Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout127666 MICHAEL TRUCKING - CONTRACT - BID - 7355 HAULING SERVICESSERVICES 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 lei, C h✓a r^< ) 7iZu c-t, , 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 two (�) page(s) and
incorporated herein by this reference.
2. Contract Period. This Agreement shall commence upon the date of execution shown
on the signature page of this Agreement and shall continue in full force and effect until March 31,
2013. 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
Colorado State Planning and Budget Office will be used 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
BID 7355 Hauling Services 2012 Page 8 of 15
the owner's responsibility to immediately send any changes in driver's, to the City
Purchasing department, and include the required above documentation. Non-compliance
could be terms of contract cancellation, or delay in work assignments.
21. The City reserves the right to discipline companies (i.e. day/s off to termination) for violations of
these rules.
BID 7355 Hauling Services 2012 Page 6 of 15
BID SCHEDULE - 7355 HAULING SERVICES 2012
You may attach a separate page with an equipment list - Please include Contractor name
on it.
EQUIPMENT
YR
MAKE
MODEL
CU. YDS.
HP
$/HR.
TRACTOR/TRL TRUCKS with
trailer
$
TANDEM DUMP TRUCKS
$
79
t -L
Ll z s
$ su s
TANDEM DUMP TRUCKS
W/PUP
$
TYPES OF TRAILERS (for
example) End, Belly, Bottom
Not paid for separately
included with Tractor/Trailer
$
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 ULo t,4 VVLlc1nva-' Ctn14i�
Are you a orporation, Partnership, DBA, LLC, or PC
SIGNATURE PRINT NAME V�A,(J�t=l
ADDRESS S _ W- lri L.i za 13z�4 S
C-0((I to 00 Cosa
PHONE 5'70 - Ll 3 2 -,-0 t 3 CELL PHONE 9 70 -
FAX EMAIL
BID 7355 Hauling Services 2012 Page 7 of 15
ACORD. CERTIFICATE OF LIABILITY INSURANCE
DATE(MMl00,Y1YY)
D7H5/2D„
PRODUCER -
ASSURANCE
7501 E Lowry Blvd
Den E
Denver, CO 80230-7006
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE
COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE NAIC#
INSURED
DWIGHT J MICHAEL DBA MICHAEL TRUCKING
2450 W. Elizabeth Street
Fort Collins, CO 80521
INBURERA: PINNACOL ASSURANCE
41190
INSURERS:
NSURERC:
IrvsuRER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDNG
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMMENT 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
ADDIL
POLIOYEFFECTIVE
POUCYEXPIRATION
LTR
INSRD
TYPE OF INSURANCE
POLICYNUMSER
DATE(MM/OO/YYYY
OAT MM/OO/YYYYI
LIMITS
GENEIUL LIABILITY
EACH OCCURRENCE
DAMAGE TO RENTED
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
PREMISES
NED EXP(My pna
PERSONALAADVIWURY
GEM AGGREGATE LIMIT APPLIERS PER:
GENERAL AGGREGATE
PRODUCTS -COMPIOP AGO
POLICY PROJECT LOC
AUTOMOBILE UASIUTY
COMBINED SINGLE LIMIT
ANY AUTO
(Ea AppMBnl
BODILY IW URY
ALL OWNED AUTOS
SCHEDULED AUTOS
(Perpemn)
BODILY IW URY
HIRED AUTOS
NON-0WNED AUTOS
(PereaHeM)
PROPFATYOAMAGE
(Pera.Am)
OAWGE LIABILITY
AUTO ONLY- EA ACCIDENT
OTHER THAN EAACC
ANY AUTO
AUTO ONLY: AG
ESCESSNMBRELLA LIABILT
EACH OCCURRENCE
OCCUR CLAIMS MADE
AGGREGATE
0EWCTIBLE
RETENTION S
WORKERS COMPENSATION AND
WC STAN- Li OTHER
A
EMPLOYERS UJIBILT
ANY PROPRIETORPART1,10 CUTIVe
4149369
07/1312011
07/01/2012
TORY LIMITS
ELFACN ACCIDENT
$100,000
OFFICEPNEMBER EXCLUOEDi
E LDISEASE -EA EMPLOYEE
$100.000
Ii yea, ple®eEeavNeul,Eer SPECIAL PKOVISIONS Oebw
El DISEASE -POLICY LIMIT
DpD
OTHER
DESCRIPTION OF OPEMMONSILOCATONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
