Loading...
HomeMy WebLinkAboutContract 50596-A1 AMENDMENT No.1 CITY SECRETARY OONTRACT NO.,.5 l TO CITY SECRETARY CONTRACT No. 50596 WHEREAS, the City of Fort Worth (CITY) and Sportscapes Construction, L.L.C. , (CONTRACTOR) made and entered into City Secretary Contract No. 50596, (the CONTRACT) which was authorized by M&C P-12118 on the 24 day of October, 2017 in the amount of $ 145, 895 . 00; and WHEREAS, the CONTRACT involves contract services for the following project: Sycamore Park Conversion of Tennis Complex to Soccer Field; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include additional contract requirements and revised fee. NOW THEREFORE, CITY and CONTRACTOR, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1 . Article I of the CONTRACT is amended to include the fees associated with bonding requirements outlined in the General Conditions of the original contract and specified in an invoice submitted on January 23, 2018, a copy of which is attached hereto and incorporated herein. The cost to City for the additional bonding requirements by Contractor totals $4,377. 00. (See Attached Funding Breakdown Sheet, Page -3-) 2 . Article III of the CONTRACT is amended to provide for an increase in the fee to be paid to Contractor for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $150,272. 00. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect . EXECUTED and EFFECTIVE as of the date last written by a signatory, A co fy f Fort Wort 0 to esA&n rvic eement Amendment Template OFFICIAL,RECORD 111 X, 9 ({1�cifelease /2017 1:7 CITY SECRETARY a� W `V _O ►, A FT WORTH,TX \fib s Q �dze_ ! L ®`6 APPROVED: City of Fort Worth CONTRA C R Spor sca es Construction, L.L.C. Fernancto Costa Dan Hodson Assistant City Manager President DATE: 6 /8 DATE: APPROV CO E Ri hard Zavala Di ector, Park & Recreation Department Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitori and administration of this contract, including ensuring all perform ce d re rting requirements . Scott 'Penn Dist ' ct Superintendent APPROVED AS TO FORM AND LEGALITY: M&C:NVJ4��— Date: Douglas W. Black Assistant City Attorney ATTEST: SOF FART � � O iar J. a er City Secre ary �XAS OFFIC7RICO"CITYCity of Fort WorthProfessional Services Agreement Amendment Template F'CFW Official Release 9/19/2017 Page 2 of 3 FUNDING BREAKDOWN SHEET City Secretary No. 50596 Amendment No. 1 Department Fund-Account-Center Amount PARD 30100-0800450-5740010-100970-004980 $4, 377 . 00 Total : 3 117 00 City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 Page 3 of 3 August 10, 2017 Revised August 29, 2017 Revised January 23, 2018 City of Fort Worth -Sycamore Park-Vaqueros Tips Contract#170205 - Prep and Replace existing Concrete per City of FW Design $8,000 -* Install 2 ea Concrete Pads for Teams, 1 Scorer Table, 1 Entryway $3,000 - Deliver&Install 22,639 Sq Ft of Pure Play Turf&Shock Pad (Attached) $128,506 - Deliver 1 Set of 6.5'x 12'Goals(Attached) $1,635 - Deliver 1 Set of 6.5'x 18.5'Goals(Attached) $1,915 - Deliver Netting and Poles for Backstops (Attached) $2,839 - Bond Purchase Amount $4,377 Includes TIPS/TAPS Fee $150,272 * See Attached Plan Concrete to be 3500 PSI with Air, 3/8" rebar 18"OCEW Qualifications: - Price good for 30 days -Includes TIPS/TAPS Fee -Turf needs to be laid out 24-48 hours prior to installation - Edge detail TBD with Fencing Contractor Does not include any fencing, grassing, or landscape repair - Does not include night security, or security fencing Please contact me if you have any questions. Thank you for the opportunity to provide pricing. Dan Hodson Sportscpes Construction P.O. Box 572 Red Oak, TX 75154 214-693-4820 FORTWORTH, Cityof Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of I SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication 0035 13 Conflict of Interest Affidavit 00 45 26 Contractor Compliance with Workers' Compensation Law 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 1 7300 Supplementary Conditions Appendix GC-6.37 Wage Rates END OF SECTION CITY OF FORT WORTH [°ycParkSoccerTurfJ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [ProjeclMJD0970J FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF SYCAMORE PARK TENNIS COURTS CONVERSION TO SYNTHETIC TURF SOCCER FIELD City Project No.100970 Betsy Price David Cooke Mayor City Manager Richard Zavala Director,Park&Recreation Department Prepared for The City of Fort Worth Park & Recreation Department 2017 N&C Review Page 1 of 2 Officlal site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT WORTH COUNCIL ACTION: Approved on 10/24/2017 DATE: 10/24/2017 REFERENCE P-12118 LOG NAME: 13P17-0505 SYCAMORE NO.: PARK JTC PARD CODE: P TYPE: NON- PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with Sportscapes Construction LLC, Using The Interlocal Purchasing System Cooperative Contract for the Conversion of the Sycamore Park Tennis Courts Into a Synthetic Turf