HomeMy WebLinkAboutItem 06.o
Date: October 7, 2019 Item No.
APPROVAL OF A CONTRACT FOR FALL 2019 TREE AND SHRUB PLANTING
SERVICES TO KNECHT’S NURSERIES & LANDSCAPING
Proposed Action
Staff recommends adoption of the following motion: Move to approve a contract with Knecht’s
Nurseries and Landscaping for the Fall 2019 Tree and Shrub Planting projects.
Overview
As a follow up to recent work performed on City ponds, right-of-way and easements, tree and
shrub planting is necessary to complete restoration.
The first three sites include two pond projects visible from the trail on the south side of County
Road 46th adjacent to Hyland Avenue and Huron Circle, and a pond adjacent to 175th Street West
and Jonquil Avenue. In order to gain equipment access to maintain the existing stormwater basins;
trees, shrubs and other vegetation were removed. These planting projects will replace trees and
shrubs to restore the screening to homes, as well as stabilize the slopes and soil. The second site is
the berm along the Lakeville Central Maintenance Facility adjacent to the new Avonlea
development. Five spruce trees will be planted to improve screening. The last site is the new berm
created during the Dodd and Flagstaff Roundabout project that currently has a low-maintenance
grass seed applied.
The City solicited proposals from three contractors for tree and shrub planting in September. Two
proposals were received; one from Hoffman and McNamara in the amount of $21,472.00 and one
from Knecht’s Nurseries & Landscaping in the amount of $15,948.00. Both companies provided
references and met the proposal requirements. Staff recommends approval of the contract with
Knecht’s Nurseries & Landscaping.
Primary Issues to Consider
• Why is a separate contract for tree and shrub planting services being executed with these
projects? Planting in the fall (and spring) is less stressful on the tree and shrub material since
they are seasons of root growth and cooler temperatures. It was more efficient and cost effective
to bundle the projects after all final grading work was completed.
Supporting Information
• A copy of the proposal tabulation and contract for services is attached.
Financial Impact: $15,948.00 Budgeted: Yes Source: Multiple Sources
Related Documents (CIP, ERP, etc.): CIP
Envision Lakeville Community Values: Good Value for Public Services
Report Completed by: Emily Ball, Forester
TABULATION OF PROPOSALS
Fall 2019 Tree and Shrub Planting Services
Contractor Proposal Total
Hoffman & McNamara Co. $21,472.00
Knect’s Nurseries and Landscaping $15,948.00
CONTRACT FOR SERVICES
THIS AGREEMENT made this 7th day of October 2019, by and between the CITY OF
LAKEVILLE, hereinafter referred to as the “City”, and KNECHT’S NURSERIES &
LANDSCAPING, hereinafter referred to as the “Contractor”.
THE CITY AND THE CONTRACTOR, FOR THE CONSIDERATION HEREINAFTER
STATED, AGREE AS FOLLOWS:
1. SCOPE OF SERVICES. The scope of services is detailed in the Contract Documents but
generally consists of tree and shrub planting services within the City’s Fall 2019 Planting
locations. The Contractor agrees to perform the services as detailed in the Contract
Documents.
2. CONTRACT DOCUMENTS. The following documents shall be referred to as the "Contract
Documents", all of which shall be taken together as a whole as the contract between the parties
as if they were set verbatim and in full herein:
A. This document entitled “Contract for Services”.
B. Instructions to Contractors – Request for Proposals
C. General and Technical City Specifications
D. Contractor’s Proposal
If there is a conflict among the provisions of the Contract, the order in which they are listed
above shall control in resolving any such conflicts with Contract Document "A" having the
first priority and Contract Document "D" having the last priority.
3. OBLIGATIONS OF THE CONTRACTOR. The Contractor agrees that the work
contemplated by the Contract shall be fully and satisfactorily completed in accordance with
the terms of the Contract Documents.
4. PAYMENT.
A. The City agrees to pay and the Contractor agrees to receive $15,948.00 for completion
of work in accordance with the contract documents, inclusive of taxes, if any. City
shall make 95% progress payments on the Contract Price on the basis of approved
Contractor invoices for work completed provided the work is commensurate with the
percentage of work completed. Upon final completion of the work require under the
Contract and acceptance by the City, the City shall pay the remainder of the Contract
Price as recommended by the City Forester.
