HomeMy WebLinkAbout256950 ALLIED TUBE - CONTRACT - BID - 5957 MAPO TRAFFIC SIGN POSTSSERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below �y and between
THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the
"City" and Allied Tube & Conduit Corporation, hereinafter referred to as "Service
W ITNESSETH:
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 service in accordance
with the scope of services attached hereto as Exhibit "A", consisting of one (1) page and
incorporated herein by this reference.
2. Contract Period. This Agreement shall commence upon signing and *hall continue in
full force and effect until March 1, 2007, 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 olorado State
Planning and Budget Office will be used as a guide. Written notice of renewal sha I be provided to
the Service Provider and mailed no later than ninety (90) days prior to contract en J.
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 negl
party so prevented shall be excused from whatever performance is prevented by
the extent that the performance is actually prevented, the Service Provider must
notice to the City of such condition within fifteen (15) days from the onset of such
, then the
cause. To
written
SA January 2006
1
Vl. SIGNATURE PAGE
Submitting Firm: r'"1 i i 1 a IAzw
Telephone Number: _ t�> 1 b - 4_4<__j `C_.?`
Name of Agent (print/type):
Title: �AANT<
Authorized Signature: G
Date: _ ? _q
Attest:
My com ssi ires: _
CORPORATE SEAL
ADDENDA FORM
The undersigned hereby acknowledges receipt of the following applicable addenda:
Addenda Number(s) through
SA 10/01
t, (it 1 ,gym
�I ). CERTIFICATE NUMBER
252766
TION ONLY AND CONFERS NO RIGHTS
ROVIDED IN THE POLICY. THIS
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMA
UPON THE CERTIFICATE HOLDER OTHER THAN THOSE F
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER TH
COVERAGE AFFORDED BY THE
Marsh, Inc. POLICIES DESCRIBED HEREIN.
1166 Avenue of the Americas
New York, NY 10036 COMPANIES AFFORDING COVERAGE
Telephone (212) 345-5000 COMPANY A: Al South Insurance Co.
COMPANY B: American Home Assurance Co.
INSURED
COMPANY C: Illinois National Insurance Co.
COMPANY D: Insurance Company of the Stat
of PA
Allied Tube & Conduit
COMPANY E: National Union Fire Insurance
16100 S. Lathrop Avenue
Harvey, IL 60426
COMPANY F: New Hampshire Ins. Co.
COMPANY G: New York Marine & General Insurance
Co. (Lead)
United States
COMPANY H: Noetic S ecial Insurance Co
an
(
1 1':if .uNF Ij�t ) i* i+l lil CP"tY YJI'111 if i'. S:,' x )1 1 Ii �l \Ir
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PE
iWr I(I ty
.
ROD INDICATED. NOTWITHSTANDING
ANY REOUIRMENTS, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE
AFFORDED BY THE POLICIES LISTED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. AGGREGATE LIMITS
SHOWN MAY HAVE BEEN REDUCED BY
PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER POLICY
EFFECTIVE
DATE (MMIDDIYY)
POLICY EXPIRATION
DATE (MMIDDIYY)
LIMITS
B
GENERAL
LIABILITY
RMGL5749708 10/1/2005
10/1/2006
GENERAL AGGF
GATE
$15,000,000.00
COMMERCIAL GENERAL LIABILITY
X
PRODUCTS-COAP/OP
AGG
$15,000,000.00
CLAIMS MADE FxOCCUR
PERSONALS
INJURY
$7,500,000.00
OWNER'S & CONTRACTOR'S PROT
EACH OCCURRE
4CE
$7,500,000.00
FIRE DAMAGE (
y one fire)
$1,000,000.00
MED EXP (Any o
a person)
$10,000.00
B
AUTOMOBILE
LIABILITY
RMCA3017798(TX)
10/1/2005
10/1/2006
COMBINED SIN
LE LIMIT
$7,500,000.00
B
ANY AUTO
RMCA3017799 (AOS)
10/1/2005
10/1/2006
X
B
B
ALLOWED AUTOS
RMCA3017797 (MA)
RMCA3017796 (VA)
10/1/2005
10/1/2005
10/1/2006
10/1/2006
BODILY INJURY
Per person)
SCHEDULED AUTOS
�(
BODILY INJURY
Per accident)
HIRED AUTOS
NON -OWNED AUTOS
X
PROPERTY DAK
AGE
PROPERTY
E
EXCESS LIABILITY
BE2979931
10/1/2005
10/1/2006
EACH OCCURR
NCE
$10,000.000.00
AGGREGATE
$10,000,000.00
X UMBRELLA FORM
OTHER THAN UMBRELLA FORM
B
E
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
SEE PAGE TWO
SEE PAGE TWO
SEE PAGE TWO
X STATUTORY
LIMITS
DTNER
1!ri ( ,.ej�l
I
EL EACH ACCID
NT
$2,000,000.00
D
C
THE PROPRIETOR/
PARTNERS/EXECUTIVE INCL
EL DISEASE -POLICY
LIMIT
$2,000,000.00
EL DISEASE -EACH
EMPLOYEE
$2,000,000.00
F
OFFICERS ARE: EXCL
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS
Please see page 2 for additional insureds and any additional language.
