Loading...
HomeMy WebLinkAboutContract 43253 (2)CITY SECRETARVq✓lZ�''�COME' - CT 6d0,1 CONTRACT FOR SERVICES BETWEEN THE CITY OF FORT WORTH AND LANDSCAPES UNLIMITED, L.L.C. This Agreement ("Agreement") is entered into this day of , 2012, ("Effective Date") by and between City of Fort Worth, a home -rule municipal corporation, of the State of Texas, acting by and through Susan Alanis, its duly authorized Assistant City Manager ("City") and Landscapes Unlimited, L.L.C. ("Contractor"), acting by and through Michael Surls, its duly authorized Assistant Manager, for work to be performed at Sycamore Creek Golf Course in Fort Worth, Texas (the "Site"). 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 Project Development Program and Quote dated March 28, 2012 ("Work") attached hereto as Exhibit A and incorporated herein for all purposes, which shall include, but not be limited to, all labor, materials, equipment, services, and other items required to complete the Work at the Site. 2. Contract Term. a. Commencement. The Work required under this Agreement for the greens shall begin no later than June 11, 2012. The Work for the lake liner installation must begin on or before June 18, 2012. b. Completion. The Work required under this Agreement shall be completed not later than June 18, 2012 for the greens and July 27, 2012 for the lake liner. The parties may agree, in writing, to extend the term of this Agreement. c. Time of the Essence. Time is of the essence for this Agreement. 3. Contract Sum. City shall pay Contractor One Hundred Eighty -Four Thousand Two Hundred Sixty -Eight Dollars and No Cents ($184,268.00) ("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 in the following installments set forth below, each installment to represent full and final, non-refundable payment for all the Work provided herein prior to the date. a. Eighty-one Thousand Forty Dollars and No Cents ($81,040.00) no later than twenty (20) days following the City's verification and satisfaction that the Work for the greens is 100% complete. b. One Hundred Three Thousand Two Hundred Twenty -Eight Dollars and No Cents ($103,228.00) no later than twenty (20) days following the City's verification and satisfaction that the Work for the lake liner is 100% complete. 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 r__e--Gil-r-e a ueTst-L a ddt-inns to the Work, Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 05-23-12 P02:43 IN OFFICIAL RECORD CITY SECRETARY Ft WORTH, TX { of 17 it will be performed on a time and material basis at the rates set forth in Exhibit B, which is attached hereto and incorporated herein for all purposes, or at a predetermined fixed fee as mutually agreed by the parties. For reductions in the scope of Work, Contractor shall retain 20% of such reduction for overhead, general conditions and partial income 6. Exclusive 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 and equipment furnished under this Agreement shall be new, of good quality, in good working order, and perform as intended; and that 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 also represents and warrants that the Work and materials used are not currently known to be harmful to public health and safety. Work not conforming to these requirements may be considered defective This exclusive warranty excludes defects resulting from intentional abuse, neglect, or alteration by the City or any third party. Contractor agrees to cure any breach satisfactorily and consistent with industry standards for a period of one (1) year from the date of completion of the Work provided Contractor is given notice and an opportunity to repair or replace the Work. 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 (30) 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. 7 Indemnification. CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS, 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 LIMITED TO, ATTORNEY'S FEES AND COSTS OF DEFENSE), PROCEEDINGS, DEMANDS, DAMAGES, LIABILITIES, AND/OR SUITS OF ANY KIND OR NATURE, INCLUDING, BUT NOT LINHTED TO, THOSE FOR PROPERTY LOSS (INCLUDING, BUT NOT LIMITED TO, WORKERS' COMPENSATION ACT LIABILITY, AND PROPERTY DAMAGE) AND/OR PERSONAL INJURY (INCLUDING, BUT NOT LIMITED 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 C, which is attached hereto and incorporated herein for all purposes. 