Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC11-158 Daly Property Services Agreement, IncLANDSCAPE SERVICES AGREEMENT BETWEEN
EAGLE COUNTY AND
THIS AGREEMENT is made this )1 day of 14 2i i I., by and between Eagle County
County "), and Daly Property Services, Inc. ("Co { ractor "), a company organized and
existing by virtue of the laws of the State of Colorado and with a principal place of
business at 35 Park Avenue, Basalt, CO 81621.
WHEREAS, County desires to utilize Contractor for Landscape Maintenance Services for the
County facility located at 0020 Eagle Co. Rd., El Jebel, Colorado, 81628; and
WHEREAS, Contractor is authorized to do business in the State of Colorado, has
experience and expertise necessary to provide said services to County; and
WHEREAS, County and Contractor intend by this Agreement to set forth the scope of
services for Contractor in connection with the services and related terms and conditions
to govern the relationship between Contractor and County in connection with this
Agreement.
NOW, THEREFORE, in consideration of the foregoing premises and the following
promises, County and Contractor agree as follows:
ARTICLE 1— WORK
1.1 The Contractor shall provide all labor, materials and equipment necessary to perform
and complete the services described below at the Eagle County Building in El Jebel,
Colorado, as shown in site map attached hereto as Exhibit "A" and the Proposal Form
attached hereto as Exhibit `B" and incorporated herein by this reference (the "Work "):
Aeration
Turf areas will be aerated by a core cultivation method at least once per season.
Mowing
1. Turf areas shall be maintained to a blade height of at least 3" after mowing.
Frequency of mowing will be determined by the growth rate of the turf
according to blade height and appearance. Frequency will be weekly at a
minimum.
2. Contractor will maintain properly adjusted and sharp, mowing blades for
uniform cut in order to prevent fuzzing and scalping,
3. All areas shall be inspected for debris prior to and following mowing to be sure
it is left in good clean condition. Grass clippings will be removed from walks,
drive, turf areas and beds per each mowing by means of raking or mechanical
blower operations.
4. Wet turf shall only be mowed when it is possible to do so without harm to the
turf.
5. Mowing native grasses will be above and beyond the terms of the contract.
Pricing is requested for a per service mow.
1
C /i -i50'
Trimming
Mechanical trimming of turf along fences, beds, walks, etc. shall be performed at each
mowing to maintain turf blade height with mowed areas. Contractor will take
precautions around trees and structures to prevent damage.
Edging
All turf areas along walks, paved areas, etc. will be edged at each mowing with a
steel bladed edger to maintain a groomed appearance.
Power Raking
Power raking of all heavily thatched turf areas will be done in spring before turf
begins to turn green to prevent turf damage.
Turf Weed Control
Liquid preemergents will be applied soon after the irrigation system is turned on
and the turf becomes undormant. All turf will be inspected for broadleaf growth
and controlled by means of spot spraying with broadleaf herbicide as required to
maintain a weed free condition
Turf Fertilization
All turf areas will be fertilized. Selection of fertilizer will be based upon soil and
turf conditions and time of year. Scheduled fertilization will consist of 1 lb. per
1000 sq.ft. of actual nitrogen per application and will be of a slow release granular
nature. Applications should be applied twice — once at the beginning and once at
the end of the season. The first application is to be a liquid application of a weed
and feed product that will coincide with the Turf Weed Control above.
Ornamental Bed Maintenance
1. Ornamental beds will be fertilized once per season with a slow release
fertilizer.
2. All weeds shall be removed by manual means in all ornamental bed areas on a
weekly basis to provide a weed free landscape.
3. Post treatments of broadleaf weeds with herbicides will be done as needed to
maintain a week free condition.
4. Granular preemergents will be used as directed for weed seed control in all
flower and shrub beds.
Irrigation Maintenance
1. Includes charging, adjusting, checking system weekly.
2. Winterization of system with compressed air. System will be set to water
during night time hours.
3. Damage to sprinkler heads due to mowing or other reasons by the contractor
will be the responsibility of the contractor.
4. Any other repairs necessary must be authorized by Facilities Management
Supervisor.
