Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout102511 LAFARGE NORTHERN - CONTRACT - BID - 5948 CONCRETE REQUIREMENTS FOR UTILITIESSERVICES 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 Lafarge North America, 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 seventeen (17) 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 October 1, 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.
[Early Termination clause here as an option.
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
SA January 2005
REV. SYM: q
LIST OF ACTIVE PAGES
ORIGINAL PAGES
ADDED PAGES
SHEET
REV.
SHEET
REV.
SHEET
REV.
NO.
SYN.
NO.
SYN.
NO.
SYN.
z
A,s,C,D
E,F,G
13
A
12
s,C,D,E
8
F,G
REV. SYM:
Title Page
I
Revision Record
2
List of Contents
3
Scope of Specification
4
Applicable Reference Documenta
s
General Requirements
s
Delivery
7
Mix Designs
7
Field control Testing
8
Approved Supplier Requirements
a
Withdrawal of contractual Award
10
Evaluation of Proposals
1v
Approved Suppliers (Appendix Al
12
Mix Description (Attachments A through D)
13-16
REV. sYM:
1.0 SCOPE
This specification sets forth minimum requirements for the
making, delivery and off-loading of concrete mixtures and
sand & water mix, as described in attachments A through D
of this document, for use by the City of Ft. Collins Light
and Power utility. Finishing will be by the City.
1.1 specific requirements for design of the item(s) to be bid
are listed in ettnchment(s) to this
document.
2.0 APPLICABLE DOCUMENTS
2.1 American society for Testing and Materials (ASTM)
Standards, 26th edition, © 1989, or later edition.
2.1.1 American -Concrete Institute (A.C.I.) standards, ® 19e9, or
later revision.
3.0 CRN .RA . RROAYTR . RNTS MR CONCRETE PRODUCIPTON 6 DH7.JVPRX
Production, transportation, and 'off loading shall be by a
company specializing in providing concrete mixtures and
services normally associated with concrete production and
delivery. Personnel at the botching and mixing plant, as
well as the delivery driver shall be qualified and
experienced.
3.1 MATERIALS
3.1.1 Cement shall be standard brand Portland cement, conforming
to ASTM C 150 for Type 1-il.
3.1.2 Water shall be potable, clean and free from objectionable
quantities of silty organic matter, alkali, salts and other
impurities.
3.1.3 Fine Aggregate shall be clean, hard natural sand conforming
to ASTM C 33.
3.1.4 Coarse Aggregate shall be hard, durable, clean crushed
stone or gravel conforming to ASTM C 33.
5
REV. SYM:
3.1.5 Air Entraining Agent shall conform to ASTM C 260. The air
entraining agent shall be added to the batch in a portion
of the mixing water. The solution shall be batched by
means of a mechanical botcher capable of accurate
measurement.
3.1.6 Admixture may be added to concrete mixes to control the
set, effect water reduction and increase workability. The
admixture shall be a water -reducing normal or retarding
admixture conforming to ASTM C 494 but shall contain no
calcium chloride. The required quantities of cement shall
be used in the mix regardless of weather or not any
admixture is used. the quantity of admixture used and the
method of mixing shall be in accordance with the
manufacturers instructions.
3.1.7 Fly Ash shall conform to ASTM C 618 Type C or F.
3.1.8 water, or other adders, added a the job site by the truck
driver shall be the responsibility of the providing'
company, unless directed by Light and Power personnel.
3.1.9 The temperature of the material, when off-loaded from the
delivery truck shall not exceed 90° F. in cold weather
conditions, the temperature of material at the time of
mixing shall not be less then that indicated in the
following table for corresponding outdoor temperature (in
shade) existing at the time of placement.
Outdoor Temperature concrete mempernture
Below 300 F. 700 F
Between 300 F. & 450 F 600 F
Above 45° F. 450 F
3.2 CONCRETE BATCHING AND HANDLING
3.2.1 The ready -mix batch plant equipment and facilities must
comply with the requirement of ACI 304 and ASTM C 94.
3.2.2 Concrete shall be measured, mixed, and delivered in
accordance with ASTM C 94. All concrete not placed within
1 1/2 hours of initial contact of cement and water shall be
rejected.
3.2.3 where additional water is added to concrete mixes, it shall
be mixed thoroughly for 40 revolutions of drum or 3-1/2
minutes at mixing speed, whichever is greater.