B. Payments to Subcontractor. Pursuant to Minn. Stat. § 471.25, Subd. 4a, the
Contractor must pay any subcontractor within ten (10) days of the Contractor’s
receipt of payment from the City for undisputed services provided by the
subcontractor. The Contractor must pay interest of 1½ percent per month or any
part of a month to the subcontractor on any undisputed amount not paid on time
to the subcontractor. The minimum monthly interest penalty payment for an
unpaid balance of $100.00 or more is $10.00. For an unpaid balance of less than
$100.00, the Contractor shall pay the actual penalty due to the subcontractor.
5. INDEMNIFICATION.
A. The Contractor shall indemnify, defend and hold harmless the City and its officials,
agents, representatives, and employees from any loss, claim, liability and expense
(including reasonable attorney’s fees and expenses of litigation) with respect to: (a)
Worker’s Compensation benefits payable on account of injury or death to any
Contractor employee or to any employee of Contractor’s subcontractors, where the
injury or death arises out of or is in any way related to the work performed or to be
performed under the Contract; (b) claims for personal injury, death, or property
damage or loss asserted by a Contractor or subcontractor or any of their officers,
agents, representatives, or employees where the injury, death, damage, or loss arises
out of or is in any way related to the work performed or to be performed under the
Contract; and (c) claims for personal injury, death, or property damage or loss as
asserted by third-parties at the work site, where the claim is based in the whole or
in any part on, or is in any way related to, any act or omission by Contractor, or
Contractor’s subcontractors, agents, employees or delegates.
B. Contractor shall agree that the indemnities stated above shall be construed and
applied in favor of indemnification. To the extent permitted by law, the stated
indemnities shall apply regardless of any strict liability or negligence attributable to
the City and regardless of the extent to which the underlying harm is attributable
to the negligence or otherwise wrongful act or omission (including breach of
contract) of Contractor, its subcontractors, agents, employees or delegates.
Contractor also agrees that if applicable law limits or precludes any aspect of the
stated indemnities, then the indemnities will be considered limited only to the
extent necessary to comply with that applicable law. The stated indemnities
continue until all applicable statutes of limitations have run.
C. If a claim arises within the scope of the stated indemnity, the City may require
Contractor to furnish a written acceptance of tender of defense and indemnity from
Contractor’s insurance company. Contractor will take the action required by City
within fifteen (15) days of receiving notice from City.
6. RIGHTS AND REMEDIES.
A. The duties and obligations imposed by the Contract Documents and the rights and
remedies available thereunder shall be in addition to and not a limitation of any
duties, obligations, rights and remedies otherwise imposed or available by law.
B. No action or failure to act by the City or the Contractor shall constitute a waiver of
any right or duty afforded by any of them under the Contract, nor shall any such
action or failure to act constitute an approval of or acquiescence in any breach
thereunder, except as may be specifically agreed in writing.
7. GOVERNING LAW. The Contract shall be governed by the laws of the State of
Minnesota.
8. INSURANCE. Prior to the start of the project, Contractor shall furnish to the City a
certificate of insurance showing proof of the required insurance required under this
Paragraph. Contractor shall take out and maintain or cause to be taken out and maintained
until six (6) months after the City has accepted the public improvements, such insurance
as shall protect Contractor and the City for work covered by the Contract including
workers’ compensation claims and property damage, bodily and personal injury which may
arise from operations under this Contract, whether such operations are by Contractor or
anyone directly or indirectly employed by either of them. The minimum amounts of
insurance shall be as follows:
Commercial General Liability (or in combination with an umbrella policy)
$2,000,000 Each Occurrence
$2,000,000 Products/Completed Operations Aggregate
$2,000,000 Annual Aggregate
The following coverages shall be included:
Premises and Operations Bodily Injury and Property Damage
Personal and Advertising Injury
Blanket Contractual Liability
Products and Completed Operations Liability
Automobile Liability
$2,000,000 Combined Single Limit – Bodily Injury & Property Damage
Including Owned, Hired & Non-Owned Automobiles
Workers Compensation
Workers’ Compensation insurance in accordance with the statutory requirements of the
State of Minnesota, including Employer’s Liability with minimum limits are as follows:
$500,000 – Bodily Injury by Disease per employee
$500,000 – Bodily Injury by Disease aggregate
$500,000 – Bodily Injury by Accident
If Minnesota Statute 176.041 exempts Contractor from Workers’ Compensation insurance
or if the Contractor has no employees in the City, Contractor must provide a written
statement, signed by an authorized representative, indicating the qualifying exemption that
excludes Contractor from the Minnesota Workers’ Compensation requirements. If during
the course of the contract the Contractor becomes eligible for Workers’ Compensation, the
Contractor must comply with the Workers’ Compensation insurance requirements herein
and provide the City with a certificate of insurance.