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 Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 2 of 17 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 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 Mateure. 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. All construction and/or governmental permits will be obtained by City prior to start of construction 14. Safety. 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, ordinances, rules, regulations and orders of public authorities for the safety of persons and Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L C. 3 of 17 property. Contractor shall report to City within seven days an injury to an employee or agent of Contractor which occurred at the site. 15. Concealed Conditions If concealed or unknown physical conditions are encountered at the site that differ materially from those indicated in the Agreement or from those conditions ordinarily found to exist at the Site 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) days following delivery by City to Contractor of written notice of City s intention to terminate Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L C. 4 of 17 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 To THE CITY: To CONTRACTOR: Director Landscapes Unlimited, L L C Parks and Community Services Attn Michael Surls City of Fort Worth 1201 Aries Drive Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 5 of 17 4200 South Freeway, Ste 2200 Lincoln, Nebraska 68512 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. Authorization. By executing this Agreement, Contractor's agent affirms that he or she is authorized by the Contractor to execute this Agreement and that all representations made herein with regard to Contractor's identity, address and legal status (corporation, partnership, individual, etc ) are true and correct. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 6 of 17 IN WITNESS HEREOF, the Parties hereto have executed this Agreement as of the Effective Date. CITY OF FORT WORTH by usan Alanis Assistant City Manager APPROVED AS TO FORM AND LEGALITY: r - i Tyler F. Wallach Assistant City Attorney ATTESTED BY: gift a ary J. Kayser City Secretary Contract Authorization: M&C # P-11384 DATE: Mav 15, 2012 LANDSCAPES UNLIMITED, L.L.C. by: eatr.Gfe. cOnietik>, eAcr "'A o U 0 Pi 168 ri Qo o o T"°000.000° .41 Michael Surls Assistant Manager OFFICIAL REGORK1 CITY SECRETARY Y FT. ORIN, Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 7of17 Exhibit A PROJECT DEVELOPMENT PROGRAM For SYCAMORE CREEK GOLF COURSE March 28, 2012 Presented to: FORT WORTH J Robert Chandler Golf Course Superintendent City of Ft Worth, TX Prepared by: LANDSCAPES UNLIMITED, LLC Landscapes Unlimited, LLC 1201 Aries Drive Lincoln, Nebraska 68512 Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 8 of 17 It is understood by all parties that all information contained herein is confidential information and is intended only for the use of the individual or entity named herein If the reader of this message is not the intended recipient, or the employee or agent responsible to deliver it to the intended recipient, you are hereby notified that any dissemination, distribution, or copying of this information is strictly prohibited. Project Preparation • All necessary permits, licenses, fees, inspections, etc. to be obtained by City prior to the start of construction. • The proposal is based on the items and quantities listed on the bid form and in reference to Buy Board Contract #391-12. • No bonds are included at this time. • No taxes or duties are included in this preliminary proposal. • Project management costs are included. • Schedule management and budget tracking included. • Rock excavation is not included in the proposal. Rock is defined as material which can not be excavated efficiently with a John Deere 650 size dozer, or equal, or John Deere 120 excavator or equal. No rock removal or disposal is included in this proposal. • No import of material is included for greens re -surfacing or lake liner cover soil. • City will be responsible for locating the following items prior to the start of construction: Existing utilities (locations and depths) lake edges, water features, boundary lines, property lines. Landscapes Unlimited will be responsible for disturbance limits, clearing limits, grading limits, checking for positive