HomeMy WebLinkAboutDOUBLESTROKE TRUCKING LLC - CONTRACT - BID - 6113 SNOW AND ICE REMOVALSERVICES 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 Doublestroke Trucking Co., hereinafter referred to as "Service Provider".
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Services to be Performed. This Contract shall constitute the basic agreement between
the parties for removal of snow and ice from sidewalks, parking lots and streets located within the
City of Fort Collins from designated properties in accordance with Exhibit A, attached hereto and by
this reference made a part hereof. The conditions set forth herein shall apply to all services
performed by the Service Provider on behalf of the City. The City shall notify Service Provider
verbally, via email or fax of services to be performed. Such notification shall include the location of
such services and any other special circumstances relating to the services. If the Service Provider
cannot be reached for notification, the City may elect to have the services performed by others.
Nothing within this Contract shall obligate the City to have any particular service performed by the
Service Provider.
If, upon arrival at the work location, the Service Provider finds that any or all of the work
assigned has been or is being accomplished by others, the Service Provider shall leave the location
and immediately notify the City Representative.
2. Time for Completion. The services described herein shall be completed by the Service
Provider within forty-eight (48) hours after receiving notification to proceed.
3. Changes in the Work. The City may, at any time during the term of a particular work
assignment and without invalidating the Contract, make changes within the general scope of the
EXHIBIT B
BID SCHEDULE
We hereby enter our bid for the City of Fort Collins' requirements for City Street, Parking Lots and
Sidewalk Snow and Ice Removal. NOTE: Any move -on charges for sidewalk clearing will be
assessed at fifty percent (50%) of your hourly rate for each job. Please attach an equipment list with
cost for equipment and operator for equipment beyond this bid schedule.
��-
Contractor Name:
TEND DUMPS
5/L
Capacity (yds)
Number of Units
Rate per Hour
2. TANDEM DUMP
Capacity (yds)
Number of Units
Rate per Hour
3. SINGLE AXEL DUMP
Capacity (yds)
Number of Units
Rate per Hour
4. WHEEL LOADER
Capacity (yds)
Number of Units
Rate per Hour
5.MOTOR GRADER
Capacity (hp)
Number of Units
Rate per Hour
6. OTHER LARGE (i.e. Unimog)
Capacity
Number of Units
Rate per Hour
7. BACK HOE
Capacity (hp)
Number of Units
Rate per Hour
8. SKID STEER
Capacity (hp)
Number of Units
Rate per Hour
Blade/Broom
9. SMALL TRACTOR
Capacity (hp)
Number of Units
Rate per Hour
Blade/Broom
10. OTHER SMALL EQUIPMENT(i.e.
Walker Mower with blade
Capacity (hp)
Number of Units
Rate per Hour
Blade/Broom
11. WALK -BEHIND SNOW BLOWER
Capacity (hp)
Number of Units
Rate per Hour
Width
12. PICK-UP WITH PLOW
Capacity (ton)
Number of Units
Rate per Hour
Blade width
13. HAND SHOVELING AND DE-ICER
APPLICATION
Rate per Hour
De-icer per lb
$
14.OPERATING CITY OWNED
EQUIPMENT
Rate per Hour
$
Date: 3/7/2012 Time: 11:31 AM From: Flood and Peterson To: 8773938771
CliPnftt: 51 dqn DOUTR
Page: 2 of 3
ACORD- CERTIFICATE OF LIABILITY INSURANCE
F D3/07� 12 "
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 es 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 endorsement(s)-
PRODUCER
Flood & Peterson Ins., Inc.
P. O. Box 578
CONTACI Both Isakson
NAME:
PHONE 970 356.0123
AS N,,Ex NP:9705066836
AD AL M. beth.isaksonQipinsuranoe.com
Greeley, CO 80632
970 356.DI23
CUSTOMER ID P:
INSURER(S) AFFORDING COVERAGE
NAICS
INSURED DoublestrokeTrocking LLC
1200 Crest Ct
INSURER A: Great West Casualty
INSURER B:
Windsor, CO 80550
INSURER C :
INSURER D:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER'
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE 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.
INR
I TYPEOFINSURANCE
L
WEIR
POLICY NUMBER
LN:YEFF
YLIIC
POLICY UP
MM/
OMITS
A
GENERALLIABLITY
GWP86978A
5/23/2011
05/23/2012
EACHOCCURRENCE
$1,000,000
PREMISES Faotturtenui
$100,000
X COMMERCIAL GENERALUABIUTY
CINM3MADE 51OCCUR
MEDUP(AnyaMpemn)
$5,000
PERSONAL A ADV INJURY
$1,000,000
GENERAL AGGREGATE
s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGO
s2,000,000
POLICY PRO 17 LOG
S
A
AUTOMOBILE
LIABILITY
GWP86978A
O5/23/2011
OW2312012
`OMEa BIN�EEDL'INCLELIMIT
$11WDDD9
ANY AUTO
BODI LY INJ URY(Ip.)
