HomeMy WebLinkAbout109244 WASTE MANAGEMENT UNITED SITE SERVICES - CONTRACT - BID - 5918 PORTABLE TOILETS (2)SERVICES 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 UNITED SITE SERVICES INC., hereinafter referred to as "Service Provider".
W ITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Scooe 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 July 1, 2005, and shall continue in
full force and effect until June 30, 2006, 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. Renewals and pricing changes shall be negotiated by and
agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State
Planning and Budget Office will be used as a guide. 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.
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
SA 1012004
EXHIBIT B
INSURANCE REQUIREMENTS
1. 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.
Fax Server 6114/'LUUb U:13 AM PAU r/UUZ rax server
ACORQrr, CERTIFICATE OF LIABILITY INSURANCE 11/03r2005
06114/2005
PRODUCER
LAC1(tOfl Canes
p
444 W.4Rh Street, Suite 9W
Kansas City Mo 64112-1906
(816) 9648000
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTfFICATh DOES NOT AMEND, EXTEND OR
LTERT_HFFrOV-R?GE-AEEORDEDBYTtlE_PQUrI &S ow.
INSURERS AFFORDING COVERAGE
INSURED UNITED SITE SERVICES
1051643 Pp, BOX 219
COMMERCE CITY CO W037
INSURER At
NsuRER B . ANERICAN GI JARANTEE & LIABTLTT"*"'
su 'INSURANCR CO.-ZLW .
INSURE
INSURER
COVERAGES UNISI02 XO
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED 70 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 13E ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT 70 ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR I
LTR
TYPE OF INSURANCE
POLICY NUMBER
POUCYEFFECTIVE
D WYY
POLICY EXPIRATION
OATFIMMJDDffYI
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL CENERALLIA847V
CLAIMS MADE a OCCUR
7 CONfRACTUALIXGT)
R02641435338024
11/03/2004
11/032005
gACH OCCURRENCE
S 1 0OO O0U
FIRE DAMAGE Any me are
6 100000
MED EXP AA one ereon
g 10 000
PERSONAL&ADVINJURY
8 1000000
X,
�OLLLTIIUN _.
GEN-.ERPL �REGATE_
PIaODUCYG- COMPIOP AGG
5 2 00Q,000
2000000
GEN, AGGREGATE LIMIT APPLIES PER'.
PRO-
PCLfCY JEC
A
AUTOMOSILEUA541TY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NOR -OWNED AUTOS
AS2641435338034
11/03/2004
11/03/2005
COMBINED SINGLELIMI7
IE ocddem)
g 2,000,000
X
SOPILV INJURY
(Poi poison)
g
X
SGpILY INJURY
(Par accldel)
9 3CJr.XX%0�ii
X
PRopgkTY DAMAGE
(Per amideMl
g X'
GARACELIASILt"
ANY AUTO
NOTAPPLICADLE
AUTOONLY-EAAOCIOENT
°+
OTHER THAN EAACO
AUTOONLY; AGG
8 3C0QCXXX
9 XXXX oC
B
EXCESS LIABILITY
XI OCCUR �r-LArms MADE
❑ UYBREUA
DEDUOTTBLE X FpiM
RETENTION 3
AUC427541600
11/03/2004
11/03/2005
EACH OCCURRENCE
5.000000
AGGREGATE
is 5000000
g XXXKXXX
± i.700=
_ ._
1 XXXKM
A
WORKERS COMPENSATION AND
EMPLOYERS' UAB1UTY
WA7641)435338014
11/03/2004
11/01/2005
X WC STATU. 0
H.
E.L. EACH ACCIDENT .._
b __ j000,000 u
E.L. 015EA5E-EAFWPLOYEE
P 000000
E,L, DISEASE - POLICY LIMIT
8 1 000 000
OTHER
DOCRIPTION OF OPERA'noXa LOCAT1ON9N HCLMFEXCLUS10115 ADDEDBY ENDORBEMENTISPECIAL PROVISIONS
=Y OF FORT COLLINS 15 AN ADDITIONAL INSURED AS REQIMkED BY WRITTEN CONTRACT.