Soccer Field in the Amount of$145,895.00 (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with Sportscapes Construction, LLC, using The Interlocal Purchasing System Cooperative Contract for the conversion of the Sycamore Park Tennis Courts into a synthetic turf soccer field in the amount of$145,895.00. DISCUSSION: On May 2, 2017, the City Council authorized entering into an Agreement (M&C C-28220) with the Fort Worth Vaqueros FC (Vaqueros) to operate and manage a future soccer facility at Sycamore Park. The Agreement provides that the City would be responsible for all costs associated with the conversion of the tennis courts to a soccer field up to $183,700.00 and any costs above $183,700.00 would be assumed by the Vaqueros. On September 12, 2017, Mayor and Council Communication (C-28373) City Council approved a name change in the contract from Fort Worth Soccer Group LLC d/b/a Fort Worth Vaqueros, FC to Fort Worth Vaqueros Soccer Academy. In order to complete the conversion of the tennis courts to a soccer field, Staff recommends entering into a contract with Sportscape Construction, LLC. In March 2017, The Interlocal Purchasing System (TIPS), a government cooperative purchasing program, awarded Contract No. 170205 to Sportscape Construction LLC, for Synthetic or Natural Sports Fields, Courts or Tracks. Staff has received Sportscapes' scope of construction totaling $145,895.00 to complete the conversion to a synthetic soccer field. This includes the repair of damaged exisiting concrete, new concrete pads, 22,639 sq. ft. of specified turf and Shock Pad and goals and netting and poles for backstops. The Park & Recreation Department will also enter into a separate Agreement with a fencing company to remove the old fence and install a new fence. The total project cost will also include a 10 percent contingency and will not exceed $183,700.00. The funding for this project will come from General Capital Projects Fund. Under the Agreement with the Vaqueros, the cost to convert the tennis courts into a soccer field will be repaid to the City by the Vaqueros over a 10 year period. In addition, under the Agreement , the Vaqueros are required to deposit funds into a capital reserve fund to be used for equipment and turf replacement or possible damage to the complex caused by unforeseen vandalism. M/WBE OFFICE - A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. Sycamore Park is located in COUNCIL DISTRICT 8. http://apps.cfwnet.org/council_packet/mc review.asp?ID=25271&councildate=10/24/2017 12/11/2017 M&C Review Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the General Capital Projects Fund, Sycamore Park Renovation Project and that prior to an expenditure being made, the Park and Recreation Department has the responsibility to validate the availability of funds. Pursuant to the terms of M& C C-28220 dated May 2, 2017, the City will bill the Fort Worth Vaqueros an amount equal to the actual expenditures to complete this project over a 10 year period. Any amount over the $183,700.00 project estimate will be paid upon completion of the project. BQN117-05051JTC TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2 Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Aaron Bovos (8517) Cynthia B. Garcia (8525) Additional Information Contact: Jeff Cope (8313) ATTACHMENTS 17-0505- 1295.pdf 17-0505- Proposal and Agreement.pdf bttp://apps.cfwnet.org/council_packet/Me—review.asp?ID=25271&councildate=10/24/2017 12/11/2017 AFC�i� CONTRACT INO. , CITY SECRETARYF cryo 92 r&CONTRACT FOR SERVICES BETWEEN THE CITY OF FORT WORTH AND SPORTSCAPES CONSTRUCTION,L.L.C. For SYCAMORE PARK CONVERSION OF TENNIS COMPLEX TO SOCCER FIELD This Agreement("Agreement"), authorized on October 24, 2017 by M&C P-12118, is by and between the City of Fort Worth, a Texas home-rule municipal corporation, acting by and through Susan Alanis, its duly authorized Assistant City Manager("City")and Sportscapes Construction,L.L.C. authorized to do business in Texas, acting by and through Sportscapes Construction, LLC, its duly authorized Sportscapes Construction, LLC, ("Contractor")for that certain work to be performed at the Sycamore Park tennis courts,a four-court facility(the"Tennis Complex"). In consideration of the mutual covenants and terms and conditions set forth herein,the parties agree as follows: 1. Scope of Work. The Contractor shall perform all work set forth in the Pure-Play Turf Field Proposal dated July 21,2017 as submitted originally to the Fort Worth Vaqueros Football Club ("Proposal") attached hereto as Exhibit A which shall include, but not be limited to, all labor, materials, equipment, services, and other items required to complete the work at the Tennis Complex, unless specifically amended herein, including the tennis court corner repair as identified on Exhibit A-1,with the facility being compliant with the field drawing as identified on Exhibit A-2, including delivery and installation of soccer goals as described in PO-18- 00101540, all exhibits incorporated herein for all purposes, ("Work"). The work area at the Tennis Complex shall remain clean and free of debris and any work shall not impede the public's use and enjoyment of Sycamore Park. Contactor may install non-permanent fencing to prevent the public from accessing the Tennis Complex, The Contractor shall comply with the City's General Conditions, attached hereto as Exhibit C and incorporated herein for all purposes. Conflicting terms contained in this Agreement shall control over the same or similar general condition. 