S
1xx
ALL OWNED AUTOS
SCHEDULEDAUTOS
HIREDAUTOSNON-OWNED
BODILY INJURY (PereadeM)
E
PROPERTY DAMAGE
$
S
AUTOS
$
UMBRELLA LJAB
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAR
GLMMSMADE
DEDUCTIBLE
$
$
RETENTI
WORKERS COMPENSATION
TORY LI IT OTH-
ANDEMPLOYERS' LIABILITY YIN
ANY PROPRIETORIPARTNEWEXECUTIVE
OFFICERIMEMBEREXCLUDED? ❑
WA
EL EACH ACCIDENT
$
E.L. DISEASE- EA EMPLOYEE
$
(MAndAM In NK)
Ny, dmcri unaor
0ySGRIPTION OF OPERATIONS belw
E.L. DISEASE - POLICY LIMIT
$
A
Broad Form Cargo
GWP86978A
5/23/2011
05123/201
$10,000 Each Unit
'See Description*
$1 000 Deductible
DESCRIPTION OF OPERATIONS I LOCATIONS / VENICLES (Aeaeb ACORD 101, AalI W R ft Sd Wulo, N rt,oro sp1oP b ,vyul,Pd)
City of Fort Collins is listed as an Additional Insured in regards to the General Liability and Auto
Liability. `The cargo limit of Insurance is changed to $100,000 if you have a "loss" to property
(See Attached Descriptions)
City of Fort Collins
Attn: Purchasing
PO Box 580
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 POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
01983.2009 ACORD CORPORATION. All rights reserved.
ACORD 25 (2009/09) 1 of 2 The ACORD name and logo are registered marks of ACORD
#S679825/M668219 BAI
Date: 3/7/2012 Time: 11:31 AM From: Flood and Peterson To: 8773938771 Page: 3 of 3
PFscRIPTIONs (Cont<inueq from Page 1)
consisting of Flatbed loads.'
AMS 25.3 (2009109) 2 Of 2
#S6798251M668219
particular work assignment and the Service Provider agrees to perform such changed work.
4. Materials, Equipment and Labor. The Service Provider undertakes and agrees to furnish
and pay for all materials, supplies, labor, transportation, equipment, tools, services and supervision
necessary to perform any services hereunder. Exception is when the vendor is operating City
provided equipment.
5. Contract Period. This Agreement shall commence upon signing, and shall continue
in full force and effect until September 15, 2013, unless sooner terminated as herein provided. In
addition, at the option of the City, the Agreement may be extended for an additional four year period.
Pricing changes shall be negotiated by and agreed to by both parties and may 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.
6. 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.
7. Termination.
(A) The City shall have the right to terminate this Contract as to any work assignment for
default should the City determine that the Service Provider is failing to prosecute the work in a
manner which will assure timely completion or that the Service Provider is not performing any of the
provisions of this Contract or the notification.
(B) The City shall have the right to terminate this Contract for default, barring the Service
Provider from further participation in the Snow and Ice Removal Program, should the City determine
that the Service Provider repeatedly fails to complete the work within the time required or otherwise
fails to perform the work in accordance with the provisions of this Contract.
(C) If the City terminates for default, the City shall not be liable for any further payments to
the Service Provider whatsoever, and the Service Provider shall be liable for any costs to the City as
a result of the termination. The City's rights herein shall be in addition to any other remedies it may
have under the law.
(D) 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:
City:
City of Fort Collins, Purchasing
P.O. Box 580
Ft. Collins, CO 80522
Service Provider:
Double Stroke Trucking Co
1200 Crest Ct
Windsor, CO 80550
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 Providers sole right
and remedy for such termination.
8. Payments.
(A) The City agrees to pay and the Service Provider agrees to accept as full payment for
all work done and all materials furnished and for all costs and expenses incurred in the performance
of the work under the notification in accordance with the prices stated within the Bid Schedule
Proposal Form, attached hereto as Exhibit B and by this reference made a part hereof.
(B) The Service Provider shall submit invoices on the City's form entitled "Snow and Ice
Removal Billing Instruction and Invoice Form" attached hereto as Exhibit C and by this reference
made a part hereof. Failure to use this form will result in delayed payments. Invoices must contain
all requested information and must be received by the City within five (5) working days after
completion of the work assignment.
(C) Within thirty (30) days after the final acceptance of the work, the City Representative
will certify the total work done and the amount due and payment will be completed. Payment shall
be made by the City only upon completion of the work by the Service Provider in a satisfactory
manner and upon the Service Provider furnishing satisfactory evidence of payment of all wages,
taxes, supplies and materials, and other costs incurred in connection with the performance of such
services.
9. City Representative. The City will designate a representative who shall make, within
the scope of there 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.
10. 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.
11. 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.
12. 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.
13. 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 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 nonconformance's in design, materials and
workmanship 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 nonconformance, 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.
14. 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.
15. 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 party for the non -defaulting party's reasonable attorney fees and costs incurred because
of the default.
16. 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.
17. 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 D, 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, 215 N. Mason, 2n° Floor, Fort Collins, Colorado 80524 one copy of a certificate
evidencing the insurance coverage required from an insurance company acceptable to the City.
18. 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.
19. 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.
20. 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 e-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 pursuant to
Section 8-17.5-102(5)(c) C.R.S. in order to 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 e-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.
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.
21. Amendment 54. To the extent that this Agreement may constitute a "sole
source government contract" within the meaning of Section 2(14.4) of Article XXVIII of the
constitution of the State of Colorado, about which the City makes no representation, Section 15 of
said Article XXVI II, which reads as follows, is hereby incorporated into this Agreement and made a
part hereof:
a. Section 15. Because of a presumption of impropriety between contributions to any
campaign and sole source government contracts, contract holders shall contractually agree, for the
duration of the contract and for two years thereafter, to cease making, causing to be made, or
inducing by any means, a contribution, directly or indirectly, on behalf of the contract holder or on
behalf of his or her immediate family member and for the benefit of any political party or for the
benefit of any candidate for any elected office of the state (of Colorado) or any of its political
subdivisions.
THE OF FORT COLLINS, COLOPADO
BY
James B. O'Neill, 11, CPPO, FNIGP
Director of Purchasing and Risk Management
Date: �� ) -7 / 12--
COMPANY NAME:�GIJ[�5�1���,'
By: /6
PRINT NAME
Phone#g7o -3o7-
_�,�3