Loading...
HomeMy WebLinkAboutItem No. 08 Athletic Field Specialists Ball Field Laser Leveling CIP Z40004Text File City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 www.lake-elsinore.org File Number: ID# 16-374 Agenda Date: 9/13/2016 Status: Consent AgendaVersion: 1 File Type: ReportIn Control: City Council Agenda Number: 8) Page 1 City of Lake Elsinore Printed on 9/8/2016 REPORT TO CITY COUNCIL To:Honorable Mayor and Members of the City Council From:Grant Yates, City Manager Prepared by:Jason Simpson, Assistant City Manager Date:September 13,2016 Subject:Approve an Agreement with Athletic Field Specialists for the Ball Field Laser Leveling of the Clay Infield Mix at Rosetta Canyon Sports Park Phase II Project (CIP PROJECT #Z40004) Recommendation That the City Council approve and authorize the City Manager to execute an Agreement in the not to exceed amount of $74,750 with Athletic Field Specialists in the form attached and in such final form as approved by the City Attorney. Background The ball fields at Rosetta Canyon Sports Park have been designed to accommodate a wide range of baseball and softball competitions, all the way to the NCAA woman’s softball level. At this competitive level the field design, construction and maintenance is held to a higher standard and requires very specialized trades to construct and maintain the field playing surfaces. Staff research narrowed the proposal down to three companies with very good experience and knowledge on the installation and laser leveling of the angel mix, clay infields. A site visit was conducted so that the existing field conditions, preparation and scheduling could be completely assessed. Two of these companies (Athletic Field Specialists; Barkshire Laser Leveling) were referred by Corona Clay Company, the company providing the angel mix clay; a third company, Hellas Construction Company (currently installing the synthetic turf), were contacted and provided a proposal. Discussion The below proposals were received by the City for the installation and laser leveling of the infield angel mix: Name Location Amount Athletic Field Specialists Highland Ca $74,750.00 Hellas Construction Company Austin Tx $157,000.00 Barkshire Laser Leveling San Juan Capistrano, Ca Did Not Propose Laser Level – Athletic Field Specialists September 13, 2016 Page 2 The Athletic Field Specialist’s proposal is within the City’s estimate for the angel mix installation and laser leveling of the five ball fields. Although it is not fully understood why there is such a large disparity between the two received proposals it is known that the Hellas proposal would be utilizing personnel from outside the area and they would need to relocate the entire work crew and pay per diem for the installation duration (3 to 4 weeks). The City did not get a response from the Barkshire Laser Leveling Company. Fiscal Impact Rosetta Canyon Sports Park Phase II Project is included in the Fiscal Year 16/17 – 20/21 Capital Improvement Plan (CIP) budget. Exhibits A – Short Form Purchase Agreement and Athletic Field Specialists Proposal SHORT FORM PURCHASE OF SERVICES CONTRACT 1 September 7, 2016 City of Lake Elsinore SHORT FORM PURCHASE OF SERVICE CONTRACT The parties to this Short Form Purchase of Goods and/or Services Contract (Contract) do mutually agree and promise as follows: 1. Parties: The parties to this Contract are the CITY OF LAKE ELSINORE, a municipal corporation (City) and the following named Contractor: (Name) Athletic Field Specialists (Street Address) 3094 Shauna Dr. (City/State/Zip) Highland CA, 92346 (Telephone) 951-864-2530 (Email) AllenAragon@aol.com (Taxpayer ID #) __________________________ (City Business License #) __________________ 2. Term: The effective date of this contract is September 13, 2016 and it terminates October 31, 2016 unless sooner terminated as provided herein. 3. Contractor’s Obligations: (a)To the satisfaction of the City’s Project Manager, Contractor shall provide the following goods and/or services: (Attach extra sheet/s if necessary) Install and Laser Level the five ball fields with Angel Mix Clay (b)Contractor shall perform the above- referenced services or delivery the required goods at or to the following specified location/s:(Attach extra sheet/s if necessary) 39423 Ardenwood Way Lake Elsinore CA 92530 4. Supplemental Conditions: This Contract is subject to the Supplemental Conditions attached hereto, which are incorporated herein by reference. 