Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout109244 WASTE MANAGEMENT OF NO COLORADO - CONTRACT - BID - 7374 PORTABLE TOILETS RENTAL & SERVICINGSERVICES 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 Waste Management of Colorado 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 four (4) pages and
incorporated herein by this reference.
2. Contract Period. This Agreement shall commence June 1, 2012, and shall continue
in full force and effect until May 31, 2013, 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 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. Eat 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
Services Agreement
7374 Portable Toilets Rental & Servicing Page 1 of 12
Contacts:
Service Issues: Mike Sprenger
Telephone: (970) 674-2550 Fax: (970) 674-2515
Cell: (303) 435-2538 Email: msprenciawm.com
Emergency: (303) 435-2538
Backup: (970) 567-0448
Billing Issues: Amy Wenger
Telephone: (970) 674-2507 Fax: (970) 674-2515
Cell: NA Email: awengera-wm.com
Emergency: (970) 674-2545
City: Service Issues
Parks: Mike Calhoon (Project Manager)
Telephone: (970) 416-2079
Cell: (970) 567-7273 Email: mcalhoon(abfcgov.com
Natural Areas: Ryan Kogut
Telephone: (970) 416-2206
Cell: (970) 274-6253
City: Billing Issues
Payables: Dawn Henderson
Telephone: (970) 416-2435
Backup: Jolene Reed
Telephone: (970) 416-2462
Emergency: Linda Brown
Telephone: (970) 416-2441
Email: rkogut@fcgov.com
Email: dhenderson( fcgov.com
Email: ioreedCa�fcgov.com
Email: lbrown fcgov.com
Services Agreement
7374 Portable Toilets Rental & Servicing Page 10 of 12
GENERAL SERVICES: PORTABLE TOILET LOCATIONS
These portable toilets need once a week service.
(Date of service is 10/17/12 to 4/17/13)
(City Park Fishing Pier and Roselawn Cemetery are year'round)
These are the locations known at Bid time. Actual locations and quantities may vary, at
the discretion of the Area Project Manager.
Site
Address
Number of Units
Service
Da
PARKS
Buckingham Park
101 First St.
1 accessible
Mon
City Park Ballfields
211 S. Bryan Ave.
1 accessible
Mon
City Park Fishing Pier
211 S. Brvan Ave.
1 accessible
Mon
Cottonwood Glenn
3074 S. Overland Trail.
1 accessible
Thurs
Dog Park (Spring Canyon
Park
Horsetooth Rd. & Horsetooth Ct.
2 accessible
Thurs
English Ranch
3825 Kingsley Drive
1 accessible
Weds
Fossil Creek Park
1 accessible
Weds
Greenbriar Park
730 Willox Lane
1 accessible
Mon
Jefferson Park
Jefferson & Linden Sts
1 accessible
Mon &
Thurs
Landings Park
1 accessible
Weds
Legacy Park
300 Woodlawn Drive
1 accessible
Mon
Martinez Park
600 N. Sherwood
1 accessible
Mon
Miramont Park
1 accessible
Weds
Rolland Moore Basketball
2201 South Shields Street
1 accessible
Thurs
Rolland Moore Playground
1 accessible
Thurs
Rolland Moore Tennis
2 accessible
Soft Gold Park
1 accessible
Mon
Spring Park
2100 Matthews St.
1 accessible
Weds
Troutman Park
500 W. Troutman Parkway
1 accessible
Thurs
Warren Park
1 accessible
Weds
Webster Park
1 accessible
Weds
GOLF COURSES
City Park Nine
411 S Bryan Ave.
1 accessible
5 winter months only)
Mon
Collindale Golf Course
1441 E Horsetooth Road
2 accessible
Weds
SouthRid a Golf Course
5750 S Lemay Ave
2 accessible
Weds
CEMETERY: Weekly service from March to November. Monthly service December
to February.
Roselawn Cemetery 2718 E. Mulberry 1 accessible
Mon
NATURAL AREAS
Arapaho Bend
3950 CR 7 (Strauss Cabin Rd)
Non ADA
Mon
N. Shields Pond
1333 N. Shields St
1 accessible
Mon
Services Agreement
7374 Portable Toilets Rental & Servicing Page 11 of 12
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.
Services Agreement
7374 Portable Toilets Rental & Servicing Page 12 of 12
A`� �" CERTIFICATE OF LIABILITY INSURANCEIII2013
DATE 2/5�2011
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(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 endorsement(s).
PRODUCER LOCKTON COMPANIES, LLC
5847 SAN FELIPE, SUITE 320
HOUSTON TX 77057
866-260-3538
CONTACT
NAME:
PHONE
EX1: (FAX Na:
INC,E-MAIL
ADDRESS:
INSURERS AFFORDING COVERAGE
NAIC#
INSURER A: ACE American Insurance COm anv
22667
INSURED WASTE MANAGEMENT HOLDINGS, INC. & ALL AFFILIATED,
1300436 RELATED & SUBSIDIARY COMPANIES INCLUDING:
WASTE MANAGEMENT, INC.
