HomeMy WebLinkAboutIMLAY TRUCKING - CONTRACT - BID - 7564 SNOW AND ICE REMOVALBID PROPOSAL
BID #7564 SNOW & ICE REMOVAL
BID OPENING: October 22, 2013, 3:00 p.m. (our clock)
We hereby enter our bid for the City of Fort Collins' requirements for Snow and Ice
Removal per the bid invitation and any referenced specifications:
ATTENTION: SPECIAL INSTRUCTIONS
PLEASE NOTE: The Service Agreement that is included with the bid documents will
become your contract. Please fill out the highlighted areas, sign it and return with
your bid. The signed copy will be e-mailed to you.
BIDDER CONTACT INFORMATION (must be returned with bid submittal):
Company Name:
Address:
City, State, Zip
Bid Submitted
Printed Name:
Phone: ql(7lbf-- �� O Email:
BID 7564 Snow & Ice Removal Page 1 of 20
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) 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,
BID 7564 Snow & Ice Removal Page 10 of 20
postage prepaid and sent to the following addresses
Service Provider: City: Copy to:
City of Fort Collins City of Fort Collins
Attn: Attn: Tom Knostman Attn: Purchasing Dept.
PO Box 580 PO Box 580
Fort Collins, CO 80522 Fort Collins, CO 80522
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.
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, consisting of one (1) page, and incorporated
herein.
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, consisting of one (1) page, and incorporated herein. 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
BID 7564 Snow & Ice Removal Page 11 of 2D
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, 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.
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. Subcontractors. Service Provider may not subcontract any of the Work set forth in the
Exhibit A, Statement of Work without the prior written consent of the city, which shall not
be unreasonably withheld. If any of the Work is subcontracted hereunder (with the
consent of the City), then the following provisions shall apply: (a) the subcontractor must
be a reputable, qualified firm with an established record of successful performance in its
respective trade performing identical or substantially similar work, (b) the subcontractor will
be required to comply with all applicable terms of this Agreement, (c) the subcontract will
not create any contractual relationship between any such subcontractor and the City, nor
will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work
BID 7564 Snow & Ice Removal Page 12 of 20
of the subcontractor will be subject to inspection by the City to the same extent as the
work of the Service Provider.
12. 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.
13. 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.
14. 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
BID 7564 Snow & Ice Removal Page 13 of 20
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.
15. 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.
16. 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.
17. 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.
18. 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,
BID 7564 Snow & Ice Removal Page 14 of 20
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, 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.
19. 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.
20. 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.
BID 7564 Snow & Ice Removal Page 15 of 20
21. Prohibition Against Emoloving 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 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 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
BID 7564 Snow & Ice Removal Page 16 of 20
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.
22. Special Provisions.
Special provisions
or
conditions
relating to the
services to be
performed pursuant
to this Agreement
are
set forth
in Exhibit "E" -
Confidentiality,
consisting of one (1) page, attached hereto and incorporated herein by this reference.
BID 7564 Snow & Ice Removal Page 17 of 20
CITY OF F RT COLLINS, COLORADO
a municip I rporatiN
By:Y+�t
Gerry Paul
Director of Purchasing and Risk Management
Date:
NT
Date:T ��y
BID 7564 Snow & Ice Removal Page 18 of 20
EXHIBIT D
INSURANCE REQUIREMENTS
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 $1,000,000 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.
BID 7564 Snow & Ice Removal Page 19 of 20
12312014 Ill__ O CERTIFICATE OF LIABILITY INSURANCE DAT12D//23/
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 endomoment(s).
PRODUCER -
CONTACT
NAME:
AC NNO Exl. (970) 206-1810 ac No: (970) 206-1808
Welsh Insurance Agency, Inc.
4033 Boardwalk Drive, Suite #200
"MAIL Bruce@wiainsurance.com
INSURERS AFFORDING COVERAGE
NAIC N
Fort Collins, CO 80525
INSURERA: United Fire & Casualty
13021
Phone (970) 206A810 Fax (970) 206-1808
INSURED
INSURER B
INSURER C :
Imlay Trucking, LLC
INSURER D :
1667 E County Road 64
Wellington CO 80549
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.
