HomeMy WebLinkAboutCORRESPONDENCE - RFP - 8859 CM/GC SERVICES FOR WILLOW STREET IMPROVEMENTS (5)Work Order Form
Official Purchasing Form
Last updated 10/2017
WORK ORDER FORM
PURSUANT TO A MASTER AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
CONNELL RESOURCES, INC
WORK ORDER NUMBER: 7-400904405-20
PROJECT TITLE: Willow Street Improvements- Maintenance
ORIGINAL BID/RFP NUMBER & NAME: 8859-CMGC for Willow Improvements
MASTER AGREEMENT EFFECTIVE DATE: March 15, 2019
WORK ORDER COMMENCEMENT DATE: May 19, 2020
WORK ORDER COMPLETION DATE: May 19, 2022
MAXIMUM FEE: (time and reimbursable direct costs): $49,513.71
PROJECT DESCRIPTION/SCOPE OF SERVICES: Two Year Maintenance Agreement and
landscape modifications per parks.
Service Provider agrees to perform the services identified above and on the attached forms in
accordance with the terms and conditions contained herein and in the Master Agreement between
the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement
and this Work Order (including the attached forms) the Master Agreement shall control.
The attached forms consisting of ( ) page(s) are hereby accepted and incorporated
herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this
document.
SERVICE PROVIDER: Date:
John Warren, Vice President
ACCEPTANCE: Date:
Nicole Hahn, Project Manager
REVIEWED: Date:
Elliot Dale, Senior Buyer
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
DocuSign Envelope ID: D9FC2273-2BFB-4443-86D7-CEDFDBB86B9F
10/22/2020
10/21/2020
10/19/2020
Connell Resources, Inc.
7785 Highland Meadows Pkwy, #100
Fort Collins, CO 80528
Phone: (970) 223-3151
Fax: (970) 223-3191
CHANGE ORDER Date: 9/24/2020
QUOTATION
Estimator: Roland Tremble
Submitted To: City Of Fort Collins - Engineering Bid Title Willow Street Landscape Maintenance
Address: 281 North College Avenue Bid Number: COR 15
Fort Collins, CO 80522 Project Location:
Contact: Nicole Hahn Project City, State: Fort Collins, CO
Phone: 970-221-66227 Fax: 970-221-6378 Engineer/Architect:
We offer for your consideration the following Change Order Quotation which, if accepted, shall constitute a modification to the contract between us.
Line # Item # Item Description Estimated Quantity Unit Unit Price Total Price
9. Damaged Planter Pots At Ginger And Baker
Remove Soil Gravel Etc From 3 Damaged 3.00 $2,525.35 $7,576.05
Planter Pots, Install 3 New Type 1 Planter Pots
With Drainage, Soil And Irrigation, Excludes
Annuals.
158 622 EACH
Total Price for above 9. Damaged Planter Pots At Ginger And Baker Items: $7,576.05
11. COR For Insulation Board
Provide And Install Insulation Board At Planter 800.00 $4.00 $3,200.00
Beds, Quantity Assumed
COR 11-01 SF
Total Price for above 11. COR For Insulation Board Items: $3,200.00
12. Landscaper Changes
COR 12-001 Provide Isolation For Planter Pots 1.00 LS $3,900.00 $3,900.00
Provide Hand Held Remote Control For 1.00 $485.00 $485.00
Irrigation Controller
COR 12-002 EACH
Total Price for above 12. Landscaper Changes Items: $4,385.00
13. Import Amended Topsoil
16 207 Pre-amendment Topsoil -177.00 CY $68.00 ($12,036.00)
16 207 Imported Yard Pride Topsoil 177.00 CY $91.00 $16,107.00
Total Price for above 13. Import Amended Topsoil Items: $4,071.00
14. Porcelain Pavers
Install Porcelain Paver In Locations On Mill 9.00 $75.00 $675.00
Race Where Art Pavers Will Be Placed Later.
COR 14-001 EACH
Total Price for above 14. Porcelain Pavers Items: $675.00
16. Landscape Maintenance
Landscape Maintenance (24 Months) At Willow 1.00 $20,300.00 $20,300.00
Street From Linden To The Railroad Tracks.