REV. SYM:
3.3.2 Bidder agrees to on site plant inspections without prior
notice both prior to bid award and during the period of the
contract. Inspections will be during normal working hours.
4.0 DSLiVERY
4.1 Material shall be delivered to the job site, at various
locations around Ft. Collins, in truck mixers of the
revolving drum type. Trucks shall be equipped with a
mixing water tank.
4.2 Response time from order, to product delivery to the work
site, shall not exceed 2 hours unless agreed otherwise by
Light and Power.
4.3 At the city's option, it may be necessary for one delivery
truck to be standing by at the work site ready to unload
upon completion of delivery from another truck.
4.4 A delivery ticket shall be prepared for each load of
material delivered. A copy of each ticket shall, be handed
to the Light and Power crew chief (or his designate) by the
truck operator at the time of delivery. Tickets shall show
the mix identification, the number of cubic yards
delivered, the outdoor temperature in the shade, the time
at which the cement was added, and the numerical sequence
of the delivery.
u • c
5.1 Written mix design shall be included with the bid proposal.
5.2 Design mix shall contain all admixtures required by these
specifications and proposed by the bidder to be used in the
mixture.
5.3 in lieu of designing new mixes for each bid proposal,
existing mix designs meeting all requirements specified for
each mix and used successfully on previous bids may be used
provided the fallowing is submitted with the bid proposals
A. Report of mix design and previous test results
for that exact mix.
B. Reports of at least 3 sets of 7 and 28-day
compressive strength tests for ready -mix
concrete, or 3 sets of 24 hour and 28-day
compressive strength tests for Flow -Fill backfill
mix made during the last six months.
C. Reports of compliance testa of fine and coarse
aggregates made during the last six months.
7
REV. SYM: q
6.1 Tests, consisting of aggregate gradation tests, slump
Lents, air content tests, temperature testing, and/or the
securing of compression test cylinders, may be made at the
discretion of Light and Power. These tests will be
performed by an independent testing laboratory selected by
the City. The costs for field tests will be borne by Light
and Power, unless the tests show failure to meet
specifications outlined in this document. In the event of
failure, the costs for testing, and all expenses incurred
by Light and Power to remove and replace the defective
materials; if necessary, shall be borne by the company
providing the material.
7.1 Material purchased under this specification shell be from
the suppliers listed in Appendix A. suppliers not listed
may submit written proposals demonstrating compliance with
this specification and request addition to the approved
suppliers list prior to the next request for bids. In
addition to inclusion on Approved suppliers List, suppliers
must satisfy all requirements of this specification to be
acceptable.
In order to be added to the Approved supplier list
(appendix A of this document), a perspective bidder must
complete the following requirements and submit the
information tot
City of'Ft. Collins
Purchasing and Risk Management
P.O. Box 580
Ft. Collins, CO 80522
Requests for clarifications or information
directed tot
Doug Martine
Associate Distribution Engineer
(970) 224-6152
should be
4
REV. SYM:
7.2 in order to be added to the approved supplier list, the
following must be submitted prior to the request for bida:
7.2.1 written mix design.
7.2.2 Certification by an independent laboratory of the City•s
choice. Certification will include a plant inspection to
determine bidder's ability to adhere to the requirements of
this specification, including conformance to referenced Aci
and ASTM standards. inspection and certification will be
at the expense of the City. A written request for
inspection and certification may be submitted to the
address above.
7.2.3 Certified test reports from two sets of compression test
cylinders, each from different batches. Reports for ready
mix concrete shall include two at 7 days cure, and two at
28 days cure. Reports for Flow -Fill backfill shall include
two at 24 hours cure, and two at 28 days cure. compression
test cylinders shall be cast and stored as specified in
ASTM C 31. Laboratory cured compression test cylinders for
Ready -Mix Concrete shall be at least 15% greater than the
minimum specified strength.
7.2.4 Certified results of slump tests from each of the two
batches. slump teats shall conform to AsTM c 172.
7.2.5 The above tests shall be performed and certified by an
independent testing laboratory approved by the City, and be
dated no earlier than 24 months prior to bid opening. with
written concurrence from the city, test results exceeding
24 months old may be submitted.
7.2.6 sand & water mix is exempt from qualification teat
requirements.
