HomeMy WebLinkAbout127666 MICHAEL TRUCKING - CONTRACT - BID - 5964 HAULINGSERVICES 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
Dwight Michael, dba Michael Trucking., 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 one (1) page, and incorporated herein by this
reference.
2. Contract Period. This Agreement shall commence upon signing and shall continue in full force
and effect until March 31, 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 period. Pricing changes shall be negotiated by and agreed to by both parties and will use the Denver -
Boulder CPI-U as published by the Colorado State Planning and Budget Office 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 notices provided under this
Agreement shall be effective when mailed, postage prepaid and sent to the following addresses:
SA January 2005
City: Service Provider:
City of Fort Collins, Purchasing Dwight Michael dba Michael Trucking
PO Box 582 Attn: Dwight Michael
Fort Collins, CO 80522 600 Endicott St
Fort Collins, CO 80524
In the event of early termination by the City, the Service Provider shall be paid for services rendered to the
date of termination, subject only to the satisfactory performance of the Service Provider's obligations under
this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination.
5. Contract Sum. The City shall pay the Service provider for the performance of this Contract,
subject to additions and deletions provided herein, the sum as stated in the Bid Schedule, cost breakdown is
attached as Exhibit "C", consisting of one (1) page, 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 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 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
2
SA January 2005
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 parry for the non -defaulting party's reasonable
attorney fees and costs incurred because of the default.
13. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
agreement between the parties and shall be binding upon said parties, their officers, employees, agents and
assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors
and assigns of said parties.
14. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the
City, its officers, agents and employees against and from any and all actions, suits, claims, demands or
liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or
3
SA January 2005
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) pages, 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, 215 N. Mason, Second Floor, Fort
Collins, Colorado 80524 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.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By: \ 0 V.
Jam s . O'Neill Il, CPPO, FNIGP
Dire t of Purchasing and Risk Management
Date: ('v / r0
Corporations Name or DBA
VA-kk/
PRINT NAME
9
SA January 2005
BID #5964
HAULING
SCOPE OF WORK
1. Vendor must be able to provide the equipment bid and a qualified driver Sunday through Saturday at
any time, within one hour of being called by the City Representative. Phone contact with a company
representative, qualified to dispatch equipment, must be available at all times. The City Representative will
try to schedule night/weekend work in advance, if possible.
2. The equipment and the driver shall be used primarily to haul asphalt from various asphalt plants to the
job site as directed by the City Representative. Material from the job site may also be hauled to various
other job sites, or dump sites located around the City, as directed by the City Representative. Other City
departments may use this bid for hauling.
3. All Drivers must have a valid CDL license, and be qualified to operate the equipment.
4. All equipment must comply with all DOT, CDL, and any other local/State/Federal requirements. Trucks
must be equipped with an effective load covering tarp and asphalt apron (asphalt lip).
5. All work shall be done in a professional, SAFE, courteous and efficient manner. The driver shall
exercise the utmost courtesy to other drivers and pedestrians.
6. The City shall not be responsible for any equipment failures, damage to equipment, or maintenance
required on the equipment. The vendor is responsible for all fuel required.
7. Any damage caused by the vendor's equipment or driver shall be the sole responsibility of the vendor.
The vendor shall indemnify and hold harmless the City for any damage done by the vendor's
equipment/driver to any member of the public, private property, and any part of the right-of-way. If City -
owned equipment, or City employees directly cause any damage, the City will assume responsibility for the
damage.
8. At no time whatsoever shall the driver be considered or become a City employee.
9. The City will not guarantee hours. Vendors will be used on an as -needed basis, depending on job site,
availability and type of equipment.
10. Hours worked must be approved at the end of each day by the City Representative. Hours will be
counted from the time of arrival on the job site not from the time of notification), and will end after the last
load is unloaded.
11. The City shall have the option to proceed with calling the next available vendor if the lowest vendor is
not available. In case of a tie, the City Representative will alternate calling the tied vendors. Vendors who
want to work for the City, but were not included in the original bid, will be added to the end of the list,
regardless of price, upon approval by the City. When special conditions arise, the City shall have the option
to choose the vendor to fit any special equipment needs.
12. 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. Pricing changes shall be negotiated by and agreed to by both
parties and may not exceed the Denver - Boulder CPI-U as published by the Colorado State Planning and
Budget Office. Written notice of renewal shall be provided to the Service Provider and mailed no later than
90 days prior to contract end.
13. The City does not intend to award to one vendor, but will issue multiple awards.
SA January 2005
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 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.
10
SA January 2006
BID SCHEDULE 5964 Hauling
You may attach a separate page with an equipment list Please include Firm name on it.
TANDEM DUMP TRUCKS
Failure to provide said equipment with qualified drivers as listed in the bid submitted may result in the
removal of the vendor's name from the City's bidding list for a period of three years.
FIRM NAME -Dll- lot Vy l s Cin I :Mt-Y�l%,Ns
Are you a Corporation, Partnership, DBA, LLC, or PC
SIGNATURE c 1ti1 i #,QC�)__�____
PRINT NAME VAtc�.w F (
ADDRESS
Co TaS az q
PHONE 01 -) O - (64' 0-- l
CELL PHONE �-" 8
FAX
EMAIL IM�.vl- 0ikN
SA January 2005
04/05/2006 19:39 9704930226 CRAMER STATE FARM PAGE 02
ACERTIFICATE OF INSURANCE
SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER NAMED BELOW WILL NOT BE
CANCELED OR OTHERWISE TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE
CERTIFICATE HOLDER, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM
THE DATE WRITTEN. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY
ANY POLICY DESCRIBED BELOW.