2, Contract Term. a. Commencement. The Work required under this Agreement shall begin no later than DH h . p� CO vi-h-A�hf�//t p r j l 11013 .(P J,,,vt {�o h b. Com lotion, The Work required under tk Agreement shall be completed of later than 1► weh—P,;-�, The parties may agree, in writing, to extend the term of this Agreement. L' , '� I b r er W h �1^ot vl'dr �1 t10� � s'kqf-� c. Time of the Essence. Time is of the essence fort is Agreement. h G 11 3. Contract Sum. City shall pay Contractor One Hundred Forty-Five Thousand Eight Hundred I���p OW h Ninety-Five Dollars and No Cents ($145,895.00) ("Contract Sum"), which shall constitute full compensation for all Work to be performed under this Agreement. The parties may amend this Agreement to allow for additional payment if additional services are required,per Section 5, 4. Payment Schedule. City agrees to pay the Contractor on an invoice basis pursuant to the Texas Prompt Payment Act,Texas Government Code Section 2251,each payment to represent full and final,non-refundable payment for all the Work provided herein prior to the date invoiced. Contract for Services Between the City of Port Worth and Sportscapes Construction,L.L.C. 1 of I] 5. Changes in the Work. City may order changes in the Work within the general.scope of the Agreement consisting of additions, deletions, or other revisions, the Contract Sum and Term being adjusted accordingly. Such changes in the Work shall be authorized by written Change Order or amendment signed.by City and Contractor. If the City requests additions to the Work, it will be performed on a time and material basis at rates negotiated and mutually agreed to by the parties. 6. Warranty and Correction of Defective Work. For a period of one (1)year following the date of completion of the Work, Contractor represents and warrants to the City that the materials furnished under this Agreement for the tennis court corner re air shall be new, of good quality, in good working order, and perform as intended; and that this specific sub-element of the Work will be performed in conformance with this Agreement and professional "workmanlike" standards and free from defective or inferior materials and workmanship (including any defects consisting of"inherent vice," or qualities that cause or accelerate deterioration). Contractor shall commence any work in accordance with this warranty within fourteen (14) calendar days from receipt of written notice from the City and-complete such work within thirty(3 0)business days thereafter at no expense to the City. If the City observes any breach of warranty as described herein that is not curable by the Contractor, then the Contractor. is responsible for reimbursing the City for damages, expenses, and losses incurred by the City as a result of such breach. The representations and warranties in this section shall survive the termination or other extinction of this Agreement.Additional warranty and correction time period and obligations for the installation of the field portion of the Work shall be as contained in the Proposal, said warranties to be enjoyed jointly by the City and its licensee of the Tennis Complex, the Fort Worth Vaqueros Soccer Academy,pursuant to that certain Agreement Between the City of Fort Worth and the Fort Worth Vaqueros Soccer Academy for Sycamore Park, City Secretary Contract No.49714. 7. Indemnification. CONTRACTOR COVENANTS AND AGREES TO IlVDEMNIFY, HOLD HARNILESS, AND DEFEND, AT ITS OWN EXPENSE, CITY FROM AND AGAINST ANY AND ALL CLAIMS, LAWSUITS;JUDGMENTS, ACTIONS, CAUSES OF ACTION, LIENS, LOSSES, EXPENSES, COSTS, FEES (INCLUDING, BUT NOT LI IITED TO, ATTORNEY'S FEES AND COSTS OF DEFENSE), PROCEEDINGS, DEMANDS,DAMAGES, LIABILITIES, AND/OR SUITS OF ANY KIND OR NATURE, INCLUDING,BUT NOT LEWTED TO, THOSE FOR PROPERTY LOSS (INCLUDING, BUT NOT LBUTED TO, WORKERS' COMPENSATION ACT LIABILITY, AND, PROPERTY DAMAGE) AND/OR PERSONAL INJURY (INCLUDING, BUT NOT LE IITED TO, DEATH) TO ANY AND ALL PERSONS, OR OTHER HARM FOR WHICH RECOVERY OF DAMAGES IS SOUGHT, OF WHATSOEVER KIND OR CHARACTER,WHETHER REAL OR ASSERTED,ARISING OUT OF OR RESULTING FROM THE NEGLIGENT ACT, ERROR, OR OMMISSION OF THE CONTRACTOR AND/OR ITS RESPECTIVE OFFICERS, AGENTS, EMPLOYEES, DIRECTORS, MEMBERS, PARTNERS, AND REPRESENTATIVES IN CONNECTION WITH THE EXECUTION, PERFORMANCE, ATTEMPTED PERFORMANCE, OR NONPERFORMANCE OF THIS AGREEMENT. 