7.2.7 Test reports shall include at least the following
information:
i.Description of Material tested.
2.Source of concrete Aggregate and cement.
3. cement Type and Brand.
4. Manufacturer and Brand Name of Admixtures.
5. Proportions of Concrete Mixed Per Cubic Yard.
6. Test Results for each property specified for Design Mix.
7.Date of batch preparation.
B.Date of break teats.
9.City of Ft. Collins Specification Number.
10.slump of mix, in inches.
il.areakage strength in pounds per square inch.
12.signature of a representative of the testing laboratory.
7.2.8 The above qualification tests shall be performed at the
expense of the company requesting inclusion in the Approved
suppliers List.
e
REV. SYM:
7.2.9 Three references other than the City of Ft. Collins, from
the previous 12 months, business:
1.Name of Companyr
Addressr
Contact Person & Phone No._
2. Name of Companyr
Addressr
Contact Person & Phone No._
3. Name of Company
Address:
contact Person .& Phone No.-
8.0 ]qTTHDRAKAT, OF CONTRACTUAi• AWARD
Purchase order is contingent on conformance with these
specifications and attachments. The City reserves the
right at any time to cancel the purchase contract, if in
the opinion of the City, the product or delivery does not
meet specifications, even if non -conforming material has
previously been accepted. At the discretion of the City, a
supplier providing non -conforming material may be removed
from the Approved suppliers list for an indefinite re-
evaluation period of not less than two years.
9.0 EXALUATTON OF PROPOSALS
9.1 in evaluation the proposals, the Purchaser will consider
whether the Bidder can perform the contract and provide the
services specified within the time specified without delay
or interference. in addition, the following and any other
factors that determine which proposal beat serves the
interests of the City will be considered. Failure to
comply with the requirements of this specification;
including 3 positive references, will result in
disqualification of the bid.
9.1.1 Proposal price
9.1.2 Qualification Compression Test reports (for concrete
mixtures).
9.1.3 Qualification Slump Test reports (for concrete mixtures).
9.1.4 written mix design.
10
REV. SYM:
9.1.5 Aggregate compliance report.
9.1.6 Certification as outlined in this specification.
9.1.7 The character, integrity, reputation, judgment, experience,
efficiency, and quality of performance of previous
contracts or services.
9.1.6 The material bid meets all referenced specifications,
without exception (check one):
13 YES
El No (attach explanation)
9.1.9 At the discretion of the City, the bid award may be split
between two or more bidders.
71
January 2002
APPENDIX A
Approved Suppliers
Specification 366-501
The following vendors are approved for providing all materials to the City of Fort Collins:
Aggregate Industries
Lafarge
EZ Pour Ready Mix
12
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: Service Provider:
City of Fort Collins - Purchasing Lafarge North America
PO Box 580 1800 N Taft Hill Rd.
Fort Collins. CO 80521 Fort Collins. CO 80521
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 Cost Breakdown which 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.
SA January 200E
Z
_REV sYM: A
MIX PERFORMANCE
24 HOUR STRENGTH
a psi Minimum
12 psi Maximum
28 DAY STRENGTH
60 psi Maximum
Maximum aggregate size =
IF'
Cement - Type I -II Ideal
(ASTM C 150)
SLUMP =- at point of placement
51• Minimum
a•' Maximum
MIX
PROPORTIONS (per ub:r Yard
Cement - 0.45 sacks
of Concrete►
42#
ARSOL.UmR
0.21
VOT.UME
CU.
Ft.
Water - 39 gallons
325#
5.2o
Cu.
Ft.
Air (Entrapped) - 1.su
0.41
Cu.
Ft.
I" Aggregate - ASTM C 33,
Size No. 57
17000
10.17
CU.
Ft.
Sand - ASTM C 33
1845,E
11.24
Cu.
Ft
TOTAL
3912#
27.23
CU.
Ft.
Theoretical Unit Weight - 143.7#/CU. Ft. @ 1.5% air
Theoretical Yield - 27.23 Cu. Ft. @ 1.5% air
+s Band of Total Aggregate - 52%
NOTE: Aggregate Weights are based upon materials being in a
saturated surface -dried condition.
13
REV. SYM:
28 DAY STRENGTH
3000 psi Minimum
Maximum aggregate size - 3/4"
Minimum cement content - 5.5 sacks per cu. yd.
