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 - 5863 BUCK AND RAIL FENCESERVICES 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 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. Scope of Services. The Service Provider agrees to provide services in
accordance with the scope of services attached hereto as Exhibit "A", consisting of two (2)
pages, and incorporated herein by this reference.
2. Time of Commencement and Completion of Services. The services to be
performed pursuant to this Agreement shall be initiated within five (5) days following execution
of this Agreement. Services shall be completed no later than December 1, 2004. Time is of the
essence. Any extensions of the time limit set forth above must be agreed upon in a writing
signed by the parties.
3. Delay. If either party is prevented in whole or in part from performing its
obligations by unforeseeable causes beyond its reasonable control and without its fault or
negligence, then the party so prevented shall be excused from whatever performance is
prevented by such cause. To the extent that the performance is actually prevented, the Service
Provider must provide written notice to the City of such condition within fifteen (15) days from
the onset of such condition.
4. Early Termination by City/Notice. Notwithstanding the time periods contained
herein, 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
s.a 10/01
i
CERTIFICATE OF LIABILITY INSURANCE
American Family Insurance Company ❑
American Family Mutual Insurance Company if selection box is not checked.
6000 American Pky Madison, Wisconsin 53783-0001
Agent's Name, Address and Phone Number (Agt./Dist.) Insured's Name and Address:
Larry D Peterson (119/309) Armadillo Construction Company
149 W Harvard, Suite102 229 N Hwy 287
Fort Collins, CO 80525 Fort Collins, CO 80524
970-229-9393
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 coveraoe afforded by the policies listed below.
0, 1/ A ,.
This is to certify that 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.
POLICY TYPE
TYPE OF INSURANCE
POLICY NUMBER
Effective
Expiration
LIMITS OF LIABILITY
Mo,Da ,Yr
Mo,Da ,Yr
Homeowners/
Bodily Injury and Property Damage
Mobilehomeowners Liability
Each Occurrence
Boatowners Liability
Bodily Injury and Property Damage
Each Occurrence
Personal Umbrella Liability
Bodily Injury and Property Damage
Each Occurrence
Farm/Ranch Liability
Farm & Personal Liability Each Occurrence
Farm Employees Liability Each Occurrence
Statutory
Workers Compensation and
Each Accident
Employers Liability +
Disease - Each Employee
Disease - Policy Limit
General Liability
05-XF9633
5/21/2004
5/21/2005
General Aggregate $ 2,000,000
® Commercial General
Products - Completed Operations Aggregate $ 2,000,000
Liability (occurrence)
Personal and Advertising Injury $ 1,000,000
❑
Each Occurrence $ 1,000,000
❑
Fire Damage (Any One Fire) $ 100,000
Medical Expense (Any One Person $ 5,000
Businessowners Liability
Each Occurrence + +
Aggregate + +
Automobile Liability
05-XF9633
5/21/20N
5/21/2005
Bodily Injury - Each Person 1,000,000
x Owned Autos (Basic form)
Bodily Injury - Each Accident 1,000,000
❑ Owned Autos (Comp form)
Property Damage 250,000
❑ Hired Autos
Bodily Injury & Property Damage Combined
❑ Non -owned Autos
❑ Garage liability
Excess Liability
❑ Commercial Blanket Excess
05-XF9633
5/21/2004
r5/21/2005
Each Occurrence/Aggregate 1,000,000
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/RESTRICTIONS/SPECIAL ITEMS
+The individual or partners shown as Insured ••• elected to be
covered as employees under this policy.
++ Products -Completed Operations aggregate is equal to each
occurrence limit and is included in policy aggregate.
City of Fort Collins
Purchasing
PO Box 580
Fort Collins, CO 80522
111,15141
® Should any of the above described policies be canceled before the
expiration date thereof, the company will endeavor to mail '( 10 days) written
notice to the Certificate Holder named, but failure to mail such notice shall
impose no obligation or liability of any kind upon the company, its agents or
representatives. *10 days unless different number of days shown.
❑ This certifies coverage on the date of issue only. The above described
policies are subject to cancellation in conformity with their terms and by the
t0
6-8-04 I 1_�__
C
JUL 01 2004 14:46 FR
TO 2216707 P.01i01
ACQkD-. CERTIFICATE OF LIABI
PRODUCER
Brown & Brown Inc - Ft Collins
125 S Howes, 5th Floor
P O Box 2226
Fort Collins CO 80522-2226
Phoue:970-482-7747 Fax:970-484-4163
NMSUREn
Armadillo Fence & Security
Dallas Collet
229 N EliQhway 287
rart Collins CO 80524
I
LITY INSURANCF. olj P GA07/01 04
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
INSURER A: Pinnacol Assuranco
INSURER B:
INSURER C: _
INSURBRD:
INSURER E:
COVERAGES
THE
ANY
MAY
POLICIES.