Per Mill Brothers Written Scope
COR 16-001 LS
Landscape Maintenance Install 10" Valve 7.00 $102.86 $720.02
Boxes At Each Electrical Connection
COR 16-001 EACH
COR 16-003 Markup (15%) 1.00 LS $3,153.00 $3,153.00
COR 16-004 Bond If Required (1%) 1.00 LS $241.73 $241.73
Total Price for above 16. Landscape Maintenance Items: $24,414.75
17. Mill House Electrical
Willow Street Landscape Maintenance Page 1 of 2
DocuSign Envelope ID: D9FC2273-2BFB-4443-86D7-CEDFDBB86B9F
Line # Item # Item Description Estimated Quantity Unit Unit Price Total Price
Electrical To Light Poles At Mill House, 1.00 $4,470.00 $4,470.00
Includes:
-Service Equipment And Feeders Already
Installed
-Site Lighting And Power
Complete Raceways Across 223 Willow
Frontage To Connect To Mill House Raceways
Extend Circuitry From Controller Cabinet To
Connect Lighting And Power At Mill House
-All Wiring To Be In PVC And EMT Conduit
COR 17-001 LS
COR 16-003 Markup (15%) 1.00 LS $670.50 $670.50
COR 16-004 Bond If Required (1%) 1.00 LS $51.41 $51.41
Total Price for above 17. Mill House Electrical Items: $5,191.91
Total Bid Price: $49,513.71
Notes: • Extra costs due to request to provide landscape maintenance for the warantee period, and to provide boxes to keep the electrical outlets
safe, and to remove and replace planter pots damaged by traffic, and to install irrigation and landscape changes per the request of parks,
and to provide electrical work to light the light poles at mill house before the remaining willow street improvements are complete, and to
install porcelain pavers in the place of the art pavers in the mill race area.
ACCEPTED:
The above prices, specifications and conditions are satisfactory
and hereby accepted.
Sponsor:
Signature:
Date of Acceptance:
CONFIRMED:
Connell Resources, Inc.
Authorized Signature:
Estimator: Roland Tremble
(970) 215-8897 rtremble@connellresources.com
Willow Street Landscape Maintenance Page 2 of 2
DocuSign Envelope ID: D9FC2273-2BFB-4443-86D7-CEDFDBB86B9F
1
MILL BROTHERS LANDSCAPE GROUP
Landscape Maintenance Agreement for:
CITY OF FORT COLLINS
WILLOW STREET IMPROVEMENTS
A. SCOPE OF WORK: The Contractor and/or appointed subcontractors shall furnish all labor, materials
and equipment necessary to provide quality professional landscape management and snow removal
services. Using qualified, trained personnel and by using practices and methods recognized and
accepted as standards in the industry, Contractor will provide turf care, plant care, fertilization,
chemical weed control, irrigation control and maintenance, and any other items outlined in the
agreement.
B. DEFINITIONS: The terms “Landscape Maintenance Contractor” and terms “Landscape Management
Contractor” shall be used in this agreement interchangeably. The term “Landscape Management
Contractor” or “Contractor” where used in this agreement shall mean Mill Brothers Landscape Group,
and the representative is: Jason Obssuth. The term “Contracting Officer” where used in this
agreement shall mean: City of Fort Collins - Engineering
The specific representative is: TBD
C. INSURANCE: Contractor will carry complete and adequate workers’ compensation, automobile and
public liability insurance in the amount of not less than $2,000,000 dollars. Contractor shall supply
Contracting Officer with a certificate of insurance for such coverage prior to commencement date, if
requested.
D. DAMAGES: Contractor will be responsible for any damages to the property caused by his work force,
while engaged in the performance of the duties outlined by this agreement. The cost of all repairs will
be borne by the Contractor.
E. ACT OF GOD: The Contractor assumes no responsibility for and shall not be held responsible by the
Contracting Officer for damages due to conditions beyond the Contractor’s control. Such conditions
include, but are not limited to: harsh weather, abnormally cold winter temperatures, snow damage,
ice, melting snow, wind, fire, vandalism, theft and previous Contractor’s neglect or improper practices.