'+ie {, "r e. F ts# a
CERTIFIOATEHOLDER-',.• ,, �C
is }} 4 f '�
NC 1, '70H , `aTlz4d, �u.'�? ,. p .HT .
..`ilk;
CITY OF FORT COLLINS
215 N. MASON ST. 2ND FLOOR
P.O. BOX 580
FORT COLLINS, COLORADO 80522
SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BE
INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL W DAYS
NAMED HEREIN, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE N
THE INSURER AFFORDING COVERAGE, ITS AGENTS OR REPRESENTATI
ORE THE EXPIRATION DATE THEREOF, THE
ITTEN NOTICE TO THE CERTIFICATE HOLDER
OBLIGATION OR LIABILITY OF ANY KIND UPON
IES. OR THE ISSUER OF THIS CERTIFICATE.
MARSH USA INC. BY:
Katherine O'Leary, Casualty Program
Ayy��
"(/(Y
�� l i l� II I = l� l l ull,r �I! � ��� r Ott ! rnElr, , tq
I{ v)l 1 Y r l . ' I`Qi 1 ,y,l ; 8 2 .. Z { 13 M I$o r
...O %i}e
+ r15F
�}` �` 4 ( <1'
I.;r�=I t :1
i I� (({�I i( $(t �'� } I
''i( CERTIFICATE NUMBER
£ , S )Y�
!(,ra.^ �is 252766
COMPANIES AFFORDING COVERAGE
PRODUCER
COMPANY 1: White Mountain Insurance Co.
Marsh, Inc.
1166 Avenue of the Americas
New York, NY 10036
Telephone (212) 345-5000
INSURED
Allied Tube & Conduit
16100 S. Lathrop Avenue
Harvey, IL 60426
United States
TEXT„ i; i. �'�� . �', t�`
'�
I
WORKERS COMPENSATION POLICIES
Carrier
Policy Number
Eff. Date
Exp. Date
State
(B) American Home Assurance Co.
RMWC6610498
10/1/2005
10/l/2006
CA
(E) National Union Fire Insurance Co.
RMWC6610504
10/l/2005
10/1/2006
NV, OR
(D) Insurance Company of the State of PA
RMWC6610503
10/l/2005
10/l/2006
AR, MA, IN, VA
(C) Illinois National Insurance Co.
RMWC6610501
10/l/2005
10/1/2006
IL, MI
(F) New Hampshire Ins. Co.
RMWC6610505
10/l/2005
10/l/2006
NY, WI
(A) Al South Insurance Co.
RMWC6610499
10/l/2005
10/1/2006
GA
(B) American Home Assurance Co.
RMWC6610502
10/l/2005
10/l/2006
FL
(B) American Home Assurance Co.
RMWC6610500
10/l/2005
10/1/2006
All Other States
LIABILITY PROGRAM
Project: 5957 MAPO TRAFFIC SIGN POST
If there is a question regarding this certificate please contact Theresa Pinedo
(Email: tpinedo@alliedtube.com Phone: 800-882-5543)
CITY OF FORT COLLINS
215 N. MASON ST. 2ND FLOOR
P.O. BOX 580
FORT COLLINS, COLORADO 80522
4. Early Termination by City/Notice. Notwithstanding the time periods i
herein,
the City may terminate this Agreement at any time without cause by providing ritten 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 b� the parties. All
notices provided under this Agreement shall be effective when mailed, postage pr paid and sent to
the following addresses:
City: Service Provider:
City of Fort Collins, Purchasing Allied Tube & Condu Corporation
PO Box 580 16100 S. Lathrop AV
Fort Collins, CO 80522 Harvey, IL 60426
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'O 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 "C" $ttached hereto
consisting of three (3) pages, and incorporated herein by this reference.
6. City Representative. The City will designate, prior to commencement of the work, its
representative who shall make, within the scope of his or her authority, all necesoary and proper
decisions with reference to the services provided under this agreement. All request$ concerning this
agreement shall be directed to the City Representative.