POLICIES OF INSURANCE LISTED BELOW
REGUIREMENT. TERM OR CONDITION OF
PERTAIN, THE INSURANCE AFFORDED BY
AGGREGATE LIMITS SHOWN MAY
TYPE OF INSURANCE
HAVE BEEN ISSUED TO THE INSURED NAMED
ANY CONTRACT OR OTHER DOCUMENT WTH
THE POLICIES DESCRIBED HEREIN IS SUBJECT
HAVE BEEN REDUCED BY PAID CLAIMS.
POLICY NUMBER
ABOVE FOR THE POLICY
RESPECT TO WHICH
TO ALL THE TERMS,
pgTE M
PERIOD INDICATED.
THIS CERTIFICATE MAY
EXCLUSIONS AND CONDITIONS
OA MMIOOIY (
NOTWITHSTANDING
BE ISSUED OR
OF SUCH
LIMITS
GENERAL LIABILITY
EACH GCCURRENCE
$ -_
FlRE DAMAGE (Any one tire)
COMMERCIAL GENERAL LIABILITY
MEO EXP (Any one Perim)
9
CLAIMS MADE OCCUR
PERSONALSADVINJURY
$
.1
^—
GENERAL AGGREGATE
S
PRODUCTS-COMPIOP AGG
S
GENL AGGREGATE LIMT APPLIES PER:
71 POLICY 71 PRO' LOG
JECT
AUTOMOBILE LLABIIYY
ANY AUTO
COMBINED SINGLE LIMIY
(go 8 CCIdaPI)
S
- -
BODILY INJURY
(Par Perim)
S
ALL OWNED AUTOS
-1
SCHEDULED AUTOS
... _.,
HIRED AUTOS
NON•OWNED AUTOS
BODILY INJURY
Mot xeWenU
$
PROPERTY DAMAGE
(Per awdern)
$
—... -...
GARAGE
LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EAACC
AUTO ONLY A=
$
ANY AUTO
S
E%CESS LIABILITY
EACH OCCURRENCE
AGGREGATE
OCCUR CLAIMS MADE
S
DEOUCTIBLE
6
RETENTION S
WORKERS COMPENSATION AND
X TORT L1M178 ER
E.L EACH ACCIDENT
S1UO1000
A
EMPLOYERS'LIABILITY
4081334
05/20/04
06/01/05
E. LDISEASE - EA EMPLOYEE
$ 100,000
E.L DISEASE. POLICY LIMIT i 50O 000
OTHER
DESCRIPTION OF OPERATIONBILGCATIONSNEHICLESIEXCLU81ONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
Pax: 221-6707
CERTIFICATE HOLDER N ADomoNAL INSURED; INSURER LETTER _ CANOELLATION
ciTy . w SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR YO MAIL .111_ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT PAILURE TO 00 SO SHALL
City of Fort Coling IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
P O Box 580
Fort Collins CO 80522 REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
ACORD 25-3 (7197) ACORD CORPORATION 19EB
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:
Armadillo Construction Company, Inc.
229 N. Hwy. 287
Ft. Collins, CO 80524
In the event of early termination by the City, the Service Provider shall be paid for services
rendered to the date of termination, subject only to the satisfactory performance of the Service
Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole
right and remedy for such termination.
5. Contract Sum. The City shall pay the Service provider for the performance of this
Contract, subject to additions and deletions provided herein, the sum of Twenty-two Thousand
Sixty-six Dollars and Eighty cents ($22,066.80) the Cost Breakdown is 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.
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
SA 10/01
2
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
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
SA 10/01
3
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 ail 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.
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.
SA 10/01
4
16. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
holding shall not invalidate or render unenforceable any other provision of this Agreement.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By: �.
Ja s . O'Neill II, CPPO, FNIGP
Dire to of Purchasing and Risk Management
Date: 7
Armadillo
y aydillotioyCc
_�
0-a,-��c�-71 WK coN 1
PRINT AME n
t C�9�
CORPORATE PRESIDENT OR VICE PRESIDENT
Date:
ATTEST: UL44 1 / f , (Corporate Seal)
C " PORATE SECRETARY
SA 10/01
5
EXHIBIT A
SPECIFICATIONS FOR BUCK AND RAIL FENCE INSTALLATION
City will:
1. Mark sites for fence location and limits of construction
Sites and lengths of installation are as follows:
Arapaho Bend, west of County Rd 7, 1,130 ft
Running Deer, east side, 2,700 ft
Contractor will:
1. Supply all materials including lumber and fasteners for buck and rail fence
as per specification
2. Assemble and install buck and rail fence to designated sites according to
specification
4. Minimize any impacts of the work, to soil and vegetation on the site per
Project Manager direction
5. Clean-up work site daily
Specifications:
A) Materials - all lumber shall be untreated.