5. Compensation:Contractor’s total compensation for the goods and/or services performed under this Contract is $74,750.00, to be paid as (check one): (1) X lump sum upon completion of all Contractor’s Obligations; (2)  lump sum per-task in the amounts indicated below, payable upon completion of each task; (3) lump sum per-task in the amounts indicated below, payable in monthly installments not to exceed the percentage completion of each task; (4) per attached written quote, up to a guaranteed not-to-exceed amount of seventy-four thousand seven hundred fifty dollars ($74,750.00). Task Amount Install and Laser Level the five ball fields with Angel Mix Clay $74,750.00 6. Signatures: These signatures attest the parties’ agreement hereto: CONTRACTOR: Athletic Field Specialists _______________________________________ Print Name/Title Allen Aragon, Owner CITY OF LAKE ELSINORE, a municipal corporation: By: ___________________________________ City Manager By: ___________________________________ City Project Manager Approved as to form: By: ___________________________________ City Attorney Approved as to content/Insurance: By: ___________________________________ City Purchasing Agent/Risk Manager By: ___________________________________ City Clerk SHORT FORM PURCHASE OF SERVICES CONTRACT 2 September 7, 2016 City of Lake Elsinore SUPPLEMENTAL CONDITIONS 1.Independent Contractor. It is expressly agreed that Contractor is to perform or deliver the goods and/or services described herein as an independent contractor pursuant to California Labor Code Section 3353, under the control of the City as to the result of his work only but not as to the means by which such result is accomplished. Nothing contained herein shall in any way be construed to make Contractor or any of its agents or employees, an agent, employee or representative of the City. Contractor shall be entirely responsible for the compensation of any assistants, employees, and subcontractors used by Contractor in providing said goods and/or services. 2.Cancellation. Either the City or Contractor may cancel this Contract at any time upon giving the other party five (5) calendar days' written notice of such cancellation. In the event of cancellation, the City shall be liable only to pay to the Contractor compensation for services rendered up to the date of the Contract's cancellation. Under no circumstances shall City be responsible for payment of lost profits, or damages beyond the total amount of compensation set in this Contract. 3.Assignment. Contractor shall not assign this Contract, or any part thereof, or any right of the Contractor hereunder without the prior written consent of the City. 4.Indemnity. Contractor shall indemnify, defend and hold the City harmless from and against all claims, demands and causes of action for injury, death or damage to any person or property that may arise or result from Contractor's performance of this Contract or from acts or omissions of any person(s) employed by Contractor. 5.Anti-Discrimination. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religious creed, age, sex, actual or perceived sexual orientation, national origin, disability as defined by the American with Disabilities Act (42 U.S.C. § 12010, et seq.) or veteran’s status. To the extent applicable, Contractor shall comply with all federal, state, and local laws regarding non-discrimination, equal employment opportunity, affirmative action and occupational-safety-health concerns, shall comply with all applicable rules and regulations thereunder, and shall comply with same as each may be amended from time to time. 6.Legal Responsibilities. The Contractor shall keep itself informed of State, and Federal laws and regulations and the Lake Elsinore Municipal Code which in any manner affect those employed by it or in any way affect the performance of its service pursuant to this Agreement. The Contractor shall at all times observe and comply with all such laws and regulations. The City, and its officers and employees, shall not be liable at law or in equity occasioned by failure of the Contractor to comply with this section. 7.Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following SHORT FORM PURCHASE OF SERVICES CONTRACT 3 September 7, 2016 City of Lake Elsinore insurance requirements: 7.1 Commercial General and Automobile Liability Insurance. Contractor, at its own cost and expense, shall maintain commercial general insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000.00) per occurrence, coverage and automobile liability insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000.00) per occurrence for the term of this Agreement in an amount not less than ONE MILLION DOLLARS ($1,000,000.00) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefore, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non- owned automobiles. The following endorsements shall be attached to the policy: 7.1.1 Policy shall cover on an "occurrence basis." 7.1.2 Policy must cover personal injuries as well as bodily injuries. Exclusion of contractual liability must be eliminated from personal injury endorsement. 7.1.3 Broad form property damage endorsement must be attached. 7.1.4 Policy must cover contractual liability by amending the definition of "incidental contract" to include any written contract. 