Professional/Technical (Errors and Omissions) Liability Insurance
This policy will provide coverage for all claims the contractor may become legally obligated
to pay resulting from any actual or alleged negligent act, error, or omission related to
Contractor’s professional services required under the contract. Contractor is required to
carry the following minimum limits:
$1,000,000 – per claim or event
$2,000,000 – annual aggregate
Any deductible will be the sole responsibility of the Contractor and may not exceed $50,000
without the written approval of the City. If the Contractor desires authority from the City
to have a deductible in a higher amount, the Contractor shall so request in writing,
specifying the amount of the desired deductible and providing financial documentation by
submitting the most current audited financial statements so that the City can ascertain the
ability of the Contractor to cover the deductible from its own resources.
The retroactive or prior acts date of such coverage shall not be after the effective date of
this Contract and Contractor shall maintain such insurance for a period of at least three (3)
years, following completion of the work. If such insurance is discontinued, extended
reporting period coverage must be obtained by Contractor to fulfill this requirement.
The Contractor’s insurance must be “Primary and Non-Contributory”.
All insurance policies (or riders) required by this Contract shall be (i) taken out by and
maintained with responsible insurance companies organized under the laws of one of the
states of the United States and qualified to do business in the State of Minnesota, (ii) shall
name the City, its employees and agents as additional insureds (CGL and umbrella only)
by endorsement which shall be filed with the City. A copy of the endorsement must be
submitted with the certificate of insurance.
Contractor’s policies and Certificate of Insurance shall contain a provision that coverage
afforded under the policies shall not be cancelled without at least thirty (30) days’ advanced
written notice to the City, or ten (10) days’ notice for non-payment of premium.
An Umbrella or Excess Liability insurance policy may be used to supplement Contractor’s
policy limits on a follow-form basis to satisfy the full policy limits required by this Contract.
9. TERM. The term of this Contract shall be from the effective date of the executed contract
to the completion of all work contemplated by the contract or November 15, 2019, unless
sooner terminated as hereinafter provided. All of the plant material has a one-year
warranty from the date of planting.
10. SUPPLIES, EQUIPMENT, AND INCIDENTALS. The City and Contractor agree that
the Contractor shall furnish any and all supplies, equipment, and incidentals necessary for
Contractor’s performance of this Contract.
11. TERMINATION WITHOUT CAUSE BY CITY. The City reserves the right at its sole
discretion to terminate this Contract at will immediately without cause at any time within
the term of this Contract. In the event of such termination, the City shall provide
Contractor written notice of termination and upon receipt of same, Contractor shall
immediately cease and desist Contractor’s provision of services under this Contract and
City shall have no further obligation under this Contract to pay any further compensation
to Contractor except for compensation due and owing for services prior to Contractor’s
receipt of the written notice of termination.
12. INDEPENDENT CONTRACTOR. City and Contractor agree that Contractor, while
engaged in carrying out and complying with the terms and conditions of this Contract and
the provision of services thereunder, shall be considered at all times an independent
contractor and not an officer, employee, or agent of the City. City and Contractor further
agree that Contractor shall not at any time or in any manner represent that Contractor or
any of the Contractor’s agents or employees are in any manner agents or employees of the
City. City and Contractor further agree that Contractor shall be exclusively responsible
under this Contract for Contractor’s own FICA payment, workers compensation
payments, unemployment compensation payments, withholding amounts, and/or self-
employment taxes or other taxes if any such payments, amounts, or taxes are required to
be paid by law or regulations.
