HomeMy WebLinkAbout150588 WALSH CONSTRUCTION INC - CONTRACT - BID - 7268 LINDEN STREET BRIDGE REPAIRSSERVICES 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 Walsh Construction Inc., 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 seven (7) pages and
incorporated herein by this reference.
2. Time of Commencement and Completion of Services. Substantial Completion: 21
Calendar Days from notice to proceed, except 1 day for waterproofing membrane installation on the
day of HMA paving. Final Completion: 1 additional Calendar Days after Substantial Completion
Date. Time is of the essence. Any extensions of the time limit set forth above must be agreed upon
in a writing signed by the parties.
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:
OP ID: JA
mat . i CERTIFICATE OF LIABILITY INSURANCE
DATE09/06DYVYY)
9l06l11
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the
certificate holder In lieu of such endorsements .
PRODUCER 970-223-1804
Front Range Insurance Group
1100 Haxton Drive Suite 100
Fort Coll Ins, CO 80525
David A. Wooldridge LUTCFAAI
cCOONNTACT
PHONE FAX
AIC, NO);
AODRE99
PR DUCER
OMER WALSH-4
INSU 8 AFFORDING COVERAGE
NALC0
INSURED Walsh Construction, Inc.
Matthew Walsh, Pres.
8139Open View Place
Loveland, CO 8OS37
INSURER A:Pinnacol Assurance
141190
INSURERB:Catlin Specialty Insurance Co
INSURER c,Colorado Casualty Co.
INSURER D :
INSURER E:
SURER F :
COVERAGES CERTIFICATE NUMBER RFVI_CIrTY IJIIYRiFD•
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERVM
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
POLICY NUMBER
EFF
POLICY EXP
UII(TB
B
GENERAL LIABILITY
X COMMERCIAL GENERAL LLABILITY
CLAIMS -MADE ❑X OCCUR
X
GLP010429100
06101111
0&01112
EACH OCCURRENCE
3 1,000,0
DAMAGE h6Es Ma
s 100,0
MED EXP(Any o Pmsan)
3 6.0
PERSONAL a ADV INJURY
S 1,000,08
GENERAL AGGREGATE
3 2,000,00
GEML AGGREGATE LIMIT APPLIES PER
X I POLICY F PRO- LOC
PRODUCTS - COMPIOP AGG
3 2,000,00
S
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON�OWNED AUTOS
COMBINED SINGLE LIMIT
m
(Ea adam)
3
BODILY INJURY (Per pmaan)
$
BODILY INJURY (Par amdard)
3
PROPERTY DAMAGE
(Pm accdmd)
f
3
S
UMBRELLA LAB
EXCESS UAS
OCCUR
CLAIMS -MADE
EACH OCCURRENCE
S
AGGREGATE
3
DEDUCTIBLE
RETENTION S
3
3
A
WORKER11"HISPENSA71ON
AND EMPLOYERS• LIABIUTY
ANY PROPRIETORIPARTNERxxECUTIVE YIN
OFFX:ERMEMBER t:XCLUCEDI
(Mandatory In NM)
11 yea daarnW under
DESCRIPTION OF OPERATION OelOw
NIA
104361
051011111
05101/12
WC STATU- X OTH•
EL EACH ACCIDENT
3 1,000,00
E L DISEASE - EA EMPLOYEE
S 1,000,00
E L DISEASE -POLICY LIMIT
S 1.000,00
C
Colorado Casualty
IMS676375
01126/11
01/26/12
Rented 50.00
Deduct 50
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IAxaah ACORD 191, Additleml Remarks Schedule, If more spaw Y raqulrad)
City of Ft Collins is listed as an Additional Insured with regards to the
General Liability policy.
CITYOFF
City of Fort Collins
Attn: Purchasing
P.O. Box 680
Fort Collins, CO 80522
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POUCY PROVISIONS.
AUTHORIZED REPRESENTATIVE
G. u/�
�aRR_Dnna ernon en�onoerinu eu .L.�._ .____....
ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD
City:
Copy to:
Service Provider:
City of Fort Collins
City of Fort Collins
Walsh Construction Inc.
Attn: Purchasing
Attn: Jin Wang
Attn: Matthew Walsh
PO Box 580
PO Box 580
8139 Open View Place
Fort Collins, CO 80522
Fort Collins, CO 80522
Loveland, CO 80537
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 Seventy -Three Thousand Four Hundred Thirty -Three Dollars ($73,433.00), subject to
additions and deletions provided herein, per the attached Exhibit "B", 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
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 workmanshiptworkwomanship 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
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 parties, their officers, employees,
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties.
14. Indemnity/Insurance.
a. The Service Provider agrees to indemnify and save harmless the City, its officers,
agents and employees against and from any and all actions, suits, claims, demands or liability of any
character whatsoever brought or asserted for injuries to or death of any person or persons, or
damages to property arising out of, result from or occurring in connection with the performance of
any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the Service
Provider shall provide and maintain insurance coverage naming the City as an additional insured
under this Agreement of the type and with the limits specified within Exhibit B, consisting of one (1)
page, attached hereto and incorporated herein by this reference. The Service Provider before
commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk
Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the
insurance coverage required from an insurance company acceptable to the City.
15. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
16. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
holding shall not invalidate or render unenforceable any other provision of this Agreement.
17. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S.,
et. seq., Service Provider represents and agrees that:
a. As of the date of this Agreement:
1. Service Provider does not knowingly employ or contract with an illegal
alien who will perform work under this Agreement; and
2. Service Provider will participate in either the a -Verify program created in
Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress,
as amended, administered by the United States Department of Homeland Security (the "e-Verify
Program") or the Department Program (the "Department Program"), an employment verification
program established pursuantto Section 8-17.5-102(5)(c) C.R.S. in orderto confirm the employment
eligibility of all newly hired employees to perform work under this Agreement.
b. Service Provider shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement or knowingly enter into a contract with a subcontractor that
knowingly employs or contracts with an illegal alien to perform work under this Agreement.
c. Service Provider is prohibited from using the a -Verify Program or Department
Program procedures to undertake pre -employment screening of job applicants while this Agreement
is being performed.
d. If Service Provider obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall:
1. Notify such subcontractor and the City within three days that Service Provider
has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and
2. Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor does not cease employing or
contracting with the illegal alien; except that Service Provider shall not terminate the contract with
the subcontractor if during such three days the subcontractor provides information to establish that
the subcontractor has not knowingly employed or contracted with an illegal alien.
e. Service Provider shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department") made in the course of an investigation
that the Department undertakes or is undertaking pursuant to the authority established in Subsection
8-17.5-102 (5), C.R.S.
f. If Service Provider violates any provision of this Agreement pertaining to the duties
imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement
is so terminated, Service Provider shall be liable for actual and consequential damages to the City
arising out of Service Provider's violation of Subsection 8-17.5-102, C.R.S.
g. The City will notify the Office of the Secretary of State if Service Provider violates
this provision of this Agreement and the City terminates the Agreement for such breach.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By: �3
Jame 0. O'Neill II, CPPO, FNIGP
Direct6t of Purchasing and Risk Management
Date: { L11
A114
Ci Clerk"
APP `OM:
A"i tant City Attorney
Walsh Construction Inc
By:
P INT NAME
1 c�1C-�E tit
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: S�-i5r a, af, 1\
A r /��^ (Corporate Seal)
CO PORATE SECRETARY
EXHIBIT A
SCOPE OF WORK
The project consists of repairs to two bridges: Linden Street Bridge over the Cache La
Poudre River and Drake Bridge over Larimer Canal No 2.
Linden Street Bridge over the Cache La Poudre River
The project includes partial removal of existing sidewalk on the bridge, replacement
sidewalk, partial removal of deck, deck repair and waterproofing membrane. Please refer
to the attached drawings.
Drake Bridge over Larimer Canal No 2
This bridge is located between Meadowlark Ave / Research Blvd on the west, and Redwing
Rd / Bay Rd on the east. The project includes removal of portions of present structure and
concrete (patching). Current schedule estimated removal and concrete patching to be
September 22nd and 23rd for the south half of the bridge, and September 28th and 29th
for the north half of the bridge. Work to be performed under existing road closure for both
phases. Locations of removal will be marked on the bare concrete deck by the City.
Please refer to the attached drawings.
Contract Times
Substantial Completion: 21 Calendar Days from notice to proceed, except 1 day for
waterproofing membrane installation on the day of HMA paving.
Final Completion: 1 additional Calendar Days after Substantial Completion Date.
Standard working hours are 8am to 6pm, Monday thru Friday. Saturday and extended
working hours may be permitted upon approval of the project manager.
EXHIBIT B
CONTRACT SUM
ITEM NO.
DESCRIPTION
UNIT
QUANTITY
UNIT COST
TOTAL
202-01
REMOVAL OF PORTIONS OF PRESENT STRUCTURE (SIDEWALK)
SY
61
1 -
202.02
REMOVAL OF PORTIONS OF PRESENT STRUCTURE (CLASS 1)
SF
750
-
202-03
REMOVAL OF PORTIONS OF PRESENT STRUCTURE (CLASS ZA)
SF
750
-t
2,
202-04
REMOVAL OF PORTIONS OF PRESENT STRUCTURE (CLASS 2B)
SF
750
.S
n
202-05
REMOVAL OF PORTIONS OF PRESENT STRUCTURE (CLASS 3)
SF
90
G '
202-06
REMOVAL OF PORTIONS OF PRESENT STRUCTURE (CLASS 3A)
SF
90
202-07
SAWING CONCRETE (1 INCH)
LF
409
Z
515-01
WATERPROOFING (MEMBRANE)
SY
622
601-01
CONCRETE CLASS D (BRIDGE)
CY
23
601-02
CONCRETE (PATCHING) (CLASS 1)
SF
750
is
601-03
CONCRETE (PATCHING) (CLASS 2A)
SF
750
6D1.04
CONCRETE (PATCHING) (CLASS 2B)
SF
76D
(- "
601-05
CONCRETE (PATCHING) (CLASS 3)
SF
90
601-06
CONCRETE (PATCHING) (CLASS 38)
SF
90
(�
j
602-01
REINFORCING STEEL(EPDXY COATED)
LS
1,DOO-
626-01
MOBILIZATION (LINDEN BRIDGE)
LS
1
M-02
MOBILIZATION (DRAKE BRIDGE)
LS-
630-01
CONSTRUCTION ZONE TRAFFIC CONTROL (LINDEN BRIDGE)
LS
1,.
"
, 4OTAL INN COST
-
TOTAL BID COST IN WORDS: DDL RS
FIRM NAME Ct/14 i tn/ : n.✓z r ��,
Are you CO ra )on, Partnership, DBA, LLC, or PC
------------
SIGNATURE — Mt'%1r•a/ ✓�c >�
ADDRESS Ai;`i c� ✓,L;,) r°i.b4-C6:
LG✓tLNn/ri� Ce ?
PHONE/FAX # -70 6 LL -A227
E-MAIL ADDRESS „k/I4LSN CJ t✓. �r9'iti4y) . (0,19
-7 433 ,