8. Insurance. Contractor shall comply with the insurance requirements set forth in Exhibit B, which is attached hereto and incorporated herein for all purposes. Contract for Services Between the City of Fort Worth and Sportscapes Construction,L.L.C. 2 of 11 9. Waiver of Consequential Damages. The parties waive any and all claims against each other for consequential damages arising out of or relating to this Agreement, This mutual waiver is applicable, without limitation, to all consequential damages due to delay by either party, nonpayment by City, defective or non-conforming work by Contractor, and either party's termination of the Agreement. This Section 9 shall survive termination or expiration of this Agreement. 10. Contract Termination. a. Termination for Convenience. The services to be performed under this Agreement may be terminated by the City, subject to written notice submitted twenty(20) calendar days before termination,specifying the grounds for termination. i. If the termination is for the convenience of City, City shall pay Contractor for services actually rendered up to the effective date of termination and reasonable restocking and equipment rental fees, and Contractor shall continue to provide the City with services requested by City and in accordance with this Agreement up to the effective date of termination. b. Termination for- Cause. If either party to this Agreement shall willfully or negligently fail to fulfill in a timely and proper manner, or otherwise violate, any of the covenants, agreements, or stipulations material to this Agreement, the other party shall thereupon have the right to terminate this Agreement by giving written notice to the defaulting party of its intent to terminate, specifying the grounds for termination. The defaulting party shall have thirty(30)days after receipt of the notice to cure the default(the "Cure Period"). If the default is not cured during the Cure Period, then this Agreement shall terminate. Termination of this Agreement under this provision shall not relieve the party in default of any liability for damages resulting from a breach or a violation of the terms of this Agreement. 11, Contractor Compliance Responsibilities. Contractor shall give notices and comply with all laws, ordinances, rules, regulations and orders of public authorities bearing on performance of the Work. Contractor warrants that it is properly licensed in the state to perform the Work required by this Agreement. 12. Time Extension; Force Majeure. City or Contractor, as appropriate, shall grant a reasonable extension of time to the other party if conditions beyond the parties' control or Acts of God, adverse weather conditions, flood, riot, civil insurrection, labor strikes, or orders of local or federal government render timely performance of the parties' services impossible or unexpectedly burdensome. The party suffering the impossibility or burdensome conditions must inform the other in writing within ten (10) days of the onset of such performance delay, specifying the reasons therefore. Failure to fulfill contractual obligations due to conditions beyond either party's reasonable control shall not be considered a breach of this Agreement; provided, however, that such obligations shall be suspended only for the duration of such conditions. 13. Permits. Required construction and/or governmental permits, if any, will be obtained by Contractor prior to start of construction. 14. Safe . Contractor shall take all reasonable safety precautions with respect to performance of the Work and shall comply with safety measures initiated by the City and all applicable laws, Contract for Services Between the City of Fort Worth and Sportscapes Construction,L.L.C. 3 of 1t ordinances, rules, regulations and orders of public authorities for the safety of persons and property. Contractor shall report to City within seven days an injury to an employee or agent of Contractor which occurred at the Tennis Complex. 15. Concealed Conditions. If concealed or unknown physical conditions are encountered at the Tennis Complex that differ materially from those indicated in the Agreement or from those conditions ordinarily found to exist at the Tennis Complex and those conditions cause delay in the Work, the Contract Sum and/or Contract Term shall be equitably adjusted by written agreement of the parties. 16.• Entire Agreement. This Agreement constitutes the entire agreement between the parties hereto with respect to the subject matter hereof, and no amendment, alteration, or modification of this Agreement shall be valid unless in each instance such amendment, alteration or modification is expressed in a written instrument, duly executed and approved by each of the parties. There are no other agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. 