7. Independent Service provider. The services to be performed by SeNice Provider are
those of an independent service provider and not of an employee of the City of Fart 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
SA January 2005
2
the special abilities of the Service Provider and that this Agreement shall be cohsidered as an
agreement for personal services. Accordingly, the Service Provider shall neither assign any
responsibilities nor delegate any duties arising under the Agreement without tlhe 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 1provided to the
City under this Agreement or cause of action arising out of performance of this
10. Warranty.
(a) Service Provider .warrants that all work performed here�nder shall be
performed with the highest degree of competence and car 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 speci 1ed, 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;
provided under this Agreement, except City -furnished mate
and labor, against defects and nonconformances in desigi
workmanship/workwomanship for a period beginning with
work and ending twelve (12) months from and after final ac
the Agreement, regardless whether the same were furnished
Service Provider or by any of its subcontractors of any tier.
written notice from City of any such defect or nonconformani
item or part thereof shall be redesigned, repaired or reply
Provider in a manner and at a time acceptable to City.
11. Default. Each and every term and condition hereof shall be
element of this Agreement: In the event either party should fail or refuse to perform
terms of this agreement, such party may be declared in default thereof.
id other work,
ds, equipment
materials and
ie start of the
:ptance under
r performed by
pon receipt of
s, the affected
ad by Service
be a material
to the
12. Remedies. In the event a party has been declared in default, such pefaulting 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
SA January 2005
3
himself of any other remedy at law or equity. If the non -defaulting party cor
equitable actions against the defaulting party, the defaulting party shall be
defaulting parry for the non -defaulting parry's reasonable attorney fees and costs
of the default.
legal or
to the non -
because
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 offic rs, 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 liabilityof 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 perfo ming the work
hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, theService 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 cf 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 olher 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
SA January 2005
4
interpretation, execution and enforcement of this Agreement. In the event any
Agreement shall be held invalid or unenforceable by any court of competent
holding shall not invalidate or render unenforceable any other provision of this
ATTE
CORPORATE SECRETARY
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By: k
Ja B O'Neill II, CPPO, FNIGP
Dir ct of Purchasing and Risk Managem
Date: 2r
or
Allied Tuber& Conduit Corporation
By:
PRINT N M
CORPORATE PRESIDENT OR VICE PRE
Date: X-' 24 - a&
(Corporate Seal)
ion of this
, such
SA January 2005
61
EXHIBIT A
SCOPE
SIGN POSTS (TELSPAR)
• Material
Steel posts furnished shall conform to the Standard Specifications for Hot
commercial quality ASTM Designation A-569-72.
• Finish
Material shall be hot dipped galvanized coating conforming to ASTM A525,
coating to form an excellent bond with the steel surface so as not to be affecte
forming operations. Corner weld shall be zinc coated after scarifying operation
to be protected against corrosion by "sacrificial action" when zinc is present on
areas.
Carbon Steel,
:s. G-90. Zinc
by subsequent
xposed edges
timate adjacent
• Shape
The cross section of the post shall be square tubing formed of 12 gauge (.1 5 USS gauge)
steel, carefully formed into six and, if necessary, shall be welded in such a ma ner that weld or
flash shall not interfere with telescoping.
• Holes
Hole diameter shall be seven -sixteenth (7/16") plus or minus one sixty-fourth ( /64") inch on 1"
centers, on all four sides, for the entire length of the post. Holes shall be on t e center line of
each side true alignment, and opposite to each other.
• Length
The length of each post shall be as specified, and have a permissible length tol rance of plus or
minus one -quarter (1/4) inch. Cuts through holes will not be accepted.
• Telescoping Properties
The finished posts shall be straight and shall have a smooth, uniform finish. It shall be possible
to telescope all consecutive sizes of square tubes freely and for not less than ten feet or their
length without the necessity of matching any particular face to any other fac . All holes and
ends shall be free from burrs, and ends shall be cut square.
• Delivery Requirements
Delivery of these materials must be made in a flat-bed trailer for fork lift unloadi g; otherwise the
order shall be refused, unless transporter agrees to unload on -site. Twenty-four (24) hour notice
must be given prior to delivery.
• Specifications
The specifications shall be considered a minimum specification.
6' U-CHANNEL DELINEATOR POSTS
A. Minimum of 1.12 Ibs per foot with a baked green enamel finish. The p st must have a
minimum of 30-3/8" holes on 1 "centers from the top.
B. Minimum of 1.12 Ibs per foot with a red powder coat finish. The pot must have a
minimum of 30-3/8" holes on 1"centers from the top.