1. 400 assembled bucks:
buck posts shall be 5 feet in length and have a minimum 4 inch top
diameter.
buck posts shall be mortised for an intersection to be centered at a
distance of 3 feet and 6 inches from the larger end of the post and to a
depth no greater than 2 inches.
bracing rails shall have a minimum 3 inch top diameter and a length of 4
feet 6 inches.
Fasteners used for buck assembly shall be 3/8" zinc plated carriage bolt,
flat washer and nut.
2. 1,20Q rails:
rails shall be 12 feet in length and have a minimum 3 inch top diameter
fasteners for rails shall be ring shank spikes of sufficient length to
penetrate a minimum of 2" into the buck post.
3. In addition to the materials in 1 and 2 above, the following shall be delivered to
the City no later than one month after award of bid:
400 mortised buck posts
200 bracing rails
B) Installation on site
1. Bucks will be spaced at 10' on center.
2. Each fence section will have three rails;
One diagonal rail on the side facing the road (where applicable), with the
low end toward on -coming traffic.
Two horizontal rails on the side away from the road.
3. Horizontal rails will be attached to bucks so as to have an even overhang
at each end.
4. The top horizontal rails will be attached to the lateral vertices of the top
intersection of the buck (see photograph).
5. All bucks will face the same direction.
4
No Text
EXHIBIT B
INSURANCE REQUIREMENTS
The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under
this bid, the Service Provider shall furnish the City with certificates of insurance showing the
type, amount, class of operations covered, effective dates and date of expiration of policies, and
containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered, except
after ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option,
may take out and maintain, at the expense of the Service Provider, such insurance as the City
may deem proper and may deduct the cost of such insurance from any monies which may be
due or become due the Service Provider under this Agreement. The City, its officers, agents
and employees shall be named as additional insureds on the Service Provider's general liability
and automobile liability insurance policies for any claims arising out of work performed under
this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain
during the life of this Agreement for all of the Service Provider's employees engaged in
work performed under this agreement:
1. Workers' Compensation insurance with statutory limits as required by Colorado
law.
2. Employer's Liability insurance with limits of $100,000 per accident, $500,000
disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the
life of this Agreement such commercial general liability and automobile liability insurance
as will provide coverage for damage claims of personal injury, including accidental
death, as well as for claims for property damage, which may arise directly or indirectly
from the performance of work under this Agreement. Coverage for property damage
shall be on a "broad form" basis. The amount of insurance for each coverage,
Commercial General and Vehicle, shall not be less than $500,000 combined single limits
for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall be
responsible for any liability directly or indirectly arising out of the work performed under
this Agreement by a subcontractor, which liability is not covered by the subcontractor's
insurance.
SA 10/01
Exhibit �.
CITY OF FORT COLLINS
BID PROPOSAL
BID #5863
BUCK AND RAIL FENCE
BID OPENING: JUNE 22, 3:00 p.m. four clock)
WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS
FOR BUCK AND RAIL FENCE PER THE BID INVITATION AND ANY REFERENCED
SPECIFICATIONS:
The City of Fort Collins is requesting bids for purchase, assembly and installation of
3830 linear feet of untreated buck and rail fence located at Arapaho Bend, west of County Rd 7,
(1,130 ft) and Running Deer, east side, (2,700 ft) per the attached specifications. Work must
be completed by December 1, 2004 or as directed by the Project Manager. Awarded
contractor must sign the attached Service Agreement and provide insurance per Exhibit "B".
Any technical questions regarding this bid should be directed to Jim Miller, Project Manager at
970-416-2206
Any purchasing questions or inquiries regarding this bid should be directed to John Stephen,
CPPO, CPPB, Senior Buyer (970) 221-6777.
BID SCHEDULE
1. Cost per foot for purchase, assembly and installation
$ I 90
_per foot X 3830 feet = $ jZ • Total
2. 400 buck posts
t,� 0
$ 1 > each X 400 = $ g • Total
3. 200 bracing rails
p 0
$ �� �3 each X 200 = $_ 3 L{ b Total
GRAND TOTAL $ °2: © o ga
FIRM NAME -A s vuk R I Cow s v cA- i,00 C� • Ll.) C ,
Are you a Corporation ParWership, DBA, LLC, or PC
SIGNATURE -
ADDRESS --a __ l�✓__ �?� _
PHONE/FAX # t -r 1"oi
3