5500 SOUTH QUEBEC STREET
GREENWOOD VILLAGE CO 80111
INSURER B: Indemnity Insurance Co Of North America
43575
INSURER C: ACE Property & Casualty Insurance Co
20699
INSURER D
INSURER E:
INSURER F:
COVERAGES AJ CERTIFICATE NUMBER: 1446916 REVISION NUMBER- XXXXXXX
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
LTR
TYPE OF INSURANCE
ADDL
INSR
SUBR
WVD
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM/DD/YYYY
LIMITS
A
GENERAL LIABILITY
Y
Y
LIDO G26436886
I/l2012
1/12013
EACH OCCURRENCE
$ 000 000
X COMMERCIAL GENERAL LIABILITY
DAMAGE
OEaBarurzence
$ 5000000
CLAIMS -MADE E OCCUR
MED EXP (A:,y oneperson)
XXXXXXX
PERSONAL &ADV INJURY
5,000,000
X XCU INCLUDED
X
ISO FORM CG 0001 1207
GENERAL AGGREGATE
6,000,0000
GENT AGGREGATE
LIMIT APPLIES PER'.
PRODUCTS-COMP/OP AGG
POLICY
X jECOT X L C
A
AUTOMOBILE
LIABILITY
Y
Y
MMT1108692853
1/l2012
1/l2013
OMBBINEIlia accidenDSINGLELIMIT
X
BODILY INJURY (Per person)
ANY AUTO
ALL AUT SNED SCHEDULED
X
BODILY INJURY (Per actltlenl
X
HIRED AUTOS X AUTOSWNED
PerOemidentDAMAGE
}{
MCS-90
C
X
UMBRELLA LIAR
X
OCCUR
Y
Y
XOOG25834501
1/l/2012
1/12013
EACH OCCURRENCE
$ 15000000
AGGREGATE
$ 15,000,000
EXCESS LIAR
CLAIMS -MADE
DELI I I RETENTION$
$ j()(jY'j(xxx
B
A
A
WORKERS COMPENSATION
AND EMPLOYERS'LIABILI'D YIN
OFFICER EMER EXCLUDED ECUrIVE El
IMymnEatory In NH)
DESLRIPTON Of OPERKTIONS.W.
N/A
Y
WLR C46774747((CA&)
WLR C46774747 (CA
SCF C4677579A(WI)
1/12012
1/1/2012
1112012
1/12013
1/1/2013
1/12013
WC STATU- OTH-
X TORV LIMITS EIR
E.L. EACH ACCIDENT
$ 3.000000
EL DISEASE - EA EMPLOYEE
$ 3,000000
ELDISEASE- POLICYDMIT
s 3000000
A
EXC17SS AUTO
LIABILITY
Y
Y
XTR H08692865
1/l2012
1/l2013
COMBINED SENGLELIMIT
$9,000,000
(EACH ACCIDENT)
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES f(Attech ACORD 101, Additional Remarks Schedule, if more space is required)
ADDITIONAL INSURED IN FAVOR OF CITY OFFT. COLLINS (ON ALL POLICIES EXCEPT WORKERS COMPENSATIONILL) WHERE AND TO
THE EXTENT REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION IN FAVOR OF CITY OF FT. COLLINS ON ALL POLICIES
will, ANU'I'O FIE EXTENT REQUIRED BY WRITTEN CONTRACT WHERE PERMISSIBLE BY LAW.
V CR I IrlliM 1 C R V LI.ICR LNIY V CLLM I I V IV
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
3446916
AUTHORIZED REPRESENTATIVE
CITY OF FORT COLLINS
P.O. BOX 580
FT. COLLINS CO 80522
ACORD 25 (2010/05) ©1988-2010 ACORD CORPORATIC1111. All rahts reserved
The ACORD name and logo are registered marks of ACORD
0
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:
Copy to:
Service Provider:
City of Fort Collins
City of Fort Collins
Waste Management of
Attn: Purchasing
Attn: Mike Calhoon, Parks
Colorado Inc
PO Box 580
Supervisor
40950 Weld County Rd 25
Fort Collins, CO 80522
PO Box 580
Ault, CO 80610
Fort Collins, CO 80522
Attn: Mike Sprenger
ms ren a wm.com
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 "A", consisting
of four (4) 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 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
Services Agreement
7374 Portable Toilets Rental 8 Servicing Page 2 of 12
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 parry 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 parry declaring default may elect to (a) terminate the Agreement and seek
Services Agreement
7374 Portable Toilets Rental & Servicing Page 3 of 12
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 parry'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
Services Agreement
7374 Portable Toilets Rental & Servicing Page 4 of 12
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
Services Agreement
7374 Portable Toilets Rental & Servicing Page 5 of 12
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.