2
Commencement of Work
The season is defined as April 15 — Nov 15. Irrigation service date start and
winterization dates will be coordinated with Facilities Management Supervisor.
Landscaping and irrigation maintenance services shall be performed during the hours
of 7:00 a.m. - 5:30p.m., Monday through Friday. Contractor must arrange in advance
for weekend and after -hours access to the site. Contractor must submit a list of
holidays on which services will not be provided, if any, except for on -call
emergencies.
Equipment
The successful proposer will be required to have modern, up -to -date equipment which
will efficiently provide the landscaping and irrigation maintenance services requested.
The successful proposer must submit an equipment list along with the proposal
information below. The successful bidder's equipment will be subject to inspection
and approval before final endorsement of a contract.
ARTICLE 2 — COUNTY'S REPRESENTATIVE
2.1 The Contract is under the authority of the Eagle County Facilities Management
Department, the Manager of which, or his designee, shall be Contractor's contact with
respect to the performance of the Work.
ARTICLE 3 — TERM OF AGREEMENT
3.1 This Agreement shall commence on the date first above written, and, subject to
the provisions of this Article 3, shall continue in full force and effect for a period of 1
year, commencing with the effective date of this Agreement. This Agreement may be
extended for up to three additional term years beyond the time referred to in this Section
3.1 on terms and conditions as may be mutually agreed between the parties in writing.
3.2 The performance of the Work may be terminated at any time in whole, or from
time to time in part, by County for its convenience. Any such termination shall be
effected by delivery to Contractor of a written notice ( "Notice of Termination ")
specifying the extent to which performance of the Work is terminated and the date upon
which termination becomes effective. After receipt of a Notice of Termination, and
except as otherwise directed by County, Contractor shall, in good faith, and to the best of
its ability, do all things necessary, in the light of such notice and of such requests in
implementation thereof as County may make, to assure the efficient, proper closeout of
the terminated Work (including the protection of County's property). Among other things,
Contractor shall, except as otherwise directed or approved by County:
A. stop the Work on the date and to the extent specified in the Notice of
Termination;
3
B. place no further orders or subcontracts for services, equipment or materials
except as may be necessary for completion of such portion of the Work as is not
terminated;
C. terminate all orders and subcontracts to the extent that they relate to the
performance of Work terminated by the Notice of Termination;
D. with the approval of County, settle all outstanding liabilities and all claims
arising out of such termination or orders and subcontracts; and
3.3 In the event of such termination, Contractor shall be entitled to payment for the
work satisfactorily performed prior to the termination date.
ARTICLE 4 — RENUMERATION
4.1 For the Work provided hereunder, County shall pay to the Contractor monthly
installments of $942.14 for Work satisfactorily performed during the months of April,
2011 through November 15, 2011, but in no event shall the total amount paid to
Contractor exceed $7,16500 absent a written amendment to this Agreement. Contractor
will be paid $285.00 per mowing of the native grasses as shown on Exhibit "A" and
requested by the County. Fees for Services satisfactorily performed will be paid within
thirty (30) days of receipt of a proper and accurate invoice from Contractor. The invoice
shall include a description of and date for which the Work was performed. Upon request,
Contractor shall provide County with such other supporting information as County may
request.
4.2 County will not withhold any taxes from monies paid to the Contractor hereunder
and Contractor agrees to be solely responsible for the accurate reporting and payment of
any taxes related to payments made pursuant to the terms of this Agreement.
4.3 Notwithstanding anything to the contrary contained in this Agreement, County
shall have no obligations under this Agreement after, nor shall any payments be made to
Contractor in respect of any period after December 31 during any term of this Agreement
without an appropriation therefore by County in accordance with a budget adopted by the
Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado
Revised Statutes, the Local Government Budget Law (C.R.S. § 29 -1 -101 et seq.) and the
TABOR Amendment (Colorado Constitution, Article X, Sec. 20).