This certifts that: ❑ STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois
® STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois
❑ STATE FARM COUNTY MUTUAL INSURANCE COMPANY OF TEXAS of Dallas, Texas
❑ STATE FARM INDEMNITY COMPANY of Bloomington, Illinois, or
❑ STATE FARM GUARANTY INSURANCE COMPANY of Bloomington, Illinois
has coverage in force for the following Named Insured as shown below:
NAMED INSURED: Dwight Michael
DBA Michael Trucking
ADDRESS OF NAMED INSURED: 600 Endicott St Fart Collins Co 80524-3225
POLICY NUMBER
055 2176-DOS-06G
EFFECTIVE DATE
OF POLICY
10/08/2005
DESCRI"ON OF
VEHICLE (Induding VIN)
97 Peterbuilt
LIABILITY COVERAGE
® YES
E-3 NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
LIMITS OF LIABILITY
a. Bodily Injury
Each Person
500, 000
Each Accident
500,000
b. Property Damage
Each Accident
500,000
c. Bodily Injury &
Property Damage
Single Limit
Each Accident
PHYSICAL DAMAGE
COVERAGES
® YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
a.
$ 2000
Deductible
$
Dedumle
$
Deductible
$
Deductible
® YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
b. Collision
$ 2000
Deductible
$
Deductible
$
Deductble
$
Deductible
EWLc Ol IABI RYNON� DD
❑ YES
® NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
HIRED CAR LIABILITY
COVERAGE
❑ YES
NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
FLEET - COVERAGE FOR
ANDLCENSED
MOTOR VE
❑ YES
C{ NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
Signature of Authorized Representative TRIs Agenra Code Number Date
Additional Ir
City of Fort
P.O. BOX 580
Fort Collins,
Collins
Co 80522
Name and Address of Agent
Gary W. Cramer
1275 E. Magnolia Y I
Fort Collins, Co 80524
INTERNAL STATE FARM USE ONLY: ❑ Request permanent Certlllcate of Insurance for liability coverage.
122429.3 Rev. 07-26-200 Q Request CertMca a Holder to be added as an Addkbnal Insured.
04/05/2006 19:39 9704930226 CRAMER STATE FARM PAGE 03
ACERTIFICATE OF INSURANCE
SUCH INSURANCE AS RESPECT$ THE INTEREST OF THE CERTIFICATE HOLDER NAMED BELOW WILL NOT BE
CANCELED OR OTHERWISE TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE
CERTIFICATE HOLDER, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM
THE DATE WRITTEN. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY
ANY POLICY DESCRIBED BELOW.
This certifies that: C] STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois
® STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois
❑ STATE FARM COUNTY MUTUAL INSURANCE COMPANY OF TEXAS of Dallas, Texas
❑ STATE FARM INDEMNITY COMPANY of Bloomington, Illinois, or
❑ STATE FARM GUARANTY INSURANCE COMPANY of Bloomington, Illinois
has coverage in force for the followina Named Insured as shown below:
NAMED INSURED: Dwight Michael
DBA Michael. Trucking
ADDRESS OF NAMED INSURED: 600 Endicott
St Fort
Collins Co
90524-3225
POLICY NUMBER
055 2176-DOB-060
EFFECTIVE DATE
OF POLICY
04/08/2006
DESCRIPTION OF
VEHICLE (Including VIN)
97 Peterbuxlt
LIABILITY COVERAGE
® YES
❑ NO
❑ YES
C] NO
❑ YES
❑ NO
❑ YES
❑ NO
LIMITS OF LIABILITY
a. Bodily Injury
Each Person
500,000
Each Accident
500,000
b. Property Damage
Each Accident
500,000
c. Bodily Injury &
Property Damage
Single Limit
Each Acadwd
PHYSICAL DAMAGE
COVERAGES
0 YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
a. Com sine
$ 2000
Deductible
$
Deductible
$
Deductible
$
Deductible
0 YES
[]NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
CI NO
b. Collision
$ 2000
Deduotille
$
Dedud&A
$
Deductible
$
Deductible
CARLUARILLRY�E
❑ YES
® NO
❑ YES
❑ NO
❑ YES
[]NO
❑ YES
❑ NO
HIRED CAR COVERAt3EL�BIL�
❑ YES
® NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
FLEET - COVERAGE FOR
ALLMOTOR VIE �i:S �n
❑ YES
®NO
❑ YES
❑ NO
❑ YES
❑ NO
❑ YES
❑ NO
Signature of Authorized Represents0ve Title Agent's Code Number Date
Name and Address of Certificate Holder Name and Address of Aannt
Additional xnaured:
City of Fort Collins
P.O. Box 560
Fort Collins, Co 80522
INTERNAL STATE FARM USE ONLY:
122420-3 Rev. 07-2e-2005
Gary tf- Cramer
1275 E. Magnolia A 1
Fort Collins, Co 80524
Request permanent Certificate of Insurance for flability coverage,
Request Certificate Hoider t0 be added as an Addkiooal Insured.