17. Severability. Should any portion,word,clause,phrase, sentence or paragraph of this Agreement be declared void or unenforceable,such portion shall be modified or deleted in such a manner as to make this Agreement, as modified, legal and enforceable to the fullest extent permitted under applicable law. 18. Assignment. Neither party hereto shall assign, sublet or transfer its interest herein without prior written consent of the other party, and any attempted assignment, sublease or transfer of all or any part hereof without such prior written consent shall be void. This Agreement shall be binding upon and shall inure to the benefit of City and Contractor and its respective successors and permitted assigns. 19. Waiver. No waiver of performance by either party shall be construed as or operate as a waiver of any subsequent default of any terms, covenants, and conditions of this Agreement. The payment or acceptance of fees for any period after a default shall not be deemed a waiver of any right or acceptance of defective performance. 20. Governing Law and Venue. If any action,whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County,Texas or the United States District Court for the Northern District of Texas—Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. 21. No Third-Party Beneficiaries. The provisions and conditions of this Agreement are solely for the benefit of City and Contractor, and any lawful successor or assign, and are not intended to create any rights,contractual or otherwise,to any other person or entity. 22. Contract Construction.The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. 23. Fiscal Funding Out. If,for any reason, at any time during any term of this Agreement,the Fort Worth City Council fails to appropriate funds sufficient for City to fulfill its obligations under this Agreement, City may terminate this Agreement to be effective on the later of(i)thirty (30) Contract for Services Between the City of Fort Worth and Sportscapes Construction,L.L.C. 4 of 11 days following delivery by City to Contractor of written notice of City's intention to terminate or(ii)the last date for which funding has been appropriated by the Fort Worth City Council for the purposes set forth in this Agreement. 24. Captions. Captions and headings used in this Agreement are for reference purposes only and shall not be deemed part of this Agreement. 25, Audit. Contractor agrees that City will have the right to audit the financial and business records of Contractor that relate to this Agreement(collectively"Records")at any time during the Term of this Agreement and for three(3) years thereafter in order to determine compliance with this Agreement. Throughout the Term of this Agreement and for three (3) years thereafter, the Contractor shall make all Records available to City on 1000 Throckmorton Street, Fort Worth, Texas or at another location in City acceptable to both parties following reasonable advance notice by City and shall otherwise cooperate fully with City during any audit. Notwithstanding anything to the contrary herein,this section shall survive expiration or earlier termination of this Agreement. 26, Public Information Act. Contractor understands and acknowledges that City is a public entity under the laws of the State of Texas and, as such, all documents held by City are subject to disclosure under Chapter 552 of the Texas Government Code. Contractor shall clearly indicate to City what information it deems proprietary. If City is required to disclose any documents that may reveal any of Contractor's Proprietary Information to third parties under the Texas Government Code, or by any other legal process, law, rule, or judicial order by a court of competent jurisdiction, City will notify Contractor prior to disclosure of such documents, and give Contractor the opportunity to submit reasons for objections to disclosure. City agrees to restrict access to Contractor's information to those persons within its organization who have a need to know for purposes of management of this Agreement. City agrees to inform its employees of the obligations under this paragraph and to enforce rules and procedures that will prevent any unauthorized disclosure or transfer of information. City will use its best efforts to secure and protect Contractor's information in the same manner and to the same degree it protects its own proprietary information; however, City does not guarantee that any information deemed proprietary by Contractor will be protected from public disclosure if release is required by law. The foregoing obligation regarding confidentiality shall remain in effect for a period of three(3)years after the expiration of this Agreement. 