INSR
LTR
rypE OF
ADD
UB
POLICY NUMBER
POLICY Err
MMIDDMI)M
POLICY EXP
(MMIDDffYyYI
LIMITS
A
GENERAL LIABILITY
O COMMERCIAL GENERAL LIABILITY
❑ ❑ CLAIMS -MADE O OCCUR
❑
Y
60455481
12/12/2014
12/12/2015
EACH OCCURRENCE
$ 1,000,000.00
DAMAGE TO REMED
PREMISES Eaoaunence
$ 100,000.00
MED EXP(Any one person
$ 5,000.00
PERSONAL a ADV INJURY
s 1,000,000.00
❑
GENERAL AGGREGATE
E 2,000,000.00
GEHL AGGREGATE LIMIT APPLIES PER
J❑ POLICY ❑ EnT PRO- ❑ LOC
PRODUCTS - COMPIOP AGG
$ 2,000,000.00
$
A
AUTOMOBILE LIABILITY
❑ ANY AUTO
ALL OWNED SCHEDULED
❑ AUTOS AUTOS
NON -OWNED
❑ HIRED AUTOS ❑ AUTOS
❑ ❑
Y
60455481
12/12/2014
12/12/2014
COMBINED SINGLE LIMIT
Ea accident
1,000,000.00
BODILY INJURY (Par person)
$
BODILY INJURY (Per actltlers
E
PROPERTY DAMAGE
Per accident
$
$
❑ UMBRELLA UAB ❑ OCCUR
❑ EXCESS LIAR ❑ CLAIMS -MADE
-
EACH OCCURRENCE
$
AGGREGATE
$
❑ DED ❑ RETENTION $
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y I N
ANY PROPRIETOR/PARTNERIEXECUTIV
OFFICERIMEMBER EXCLUDED?
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS bel.
NIA
❑ PTR ❑ OTH-
UTE
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYE
$
EL DISEASE -POLICY LIMIT
$
DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required)
TRUCKING
CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED ON GENERAL LIABILITY AND BUSINESS AUTO.
CERTIFICATE HOLDER CANCELLATION
CITY OF FORT COLLINS
PURCHASING DEPARTMENT
PO BOX 580
FORT COLLINS CO 80522
attn Jam
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
4D1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014101) OF The ACORD name and logo are registered marks of ACORD
EXHIBIT E
CONFIDENTIALITY
IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the "City") pursuant to
this Agreement (the "Agreement"), the Service Provider hereby acknowledges that it has been
informed that the City has established policies and procedures with regard to the handling of
confidential information and other sensitive materials.
In consideration of access to certain information, data and material (hereinafter individually and
collectively, regardless of nature, referred to as "information") that are the property of and/or
relate to the City or its employees, customers or suppliers, which access is related to the
performance of services that the Service Provider has agreed to perform, the Service Provider
hereby acknowledges and agrees as follows:
That information that has or will come into its possession or knowledge in connection with the
performance of services for the City may be confidential and/or proprietary. The Service
Provider agrees to treat as confidential (a) all information that is owned by the City, or that
relates to the business of the City, or that is used by the City in carrying on business, and (b) all
information that is proprietary to a third party (including but not limited to customers and
suppliers of the City). The Service Provider shall not disclose any such information to any
person not having a legitimate need -to -know for purposes authorized by the City. Further, the
Service Provider shall not use such information to obtain any economic or other benefit for itself,
or any third party, except as specifically authorized by the City.
The foregoing to the contrary notwithstanding, the Service Provider understands that it shall
have no obligation under this Agreement with respect to information and material that (a)
becomes generally known to the public by publication or some means other than a breach of
duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed,
provided that the request for such disclosure is proper and the disclosure does not exceed that
which is required. In the event of any disclosure under (b) above, the Service Provider shall
furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and
shall promptly advise the City in writing of each such disclosure.
In the event that the Service Provider ceases to perform services for the City, or the City so
requests for any reason, the Service Provider shall promptly return to the City any and all
information described hereinabove, including all copies, notes and/or summaries (handwritten or
mechanically produced) thereof, in its possession or control or as to which it otherwise has
access.
The Service Provider understands and agrees that the City's remedies at law for a breach of the
Service Provider's obligations under this Confidentiality Agreement may be inadequate and that
the City shall, in the event of any such breach, be entitled to seek equitable relief (including
without limitation preliminary and permanent injunctive relief and specific performance) in
addition to all other remedies provided hereunder or available at law.
BID 7564 Snow & Ice Removal Page 20 of 20
EXHIBIT A
SCOPE OF WORK
Contract snow and ice removal work may consist of furnishing any equipment and
labor from Exhibit B deemed necessary, on call to the City Streets Department or
Neighborhood Services or other City departments, to remove snow and ice hazards
from City streets, parking lots and sidewalks per the terms of the Contract. Clearing
of snow shall occur before the high traffic periods (7:00 a.m.-9:00 a.m.; 12:00 p.m.-
1:00 p.m.; 4:30 p.m.-6:00 p.m.) of the day when the snow depth may be 0.5" or more
as specified by Streets Department Representative. Some sidewalks may have
additional deposits of snow or ice placed upon them by City snow plowing
operations. Sidewalk clearing in these areas will be delayed until after street clearing
is complete. Only those sidewalks specified by the City will be cleared as a part of
this contract.