Services Agreement
7374 Portable Toilets Rental & Servicing Page 6 of 12
AT E
C PO AT S CRETARY
Services Agreement
7374 Portable Toilets Rental & Servicing
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By: `
James B. O'Neill II, PP , FNIGP
Directp1 of Purchasing and Risk Management
Date:
Waste Manag ment of Colorado Inc
By:
PRINT NAN
CORPORATE PRESIDENT OR VICE PRESIDENT
Page 7 of 12
EXHIBIT A
SCOPE OF WORK
GENERAL SERVICES
These are the estimated quantities of units known at Bid time. Actual locations and quantities
may vary, at the discretion of the Area Project Manager.
Daily rental of portable toilets to be serviced once per week (for special events)
Estimate 4 @ $70.00/Each = $280.00 Total
Daily rental of handicapped -accessible portable toilets to be serviced once per week (for special
events)
Estimate 2 @ $100.00/Each = $200.00 Total
Monthly rental of handicapped -accessible portable toilets to be serviced once per week (see
General Services: Portable Toilet Locations)
30 @ $100.00/Each = $3,000.00 Total
Monthly rental of non -handicapped -accessible toilets to be serviced once per week @ "normal'
locations (see General Services: Portable Toilet Locations, Arapaho Bend Natural Area)
1 @ $70.00/Each = $70.00 Total
GRAND TOTAL GENERAL SERVICES: $3,550.00
BID SCHEDULE - 4TH OF JULY EVENT
The portable toilets (forty-five (45) regular and nine (9) handicapped) must be delivered and set at
various locations, as indicated by the Park Supervisor, by 5:00 a.m. on July 4, 2012 and removed
on July 5, 2012 before 9:00 a.m.. The awarded vendor must supply the Park Supervisor with
twelve (12) keys for the portable toilet paper holders before 12:00 p.m. July 3, 2012. Awarded
vendor must supply 1 case (250 rolls) of toilet paper and must supply 40 special events boxes with
liners for recycle materials July 4.
45 regular portable toilets at $45.00/ea X 45 = $2,025.00 total
9 handicapped portable toilets at $55.00/ ea X 9 = $ 495.00 total
1 case of toilet paper = $ 40.00 total
40 special events boxes with liners at $6.00/ea X 40 = $ 240.00 total
GRAND TOTAL 4th of JULY EVENT: $2,800.00
Delivery and pickup schedules can be met as listed above? X yes no
Services Agreement
7374 Portable Toilets Rental 8 Servicing Page 8 of 12
General Requirements
1. Each portable toilet shall display a record of service clearly identifying personnel
performing service and date of service.
2. Pick up of canceled units or of units reaching their pre -established termination date will be
made within one week of cancellation or termination.
3. Units will be anchored, at the expense of the Contractor, where necessary.
4. Minor repairs of units will be made on site when possible. Any unit which cannot be repaired
on site must be exchanged within 48 hours.
5. Contractor must insure that toilet tissue will be placed in all units at the time of service.
6. Units which have been overturned shall be righted by the Contractor at no charge to the
City.
7. Each unit shall be equipped with original equipment or the manufacturer's replacement
parts. Units with altered or rigged equipment will not be accepted, i.e., eye and hook as
replacement for locking mechanism.
8. Each unit shall be equipped with a working lock system, occupied/vacant indicator, tissue
paper holder that is firmly attached to the unit per manufacturer's specification, seat cover
shall be hinged and in working order. All other equipment shall be in working order.
9. All units shall be consistent in color, appearance and age. These units are for public use
and must represent a positive image.
10. Frequency of cleaning units must be maintained, i.e. weekly or daily. If awarded contractor
misses cleaning any units more than two times per year, City has the right to cancel
contract and award a new contract with next low responsive, responsible bidder. Units will
be replaced if they cannot be serviced during their normally scheduled cycle, weekly or
daily, due to conditions such as frozen units in winter and etc.
11. Awarded contractor will be responsible for replacement of portable toilet if damaged by an
act of God. City will be responsible for replacement if damaged by vandalism.
12. The Contractor shall provide one single point of contact to the City to handle any service
issues, and notify the City immediately if there is a contact change. The Contractor shall
also provide one single point of contact to the City to handle any billing issues. The
Contractor agrees to hold prices firm for the term of the Annual Contract. Any price
adjustment requests for the following year will be submitted when the Renewal Letter is sent
out; the City of Fort Collins uses the Denver Boulder Greeley CPIU index published by the
Colorado State Planning and Budget Office as a guide (see sample Services Agreement,
attached). The contractor agrees that they will not charge the City any Fuel Surcharges,
Finance Charges, or Late Charges. All billing will be sent to the Accounts Payable
Department at P.O. Box 580, not to the individual departments.
13. The Contractor agrees to stress the importance to their Drivers to obey all posted speed
limits on City of Fort Collins and Natural Areas streets, access roads, and trails. Repeated
violations may be cause for contract termination.
14. 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 or other alternative fuels in their trucks.
Services Agreement
7374 Portable Toilets Rental & Servicing Page 9 of 12