27. Counterparts and Electronic Signatures. This Agreement may be executed in several counterparts, each of which will be deemed an original, but all of which together will constitute one and the same instrument. A signature received via facsimile or electronically via email shall be as legally binding for all purposes as an original signature. 28. Notices. All notices required or permitted under this Agreement shall be conclusively determined to have been delivered when(i) hand-delivered to the other party, or its authorized agent, employee, servant, or representative, or(ii) received by the other party or its authorized agent, employee, servant, or representative by reliable overnight courier or United States Mail, postage prepaid,return receipt requested, at the address stated below or to such other address as one party may from time to time notify the other in writing. Contract for Services Between the City of Fort Worth and Sportscapes Construction,L.L.C. 5 of 11 To THE CITY: To CONTRACTOR: Director Sportscapes Construction,L.L.C. Parks and Community Services Attn: City of Fort Worth 4200 South Freeway, Ste 2200 Fort Worth,Texas 76115 With a copy to: Department of Law City of Fort Worth Attn: City Attorney 1000 Throckmorton Fort Worth,Texas 76102 29. Independent Contractor, It is expressly understood and agreed that Contractor shall operate as independent entity in each and every respect hereunder and not as an agent, representative, or employee of the City. Contractor shall have the exclusive control and the exclusive right to control all details and day-to-day operations and activities relative to operation of the Contractor and installation of the Work and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees, and invitees. Contractor acknowledges that the doctrine of respondeat superior shall not apply as between the City and Contractor, its officers, agents, servants, employees, contractors, subcontractors, licenses, and invitees. Nothing contained in this Agreement shall be construed as the creation of a partnership or joint enterprise between the City and Contractor. 30. Prohibition on Contracts With Companies Boycotting_Israel. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and"company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor cert fes that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel, and(2) will not boycott Israel during the term of the contract. . 31. Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 32. Authorization. By executing this Agreement, Contractor's agent affirms that he or she is Contract for Services Between the City of Fort Worth and Sportscapes Construction,L.L.C. 6 of 11 authorized by the Contractor to execute this Agreement and that all representations made herein with rcgard to Contractor's identity, address and legal status (corporation, partnership, individual,etc.)are true and correct. ACCORDINGLY, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager("Effective Date"). Conti-act o: Cityof Fort Worth/ Furwi hGl a 6.#A By: Assistant City Manager (Signature) Date 330 /8 Dan Hodson Attest: (Printed Name) City Secretary F � ► � d°�" �,�`'• Title:President (Seal) J ; Address: P. O.Box 572 M&C Date: - Form 1295 No. 21—�� �. City/State/Zip: Red Oak,TX 75154 Contract Compliance Manager: By signing,I acknowledge that I am the person responsible f the monitoring and Date administrati n of this contract, ' chiding ensuring a perf ance and orting requirem ts. Scott P nn Distri I Superintendent,PARD-Trades roved as to Form and Legality: Douglas W. Black Assistant City Attorney APPROVAL RECOM 7 r vala R, ecreation Department Contract for Services Between the City of Fort Worth and Sportscapes Construction,L.L.C. 7 of 11 Exhibit A,A-1 & A-2 Sportscapes Construction,L.L.C. -Pure-Play Turf Field Proposal For SYCAMORE PARK TENNIS COURT CONVERSION (See Attached) Contract for Services Between the City of Fort Worth and Sportscapes Construction,L.L.0 8 of 11 H P r I nor. - �� • R, • � I - August 10, 2017 Revised August 29, 2017 City of Fort Worth - Sycamore Park-Vaqueros Tips Contract#170205 i - Prep and Replace existing Concrete per City of FW Design $8,000 -* Install 2 ea Concrete Pads for Teams, 1 Scorer Table, 1 Entryway $3,000 Deliver& Install 22,639 SgFt of Pure Play Turf&Shock Pad (Attached) $128,506 Deliver 1 Set of 6.5'x 12' Goals (Attached) $1,635 Deliver 1 Set of 6.5'x 18.5' Goals (Attached) $1,915 - Deliver Netting and Poles for Backstops (Attached) $2,839 - Includes TIPS/TAPS Fee $145,895 *See Attached Plan Concrete to be 3500 PSI with Air, 3/8" rebar 18" OCEW Qualifications; - Price good for 30 days - Includes TIPS/TAPS Fee -Turf needs to be laid out 24-48 hours prior to installation - Edge detail TBD with Fencing Contractor - Does not include any fencing, grassing, or landscape repair - Does not include night security, or security fencing Please contace me if you have any questions. Thank you for the opportunity to provide pricing. Dan Hodson Sportscapes Construction 214-693-4820 