2317523 SHOULD ANY OF TH ; ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION
CITY OF FORT COLLINS DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
PO BOX Sea
FORT COLLINS CO 60522 NOTICE TO THE CERTIFICATE HOLDER NAMED TO TIE LEFT. BUT FAILURE TO DO 80 SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY HIND UPON THE IW31JAER, ITS AGENTS OR
REFRESCUTATIVES,
AUTHORISRD REPRESENTATIVE
Ar.nvn IR_c nrovj Parp. fioR .a rtunalw unu nw. eo tcrrne numbrlwl.d"WPrMucor axponamwangswa7F n.enoN eeeo UNlsmz. 0 ACORO CMPORATON 1988
notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to
the following addresses:
City:
City of Fort Collins Purchasing
Division
P.O. Box 580
Fort Collins, CO 80522
Attn: Ed Bonnette, C.P.M.,
CPPB, Buyer
Service Provider:
United Site Services Inc.
6015 E. 59`h Avenue
P.O. Box 219
Commerce City, CO 80037
Attn: Vickie Speer, Account
Manager
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 Exhibit A Pricing Schedule.
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 neither assign any
responsibilities nor delegate any duties arising under the Agreement without the prior written
SA 10/2004
2
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 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
SA 1012004
3
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.
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 10/2004
4
ATTEST:
TE SECRETARY
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By: C�>�
Jam B. O'Neill II, CPPO, FNIGP
Direc r f Purchasing and Risk Management
Date: /O
Jon G's Portable Toilets
Doing business as United Site Services, Inc.
By:
PRINT NAME
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: ....z. 'N,�`f
(Corporate Seal) R.9
J
i
t
t
SA 10/2004
5
EXHIBIT A
PRICING AND SCOPE OF WORK
GENERAL SERVICES REQUIREMENTS
Daily rental of portable toilets to be serviced once per week (for special events)
Estimate 4 @ $44.00//Each $176.00 Total
Daily rental of handicapped -accessible portable toilets to be serviced once per week
(for special events)
Estimate 2 @ $55.00/Each $110.00 Total
Monthly rental of portable toilets to be serviced once per week (see General Services
Locations)
19 @ $58.00/Each $1,102.00 Total
Monthly rental of handicapped -accessible toilets to be serviced once per week
(see General Services Locations; Natural Areas)
3 @ $81.00/Each $243.00 Total
Monthly rental of handicapped toilet to be serviced once per week @ Soapstone Prairie
1 @ $81.00/Each $81.00 Total
GRAND TOTAL $1,712.00
Scope of Work and General Requirements
1. Each portable toilet shall display a record of service clearly identifying personnel
performing service and date of service.
2. Pick up of canceled units or of units reaching their pre -established
termination date will be made within one week of cancellation or termination.
3. Units will be anchored, at the expense of the Contractor, where necessary.
4. Minor repairs of units will be made on site when possible. Any unit which cannot be
repaired on site must be exchanged within 48 hours.
5. Contractor must insure that toilet tissue will be placed in all units at the time of
service.
6. Units which have been overturned shall be righted by the Contractor at no charge to
the City.
7. Each unit shall be equipped with original equipment or the manufacturer's
replacement parts. Units with altered or rigged equipment will not be accepted, i.e., eye
and hook as replacement for locking mechanism.
8. Each unit shall be equipped with a working lock system, occupied/vacant indicator,
tissue paper holder that is firmly attached to the unit per manufacturer's specification,
seat cover shall be hinged and in working order. All other equipment shall be in working
order.
9. All units shall be consistent in color, appearance and age. These units are for public
use and must represent a positive image.
10. Frequency of cleaning units must be maintained, i.e. weekly or daily. If awarded
contractor misses cleaning any units more than two times per year, City has the right to
cancel contract and award a new contract with next low responsive, responsible bidder.
11. Awarded contractor will be responsible for replacement of portable toilet if damaged
by an act of God. City will be responsible for replacement if damaged by vandalism.
12. The Contractor shall provide one single point of contact to the City to handle any
service issues, and notify the City immediately if there is a contact change. The
Contractor shall also provide one single point of contact to the City to handle any billing
issues. The Contractor agrees to hold prices firm for the term of the Annual Contract.
Any price adjustment requests for the following year will be submitted when the Renewal
Letter is sent out; the City of Fort Collins uses the Denver Boulder Greeley CPIU index
published by the Colorado State Planning and Budget Office as a guide. The contractor
agrees that they will not charge the City any Fuel Surcharges, Finance Charges, or Late
Charges. All billing will be sent to the Accounts Payable Department at P.O. Box 580,
not to the individual departments.
a) SERVICE PROVIDER SERVICE ISSUES CONTACT: Vickie Speer
TELEPHONE: (303) 985-0164 FAX: (303) 985-1428
Or (888) 232-0001
EMAIL: Vickie.speer@unitedsiteservices.com
CELL #: (303) 210-0849 EMERGENCY: (303) 435-0077
BACKUP: Rochelle Denner
SERVICE PROVIDER BILLING ISSUES CONTACT: Richard Priest
TELEPHONE: (303) 985-0164 FAX: (303) 985-1428
Or (888) 232-0001
EMAIL: Richard.priest@unitedsiteservices.com
CELL #: (303) 985-0164 EMERGENCY: (303) 435-0077
BACKUP: Larry Perez
b) CITY SERVICE ISSUES CONTACT: Mike Calhoon, Parks & Recreation
TELEPHONE: (970) 221-6128 FAX: (970) 221-6849
EMAIL: mcalhoon@fcgov.com
Jim Miller, Natural Resources
TELEPHONE: (970) 416-2133 FAX: (970) 224-6177
EMAIL: jmiller@fcgov.com
CELL #:
N/A EMERGENCY: (970) 221-6775
BACKUP:
Ed Bonnette (970) 221-6775
CITY BILLING ISSUES CONTACT: Alicja Miodonski
TELEPHONE:
(970) 416-2438 FAX: (970) 221-6782
EMAIL:
amiodonski@fcgov.com
CELL #:
N/A EMERGENCY: (970) 221-6788
BACKUP:
Linda Brown (970) 416-2441
GENERAL SERVICES
PORTABLE TOILET LOCATIONS
PARKS
These portable toilets need once a week service.
(Date of service is 10/17/05 to 4/17/06)
(Legacy, Rolland Moore B-ball, NACC, and Dog Park are year 'round)
Site
Address
Number of Units
Buckingham Park
101 First St.
1
City Park Ballfields
211 S. Bryan Ave.
1
Cottonwood Glenn
3074 S. Overland Trail.
1
Dog Park
Horsetooth Rd. & Horsetooth Ct.
1
Edora Park
1420 East Stuart Street
1
English Ranch
3825 Kingsley Drive
1
Greenbriar Park
730 Willox Lane
1
Homestead Park
7045 Avondale Dr.
1
Legacy Park
300 Woodlawn Drive
1
Martinez Park
600 N. Sherwood
1
Old Fort Collins Heritage
112 E. Willow
1
Park (NACC)
Rolland Moore Park
2201 South Shields Street
3
Spring Park
2100 Matthews St.
1
Troutman Park
500 W. Troutman Parkwav
1
CEMETERY
Weekly service from March to November. Monthly service December to February.
Roselawn Cemetery 2718 E. Mulberry 1
NATURAL AREAS
Gustav Swanson
N. Shields Pond
Riverbend Ponds
Arapaho Bend
Bobcat Ridge
Soapstone Prairie
445 Linden St.
1 accessible
1333 N. Shields St
1 accessible
2425 Countryside Dr.
1
3950 County Rd 7
1
8281 W County Rd 32C Masonville
1 accessible
3700 Soapstone Prairie Rd.
1 accessible
25 mi north on 1-25