F. EMERGENCIES: The Contractor is expected to be available, via phone, and respond when
necessary to emergencies which may arise. Emergencies are defined as items which, by their nature,
cannot be postponed and may cause damage to health or property. Response to emergencies will be
by whatever means are most practical to remedy a situation. Contractor is entitled to reasonable
compensation for emergencies.
G. PERSONNEL: Contractor’s employees shall conduct themselves in a workmanlike manner at all
times. Contractor is expected to provide supervision as deemed necessary to complete each task. In
addition to the general labor force, experienced, qualified personnel will be used to perform such
specialized tasks as pruning, irrigation programming and repair.
DocuSign Envelope ID: D9FC2273-2BFB-4443-86D7-CEDFDBB86B9F
2
H. LICENSES and PERMITS: Contractor shall be responsible for obtaining and paying for all licenses
and permits required by federal, state and local laws that are necessary for the legal operation of the
Contractor’s business. Such licenses and permits shall include, but not be limited to: business,
nursery, commercial pesticide applicator, tree contractor and arborist. However, special permits
(such as special watering permits) will be obtained by and at the expense of the Contracting Officer.
I. WEATHER PERMITTING: All items in this agreement are stated if weather conditions are favorable.
Contractor is not to be held responsible, in any way, for delays in the completion of specific tasks due
to weather conditions.
J. MODIFICATION: In all cases, the attached “Technical Specifications” shall supersede or modify
items stipulated in the “General Requirements”.
TECHNICAL SPECIFICATIONS
A. SPRING AND FALL CLEANUP
1. BEDS:
a. All landscape beds within the property will be blown predominantly free of leaf litter and
other debris which has accumulated therein. This shall occur once during the spring, and
once during the fall of each year.
b. Herbaceous perennials and ornamental grasses shall be cut down during either the
spring or fall cleanup, as is indicated by industry standards.
i. Generally, ornamental grass will be cut down as part of the spring cleanup,
unless otherwise agreed to by both the Contractor and Contracting Officer.
Due to the sporadic nature of spring and fall weather, deciduous leaf-drop, and other
unforeseeable factors, the completion date of cleanup activities cannot be assured.
B. TREE, SHRUB and BED CARE:
1. BED CARE:
a. All bed areas will be checked on a regular basis for mulch coverage. If additional mulch or
rock is needed in bed areas, this will be brought to the attention of the Contracting Officer.
b. All bed areas will be checked consistently by Contractor and kept free of weeds by means of
chemical control, mechanical cultivation and hand weeding as necessary. Every effort will be
made to control grasses and bindweed growing directly in shrubs and ground cover;
however, control of these items is not always guaranteed.
2. TREE and SHRUB CARE:
a. Contractor will monitor, on a regular basis, the health of all plant material and make
necessary recommendations to the Contracting Officer, with respect to such items as:
fertilization, insect and disease control, etc.
b. Contractor shall be responsible for selectively pruning of all trees and shrubs on the property
under 15 feet tall. Low branches of taller trees, accessible from the ground with hand pruning
equipment, will be removed to facilitate mowing operations. All additional pruning will be
charged as Time and Materials.
c. Plants shall be selectively pruned continuously during the year contract time, at the discretion
of Contractor in accordance with regularly accepted industry practices for pruning. Pruning is
done to promote healthy growth; prevent weak or abnormal limb structure; control unwanted
leggy growth; and maintain the natural growth habit of the plants in direct correlation with the
natural growth rate. Proper pruning practices do not include shearing of plants into boxes,
squares, balls, etc., unless prior circumstances dictate this practice.
DocuSign Envelope ID: D9FC2273-2BFB-4443-86D7-CEDFDBB86B9F
3
d. To prevent damage to trees and shrubs planted in turf areas, by mowers and trimmers, a
grass-free area or guard around all trees and shrubs will be provided and maintained by
Maintenance Contractor. Contractor assumes no liability for damage to trees and shrubs not
properly protected.
e. Due to the variable and unpredictable nature of insect problems, trees and shrubs will be
sprayed by a sub contractor when insects are present. Sub contractor will receive
confirmation from Contracting Officer before applying insecticide, and once confirmation is
received this service will be billed on a Time and Material basis.