Sportscapes Construction 432 Country Ridge Lane Red Oak TX 75154 /N8OUN�5 IB e dilclic/'cifonurueoc !'Cgll pY/a1lb IIIV OIIMeI Pure-Play Turf Field Proposal InBounds Athletic Performance Pure Play. Pure Performance. No Infill lip Submitted on July 21, 2017 InBounds Athletic Performance Pure Play. Pure Performance. No Infill TO: Mr. Mark Snell, Fort Worth Vaqueros Football Club FROM: Andrew Bounds, InBounds Athletic Performance DATE: July 19, 2017 RE: Fort Worth Vaqueros 7 V 7 Turf Field Project Mark, Thank you for your time and the opportunity to propose Pure-Play Non-Infill Synthetic Sports Turf. Please find the below detailed scope and pricing for your 22,639 SF field, if you should have any questions, feel free to reach us at 410-747-1073. My mobile number is best; 847-961-0786 SCOPE OF WORK PRECONSTRUCTION • Participate in a preconstruction meeting with the owner's team • Provide drawings for turf system BASE CONSTRUCTION • Concrete Sub-Base to be inspected and approved before turf installation TURF AND INSTALLATION • Furnish to install contractor InBounds Athletic Performance's Pure Play turf system including 12 mm shock-pad on one (1) field; 22,639 square feet • Secure all main panels using premium adhesives as well as on inlays to ensure maximum bonding. Basic Soccer field inlays included • Provide owner's manuals and training by InBounds and InBounds employed technician • Provide (4) full-service field grooming per year (once a quarter) inclusive of thorough field inspection, cleaning, and repair of any required issues for the period of(4) Years. • Provide The InBounds' warranty which covers Pure-Play non-infill synthetic turf, installation materials, and workmanship for eight (8) years. • 24-hour response time on critical repair issues (48-hr to all others) • Dedicated customer web-portal for field maintenance and mangement • Training on normal field upkeep and emergency repairs. Emergency repair kit 6030 MARSHALEE DRIVE,STE 7D4 1 ELKRIDGE,MD 21075 1 410-747-1073 M.PUREPLAYTURECOM InBounds Athletic Performance Exhibit A-2 Pure Play. Pure Performance. No Infill 588.30 3960 I 490 I 52120) 27J0 10970 7490 /600 ?500 7490`ui I i _36601 1 I 7220 } r ' I Total Turf Area is 2103.2sgm/22,639sm. Soccer white lines are 100mm wide/4" 1d1 WHITE 3 • r'' j 1 W 1 ; A2 A3 A4 A5 A6 ! A7[�8 A A101 A1 A121 A1 1 aoao 4rp0140i1(s 4000400D 4000 40!10 4000 140p11 1400Q 1401!!1 140011 8000 4000 'IOU' 6030 MARSHALEE DRIVE,STE 704 ELKRIDGE,MD 21075 410-747-1073 WWW.Pl1REPLAYTl1RF.CDM InBounds Athletic Performance Pure Play. Pure Performance. No Infill Roll Plan - - r� ro. --M..-(W PnlarRed dmini rtoii ccr. er.a(.') Dimensions of ground 2062-.l sqm 2770 Al 4000X35062 M- 1 190.21 A6 4000X35062 3590 v 1 140.21 Actual production turf 2103.2 sq wi t+n V 7101 A7 4000X35052 -. 1 140.21 A9 =a 4000X35052 1 190.21 A14 4000X35052 ■_ 1 140.21 A2-A4. A6 +o« 8. A10-AU 4000X35052 9 1261.9 AWl 4000X35052 1 140.21 connect tape 1000 Clue(barrel) E3 total area Total area: 2103.2 sqm 16 I i i B030 MARSHALEE DRIVE,STE 704 ELKRIDGE,MD 21075 410-747-1073 WWW.PUREPLAYTURF.CDM InBounds Athletic Performance Pure Play. Pure Performance. No Infill Included in Proposal • 22,639 SF of Pure-Play Non-Infill Synthetic Turf System (includes 12mm Shock- Pad) • All materials required for installation (seam tape, glue, shock-pad tape) • Provide owner's manuals and training by InBounds • Provide (4) full-service field grooming per year (once a quarter) inclusive of thorough field inspection, cleaning, and repair of any required issues for the period of(4) Years. • Provide the InBounds' warranty which covers Pure-Play non-infill synthetic turf, installation materials, and workmanship for eight (8) years. • 24-hour response time on critical repair issues (48-hr to all others) • Dedicated customer web-portal for field maintenance and management • Training on normal field upkeep and emergency repairs. • Emergency repair kit IMAGES OF OTHER COMPLETED PROJECTS 6030 MARSHALEE DRIVE,STE 704 1 ELKRIDGE,MD 21075 1 410-747-1073 1 WWW.PUREPLAYTURF.CUM InBounds Athletic Performance Pure Play. Pure Performance. No Infill �r r 6030 MARSHALEE DRIVE,STE 704 ELKRIDGE,MD 21075 410-747-1073 WWW.PUREPLAYTURF.CUM Exhibit B Insurance Prior to the time Contractor is entitled to any right of access to or use of the Tennis Complex, Contractor shall procure, pay for and maintain the following insurance written by companies approved by the State of Texas and acceptable to City. The insurance shall be evidenced by delivery to City of executed certificates of insurance and/or certified copies of policies as determined by City. Contractor covenants and agrees to obtain and keep in force during the term of this Agreement, Commercial General Liability Insurance, Including Personal Injury Liability, Independent Contractors Liability and Contractual Liability covering, but not limited to, the liability assumed