ARTICLE 5— CONTRACTOR'S REPRESENTATIONS
In order to induce County to enter into this Agreement, Contractor makes the following
representations:
5.1 Contractor has familiarized himself with the nature and extent of the Contract
Documents, Work, locality, and with all local conditions, and federal, state, and local
laws, ordinances, rules and regulations that in any manner affect cost, progress, or
4
performance of the work.
5.2 Contractor will make, or cause to be made, examinations, investigations, and tests
as he deems necessary for the performance of the Work for the Snow Removal Services,
in accordance with other terms and conditions of the Contract Documents.
5.4 To the extent possible, Contractor has correlated the results of all such
observations, examinations, investigations, tests, reports, and data with the terms and
conditions of the Contract Documents.
5.5 To the extent possible Contractor, has given Contract Manager written notice of
all conflicts, errors, or discrepancies that he has discovered in the Contract Documents.
ARTICLE 7 — CONTRACT DOCUMENTS
The contract Documents which comprise the entire Agreement, made a part hereof, and
consist of the following:
7.1 This Agreement
7.2 Exhibit "A" Site Map
7.3 Exhibit `B" Daly Property Services, Inc. Proposal Form
7.4 Certificates of Insurance
7.5 Any modification, including Change Orders, duly delivered after execution of
Agreement. There are no Contract Documents other than those listed above in this
Article 7. The Contract Documents may only be altered, amended, or repealed by a
written agreement of the parties. To the extent the terms and conditions of both this
Agreement conflict with any other Contract Document, the terms of this Agreement shall
prevail.
ARTICLE 8 — MISCELLANEOUS
8.1 No assignment by a party hereto of any rights under, or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically, but without limitation, moneys that may
become due and moneys that are due may not be assigned without such consent (except
to the extent that the effect of this restriction may be limited by law), and unless
specifically stated to the contrary in any written consent to an assignment, no assignment
will release or discharge the assignor from any duty or responsibility under the Contract
Documents.
8.2 County and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements, and
5
obligations contained in the Contract Documents.
8.3 Provision Mandated by C.R.S. § 8- 17.5 -101 et seq. PROHIBITIONS ON
PUBLIC CONTRACT FOR SERVICES
8.3.1 If Contractor has any employees or subcontractors, Contractor shall comply with
C.R.S. § 8- 17.5 -101, et seq., regarding Illegal Aliens — Public Contracts for Services, and
this Contract. By execution of this Contract, Contractor certifies that it does not
knowingly employ or contract with an illegal alien who will perform under this Contract
and that Contractor will participate in the E- verify Program or other Department of Labor
and Employment program ( "Department Program ") in order to confirm the eligibility of
all employees who are newly hired for employment to perform work under this Contract.
8.3.2 Contractor shall not:
i) Knowingly employ or contract with an illegal alien to perform
work under this contract for services; or
ii) Enter into a contract with a subcontractor that fails to certify to the
Contractor that the subcontractor shall not knowingly employ or
contract with an illegal alien to perform work under the public
contract for services.
8.3.3. Contractor has confirmed the employment eligibility of all employees who are
newly hired for employment to perform work under this Contract through participation in
the E- verify Program or Department Program, as administered by the United States
Department of Homeland Security. Information on applying for the E- verify program
can be found at:
http: / /www.dhs. gov /xprevprot/programs /gc_ 1185221678150. shtm
8.3.4 The Contractor shall not use either the E- verify program or other Department
Program procedures to undertake pre - employment screening of job applicants while the
public contract for services is being performed.
8.3.5 If the Contractor obtains actual knowledge that a subcontractor performing work
under the public contract for services knowingly employs or contracts with an illegal
alien, the•Contractor shall be required to:
i) Notify the subcontractor and the County within three days that the
Contractor has actual knowledge that the subcontractor is
employing or contracting with an illegal alien; and
ii) Terminate the subcontract with the subcontractor if within three
days of receiving the notice required pursuant to subparagraph (i)
of the paragraph (D) the subcontractor does not stop employing or
6
contracting with the illegal alien; except that the Contractor 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.
8.3.6 The Contractor shall comply with any reasonable request by the Department of
Labor and Employment made in the course of an investigation that the department is
undertaking pursuant to its authority established in C.R.S. § 8- 17.5- 102(5).