drainage and all golf course features staking. • This project is based upon the scope of work as provided by the City for the greens renovation. Additional information related to the lining of lakes was provided during a site visit in January of 2012. • All pricing for this project is based upon current commodity pricing in effect as of January 27, 2012 Any fluctuations in pricing or supply that increase project costs shall be reimbursed to the Contractor by the City on an actual cost incurred basis Mobilization • Normal mobilization requirements to include only one mobilization. Mobilization includes the cost of travel for project personnel to the site temporary housing costs, and equipment shipping costs. Administrative travel to the site, for project managers and office staff, is also included in this item Erosion Control • Erosion control measures are not included in this proposal. Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 9 of 17 Clearing • This proposal does not include any costs for major clearing of trees and brush. Minor clearing of brush/shrubs at the large lake, to be lined is included. Earthwork • No major earthwork is included in this proposal. Earthwork necessary to prep the large lake area to be lined is included in this proposal. Shaping • Shaping per se is not included in this proposal. Shaping if any will be limited to benching and tying in of the large lake to the surrounding terrain. Green Renovation • This program includes the surface renovation of approximately 62,000 sf of existing greens. (10 greens) • All existing sod and thatch layer on the 10 greens will be stripped, to a depth of approximately two (2) inches, using walk -behind sod cutters. Spoils will be consolidated in several City designated locations. Final pick up and disposal to be done by City. All greens will be roto-tilled in two opposing directions to an approximate depth of eight (8) inches. • • • All greens will be re -compacted to prevent future settling. • All greens will be fumigated using the solid tarp method. Fumigation material will be injected into the soil and tarps placed. Tarps will remain on the greens for a minimum of 48 hours and then will be removed from the greens by the contractor. The City will assist in the disposal of the tarps. • Application rate shall equal 1.5 pounds of methyl bromide/chloropicrin per 100 sq ft. • After the fumigation tarps are removed, the greens will be re -floated to approximate the original contours and prepped for sprigging. o A laser instrument will be used to insure positive surface water runoff from greens. o Final contours and finish grade will be performed using `flex -drag' equipment. Surfaces shall be free of any imperfections in grade. Grassing • All greens shall be planted with Certified Tif Dwarf hybrid Bermuda grass sprigs. o Rate shall equal 30 bushels per 1000 sq ft. • Sprigs shall be less than 24 hours old. Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L C. 10 of 17 • Sprigs shall be distributed and planted and pressed firmly into soil using a self -feeding, self- propelled planter. Hand shaken placement of grass sprigs is not permitted. • Soil amendments and fertilizer applications are to be provided by the City. • All construction debris that cannot be disposed of on the existing property will be disposed of off -site. Lake Liner Installation • Contractor to strip sod and minor brush from lake area scheduled to be lined. Grass stripping and associated demoed materials to be stockpiled for disposal by City. • Contractor to cut in bench area, liner anchor trench, and tie in excavated areas to existing grades. • Contractor will provide and install a 40 mil HDPE double textured lake liner with a 12" cover of clay Lake area to be approximately 45,082 sf of surface area. • Contractor to finish grade disturbed areas, fertilize and, sod with 419 Bermuda sod. Miscellaneous • This program does not include any grow in items. It is assumed that this will be a drop -seed contract. All watering, maintenance, and grow -in of the golf course will be the responsibility of the City. If requested by City, LU will perform the grow -in and maturation requirements of this project at an agreed upon cost and schedule, based on exact scopes of grow -in. • Only those items and quantities listed on the proposal form are included. • Insurance requirements set forth by the City of Ft. Worth will be met by Contractor. Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 11 of 17 Contractor's Quote Southived Regional Office g970 itaintree Drive, Suite 300 Scottsdale, A2 85 260 480-94-$-4300 * Fax 1- r6-SO0•2443 LANDSCAPES UNLIMITECD; LLC Golf Course & Recreational Development 1201 Aries Drive *Lincoln, NEG&512 Ply, 402423-Q53 i Fax-423-44$7 To: Address: Project Name: Project Location: City Of R1 iskalath Purchasing Division Ft, Wctth,, TX 5/carnore Creek GC - Greens And Lake LF-lir1g II Item # Item Description Project Preparation 01 Mobilization D2 F oject Supervision Greens Renovation D1 5ri Ip Existing 5cd From Greens - 2" Minimum Depth - Material To Be Stockpiled Near Greets For Use Or Cisposa[ By Dana, 02 Ibb till Greens 03 Finish Float Green suface D4 Fumigate Greers DS Ana! Flat Greens Surface D6 Fertilize Greens D7 Grassing - Sprig Trfbwarf is►t 30 Bu/1000 LIdng 5ff-feeding, Self-propelled Planter Eait coast tegional Office 366 Raleigh Strut Holly Swings. NC 27340 Ph,919-552-3800 i Fax 91945248 A Contact Phone: Fax: Bid Number: Bid Date: Estimated Quantity Unit (817} 392-8355 (817) e71-&Ho 3/28/2012 Unit Price 1.00 LS $8,50,00 1.00 ES OEOO Total Price for above Project Preparation Items: a2,0Co.DO 5F 62,OCOz0O 52,000.00 5F 62,0000DD SF 62,00100 SF 62,OCO.D0 SF 621000.DD SF $►0.15 tO,D3 $0,05 SO140 $0,04 $0.04 0.8 Total Price for above Greens Renovation Items: Lake Liner Installation 01 Lake const rction- Debris Cerro, Shaping, Bench Cut -in Aid Cuff Soil Excavatbn 02 Lake Liner- instdIalion - 40m11 Double Tcxtraed MOPE Liner Setif 12" Carer mil On Eafcty Bcrneh D3 Clean -Up And Repair Around Lake Fein tes - Includes 419 Scd Notes: • See Scope of V'Mrt in Attached Roped: Dew oprr Prograrn • Alt p4-icirg is based on Buy Board ccnbact #391-12. Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 45,0a00 SF 4510E8.DD 18,000.OD SF $1.5-'S $0,60 Total Price for above Lake liner Instillation Items Total Price' $8,5O0.O0 40.00 $8,500.00 $9,30D.OD 1,86040G $1,550.00 :24,800,001 $2,400,00 $2,480,00 $29,760,00 472,540.00 $18,032,80 $74,395, 0 $i O,80EO0 $103,228.00 Total Bid Price: $184,2613.00 12of17 Exhibit B LANDSCAPES UNLIMITED, LLC T & M Rates (Time and Material) Work Rates Effective January 2003 All equipment is operated, fueled and fully maintained. The prices below are for owned equipment If machinery must be rented for your proposed work, an hourly rate shall be agreed upon before the work begins. Mobilization costs are not extra. DESCRIPTION HOURLY RATE DOZER John Deere 850C 176 John Deere 750C 157 John Deere 650H 139 John Deere 550H 129 Cat D8R 204 EXCAVATORS John Deere 790/230 165 John Deere 490/120 139 John Deere 690/200LC 152 Mini -Cat 302.5 72 LOADERS/BACKHOES John Deere 410 90 John Deere 410 w/ breaker 135 John Deere 310 76 John Deere 310 w/breaker 114 John Deere 210 68 RUBBER TIRE LOADERS John Deere 344 111 John Deere 544G 148 Case 621 148 Case 1845C Skid Steer 86 SCRAPER Cat 627 B TRACTORS/LOADER-GRADING 278 Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 13 of 17 Ford 250C-260C 95 Ford 345C 100 Ford 445A-445D 100 Ford 540B-545D 104 DESCRIPTION HOURLY RATE TRACTOR ONLY Ford 4610/4630 70 Kubota 6030MF 70 Kubota 5030MF 60 Kubota 4030MF 50 Kubota B7100 44 TRENCHERS Vermeer T555 289 Case 860/960 139 Case 760 123 Bobcat TLl 16 70 TRUCKS 1800 gal Water truck 96 Dump 10 yd 95 Dump 5/6 yd 79 Dump 3 'A 58 Flatbed 79 Pick-up 17 MISCELLANEOUS Sandpro 89 3" Pump 25 2" Pump 17 Generators Under 8 hp 22 Mixers 25 Tamper 25 ATV's/Gator 34 LP600 Laser 15 ATTACHMENTS Bowie Mulcher 130 Bale Shredder 45 Rock Picker 158 Rock Rake 114 Brillion Seeder 42 Lely Spreader 42 Vicon Spreader 25 Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 14 of 17 Laser Box 45 Soil Mover 34 Trailers 17 DESCRIPTION HOURLY RATE RENTED EQUIPMENT (Approx. Rates) Cat D8R 218 Cat D3C 124 Cat D6R 174 Cat 320LC 137 Cat 322LC 160 Cat 325LC 182 Cat D25C 146 Cat D30C 174 Cat 613 197 Cat 623 220 LABOR RATES 1. Foreman w/pickup 89 2. Foreman w/out pickup 69 3 LUI Skilled Laborer 53 4. General Laborer 41 (All labor rates include labor, burden, profit and overhead) Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 15 of 17 Exhibit C Prior to the time Contractor is entitled to any right of access to or use of the Site, 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 Tess 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. 