D. IRRIGATION CONTROL and MAINTENANCE:
1. ACTIVATION
a. Contractor will activate the system. Activation usually occurs between March and May,
depending on weather conditions. Contractor will fill the main line, go through the irrigation
controller(s) and make a note of all repairs to be done.
b. All necessary repairs will be brought to the attention of the Contracting Officer. After approval
for repairs, Mill Brothers will get the irrigation system in working order. Repairs will be billed
according to Time and Material spent on the job.
2. REGULAR MAINTENANCE:
a. After system is activated and operating, Contractor will be responsible for checking system
regularly, but not less than once per month.
b. Monthly check of irrigation system shall include:
1. Turning on all controllers to check for proper function.
2. Visually inspecting heads for proper coverage and also for damage caused by mowing
operations. Minor adjustments, as well as repair of Contractor-caused damage, will be
repaired at this time at no expense to Contracting Officer.
3. Manual zones will be activated as needed.
c. In the event malfunctions are found during the regular check of the irrigation system, repairs
will be made on a Time and Material basis.
3. WINTERIZATION:
a. Contractor will determine when to winterize system. Winterization usually occurs between
October 1 and November 15.
b. At the discretion of the Contractor, all backflow prevention devices may be wrapped with
insulation to prevent any freeze damage.
c. Winterization shall include the use of an air compressor, unless otherwise specified.
4. MISCELLANEOUS:
a. An emergency contact number will be available for irrigation emergencies. All emergency
irrigation visits to will be billed out at double the regular irrigation repair rate.
b. The Landscape Contractor will be informed if other parties have access to irrigation
controllers. If the controllers are adjusted or turned off by parties other than Contractor’s
employees, Contractor must be notified to avoid possible damage to the landscape.
c. Contractor shall not be held liable for any damages caused by malfunctions of the irrigation
system, including, but not limited to: improper turn on or winterization – by others, stuck
valves, flooded basements, missing heads, etc.
d. Contractor shall not be held liable for damages to sprinkler heads that are improperly
installed above grade and constitute a mowing hazard. If this situation is applicable,
Contracting Officer will be notified immediately.
e. All repairs will be of equal or better than the original and noted on a plot map for future
reference.
DocuSign Envelope ID: D9FC2273-2BFB-4443-86D7-CEDFDBB86B9F
4
E. ADDENDUM: (Changes, deletions and/or additions)
1. ANNUAL PLANTING
a. Install and maintain annual plantings yearly during contract period.
b. Cost of service is $4,850.00 per year and is included in base contract.
2. OFF-SEASON WATERING
a. Water all woody plant material monthly from November through April during the contract
period.
b. Cost of service is $229.00 per visit and is included in base contract.
3. POST CONTRACT TURNOVER
a. Maintenance of the areas contained herein shall be turned over to the City of Fort Collins
Parks Department upon expiration of this contract. No ongoing maintenance is offered
thereafter.
DocuSign Envelope ID: D9FC2273-2BFB-4443-86D7-CEDFDBB86B9F
5
LANDSCAPE MAINTENANCE
FOR
CITY OF FORT COLLINS
WILLOW STREET IMPROVEMENTS
This agreement, made May 19, 2020 by and between City of Fort Collins - Engineering, Referred to as
the Contracting Officer, acting by and through TBD and Mill Brothers Landscape Group (herein after
referred to as the Contractor), acting by and through Jason Obssuth
1. LOCATION: This agreement is for services to be performed at the following location: E. Willow
Street Fort Collins, CO.
2. SEASON: This agreement shall be for one year beginning on May 1, 2020 through April 30, 2022.
3. ASSIGNMENT: Neither party may assign this contract without the written consent of the other party.
4. SCHEDULING: All work scheduling shall be at the discretion of Contractor as to day, month, etc.,
unless agreed to otherwise. Contracted items will be given priority over Time and Material, or extra
work, in order to remain on established schedules.