under the indemnification provisions of this Agreement, with limits of liability for bodily injury (including death) and property damage of not less than One Million Dollars($1,000,000),with an aggregate of not less than Two Million Dollars($2,000,000). All insurance policies shall include the following: 1) The term of insurance is for the duration.of the Agreement, which includes the period from the right of access to set-up through the period allowed for removal of property; 2) The Contractor is responsible for providing the City a thirty-day(30)notice of cancellation or non-renewal of any insurance policy and may not change the terms and conditions of any policy that would limit the scope or coverage, or otherwise alter or disallow coverage as required herein; 3) All policies shall include a Waiver of Subrogation (Right of Recovery)in favor of the City of Fort Worth. 4) a) Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be approved by Risk Management. b) Any self-insured retention (SIR) in excess of $25,000.00, affecting required insurance coverage, shall be acceptable to and approved by Risk Management in regards to asset value and stockholders' equity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by Risk Management. c) Company issuing the insurance policy shall have no recourse against the City of Fort Worth for payment of any premiums or assessments for any deductibles which all are at the sole risk of Contractor; 5) The terms "Owner", "City" or City of Fort Worth shall include all authorities, Boards, Bureaus, Commissions, Divisions, Departments, and Offices of the City and the individual members, employees and agents thereof in their official capacities and/or while acting on behalf of the City of Fort Worth. 6) The policy clause"Other Insurance" shall not apply to any insurance coverage currently held by City,to any future coverage, or to City's self-insured retention of whatever nature. 7) The City, its officials, employees, agents and officers shall be endorsed as an "Additional Insured"to all policies except Employers Liability coverage. 8) Coverage shall be written on a Per Occurrence basis and the policy shall include Broad Form Property Damage Coverage with an insurance company satisfactory to City. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. When required,Excess Liability shall follow form of the primary coverage. 9) Automobile Liability Insurance shall provide coverage on any automobile, including and defined as automobiles owned, hired and non owned with a One Million Dollar($1,000,000) combined single limit per accident or$250,000 Property Damage and $500,000 Bodily Injury per person,per occurrence. Contract for Services Between the City of Fort Worth and Sportscapes Construction,L.L.C. 9 of 11 10) Contractor shall cavy Workers Compensation and Employers Liability Insurance with minimum limits of$100,000 each accident/occurrence, $100,000 Disease each employee and $500,000 Disease policy limit. 11) All policies shall be written by an insurer with an A-:VIII or better rating by the most current version of the A. M. Best Key Rating Guide or with such other financially sound insurance carriers acceptable to the City. 12) Deductibles shall be listed on the Certificate of Insurance and shall be on a"per occurrence" basis unless otherwise stipulated herein. 13) If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the contractual agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the contractual agreement and for five (5) years following completion of the service provided under the contractual agreement or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 14)Certificates of Insurance shall be delivered to the address for notice in Section 28, evidencing all the required coverages,including endorsements. Contractor hereby waives subrogation rights for loss or damage against City,its officers, agents and employees for personal injury(including death),property damage or any other loss.. Contractor shall not do or permit to be done anything in or upon any portion of the Tennis Complex, or bring or keep anything therein or thereupon which will in any way, conflict with the conditions of any insurance policy upon the Tennis Complex or any part thereof, or in any way increase the rate of fire insurance upon the Tennis Complex or on property kept therein, or in any way obstruct or interfere with the right of the other tenants of the Tennis Complex,or injure or annoy them. The City may terminate this Agreement immediately upon the failure of the Contractor to provide acceptable documentation of insurance as required by this Agreement. Contract for Services Between the City of Fort Worth and Sportscapes Construction,L.L.C. 10 of 11 Exhibit C City's Construction General Conditions (See Attached) Contract for Services Between the City of Fort Worth and Sportscapes Construction,L.L.C. 11 of 11