7.1.5 The City, its officers and employees shall be named by endorsement as an additional insured, and the policy shall stipulate that this insurance will operate as primary insurance and that no other insurance effected by the City will be called upon to contribute to any loss suffered by Contractor hereunder. 7.2 Worker's Compensation. The Contractor, at its own cost and expense shall carry and maintain statutory Worker's Compensation Insurance and Employer's Liability with limits of not less than One Million Dollars ($1,000,000) with an insurance carrier satisfactory to the City. In the event Contractor is self-insured, it shall furnish the City with a Certificate of Permission to Self-Insure signed by the Department of Industrial Relations Administration of Self-Insurance in Sacramento, California. If any injury occurs to any employee of Contractor for which the employee, or his dependents in the event of his death, is entitled to compensation from the City, the City may retain out of SHORT FORM PURCHASE OF SERVICES CONTRACT 4 September 7, 2016 City of Lake Elsinore sums due the Contractor under this Contract an amount sufficient to cover such compensation as fixed by said Act, until such compensation is paid or until it is determined that no compensation is due and if the City is compelled to pay such compensation, it will deduct and retain from the sums due the Contractor the amount so paid. 7.3 Additional Insurance Provisions. Said policies shall constitute primary insurance as to the City, and its officers, agents, and employees, so that other insurance policies held by or for them or the City’s self-insurance program shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 7.4 Coverage Verification. 8.4.1 Upon notification of receipt by the City of a notice of cancellation, major change in coverage or expiration, Contractor shall file with the City a certified copy of the required new or renewal policy. 8.4.1 If, at any time during the life of the Contract or any extension thereof, Contractor fails to maintain the required insurance in full force and effect, all work under the Contract shall be discontinued immediately and all payments due or that become due to the Contractor will be withheld until notice is received by the City that the required insurance has been restored to full force and effect and that the premiums therefore have been paid for a period satisfactory to the City. Any failure to maintain the required insurance will be sufficient cause for City to immediately terminate the Contract. 8.Payment of Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on “Public Works” and “Maintenance” projects. If the services are being performed as part of an applicable “Public Works” or “Maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. Contractor shall determine the applicable prevailing rates and make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the services available to interested parties upon request, and shall post copies at the Contractor’s principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. The provisions of this Section may be waived in if inapplicable to the services provided hereunder. August 23, 2016 Mr. Gus Papgolos Project Manager City of Lake Elsinore C/O Rosetta Canyon Park 39423 Ardenwood Way Lake Elsinore, CA 92530 Dear Gus, Here is the proposal you requested for the grading procedures at Rosetta Canyon Park. Athletic Field Specialists proposes to:  Construct five softball fields with infield mix imported from Corona Clay Company. The infield mix will be provided by the City of Lake Elsinore and Athletic Field Specialists will coordinate and schedule all of the deliveries from Corona Clay Company.  Install, stabilize, compact and laser grade the fields. The scope of work will include the warning tracks and infields. All infield hardware and header boards (as needed) will be installed by others. The cost for the procedure detailed above is $74,750.00. It includes all equipment and labor paid at DIR mandated prevailing wage rates for the Landscaping Laborers Craft. Included in my labor rate are move-in costs (single move-in), company burdens and company overhead. It also includes some overtime since we will be on a tight schedule to get all of the fields completed by October 15. It excludes the infield mix or irrigation modifications. There will be an additional charge for multiple move-ins, bonds and/or permits that may be required by the City of Lake Elsinore. I have dozens of references including USC, the University of Redlands, UC Santa Barbara and CSU Fullerton. I also came highly recommended by the Corona Clay Company. I am licensed, bonded and I carry general liability and workman’s comp insurance. I am also registered with the DIR. Please call me if you have any questions. Thank you Gus for your consideration and I look forward to hearing back from you and working with you in Lake Elsinore. Sincerely, Allen Aragon President Athletic Field Specialists