CERTIFICATE HOLDER
CANCELLATION
1323949
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
JOHN STEVENS
THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
215 NORTH MASON ST.
MAIL 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
FORT COLLINS CO 80524
•
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
Courtney Prusse
ACORD 25(2001/08)
New Business Representative ACORD
CORPORATION 1988
A�� �® CERTIFICATE OF LIABILITY INSURANCE
°033012012n
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: N the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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 endorsemetd(s}
PROOUCER Gary Cramer
1275 E Magnolia ST unit I
Fort Collins CO 80524
NAME�GT: Ga r Cramer
_
ONE
RAIL 7 g4 137a �u No)_ 70 4s ozz
A ORess: gary.cramer.b68o(a�statefarm.com
INSURERS AFFORDING COVERAGE
NAILd
INSURER A:
INSURED MICHAEL, DWIGHT J
DBA MICHAEL TRUCKING
2450 W ELIZABETH ST
FORT COLLINS CO 80521-4120
INSURER 8:
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 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
L1R
TYPE OF INSURANCE
AMLSUBk
POLICY NUMBER
POLICY EFF
M
POLICY UP
MMIDD
LIMPS
GENERAL LIABILITY
y
EACH OCCURRENCE
E 1,000,000
PREMISES Ea oaamenca
$ 300,000
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE OCCUR
MEDEXP(Ary Onep .)
E 5,000
PERSONAL a ADV INJURY
S 1,000,000
96-BJ-W852-6
02/19/2012
02/19/2013
BUSINESS -MISC
GENERAL AGGREGATE
E 2,000,000
GENL AGGREGATE UNIT APPLIES PER:
PRODUCTS -COMP/OPAGG
S 1.000,000
POLICY PRO- LOC
$
AUTOMOBILE
UMBUrTY
COMBINED SINGLELIMIT (EaE
1,000,000
BODILY INJURY (Per person)
E
ANY AUTO
ALL OMED x SCHEDULED
NON-OANED AUTOS
HIRED AUTOS AUTOS
055 2176-DOB-O6R
0652176-D08-06R
10/08I2011
04/08/2012
04I0812012
10/OB/2012
BODILY INJURY(Par a.dw)
$
PROPERTY DAMAGE
Per auitlent
E
E
UMBRELLA UAB
OCCUR
❑
EACH OCCURRENCE
S
AGGREGATE
S
EXCESS UAB
CLAIMS -MADE
DED I I RETENTIONS
$
WORKERS COMPENSATION
STATT OTH-
AND EMPLOYERS' LIABILITY Y I NS
ANY PROPRIETOR/PARTNERIEXECUTIVE
TNC
ER
EL EACH ACCIDENT
$
OF CEAIEMBER EXCLUDED?
NIA
EL DISEASE -EA EMPLOYE
$
(Wrrdatary NNHI
tt ym de undo
E.L. DISEASE -POLICY LIMIT
E
1
09
DES=PTON OF OPERATIONS / LOCATIONS / VEHICLES (Aeach ACORD 101, AddMmA Remade SCN We, N more apace is r uin I
97 PETERBILT DUMP VIN: 0374171GL The insurance evidenced by this certificate will not be cancelled
except after ten (10) days written notice has been sent to the City
Of Fort Collins
City Of Fort Collins
215 N Masno ST 2nd Floor
Fort Collins CO 80524
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION/DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WPH THE POLICY PROVISIONS.
©1988-20ID ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD 1001486 132849.7 03-01-2012
ACORD 25 (2010105)
EXHIBIT 2 - WAIVER OF WORKER'S COMPENSATION BENEFITS FORM
WAIVER OF WORKERS' COMPENSATION BENEFITS FORM
The following is a written waiver under the Workers' Compensation laws of the State of
Colorado for a Sole Proprietor.
The Sole Proprietor must provide the following information, sign, and return the
form to the City of Fort Collins Purchasing.
I am a sole proprietor and I am doing business as (name of
Sole Proprietor's business). I am performing work as an independent contr ct r for the City of
Fort Collins, and therefore; I do not need to provide workers' compensation insurance.
I understand that if I have any employees working for me, I must maintain workers'
compensation insurance on them and will send copies to the City within 30 days.
Name of Sole Proprietor
CDL No. 14-08q - AM V Telephone No. (17() • JP(40( )Ci99
Address/P.O. Box 940D W . Eli -za k:Hn 51
` i QQ
City V06 PhI I I VIS State Co Zip Code
Signature of Sole Proprietor Date
E-Mail address dd,lyini 0, CO , Uhl
miaile , Tacho KA5
��O�f � elf5 C o vnP eV15��t �Vt
i (E o vi
comp U 04eY5 Co rq
V)I* be ineed e.