5. DELAY: The Contractor shall not be held liable for delays in completion of contracted items, due to,
but not limited to: acts of God; acts of Contracting Officer; weather conditions; acts of public utilities;
watering restrictions, or any other unforeseen items beyond the reasonable control of the Contractor.
6. MODIFICATIONS: The general requirement, technical specs, statement of charges, and landscape
management contract are all considered a part of this agreement and shall constitute the entire
agreement between the contracting parties. No variance or modifications shall be made unless
enforced in writing by both parties.
7. PRICING and PAYMENT: The total amount of the Landscape Maintenance Agreement (Excluding
Snow and Additional T&M Work) as outlined in the above statements for the said season is:
$20,300.00
The amount is payable as follows: Bills will be divided over 24 monthly payments of $845.83 per
month beginning on May 18, 2020
Terms due within thirty (30) days. OTHER WORK NOT COVERED IN THIS CONTRACT WILL BE
ON A TIME AND MATERIAL BASIS AND BILLED ACCORDINGLY.
LATE PAYMENT CHARGE: If payment is not met as outlined, the Contracting Officer shall pay a
payment charge computed at a rate of one and one half percent (1.5%) per month, or an annual
percentage rate of eighteen percent (18%) on the previous unpaid balances.
8. TERMINATION WITHOUT CAUSE: Either party may terminate this agreement without cause, by
sending written notice to the other party at the respective address, herein stated. Notice is to be
given at least thirty (30) days prior to effective date of termination. In the event of prepayment of
services not to be performed, refund will be due and payable on, or before, date of termination.
9. TERMINATION FOR CAUSE: Either party may terminate this contract for cause, upon sending
written notice to the other party.
Contractor may terminate this agreement for cause:
a. Upon Contracting Officer’s failure to make any of the agreed upon payments, as outlined
herein; or
b. For the Contracting Officer’s unreasonable determination of “Lack of the Contractor’s duties,
as specified herein”.
Contracting Officer may terminate this agreement for cause:
a. For lack of satisfactory performance; or
b. For obvious gross negligence by the Contractor.
DocuSign Envelope ID: D9FC2273-2BFB-4443-86D7-CEDFDBB86B9F
6
10. REMEDIES: It is expressly understood, however, that neither party may terminate this agreement
without first notifying the other party, in writing, of the alleged breach and demanding that said
breach be remedied within seven (7) days from the said notice. If, after sending proper notice, the
alleged non-breaching party may terminate this agreement upon thirty (30) days written notice to the
other party.
11. NOTICES: All notices require hereunder shall be in writing and shall be sent in the United States
mail, certified mail, return receipt requested, correctly addressed as follows:
Mill Brothers Landscape Group
4760 Three Bell Pkwy
Timnath, Colorado 80547
12. ARBITRATION: Both parties reserve the right to an arbitration hearing on items such as
Contractor’s “negligence or nonperformance” and Contracting Officer’s “unreasonable determination
of lack of satisfactory performance”. Arbitration will be before a third party and will be in accordance
with procedures of the American Arbitration Association or procedures of the ethics and arbitration
committee of the Association of Landscape Contractors of Colorado. Submission to arbitration shall
not in any way impede, hamper, or prejudice Contractor’s rights to record a mechanics lien and
foreclose the same.
13. ATTORNEY FEES: Should it become necessary to refer this account to an attorney for collection,
Contracting Officer hereby agrees to pay all reasonable attorneys’ fees, court costs and any other
expenses of collection incurred by the Landscape Management Contractor.
Your signature constitutes acceptance of this contract. The Contractor will sign and send you a fully
executed copy of this agreement.
We, the undersigned, agree to the terms, conditions, and specifications as set forth in this contract:
Date: Date: May 19, 2020
Contracting Officer (Signature) Contractor (Signature)
Jason Obssuth
Contracting Officer (Please Print) Contractor (Please Print)
Work Phone: Mill Brothers Landscape Group
Mobile Phone: Phone 970.493.3883 Fax 970.493.9002
Billing Address:
DocuSign Envelope ID: D9FC2273-2BFB-4443-86D7-CEDFDBB86B9F