Loading...
00-45 Resolution No. 00-45 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH J. W. TURF, INC. FOR THE MAINTENANCE AND REPAIR OF GROUNDS MAINTENANCE EQUIPMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Joyce A. Parker, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with J. W. Turf, Inc . for the maintenance and repair of grounds maintenance equipment at Spartan Meadows and Wing Park Golf Courses, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schock Ed Schock, Mayor Presented: February 23 , 2000 Adopted: February 23 , 2000 Omnibus Vote : Yeas 6 Nays 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT THIS AGREEMENT, made and entered into this , (7 day of February , 2000, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and J. W. Turf, Inc. (hereinafter referred to as "CONTRACTOR"). WHEREAS, the CITY desires to engage the CONTRACTOR to furnish certain professional services in connection with the maintenance and repair of the grounds maintenance equipment at both Spartan Meadows and Wing Park Golf Courses (hereinafter referred to as the "PROJECT"). AND NOW, THEREFORE, for and in consideration of the mutual undertakings provided herein, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: I. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Parks and Recreation of the CITY, herein after referred to as the "DIRECTOR". B. J. W. Turf will provide the personnel and tools to perform all maintenance and repair to the grounds maintenance equipment at both Spartan Meadows and Wing park Golf Courses. Equipment inventory list hereto is attachment A. C. The detailed Scope of Services are as follows: 1. Preseason service: Done at J. W. Turf shop; approximately 6 weeks of work and 44 hours of work per week. Work to commence at the City's instruction. * Replace any hydraulic hoses that look worn * Change engine oil and engine filter * Change hydraulic oil and hydraulic filter * Tune up engines ( if needed ) * Decarb cylinder heads (if needed) * Grease all fittings * Repair anything that is broken * Detail equipment ( wash and wax) * Grind reels (or replace if needed) * Grind bedknives (or replace if needed) * Replace bearings, seals in reels and rollers (if needed) * Change fuel filters * J. W. Turf, Inc. to compile parts list for City to order and process invoices. (All golf course equipment used for maintenance of course will receive this treatment at J. W. Turf's shop with the exception of the tractors, which will be 1 done at Spartan Meadows and Wing Park pursuant to City's instruction. J. W. Turf will do this annual overhaul once in 2000.) 2. In Season Service: Monday - Friday, 10:00 a. m. - 2 p. m. approximately between April and October(between Spartan Meadows and Wing Park Golf Course) these are estimates, J.W. Turf will work each day until work is completed at no additional charge to the City. * Adjust reel to bedknife and height of cut on all reel units. * Grease all fittings on all reel and rotary mowers, as well as bunker rakes. * Check fluid levels, engine oil, hydraulic oil, and water in all power driven equipment. * Repair anything that may have broken. * Repair tires. * Grind reels or backlap ( as needed). * Repair weedeaters * Grind rotary blades. * Sweep shop and keep area clean. * Keep daily maintenance record for each piece of equipment every time we service. * Supply engine and hydraulic oil and grease that will be kept at Spartan Meadows. * J. W. Turf to compile parts list for City to order and process invoices. 3. Miscellaneous Services: Any emergency and or out of season work needed January 1, 2000 through December 31, 2000. Included in Service: One J. W. Turf mechanic: Marty Rowe. Complete set of reel grinders and bedknife grinders at Spartan Meadows maintenance garage ( retail value of$28,000) for the use during service period, complete set of tools needed for golf course equipment; Marty Rowe will bring these each in his service truck. J.W. Turf will supply all oil needed for the City equipment during the service period. II. WORK PRODUCTS All work products prepared by the CONTRACTOR pursuant hereto including, but not limited to, reports, calculations, studies, photographs, and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided, however, that the CONTRACTOR may retain copies of such work for its records. Such work products are not intended or represented to be suitable for reuse by the CITY or any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the CONTRACTOR. III. PAYMENTS TO THE CONSULTANT (Lump Sum Method) A. The CITY shall make monthly payments to the CONTRACTOR based on actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the CONTRACTOR shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and 2 accepted by the DIRECTOR. March $5,438 April $5,438 May $5,438 June $5,438 July $5,438 August $5,438 September $5,438 October $5,438 November $5,438 December $5,438 IV. INVOICES A. The CONTRACTOR shall submit invoices in a format approved by the CITY. B. The CONTRACTOR shall maintain records showing actual time devoted and cost incurred. The CONTRACTOR shall permit the authorized representative of the CITY to inspect and audit all data and records of the CONTRACTOR for work done under this Agreement. The CONTRACTOR shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. V. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the CONTRACTOR. In the event that this Agreement is so terminated, the CONTRACTOR shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Paragraph IV above. VI. TERM The term of this agreement shall commence upon execution and entry into this agreement and end as of December 31, 2000. VII. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such 3 administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen (15) days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. VIII. INDEMNIFICATION The CONTRACTOR shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability and damages of whatever nature, including Workmen's Compensation claims, in any way resulting from or arising out of negligent actions or omissions of the CONTRACTOR in connection herewith, including negligent actions or omissions of employees or agents of the CONTRACTOR arising out of the performance of professional services. IX. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the City shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. X. INSURANCE A. Comprehensive Liability. The CONTRACTOR shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The CONTRACTOR shall deliver to the DIRECTOR a Certificate of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the CONTRACTOR under Article VIII entitled "Indemnification" shall be provided. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of$1,000,000 per occurrence subject to a $1,000,000 aggregate. 4 XI. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. XII. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. XIII. DELEGATIONS AND SUBCONTRACTORS This agreement may not be assigned without the express written consent of the CITY. XIV. NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co-partners between the CITY and the CONTRACTOR, or as constituting the CONTRACTOR as the general representative or general agent of the CITY for any purpose whatsoever. XV. SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. XVI. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to 5 affect in any manner the terms and provisions hereof or the interpretation or construction thereof. XVII. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. XVIII. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois. XIX. NEWR S LEA ESES The CONTRACTOR may not issue any news releases without prior approval from the DIRECTOR, nor will the CONTRACTOR make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XX. COOPERATION WITH OTHER CONSULTANTS The CONTRACTOR shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. XXI. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 The CONTRACTOR certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXII. SEXUAL HARASSMENT As a condition of this contract, the CONTRACTOR shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; 6 E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act (copy attached). A copy of the policies must be provided to the Department of Human Rights upon request. P.A. 87-1257. XXV. WRITTEN COMMUNICATIONS All recommendations and other communications by the CONTRACTOR to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the CONTRACTOR be made or confirmed in writing. XXVII. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: MONICA MEYERS Director of Parks and Recreation City of Elgin 31 South Grove Avenue Elgin, Illinois 60120-5555 B. As to CONSULTANT: Holly Gilmour Account Manager J. W. Turf, Inc. 19N937 U. S. Highway 20 Hampshire, Illinois 60140 7 IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: ATTEST: THE CITY OF ELGIN ByALcze_"____ By 6 ' L City lerk ity Manager (SEAL) For the CONTRACTOR: aoovG- Dated this day of d ' • , A.D., . ATTEST: By ?%-1-')PN CO-OiL)AA-e/n By / / `-` Secretary President (SEAL) 8 Golf Equipment Replacement Program FY00-FY04 Suggested life Description Use Estimated Fy2000 Estimated FY2001 Estimated FY2002 Estimated FY2003 Estimated FYI Cost Cost Cost Cost Cost $6,500.00 x 5 1998 Gator Utility 1 8 1984 Truckster Utility 2 $12,000.00 x 8 1990 Truckster Utility 3 $13,000.00 x $6,500.00 x 5 1999 Gator Utility 4 x 5 1998 EZ Go Workhorse Utility 5 x 5 1998 EZ Go Workhorse Utility 6 x 5 1998 EZ Go Workhorse Utility 7 x 5 1998 EZ Go Workhorse Utility 8 5 1991 Toro Greensking Greens 1 $19,000.00 x 5 1990 Jacobsen Triplex Greens 2 $20,000.00 x $22,000.00 x 5 1999 John Deere 2500 Greens 3 $22,000.00 x 5 1999 John Deere 2500 Greens 4 5 1991 Jacobsen Walker Greens 5 $6,000.00 x , 5 1991 Jacobsen Walker Greens 6 $6,000.00 x 5 1998 John Deere 220A Greens 7 $7,000.00 x 5 1998 John Deere 220A Greens 8 $7,000.00 x CL 5 1993 Jacobsen Light Fairway 100 Fairway 1 $26,000.00 x 5 1993 Jacobsen Light Fairway 100 Fairway 2 $27,000.00 x 5 1993 Jacobsen Light Fairway 100 Fairway 3 •$28,000.00 x I- 2 5 Wing LF 100/eliminate gangs Fairway 4 $26,000.00 x Iy 8 Wing 10'rotary Roughmower Fairway 5 $30,000.00 x 8 1999 Batwing Rotary Fairway 6 J 10 Five Gang Blitzer Fairway 7 tr 8 1993 Super Rake Specialty $10,000.00 x 8 1998 John Deere 1145 Specialty 1 cr 8 1998 John Deere 2653A Specialty 2 10 1995 John Deere Sprayer Specialty 3 $16,000.00 x 10 1991 Greens Aerifier Specialty 4 $7 000 x 7 1993 National Triplex 84" Specialty 5 10 1997 Woods Mulcher Specialty 6 20 1980 Toro Sweeper Specialty 7 25 1987 Diesel Tractor Specialty 8 25 1987 Diesel Tractor Specialty 9 10 1998 Roller Unit Specialty 10 8 Cyclone Spreader Specialty 11 $8,500.00 x Years Total Cost Estimate $76,500.00 $74,000.00 $60,000.00 $58,000.00 $57,000.00 - Prepared By Mike Lehman 08-24-99 . K ,(v`,c OF Et C/1 ° —City of Elgin Agenda Item No. % R January 12, 2000 TO: Mayor and Members of the City Council FROM: Joyce A. Parker, City Manager SUBJECT: Golf Equipment Maintenance Contract Extension PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider extending the current contract for maintenance of golf course equipment with J. W. Turf for a second year. BACKGROUND In 1998, a Request for Proposal (RFP) was initiated to contract services for maintenance of golf course maintenance equipment . J. W. Turf was awarded the contract as low bidder to perform the service in 1999 for the cost of $54, 380 . The RFP gave the City the option to extend the contract for an additional year if the services performed were deemed satisfactory by the City. J. W. Turf has performed adequately and agreed to maintain the current fee for the service in 2000 . COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None . NANCIAL IMPACT OV3.1 Adequate funds are budgeted and available in the Golf Course Division budget in the Contract Services account number 540-5802- 775 .40-08 in the amount of $54, 380 for this expense . 100/(LEGAL IMPACT None . r rft. Golf Equipment Maintenance Contract January 12, 2000 Page 2 ALTERNATIVES Not to extend the golf equipment maintenance contract with J. W. Turf and rebid the service contract . RECOMMENDATION It is recommended that the Mayor and members of the City Council extend the maintenance contract with J. W. Turf for 2000 in the amount of $54 , 380 . Re •ectfully submitt , 4111! J•/ce ��. Parker City Manager