Fly ash may be used at the bidders option as a partial
replacement for cement of not more that 15+s by weight of
Portland cement in the design mix.
Air entrainment to 6%, plus or minus i%
SLUMP - at point of placement
3" Minimum
411 Maximum
concrete supplied shall be suitable for finishing.
14
REV. SYM:
28 DAY STRENGTH
l000 psi Minimum
Maximum aggregate size = 3/8"
Minimum cement content - 4 sacks per cu. yd.
Fly ash may be used at the bidders option as a partial
replacement for cement of of more than 15% by weight of
Portland cement in the design mix.
Air entrainment - None required
SLUMP - at point of placement
7" Minimum
9" Maximum
I
Approximately 3200 lbs. of send with 50 - 55 gal. of water,
depending on moisture content of sand.
This mix is expected to flow unassisted, around underground
electrical equipment such as vaults, conduits, and streetlight
poles.
16
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:
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 em ployee.
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 January 2005
Exhibit C
renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior
to contract end.
ESTIMATED QTY. DESCRIPTION UNIT $
1. 1,800 cu. yds. Sand and Water Mix
per the Specifications of Attachment D
2. 7,000 cu. yds. Non -yielding Backfiil
per the Specifications of Attachment A
3. 1,000 cu. yds. Slurry Concrete
per the Specifications of Attachment C
4. 130 cu. yds. Ready -Mix Concrete
per the Specifications of Attachment B
DELIVERY CHARGES:
$ 50.00 Icy
$ 53.00 icy
$ D. 7 55 /cy
$ 85.00 Icy
Over 5 miles from urban growth area of Fort Collins, non -mountains, ADD $ 3. oo per load
mile.
Over 5 miles from urban growth area of Fort Collins, in mountains, ADD $ 5.00 per load
mile.
Minimum load is 4.25 c.y.; additional charges if less than minimum load is required
will be $ 55.00 c.y.Aoad.
BIDDER'S STATEMENT:
I certify that my firm has been approved to supply the materials above and further certify that all
materials supplied do now and will, for the term of this award, comply with the attached Material
Specification #366-501. 1 understand any deviation from the Specifications can disqualify my bid
for that material.
FIRM NAME: T..qfqrgp North America
ADDRESS 1800 North Taft Hill Road Ft. Collins CO. 80521
PHONEI`F/AJX/-
BY: �l Ji.. Tnhi palccr /T.afnraa r.nnrra YA Calac
(Signature)
(Printed)
4
(Title)
FEB-07-06 TUE 08156 AN LAFARGE ESTIMATING FAX NO. 9704073902
P. 01
AQQRQ. CERTIFICATE OF LIABILITY
PRODU('Ell, LOCltlun CDIR 7�rIICS
1
DATE (MMmDNY)
INSURANCE_ Gi/01/2006 01120n-006
_
THISER CTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
444 W. 47111 Street, SL11te 900
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Kansas City Mo 64112.1906
l _C_01(1 EtA!rE.AEMBDEDJa-tHEJ'_OLICJE"ELA
(R1GM OG0 0000
INSURERS AFFORDING COVERAGE
IN.^.uRED LAFARGE WEST INC
INSunenA; AM'� 2L! IC:A1V UOMI� ASSU.gAIVCL CQ—
1000502 CONCRETE/AGGREGATE
_
iNsuncnDLNATIONAL UNION FIREINSCO
1800 N. TAFf HILL 110,
wSURM5:' INS CO. STATE OF T'A - - - - - ---
FOITr coil NS CO Bun
INSUncn D: ------ - - — -- -- - ---
____—_. I _ _ __
INSl1NG7 C
:OVERAGES IIN
TI IE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TFIE INSURED NAMED A13OVE FOR THE POLICY PERIOD INDICATED. NOTWITI (STANDING
ANY REQUIREMEN r, TEr1M Oil CONDITION OF ANY CONTRACT OR OTHFR DOCUMF,NT WITH IIESI"ECT TO WHICH THIS CERTIFICATE MAY nE issum on
MAY PERTAIN, THE INSURANCE AFFORDFD DY T11E POLICIES DESCRIDED HEREIN IS SUBJECT 1.0 ALL THE TERMS, EXCLUCIONS AND CONDITIONS OF SUCH
POlICI[;',.AOOfICGA1CIIMIi:S rHOWN MAY HAVEDrrN rV:DUC rlBy PAIUCfAIMS.
INSII
TYPE. Or INSIMANCE
POLICY NUMnEn
POLICY EFFECTIVE
FO410N E%PipAT19N
LIMITS
CF.N17.11AL LIABILITY
EACI I OCCUnr4zNCC
L 210m.000
A
X a;M1vAUCIAL Gf.NLHAi.OA13M rY
UI.3314750
04/012005
04/0112006
FIRE OAMAAp. (Aryr Pnn Arr.)
500 MO
x CLAIMS MADE I�
OCCUn
, ,s„ , ' -' — --
L..J
MED EXP (AEAuno grl"
i 5,WO_ -
PFR"ONAI,AIf)V,IILNII,Y—,
—. _—_---_—_--.__
J 2,000.000
SCL`�iC1QW_.�„—
--
CI N'L ACAfiff A fF I lMi rAFPI n-S PI:H'
� n, Pilo- F
PnODUCT5 - r3miniorACGI
P 2,000 000
�.,
�nl I,n;•V LOG
_
A1.LIT'OMVHII
E lIMI LITY
A
X
ANY AUTO
CA2GSI851 (AOS)
a11010005
04/01/'Z000
(FFaPCO(Imi)51NGLELIMIT
t 2,000,000
A
ALL OWNED AUTOS
(A205I853(IVjA)
A
SCHEDULED AurGS
CA265I852 (TX)
ROITLYIN IUI IY
(pp,pnrrnnl
i XXXXXXX
A
Nil IEDAUTOS
CA2651854 (VA)
ri
_
NON OWNI:DAUtOS
CA2651855(OM
�FDDuceIduril) Y
: XXXXXXX
i XXXXXXX
--
" ""
—��
,.-_. �
f'ROPEH7YDpMAf:E
(Par nrd&mli,
CARAGE LIADILITY
AMOOINLY• FAAuCi01-NT_
> X}( %()(X%'_
ANYAU7O
NOT APPI.TCABLR
OnicnTI1AN FA ACC
f _ XXXXXXX
— —
�•
-T��
AUTO ONLY;• ACA
$ XXXXXXX `
UICLCQLIAUNt(Y
CACIIOCCunriCNCC
t XXXXXXX
OC,CLIj7 1, CI AIMS MACE.
N(YP nF'PLTCA LTL,E
i _XXXXXXX•__, , •,,,
ACWWCATE
,-
� 1 UMUHFIIA
s XXXXXXX
_— UEUUCIIULE L--FODGXXXXXXX
,___—
III_'IEM'II,MI i
_
-04)012005
••041012000
i XXXXXXX
C WOnNEBS CCMPENGATION AND WC3500065(AOS)x WC UiIA)! aj_JFIH.
CMPLDYCRS'LIAQIUTY (CO) G.L.rACi 1 ACCIUCNT t 2.0()0,OVO '--_
n wc3s9yoG7
8 WC3599068(OR) EL.OISCASC_('AEMPLOY[ L 2,0(0000__
C -._ _ _ WC1.59q0fi6 wI)/WC3599069LN.1 EL DISEASE -I'OLICYLIMIT t 2,000,000
DTHrn—
DESCnIKION OF OPCnAnL)Nrn.00AriONSNGHICLLSIS%CLV 'iNB AFL) BY ENPORSFMENTI5PECIAL PflOYISIONS
�+''7116 ACiOl(F(iA'ff.I.1MITT5: NIT., T'IIFGF.Nrr, ALLIAOILITYPOIdCYISSUBILCrTOAl'RnDUC"I:S-C'OMYLL•'ILA)Ol'L',RATIONSAOURt:(;A'1'B
ONLY. NO GYNF:RAT, AGGREGATF APPLIFS AS THE POLICY WILL RESPOND TO EACH AND It VGRY OCCURRENCE W I I'll A LIMI'I'OF
WABILATYSIJOWN. Cr.RTIFICATFOFINSURANCF.1'FRTAINSTOANY PAI%"lICULARLOCA'rION/('ON'RAL'T/I'FLWVIi1N(_LFd)RIFTIIPRF.
