Loading...
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