10) Contractor shall carry 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. Contract for Services Between the City of Fort Worth and Landscapes Unlimited, L.L.C. 16 of 17 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 Toss 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 Site, or bring or keep anything therein or thereupon which will in any way conflict with the conditions of any insurance policy upon the Site or any part thereof, or in any way increase the rate of fire insurance upon the Site or on property kept therein, or in any way obstruct or interfere with the right of the other tenants of the Site, 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 Landscapes Unlimited, L.L.C. 17 of 17 M&C Review CITY COUNCIL AGENDA DATE: CO SUHJ FCT: Page 1 of 2 Official site of the City of Fort Worth, Texas FORT WoRTu -astir COUNCIL ACTION: Approved As Amended on 6/16/2012 5/15/2012 csT R P TYPE: ,INIC NO.: P011384 NON - CONSENT LOG PUBLIC HEARING: 13P12-0171 REGRASS SCGC CC NO Authorize Purchase of Renovations at Sycamore Creek Golf Course with Landscapes Unlimited, LLC, Using a Texas Association of School Boards BuyBoard Contract for the Parks and Community Services Department in an Amount Up to $184,268.00 (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize a purchase of surface renovations with Landscapes Unlimited, LLC, using a Texas Association of School Boards BuyBoard Contract Number 391-12 and execution of related contracts for the Parks and Community Services Department in an amount up to $184,268.00. DISCUSSION: The putting surfaces at Sycamore Creek Golf Course were built in 1993 and are almost 20 years old. The condition of the greens has been declining due to the mutation of the original grass. This has made the greens very susceptible to disease, resulting in "Bermuda grass decline" the past few seasons. The Bermuda grass decline has affected six to seven greens resulting in poor putting conditions. The regrassing of the greens will result in smoother, more consistent putting surfaces which is desirable by the golfing public. The greens will be regrassed with Certified Tifdwarf Bermuda. This project will be similar to the work completed on the Pecan Valley "Hills" Golf Course greens in the summer of 2007 and will include renovations to the lake liner on hole number three Parks and Community Services Department Staff estimate the project will be completed no later than June 21, 2012 for the greens and July 13, 2012 for the hole number three lake liner with the reopening of Sycamore Creek Golf Course no later than September 15, 2012. Estimated cost for regrassing of the greens is $81,040.00. Estimated cost for relining the lake is $103,228.00. The project of regrassing the greens and improvements at Sycamore Creek Golf Course is part of the Golf Enterprise Fund's Fiscal Year 2011 Gas -Related Revenue Expenditure Plan which was approved by the City Council on July 12, 2011, (M&C G-17281 Revised). PRICE ANALYSIS - Parks and Community Services Staff reviewed the pricing available under the Texas Association of School Boards (TASB) contracts on the basis of pricing, availability, and quality. Staff certifies that the products and services available from Landscapes Unlimited, LLC, meet specifications for quality and that the pricing being offered is fair and reasonable. COOPERATIVE PURCHASE - State law provides that a local government purchasing an item under a Cooperative Purchasing Agreement satisfies state laws requiring that the local government seek competitive bids for purchase of the item. TASB contracts have been competitively bid to increase and simplify the purchasing power of government entities. M/WBE - A waiver of the goal for M/WBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. http://apps.cfwnet.org/council packet/mc_review.asp?ID=16817&councildate=5/15/2012 5/21/2012 M&C Review Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Golf Gas Lease Capital Project Fund. BQN\12-0171 \CC TO Fund/Account/Centers FROM Fund/Account/Centers P243 541600 808490191580 $184 268.00 Submitted for Citv Manager's Office bv: Originating Department Head: Additional Information Contact: ATTACHMENTS Susan Alanis (8180) Lena Ellis (8517) Jack Dale (8357) Cristina Camarillo (8355) http://apps.cfwnet.org/council_packet/mc review.asp?ID=16817&councildate=5/15/2012 5/21/2012