8.3.7 If a Contractor violates these prohibitions, the County may terminate the contract
for a breach of the contract. If the contract is so terminated specifically for a breach of
this provision of this Contract, the Contractor shall be liable for actual and consequential
damages to the County as required by law.
8.3.8 The County will notify the office of the Colorado Secretary of State if Contractor
violates this provision of this Contract and the County terminates the Contract for such
breach.
8.4 ATTORNEY'S FEES: In the event of litigation between the parties hereto
regarding the interpretation of this Agreement, or the obligations, duties or rights of the
parties hereunder, or if suit otherwise is brought to recover damages for breach of this
Agreement, or an action be brought for injunction or specific performance, then and in
such events, the prevailing party shall recover all reasonable costs incurred with regard to
such litigation, including reasonable attorney's fees.
8.5 INSURANCE REQUIREMENTS. At all times during the term of this
Agreement, Contractor shall maintain insurance on its own behalf in the following
minimum amounts:
Workmen's Compensation, disability benefits, and other similar employee benefit
acts, with coverage and in amounts as required by the laws of the State of
Colorado;
Comprehensive Automobile Insurance shall be carried in the amount of
1,000,000 for bodily injury and $1,000,000 for property damage, each
occurrence. All liability and property damage insurance required hereunder shall
be Comprehensive General and Automobile Bodily Injury and Property Damage
form of policy.
Comprehensive liability and property damage insurance issued to and covering
Contractor and any subcontractor with respect to all Work performed under this
Agreement and shall also name County as an additional insured, in the following
minimum amounts:
Bodily Injury Liability:
7
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and
year first above written.
COUNTY OF EAGLE, STATE OF
COLORADO, by and through its County
Manager
By:
Keith Monta:
CONTRACTOR
By:
001°1 Title:STATE OF
ss.
COUNTY OF
The tc[rF instru ent as acknowledged before me by t/J i 11 lcY V'1 YCCtivii tz,
this 1 day of 4 2011.
My commission expires: P Lt 1.t,t 11"rrrrr,
ckO B YN 6 '' .,roo
tary Pu.i c T . 1 0 44 , u'
L
7 ' 8LIC
O ' •.•.......•
COLON-
0/1rlrnniiio °
10
J j 1
If , ,
r fr
1
r
tw
i .
Vii! .
r
f
it.
Y e ref
PROPOSAL FORM:
Provide a lump -sum dollar seasonal amount for each of the following services:
Task Per Season Amount
Aerations of turf area -1 x per season
Z 70.
Mowing 117-00 .04>
Trimming
3 (K 4
Edging
X(^- GivtO4t
Power Raking
Turf Weed Control
Turf Fertilization 1 3Zo.0
Ornamental Bed Maintenance
Tic (Rd e...0(
Irrigation Maintenance
TOTAL 1 bs oa
Hourly rate for services outside scope of contract: 14r. op
Per time rate for mowing of native grasses:
Are any lawsuits; federal, state or local tax liens; or any potential claims or liabilities
pending against you, your firm, or the officers of the firm at this
time?Yes x No. If yes, please explain.
Has your firm ever filed for bankruptcy or corporate protection under applicable
federal or state laws in the last seven years?Yes ) No. If yes, please explain.
Number of years in business under current business name? Z Z
Location and address of main business office:
3r Pack Ave
13'ot I+ Co fr! dL /
List any subcontractors here:
Alif "..c
UMW
t'16
Client list of current similar sites under maintenance attached? V
Insurance certificate attached? 1 /
Equipment list attached?
Proposal Submitted By:
Company Name: Dar 1 Pa—apex-4
Address: B. O Z 41/ Y?iu 4- 6o, 4/-1 at 3,1"`potric,4 a-c.
Phone: 70 - q Z 7- 1-4 3e.
Fax:R 7 0 - 2- 7-
Contact Person:Vet H %, C
Em ai l : : V , ! ( Q a(a !y Ey re a w)
Signature:
END OF DOCUMENT