ARF ANY SPECIAL RE OU1RML-N IS. C'I f Y OV I.ORT COLLINS IS ADUITIONALINSURED (EXC f.P r ON WORKER'S COMP) AS RESPECTS
OPFRATIONS OF TI IN, NAMIA) INS URI•O WI LURE RU41_11REV BY WRIT-1'EN CON IRACI'. RE. 1013: CITY OF FORT COLLINS 1 101ITk' POWER
2(xtti,
"'a^r r��ty V'Lr—�T-�A wnl
1751 --
CIIY OF FORTCOLLINS
ATTN- JOHN KEPHEN
PO BOX 580
FORT COLLINS CO80522-0560
2'J. �'u lsi,,%can mai me numeer Wad In Ll Produce/ eec lien Move and aptoly Ilia c lien[ cotle'LAFN001'.
SHOULD ANY OF THE ABOVE DCSCn{BED POLICIES EE CANCELLED DErDnr THE EXPIRATION
DATE nicmOr.uic ISSUING I unm WILL ENDCAVOn TOMML 30 DAVS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO TIIF LEFT. L7U7 FAILURF.:TODO SOSHALL
IMPOSE NO OULIGATION OR UADILI7Y OF ANY NV4U LIPUN 706 14SUHLK N'S AGIl OR
OCPRLSCNYAYIVCS.
AUTHORIZED IIePHEStNTAT1VE _...:?'
a AC�RL7 CORPORATION 180E
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 often (10) days within which to cure said default. In the event the default
SA January 2005
3
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 par ties, 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. Nothing herein shall be
construed to indemnify anyone against any claims caused, in whole or in part, by the
indemnitee's own negligence or breach of duty.
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 13, consisting of one (1) pages[s],
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 corn pany acceptable to the City.
SA January 2005
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.
CITY OF FORT COLLINS, COLORADO
a municipal corporation Qr
JaM4 BI O'Neill II, CPPO, FNIGP
Direct of Purchasing and Risk Management
Date:
z� 2 106
�TTCCT•
City Clerk ` O
APP D AS T F M:
Assist t City tt rney
Lafarge North America
By: _
PRINT NAME
' E/✓Ae Zed L- lW e5s -
CORPORATE PRESIDENT OR VICE PRESID,ENTW,;,,
Date:_ a3 Ti9�4
ATEST: — (Corporate Seal)
CORPORAT"RETANY
SA January 2005
5
Exhibit A
Scope of Services
SA January 2005
November 2005
APPENDIX A
Approved Suppliers
Specification 366-501
The following vendors are approved for providing all materials to the City of Fort Collins:
Aggregate Industries
Lafarge
EZ Pour Ready Mix
a
EXHIBIT A
THE CITY OF FT. COLLINS
Light and Power Department
MATERIAL SPECIFICATION NO: 366-501
TITLES READY MIX CONCRETE
SLURRY.CONCRETE
PLOW FILL (a.k.a. Non -Yielding) BACKFILL
SAND & WATER MIX
PREPARED BYs
uouy vmzr 3.11n
Associate Distribution Engineer
APPROVED BYs
Bob Hover
Planning & Distribution Engineer
APPROVED BYs 1 ZZ&
Allen Boushee
systems Engineering Manager
REV. snit:
1
REV. SYM:
A.
REVISION DESCRIPTION
Change Flow -Fill backfill Specification for
APPROVED
4-10-90 DM
28 day compressive strength from 60 psi min.
and 90 psi max. to So psi max. (no min.)
B.
Add Ft. Collins Ready -Mix to the approved
7-16-93 DM
supplier's list (appendix A) for slurry
concrete.
C.
Add Bestway concrete to the approved
5-30-91 DM
supplier's list (appendix A) for ready -mix
concrete, Flow -Fill backfill, and sand and
water mix.
D.
Add Bestway concrete to the approved
6-25-92 DM
supplier's list (appendix A) for slurry
concrete.
E.
Remove Bestway Concrete from the approved
11-14-94 BY
suppliers list per letter from James o•Neill
F.
Correct Zip Code on mailing address of Purchas
6-8-96 DM
and Risk Management.
G.
correct phone number of Doug Martine
6-8-95 DM
H.
Add EZ Pour Ready Mix to approved supplier's list {Appendix
Aj 10-10-05 BV
2