2. The City is requesting an hourly rate to provide equipment and operators to operate
a variety of snow removal equipment including but not limited to small and large
tractors, ATV or walker mowers equipped with plows, skid steers, snow blowers and
the like. The City is also requesting an hourly rate for operators only (item 13 for
Exhibit B) to operate City owned equipment. Please enter your bid unit cost and the
number of available units you can provide onto Exhibit B attached below. The
Contractors operators must be experienced to operate the equipment and the City
reserves the right to approve and remove Contractors without cause should safety,
production or public contact issues arise. Contractor must provide liability insurance
for property damage including the responsibility to reimburse the City for damages to
City equipment due to unreasonable use or negligence by the Contract operators.
3. The Contractor must be able to provide the equipment bid and a qualified operator
Sunday through Saturday (2417/365) at any time, within two hours of being called by
the City Representative. Phone contact with a company representative, qualified to
dispatch equipment, must be available at all times. The City Representative will try
to schedule night/weekend work in advance, if possible.
4. The Principal Sidewalk Contractor/s for sidewalk and connector path snow and ice
clearing shall consists of snow and ice removal for approximately 68 miles of
sidewalks(widths varying from 2 to 10 feet wide), the 3.5 mile long Mason bike trail
(12 feet wide including ramps), the Harmony Park and Ride lot and sidewalks, the
Troutman railroad underpass, stairs and ramps, and the South MAX /BRT and North
Police Services parking lot. These areas will be addressed after each significant
snowfall event and may need to be repeated during longer duration storms. These
areas are shown on the attached map packet (Exhibit F; 5 pages).
5. Bids to select the Principal Sidewalk Contractor/s will be evaluated based upon unit
prices, number of available units (equipment), and two typical example snow events.
The two snow events are detailed below as a Small Snow Event and Large Snow
Event; each with varying hourly unit needs. Bid unit prices entered into Exhibit B will
BID 7564 Snow & Ice Removal Page 2 of 20
be used for the analysis and selection of the Principal Sidewalk Contractors The two
snow events are examples and are used for evaluation purposes only and are not a
guarantee of hours.
a. Small Snow Event
Item
Number
Equipment Description
Hours
of Units
Needed
8
Small Tractor with 5' Plow blade
15
9
Small Tractor with 4' broom 2' to 3' dia.
15
10
ATV with 3' to 4' V-blade
8
11
Walker Mower with 3' to 4' blade
8
12
Pick up with plow and Salts reader
4
13
Hand Snow Removal Labor
6
14
Walk -Behind Snow Blower 45 h
8
15
Ice Melt, Pounds
100
b. Large Snow Event
Item
Number
Equipment Description
Hours
of Units
Needed
8
Small Tractor with 5' Plow blade
50
9
Small Tractor with 4' broom 2' to 3' dia.
30
10
ATV with 3' to 4' V-blade
30
11
Pick up with plow and Salts reader
12
12
Hand Snow Removal Labor
18
13
Walk -Behind Snow Blower 45 h
15
14
Ice Melt, Pounds
500
6. The City will have a mandatory pre -season orientation meeting to give the
Contractors direction and expectations. The City shall monitor the snow removal
efforts including authorization to begin snow removal, inspection of completed work,
and provide mapping of areas deemed unsatisfactory. Damaged property shall be
repaired at the Contractors expense.
7. Material from any site may be hauled to various dump sites located around the City,
as directed by the City Representative.
8. All truck drivers must have a valid CDL license, a DOT Medical Card, and all
operators must be qualified to operate the specified equipment. Any person
(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.
Contractor must maintain all required documentation and provide proof prior to
working for the City and upon request. Failure to provide documentation as
BID 7564 Snow & Ice Removal Page 3 of 20
requested will result in Contractor not working until documentation is provided.
Repeated violations (more than 2 per season) will result in Contractor being
dismissed for the season.
9. 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 equipment.
10.A►► equipment must comply with all DOT, CDL, and any other Local/State/Federal
requirements. Trucks must be equipped with an effective load covering tarp.
11.A l work shall be done in a professional, SAFE, courteous and efficient manner. The
driver or operator shall exercise the utmost courtesy to other drivers and
pedestrians. The City reserves the right to terminate contract with the Contractor for
not acting in a professional, SAFE, courteous and efficient manner.
12.The City shall not be responsible for any equipment failures, damage to equipment,
or maintenance required on the equipment. The Contractor is responsible for all fuel
required.
13.Any damage caused by the Contractor's equipment or contract driver or equipment
operators using City supplied equipment shall be the sole responsibility of the
Contractor. The Contractor shall indemnify and hold harmless the City for any
damage done by the Contractor's equipment/driver to any member of the public,
private property, and any part of the right-of-way.
14.At no time whatsoever shall a driver/operator be considered or become a City
employee.
15.The City will not guarantee hours. Contractors will be used on an as -needed basis,
depending on needs, availability and type of equipment.
16. 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 per direction of the City Representative.
17.The City shall have the option to proceed with contacting the next available
Contractor if the lowest priced Contractor is not available. When special conditions
arise, the City shall have the option to choose the Contractor to fit any special
equipment needs.
18.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 will use the Denver - Boulder CPI-U
as published by the Colorado State Planning and Budget Office as a guide. Written
BID 7564 Snow & Ice Removal Page 4 of 20
notice of renewal shall be provided to the Service Provider and mailed no later than
90 days prior to contract end.
19.The City will issue multiple awards.
20.Contractors that are completing sidewalk snow abatements must provide a digital
camera with sufficient memory or memory cards capable of taking and storing up to
100 digital photos. Contractor must be able to download to a City PC or e-mail
before and after pictures to the City Representative using either Adobe Photo Delux
or Camedia software. All digital photos provided are the property of the City.
Qualification of Contractor
The City may make such pre -award survey as it deems necessary to determine the
qualification of the Contractor including suitability of the Contractors vehicles and
equipment to perform the work and the Contractor shall furnish to the City all such
information and data as is reasonably required for this purpose. The City reserves the
right to disqualify any bid if the evidence resulting from the City's investigation shows, in
the opinion of the City, that the Contractor is not properly qualified to perform the work
described herein.
The Contractor shall submit a list of vehicles and equipment that will be made available
to accomplish the work and shall be prepared to have equipment inspected and
approved by the City's Representative.
The award will be made by the City to the lowest responsive and responsible
Contractor(s) meeting the conditions of the Instructions to Bidder by equipment
categories, with the low Contractor at the top of each category list and in consideration
of the capacity and availability of each Contractor. The City reserves the right to accept
or reject any or all bids, and to waive any informalities and irregularities in the bids. The
number and types of Contractors used during any single storm will depend upon bid
prices, prevailing snow and ice conditions, site characteristics, weather forecasts, etc.
All factors noted will be considered on a storm -by -storm basis to determine which
Contractors are called. The ideal Contractor has the equipment flexibility to perform
under various conditions AND who submits the lowest responsible bid.
Submittals:
Bidders must submit the following with your bid:
• Signed and dated Service Agreement
• Completed Exhibit B bid schedule
• Completed Contact Information page
• Insurance information as specified in Exhibit "D " of the Services Agreement
BID 7564 Snow & Ice Removal Page 5 of 20
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. Please attach an equipment list with cost for
equipment and operator for equipment beyond this bid schedule.
Item
Number
Equipment Description
Number of
Available
Units
Rate Per
Hour
1
End Dump, Rock Truck or Live Bottom
$
2
Tandem Dump Truck
$ 5
3
Single Axel Dump Truck
$
4
Wheel Loader
$
5
Motor Grader
$
6
Back Hoe
$
7
Skid Steer with bucket
$
8
Small Tractor with 5' Plow blade
$
9
Small Tractor with 4' broom (2' to 3' dia.)
$
10
ATV with 3' to 4' V-blade
$
11
Walker Mower with 3' to 4' blade
$
12
Pick up with plow and Salt spreader
$
13
Hand Snow Removal Labor
$
14
Walk -Behind Snow Blower (45 hp)
$
15
Ice Melt, Pounds
$
16
Qualified Operator for City Owned Small Tractor
$
BID 7564 Snow & Ice Removal Page 6 of 20
SERVICES 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 s L4 A 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 four (4) pages and
incorporated herein by this reference. Irrespective of references in Exhibit A to certain
named third parties, Professional shall be solely responsible for performance of all duties
hereunder.
This Agreement 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. 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
BID 7564 Snow & Ice Removal Page 8 of 20
assigned has been or is being accomplished by others, the Service Provider shall leave
the location and immediately notify the City Representative.
2. Time of Commencement and Completion of Services. The services to be performed
pursuant to this Agreement shall be initiated and completed 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 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
Contractor is operating City provided equipment.
5. Contract Period. This Agreement shall commence upon signing and shall continue in full
force and effect until October 1, 2015, 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 three (3) 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 thirty (30) 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
BID 7564 Snow & Ice Removal Page 9 of 20