow Rd. Suite A2
Mpqrf
Signature D-1'11�
Address
Phone/Fa)c# � i d `a9 (3 c� C) X
`-0 da C)d7 Fkdr+\0—.
SA 10/01
4
p . 5
ACOR©�, CERTIFICATE flF LIABILITY INSURANCE
0DAT6/CaM/200Y}
06/c3/2004
PRODUCER (970) 484-2805
Sohn C. Beckett & Associates Inc.
220 Smith Street
Ft. Collins CO 80524-
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
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
NAIC #
INSURED
Roger Albrecht DBA Blo Klean
145 West Swallow Road, Ste A2
Fort Collins CO 80525-2500
WSURERk-LVANSTON INSURANCE
_
INSURERB.
INSURER C'_
_
INSURER 0:
INSURERS-
_
X
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHST:.IO1NG ANY
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MIS!' PERTAIN,
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCPD.ICIES.
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
-
LTR TR
Ot
NERD
....: _ -
TYPE Of INSURANCE
-
POLICY NUMBER
POLICY EFFECTIVE
DATE MMIDDNY
POLICY EXPIRATION
DATE MM(DO(YY)
_. .
LIMITS
A
GENERAL LIABILITY
/ %
/ /
EACH OCCURRENCE
5 5CO3 000
X COMMERCIALGENERALLIABILITY
�j
CLAIMS MADE I Al OCCUR
CLOS0300270
07/25/2003
07/25/2004
DAMAGE TO RENTED
PREMISES F.aoccorm+ce
F 5J,000
MED EXP An one son)
$ 1,000
PERSONAL S AOV INJURY
$ 500,000
GENERAL AGGREGATE
$=,000,000
PRODUCTS-COMPIOP AGG
6
GEN'L AGGREGATE LIMIT APPLIES PER:
X POLICY JPE'a F I LOC
AUTOMOBILE
LIABILITY
NO COVERAGE
% /
/ /
COM94NED SINGLE LIMB'
ANY AUTO
(Ea avgdeaq
BODILY INJURY
ALL OWNED AUTOS
/ %
/ /
SCHEDULED AUTOS
(Per Person)
9
AUTOS
HIRENON-OWNED
NON•OWNEb AUTOS
/ /
/ %
BODILY INJURY
(Per accitlarq
}
PROPS cleat) AGE
(Per acddent)
B
GARAGE LIABILITY
AUTO ONLY -EA ACCIDENT
—�
s
ANYAUTO
NO COVERAGE
/ /
/ /
OTHERTHAN EA ACC
/_`—_{
jj
AUTO ONLY: AGG
s t
I
IXCESSAIMBRELLA LIABILITY
OCCUR CLAIMS MADE
NO COVERAGE
EACH OCCURRENCE
i 1
AGGREGATE
--}
T 1
DEDUCTIBLE
a I
RETENTION SWORK
5 i
EM O�YERS' LABILITY COMPENSATION AND
NO COVERAGE
/ /
/ /
W U.
7 R LIMITS ER
E.L EACH ACCIDENT
.--.
11
ANY PROPRIETORIPARTNEREXECUTNE
OFFICERMEMBER EXCLUDED?
If yes. desm'6e under
E.L DISEASE - EA EMPLOY
_
T
E.L. DISEASE -POLICY OMIT
__.
s
SPECIAL PROVISIONS below
OTHER
NO COVERAGE
DESCRIPTION Of OPERATIONWLOCATIONSMEHICLES!EXCLUSIONS ADDED BY ENDORSEMENTISPECUU. PROVISIONS
I
CITY OF FT COLLINS
281 N. COLLEGE
P.O. BOX 560
FORT COLLINS
RD 25 (2001103)
INS025 poBIz5
(970) 224-6134 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED 7EFORF THE
EXPIRATION DATE THEREOF, THE ISSWNG INSURER WILL ENOEAVC'R TO MAIL
10 DAYS WRITTEN NOTICE TO THE CEIMFICATE HOLDER NAMED TO. T �E LETT, BUT
FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY HIND UPON THE
AUTHORIZED REPRESENTATIVE
CO 80524- "' t �a7TA�
ELECTRONIC LASER FORMS, INC. - (Wa)32T-050S
Q ACORD CORPORATION 1988
1age I of;
F - 6
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this
certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an
endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such
endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing
insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively
amend, extend or alter the coverage afforded by the policies listed thereon.
ACORN 25 (2001108)
INS025 (oioa).os Page 2 of 2
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:
Bio-Klean Environmental
145 W. Swallow Rd., Suite A2
Ft. Collins, CO 80525
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 Option 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.
SA 10/01
5
CITY OF FORT COLLINS, COLORADO
a municipal corporation %
By: b 92,
Jam s . O'Neill II, CPPO, FNIGP
Directbf of Purchasing and Risk Management
Date: -7 / 'I / O
Bio-Klean nvironmentaall
By:
PRINT NAME
Date: �T
SA 10/01
EXHIBIT A
REQUIREMENTS AND SPECIFICATIONS
Background
Both parking structures are open to the public at all times. Parking attendants are
present during specified hours of operation throughout the day and evening hours. When
attended, access to parking in the structure is controlled by automated gates.
Requirements
1. Contractors responding to this bid must be qualified to do the work and have
experience pressure washing similar buildings. Please provide a list of three
referrals.
2. The equipment used must be capable of producing the desired cleaning results.
3. All wash water must be collected and treated as wastewater and disposed of in
an appropriate manner. It will be the responsibility of the contractor to insure this
process is adhered to.
4. The contractor will provide the City with a list of cleaning agents and the Material
Safety Data Sheet on each product. No solvents will be used only soap or a ph
acceptable caustic.
5. The City must receive a copy of any agreement made with a waste disposal facility.
6. The Civic Center Parking Structure has a stormceptor located at the north end of
the facility. Its purpose is to prevent oil and sediment from being discharged to the
stormdrainage system. The contractor will be required to remove and properly
dispose of any solids or oils in the stormceptor prior to pressure washing the facility.
The stormceptor will then be cleaned again after the pressure washing is completed.
7. The contractor will be responsible for pumping the wastewater from the stormceptor
to the sanitary sewer. The distance between the stormceptor and the sanitary sewer
is approximately 4'. Wastewater may be tested prior to being pumped from the
stormceptor to determine suitability of release to the sanitary sewer. Care must be
taken to prevent any oil and sediment from the bottom of the stormceptor from
entering the sanitary sewer.
8. The parking structures must remain open for use as much as possible without
presenting a hazard to patrons and their vehicles. Coordination of the cleaning will
be discussed and a schedule agreed upon between Parking Services and the
contractor. Pressure washing of each facility must be completed between 2:OOam
Sunday and 5:00 am Monday.
Specification
The objective of this cleaning effort must be to remove all dirt, debris, black marks,
grease, oil, food stains, gum, etc. from the building surfaces. Detailing is defined, as the
usage of environmentally safe chemicals when and where needed. Cleaning is defined
as the usage of high-pressure water, hot or cold.
The areas to be pressure washed will be listed in the scope of work for each parking
structure.
All automated parking equipment and elevators will be excluded from this bid.
Scope of Work: Old Town Parking Structure
1) Building Exterior:
a) Clean and detail all driveways.
b) Clean and detail all sidewalks and curbing.
c) Clean and detail all exterior brick.
d) Clean and detail all windows and windowsills.
2) Building Interior:
a) Pressure wash levels 1through 4.
b) Clean and detail all walls and ceilings.
c) Clean and detail all drive surfaces including ramps.
d) Clean and detail all parking stalls
e) Clean and detail all pedestrian walkways.
f) Clean and detail north and south stairwells including:
i) Ceilings and walls
ii) Handrails
iii) Landings
iv) Windows
v) Stairs and underside of stairs
vi) Canopy over the South stairwell
g) Pressures wash the exterior of the attendant booth including the airconditioning
unit on top of the booth.
Scope of Work: Civic Center Parking Structure
1) Building Exterior:
a) Pedestrian ramps off the east alley
b) Steps on the north west corner of the building near the elevator.
c) Pedestrian walkway leading from the parking structure to the Opera Galleria:
i) Walkway
ii) Handrails
iii) Awning (top and bottom)
d) Ramps at all entrances
e) All curbing around entrance at Mason and Laporte
f) All three stairwells from the 5th tier to level 1:
i) Hand rails
ii) Stairs including under stairs at each level and landing.
2) Building Interior:
a) Pressure wash levels 1through 4.
b) Clean and detail the following on each level:
h) Drive allies and ramps
i) Parking spaces
j) Walls and ledges
k) Ceilings
1) Pillars
m) Lights
n) Signage
o) Clearance bars
p) Stand pipes
q) Trash receptacles
r) Bike lockers
s) Attendants booth including air-conditioning unit on roof.
3) Loading dock:
a) Clean and detail the following:
i) Parking area
ii) Loading dock
iii) Ramps
iv) Railings
v) Walls
vi) Signage
I