Addendum 1 - 7355 Hauling Services 2012 Page 3 of 3
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: Service Provider:
City of Fort Collins
Attn: Purchasing �%l�h'�ti T7LuC/)r, u t
PO Box 580
Fort Collins, CO 80522 V V67 L✓,Qzk
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, per the attached Exhibit C, consisting
of (_) page(s), 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 wovider. 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
BID 7355 Hauling Services 2012 Page 9 of 15
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 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
BID 7355 Hauling Services 2012 Page 10 of 15
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
BID 7355 Hauling Services 2012 Page 11 of 15
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 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
BID 7355 Hauling Services 2012 Page 12 of 15
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.
I. 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.
BID 7355 Hauling Services 2012 Page 13 of 15
CITY OF FORT COLLINS, COLORADO
a municipal corporation
B'0 (, S�S'
�o c James Neill II, CPPO, FNIGP
Director of Purchasing and Risk Management
Date: Lf —3o - ( Z_
Professional
PRINT NAME
(jW"k52. l ):a qy Inn�cl� Orr I
CORPORATE ESIDENT OR VICE PRESIDENT
Date: 3 - Ep 17 - I ?—
ATTEST: .(Corporate Seal)
CORPORATE SECRETARY
BID 7355 Hauling Services 2012 Page 14 of 15
BID #7355 HAULING SERVICES
SCOPE OF WORK
1. Service Provider 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 or
designated Truck Boss. 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. Vendor must own all trucks.
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. Equipment and drivers
shall report in at the time and location, as directed by the City Representative, mechanically
sound and fully prepared to work a full day.
3. All Drivers must have a valid CDL license, and be qualified to operate the equipment. Any
driver (contractor) who operates a commercial motor vehicle, as defined in §382.107, in
intrastate or interstate commerce and is subject to the commercial driver's license requirement
of 49 CFR part 383 must be included in an alcohol and controlled substances testing program
under the Federal Highway Administration's rule. Documentation of proof must be submitted
with this bid prior to performing work for the City of Fort Collins.
4. Drivers must be mentally and physically alert, and capable of maintaining safe control of their
vehicle at all times. Drivers must be properly dressed for work in the construction environment.
a. Hard Hats — ANSI approved, must be worn all times when outside a vehicle or
equipment.
b. Eye Protection — ANSI Approved, must be worn when drivers are exposed to
machines, equipment, or operations that present a potential eye injury.
c. Footwear, suitable footwear that fits and provides adequate protection from hazards
present at the construction site must be worn at all times.
d. Safety Vests — ANSI Class II must be worn at all times on the job site or public right-
of-way. Night work will require a Class III Safety Vest.
e. No Animals / pets are allowed on facilities or job sites.
5. All drivers must attend a pre -construction meeting to review the scope of work.
6. All equipment must comply with all DOT, CDL, and any other local/State/Federal requirements
including able to clear Port of Entry, Portable Scales, and posses current inspection stickers.
Trucks must be equipped with an effective load covering tarp, asphalt apron (asphalt lip), and
backup alarms.
7. All work shall be done in a professional, SAFE, courteous and efficient manner. The driver shall
exercise the utmost courtesy to other drivers, the City, and the public including foul language on
the job and during radio communications.
8. Drivers must use appropriate sanitary facilities as provided by the City on each job site or facility.
9. 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.
BID 7355 Hauling Services 2012 Page 4 of 15
10. The City has adopted a "Limitation on Engine Idling" to discourage the idling of vehicle
engines. Contractor must comply with turning off vehicles instead of idling for long periods
(more than three minutes, as a general rule). The City also desires that contractors run
biodiesel in their trucks.
11. 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.
12. At no time whatsoever shall the driver be considered or become a City employee. However the
driver must understand that their actions represent the City since that is the citizens' perception.
13. The City will not guarantee hours. Vendors will be used on an as -needed basis, depending on
job site, availability and type of equipment. The City reserves right to choose which truck or
tractor/trailer is utilized on each project that meets the best interests of the City.
14. In the event a vendor chooses to pull off a City project to work for another company or
contractor, the City reserves the right to utilize other vendors in there place for the duration of
the project at the City Representative's discretion. Also, a Vendor may not return until the start of
the next job. Exceptions will be at the City Representative's discretion which may include
mechanical breakdowns, illnesses, etc.
15. 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. In the event, that a project is cancelled for the day and the City
Representative is unable to provide a one hour cancellation notice the Vendor shall be paid one
hour show up time.
16. 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.
17. 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.
18. The City does not intend to award to one vendor, but will issue multiple awards.
19. All drivers must provide Workman's Compensation insurance unless you own and drive your
own truck. Owners who do not sub lease their trucks must provide a completed workman's
compensation waiver each renewal year. Owner must notify the City of any changes.
20. If changes, the owners who sub lease a truck must provide a drivers name with copy of CDL
driver's license, insurance including liability/workman's compensation and proof of alcohol and
controlled substances testing program under the Federal Highway Administration's rule. It is
BID 7355 Hauling Services 2012 Page 5 of 15