C. Minimum of 3 Ibs per foot with a baked green enamel finish. The post rrjust have
minimum of 30-3/8" holes on 1"centers from the top.
SA January 2005
6
EXHIBIT B
INSURANCE REQUIREMENTS
1. The Service Provider will provide, from insurance companies acceptable
insurance coverage designated hereinafter and pay all costs. Before commencin.
bid, the Service Provider shall furnish the City with certificates of insurance sl
amount, class of operations covered, effective dates and date of expiration
containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or
except after ten (10) days written notice has been received by the City of Fort I
In case of the breach of any provision of the Insurance Requirements, the City,
take out and maintain, at the expense of the Service Provider, such insurance as tt
proper and may deduct the cost of such insurance from any monies which may b
due the Service Provider under this Agreement. The City, its officers, agents and
be named as additional insureds on the Service Provider's general liability and al
insurance policies for any claims arising out of work performed under this Agreei
2. Insurance coverages shall be as follows:
to the City, the
work under this
owing the type,
)f policies, and
altered,
its option, may
City may deem
due or become
employees shall
omobile liability
A. Workers' Compensation & Employer's Liability. The Service Provid r shall maintain
during the life of this Agreement for all of the Service Provider's employees ngaged in work
performed under this agreement:
Workers' Compensation insurance with statutory limits jas required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 peracident, $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 li bility insurance
as will provide coverage for damage claims of personal injury, including acc ental death, as
well as for claims for property damage, which may arise directly or ind rectly from the
performance of work under this Agreement. Coverage for property dama a shall be on a
"broad form" basis. The amount of insurance for each coverage, Commer ial General and
Vehicle, shall not be less than $500,000 combined single limits for bodily inj ryand property
damage.
In the event any work is performed by a subcontractor, the Service Pr vider 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 ubcontractor's
insurance.
SA 10/01
EXHIBIT, C
BID SCHEDULE
2006 MAPO TRAFFIC SIGN POST BID SCHEDULE
BID 5957-06-143
SECTION 1. SIGNPOSTS
1. TELSPAR (OR EQUAL) 12 GAUGE
1 1/2" Perforated Square Post
1 1/2" Perforated Square Post
1 314 " Perforated Square Poet
1 314" Perforated Square Post
1 W Perforated Square Post
1 314" Perforated Square Post
2" Perforated Square Post
2" Perforated Square Post
2" Perforated Square Post
2" Perforated Square Post
2. TELSPAR (OR EQUAL)14 GAME
1 3t4" Perforated square Post
1 SW Perforated Square Post
2" Perforated Square Post
2" Perforated Square Anchors
3. TELSPAR (OR EQUAL) 12 GAUGE
1 1/2" Perforated Square Anchors
1 3/4" Perforated Square Anchors
2" Perforated Square Anchors
2" Perforated Square Anchors
21/4" Perforated Square Anchors
SECTION 2. DELIKATOR POSTS
6' U-Channel Posts
6' U-Channel Pasts
8' U-Channel Posts
Length in
feet
10
6
8
10
11
12
10
19
12
14
10
11
10
3
1 1/2
2
2
3
3
Green 1.12RmM
Red 1.12beNt
Green 31bs/ft
Quantity
250
400
800
3,075
875
1,950
1,200
3,000
1,500
600
500
600
100
300
5,800
Z250
1,3W
760
50
cest
$.02
$
$
$
$
$
$
$
$
$
. 99
3 , "7 2
6 9
I
® +
, 3
+
Z .
TO'S
1-5, 00
r 3 t
: 82-
q
S
3.57
5. $7
11.01
SA 10/01
SEC71ON 3. MISCELLANEOUS
FO 175•VS2 V-LOCKS 24" X 1 3W Includes wedges
Drive RM is 318 " TXLDR3678 05 or equal
Comer boles fill W (not carriage halt bent) TL 050 or
equal
TOTAL COST IN
FIRM NAME Ft; l l i'MIU &j-
800 ,'76
1,800 $
1,000 45
TotaCoal $ 3Itz Z,g 75
*rWUATL16'WDOLLARS
Are you a prporataon, OPartnersAlp, ❑ WA, O LLC, or 13PC T
PRINTED N(�AME:_. �r � "(A
MAA
TITLE: ► � \� jT R waswn-% w
S, tA7 R"
PHONE: ( ID } Z Z! L FAX: ? (0 Z2 ) -3 (9 %
EMAIL: �N�i1r�C�IV� C.G-bt�GOA�
SA 10/01