13. WRITTEN NOTICE OR OTHER CORRESPONDENCE. Any written notice or other
correspondence to be provided by or between the City and the Contractor in accordance
with this Contract shall be hand delivered or mailed by registered or certified mail to the
following address:
CITY:
City of Lakeville
20195 Holyoke Avenue
Lakeville MN 55044
VENDOR:
14. WAIVER OF DEFAULT. Any waiver by City of a default under the provisions of this
Contract by Contractor shall not operate or be construed as a waiver of a subsequent default
by the Contractor. No waiver shall be valid unless in writing and signed by the Mayor and
the City Administrator on behalf of the City.
15. NO ASSIGNMENT OR SUBCONTRACTING. The City and Contractor agree that the
services to be rendered by the Contractor under this Contract are unique and personal.
Accordingly, the Contractor may not assign or subcontract out any of the Contractor’s
rights or any of the Contractor’s duties or obligations under this Contract.
16. INVALIDITY OF PROVISIONS. If any term or provision of this Contract or any
application hereof to any person or circumstances, shall to any extent be invalid or
unenforceable, the remainder of this Contract or the application of such term or provision
to persons or circumstances other than those as to which it is held invalid or unenforceable
shall not be effected hereby and each term and provision of this Contract shall be valid and
be enforced to the fullest extent permitted by law.
17. DATA PRACTICES/RECORDS.
A. All data created, collected, received, maintained, or disseminated for any purpose in
the course of this Contract is governed by the Minnesota Government Data Practices
Act, Minn. Stat. Ch. 13, any other applicable state statute, or any state rules adopted
to implement the act, as well as federal regulations on data privacy.
B. All books, records, documents, and accounting procedures and practices of the
Contractor and its subcontractors, if any, relative to this Contract are subject to
examination by the City.
18. WARRANTY. The Contractor shall be held responsible for any and all defects in
workmanship which may develop in any part of the contracted service, and upon proper
notification by the City shall remedy, without cost to the City, any such faulty work and
damage done by reason of the same in accordance with the proposal specifications.
19. CHANGE ORDERS. Without invalidating the Contract, the City may, at any time or from
time to time, order additions, deletions, or revisions in the Work; these will be authorized
by Change Orders. Upon receipt of a Change Order, the Contractor shall proceed with the
work involved. Changes in the Contract Price shall be based on the Proposal Prices
Knecht’s Nurseries & Landscaping
P.O. Box 241
Northfield MN 55057
20. ENTIRE AGREEMENT. This instrument herein contains the entire and only agreement
between the parties and no oral statement, representation, or prior written matter not
contained in this instrument shall have any force and effect. This Contract shall not be
modified in any way except by writing executed by both parties.
21. DISCRIMINATION. Contractor agrees to comply with Minnesota Statute 181.59 that
states:
Subsection A. That, in the hiring of common or skilled labor for the performance of any
work under any contract, or any subcontract, no contractor, material Contractor or vendor,
shall, by reason of race, creed, or color, discriminate against the person or persons who are
citizens of the United States or resident aliens who are qualified and available to perform
the work to which the employment relates;
Subsection B. That no contractor, material Contractor, or vendor, shall, in any manner,
discriminate against, or intimidate, or prevent the employment of any person or persons
identified in clause (1) of this section, or on being hired, prevent, or conspire to prevent the
person or persons from the performance of work under any contract on account of race,
creed, or color;
Subsection C. That a violation of this section is a misdemeanor; and
Subsection D. That this contract may be canceled or terminated by the state, county, city,
town, school board, or any other person authorized to grant the contracts for employment,
and all money due, or to become due under the contract, may be forfeited for a second or
any subsequent violation of the terms or conditions of this contract.
22. BACKGROUND CHECKS. The City may require criminal history background checks of
the Contractor’s employee’s for purposes of access to City facilities. The City reserves the
right to deny access to City facilities to those Contractors or Contractor’s employees that it
deems inappropriate.
CITY OF LAKEVILLE
BY:
Douglas P. Anderson, Mayor
AND
Charlene Friedges, City Clerk
CONTRACTOR:
KNECHT’S NURSERIES & LANDSCAPING
BY:
(Print Name)
Its: