Loading...
Ice Storm ROW Tree RemovalCONTRACT BETWEEN THE CITY OF SALINA, KANSAS And UNITED DISASTER RESPONSE, LLC regarding ICE STORM RIGHT-OF-WAY TREE REMOVAL This Contract is entered into this��day of February, 2008 by and between the City of Salina, Kansas (the "City") and United Disaster Response, LLC ("Contractor"). Recitals A. The City of Salina experienced an extraordinary ice storm which resulted in extensive damage to trees throughout the community. B. The Contractor owns and operates equipment which has been determined to be necessary in removinglright-of-way trees from residential areas within the City. C. The City desires to contract for and the Contractor desires to provide equipment and operators in removing right-of-way trees from the three areas of the city identified as follows: North - area of the city north of South Street; Center - area between South Street and Cloud Street; and South - area south of Cloud Street. The parties therefore agree and covenant: Duties of Contractor. Contractor agrees: a. Remove each street tree, marked by the City, within 21 working days from starting date. b. The trees are to be removed completely within 4" of ground level. Each location must be left in a sightly manner and the contractor is not authorized to perform work on private property. C. All debris trimmed/removed from the trees by the contractor shall be chipped and/or hauled away. Limbs may be hauled to the City of Salina Landfill and chips may be hauled to the Markley yard waste site at no cost. d. In the event that the contractor discovers a tree they feel needs to be removed and it was not previously marked by the City or if the City would like to add additional trees, these trees will be reviewed on a tree by tree basis. The contractor must notify the City Parks and Forestry Division to obtain written approval prior to the task in order to receive payment. C. The contractor must be available to begin working immediately upon receipt of notice to proceed. f No subcontractors will be allowed without prior written approval by the City of Salina. g. Obtain a City of Salina Tree Trimming license. It. The contractor must follow standard safety procedures for traffic control while working on public streets. Ili i. The contractor must make an attempt to notify the abutting property owner prior to removing a street tree in front of their property. 2. Compensation. The City agrees to compensate the Contractor at the rate of $228.50 per tree removed in the North and Center areas and $164.50 per tree removed in the South area as follows: a. By 12:00 noon on each Monday during the term of this Agreement, Contractor will submit a bill to a designated representative of Parks and Forestry Division of the Parks and Recreation Department for the number of trees removed in each area during the prior week. b. The City will match the bill to City list of street tree removals and submit the bill (as either confirmed or modified based upon discussions with an authorized representative of the contractor) to the City's Finance Department for payment. Payment will be authorized for number of street trees removed. C. The City's Finance Department will mail checks to the Contractor each Friday following the submission of the bill as approved by the City's Parks and Forestry Division for contract services. Payment to the Contractor will be mailed to the address provided by the Contractor. 3. Equal Opportunity. In conformity with Chapter 13 of the Salina Code, the Contractor and its subcontractors, if any, shall: a. Observe the,provision of Chapter 13 of the Salina Code and shall not discriminate against any person in the performance of work under this Contract; b. Include in all solicitations, or advertisements for employees, the contractor shall include the phrase "equal opportunity employer," or a similar phrase to be approved by the city's human relations director; and C. Not discriminate against any employee or applicant for employment in the performance of this Contract; and d. Include similar provisions in any subcontract under this Contract. 4. Affirmative Action. The Contractor agrees to abide by the Salina Code Sections 13-132 and 133 (unless the contractor is exempt for purposes of this contract under section 13- 134) relating to affirmative action and affirmative action plans attached and incorporated herein as Exhibit A. 5. Qualification for Reimbursement. The City anticipates seeking reimbursement from the United States government for the allowable portion of the City's expense resulting from this Contact. The parties, therefore, agree that the terms required by federal regulations (44 CFR. Sec. 13.36) attached and incorporated herein as Exhibit B shall also apply to this Contract. 2 6. Term. This Contract shall commence FebruaryZ ,-2008, and shall terminate upon completion of the tree limb debris removal project, subject to termination pursuant to paragraph 5 below. 7. Nonperformance. If either party fails to comply with any term of this Contract within 2 business days after written notice to comply has been mailed by the non -defaulting party to the defaulting party, such failure shall be deemed an immediate breach of this Contract. In such case, the non -defaulting party may pursue against the defaulting party such remedies as provided by law or in equity, including without limitation, the right to specifically enforce this Contract. In addition, the non -defaulting party may recover its costs and reasonable attorneys' fees incurred in any action related to such breach. 8. Termination. Either party may immediately terminate this Contract at any time and for any reason. 9. Relationship. It is expressly understood that the Contractor in performing services under this Contract, does so as an independent contractor. The City shall neither have nor exercise any control or direction over the methods by which the Contractor performs its services hereunder. The sole interest and responsibility of the City is to see that the services covered by this Contract are performed and rendered in a competent, efficient, and satisfactory manner. The Contractor shall be exclusively responsible for all taxes, withholding payments, employment -based benefits, deferred compensation plans, including but not limited to its workers compensation and social security obligations, and the filing of all necessary documents, forms, or returns pertinent to the foregoing. 10. Contractor Responsibility for and Self -reporting of Injury to Persons or Damage to Property. The Contractor acknowledges responsibility for any injury to person(s) or damage to property caused by its employees or agents in the performance of its duties under this Contract and shall immediately notify the notify the Risk Management Department, (785) 309-5705, providing full details thereof, including an estimate of the amount of loss or liability. 11. Release of Claims by Contractor. The Contractor releases the City from any claims for injury to its agents or employees or damage to its property arising from the work to be performed under this Contract. 12. Indemnification. The Contractor agrees to indemnify and save harmless the City, its officials, agents, servants, officers, directors and employees from and against all claims, expenses, demands, judgments and causes of action for personal injury or death or damage to property where, and to the extent that, such claims, expenses, demands judgment or causes or action arise from intentional or negligent acts of the Contractor's agents or employees. 13. Insurance Requirements. The Contractor shall maintain the following insurance coverages without interruption from the date of the commencement of this Contract until date of final payment and termination of any coverage required to be maintained after final payment Commercial General Liability Insurance The Contractor shall provide public liability insurance coverage in an amount no less than $500,000 covering the liability of the Contractor and any and all consultants, agents, independent contractors, etc. which are employed or retained by the Contractor, on an occurrence basis. In k-1 lieu of the above coverage, the Contractor may provide coverage for its own firm in the above amount or an additional amount and submit proof all its consultants, agents and independent contractors have insurance deemed adequate by the City of Salina. Automobile Liability The Contractor shall provide coverage protecting the Contractor against claims for bodily injury and/or property damage arising out of the ownership or use of any owned, hired and/or non- owned vehicle. Required minimum limits: $500,000 each accident, combined single limits, bodily injury and property damage. Worker's Compensation Before beginning any work, the Contractor shall furnish to the City satisfactory proof that he has taken out, for the period covered by the work under this contract, full workers' compensation coverage as required by state law for all persons who he may employ directly, or through subcontractors, in carrying out the work contemplated under this contract, and shall hold the City free and harmless for all personal injuries of all persons who the contractor may employ directly or through subcontractors. Certificate(s) of Insurance Certificate(s) of Insurance acceptable to the City shall be filed with the City at the time this Contract is executed. These certificates shall contain a provision that coverage afforded under the policies will not be cancelled or substantially changed until at least thirty (30) days prior written notice has been given to the City and acknowledged. Notice of Claim The Contractor, upon receipt of notice of any claim in excess of $1,000 in connection with this Contract shall promptly notify the Risk Management Department, (785) 309-5705, providing full details thereof, including an estimate of the amount of loss or liability. 14. Compliance with Applicable Law. Contractor shall comply with all applicable federal, state, and local law in the performance of its duties under this Contract. 15. Non-assi ng able. Due to the unique qualifications and circumstances of the parties, neither the rights nor the responsibilities provided for under this Agreement shall be assignable by either party, either in whole or in part. 16. Feminine -Masculine, Singular -Plural. Wherever used, singular shall include the plural, plural the singular, and use of any gender shall include all genders. 17. Kansas Law Applies. This Contract and its validity, construction and performance shall be governed by the laws of Kansas. This Contract shall be interpreted according to its fair meaning, and not in favor of or against any party. 18. Severability. The unenforceability, invalidity, or illegality of any provision of this Contract shall not render the other provisions unenforceable, invalid, or illegal. 19. Time, Time is of the essence of this Contract. No extension will be granted unless in writing and signed by the parties. Should the end of a time period fall on a legal holiday, that time period shall extend to 5:00 p.m, of the next full business day. 0 20. Persons Bound -Conies. This Contract shall extend to and bind the heirs, executors, administrators, trustees, successors and assigns of the parties hereto, and may be executed in any number of counterparts, each of which shall be deemed an original, or in multiple originals, and all such counterparts or originals shall for all purposes constitute one Contract. 21. Notices. All notices and demands shall be given in writing either by personal service or by registered or certified mail, postage prepaid, and return -receipt requested. Notice shall be considered given when received on date appearing on the return receipt, but if the receipt is not returned within five (5) days, then forty-eight (48) hours after deposit in the mail. Notices shall be addressed as appears below for each party, provided that if any party gives notice of a change of name or address, notices to the giver of that notice shall thereafter be given as demanded in that notice. CITY: City Clerk P.O. Box 736 Salina, KS 67402-0736 CONTRACTOR: United Disaster Response, LLC 5217 Walmer Mission, KS 66202 22. Typewritten or Handwritten Provisions. Typewritten or handwritten provisions inserted or attached shall supersede all conflicting printed provisions. 23. Merger Clause. These terms are intended by the parties as a complete, conclusive and final expression of all the conditions of their Contract. No other promises, statements, warranties, contracts or understandings, oral or written, made before or at the signing thereof, shall be binding unless in writing and signed by all parties and attached hereto. Any amendment to this Contract, including an oral modification supported by new consideration, must be reduced to writing and signed by both parties before it will be effective. Executed by the duly authorized officers of the parties as of the date first above written. A Lieu Ann Elsey, City Clerk, 0MC 5 CITYOF LINA, I' SAS By: on A. Gage, City M ager UNITED/DISASTER RESPONSE, LLC By: / Z ho rson, Member EXHIBIT A Sec. 13-132. Affirmative action by contractors required. (a) Any contractor entering into a contract with the city and such person's subcontractor shall take affirmative action to insure that employees are treated equally without regard to their race, sex, religion, age, color, national origin, ancestry or disability. Such affirmative action shall include, but not be limited to, the following: Employment, upgrading, demotion or transfer, recruiting or recruitment, advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. The contractor and subcontractor shall agree to post, in conspicuous places available to employees and applicants for employment, notices to be provided by the director setting forth provisions of this article. The contractor and such person's subcontractors shall provide all affirmative action information and necessary documents to implement the compliance with the requirements of all federal, state and local laws and ordinances. (b) It shall be no excuse that the employer has a collective bargaining agreement with any union providing for exclusive referral or approval systems. The failure of the contractor or subcontractors to comply with the requirements of this article shall be grounds for cancellation, termination, or suspension of the contract, in whole or in part, by the board of commissioners with the contractor or subcontractors until satisfactory proof with intent to comply will be submitted to and accepted by the board of commissioners. (Ord. No. 92-9493, § 1, 2-3-92) Sec. 13-133. Affirmative action plans. Every contractor and subcontractor prior to entering into a contract with the city shall submit to the director of human relations an acceptable written affirmative action plan which shall: (1) Identify areas of employment, employment policies, and employment practices which require action by the contractor or subcontractor to assure equal employment opportunity; (2) Analyze these areas, policies and practices to determine what actions by said contractor or subcontractor will be most effective; (3) Establish a plan with goals and timetables designed to achieve equal employment opportunity; and (4) Include provisions for implementation, monitoring, and periodic evaluation in order to insure that it continues to be a valid plan. (Ord. No. 92-9493, § 1, 2-3-92) Sec. 13-134. Exemptions. The provisions of this article shall not apply to: (1) Contractors or suppliers who would not be considered as an "employer" as defined in section 13-2; (2) Contracts and subcontracts not exceeding twenty thousand dollars ($20,000.00); and (3) Call type or purchase order agreements which do not exceed twenty thousand dollars ($20,000.00) in total per calendar year; provided, vendors, contractors and suppliers who will supply or expect to supply the city with goods or services exceeding twenty thousand dollars ($20,000.00) during the subsequent calendar year not be exempt from the requirements of this article; provided, the above exemptions shall not conflict with applicable state or federal laws. (Ord. No. 92-9493, § I, 2-3-92) 0 EXHIBIT B In conformity with federal regulations applicable to contracts qualifying for reimbursement by the United States government, the parties agree and covenant, as follows: (The requirements set forth at 44 CFR 13.36 are set forth below in italics and are followed by the applicable contract provisions) (1) Administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. See paragraph 4 of Contract — "Nonperformance." (2) Termination for cause and for convenience by the grantee or subgrantee including the manner by with it will be effected and the basis for settlement. See paragraph 5 of Contract — "Termination." Written notice of termination shall be given by the terminating party to the non - terminating party as provided in paragraph 18 — "Notices." Contractor shall be compensated for any work performed in conformity with the Contract as of receipt of the notice of termination. (3) Compliance with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity, " as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR Chapter 60). In addition to those requirements set forth in the Contract relating to equal opportunity and, if applicable, affirmative action, the Contract, or itself and its subcontractors, if any, agrees to comply with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR Chapter 60). (4) Compliance with the Copeland `Anti-Kickback"Act (18 U.S.C. 874), as supplemented in Department of Labor regulations (29 CFR Part 3). The parties agree to comply with the Copeland "Anti -Kickback" Act. (5) Compliance with the Davis -Bacon Act (40 US. C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR Part 5). ' (Not applicable - Stafford Act funded project) (6) Compliance with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 US. C. 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5). The Contractor agrees to perform all of its obligations under this Contract in compliance with the referenced federal law. (7) Notice of awarding agency requirements and regulations pertaining to reporting. See reporting requirements under multiple paragraphs of Contract. (8) Notice of awarding agency requirements and regulations pertaining to patent rights with respect to any discovery or invention which arises or is developed in the course of or under such contract. (Not applicable.) (9) Awarding agency requirements and regulations pertaining to copyrights and rights in data. (Not applicable.) (10) Access by the grantee, the subgrantee, the Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of the contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. The Contractor agrees to the described access to the described information. (11) Retention of all required records for three years after grantees or subgrantees make final payments and all other pending matters are closed. The City and the Contractor shall retain all required records pertinent to the Contract for three years following notification by the City to the Contractor that all pending matters relating to the Contract and reimbursement of the City by the United States government have been closed. (12) Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U. S. C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). The Contractor, if compensated in excess of $100,000 under this Contract, agrees to perform all of its obligations under this Contract in compliance with the described standards, orders, or requirements. (13) Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub.L. 94-163, 89 Stat. 871). (Not applicable.) AC:)RDTA CERTIFICATE OF LIABILITY INSURANCE V POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. : PATEIMM/POIYYYYI ,- _ P 132C' es _W, Schlatter Inc ri PO Box 2561.3 THIS CERTIFICATE IS ISSUED AS A ONLV AND CONFERS NO RIGHTS HOLDER. THIS CERTIFICATE DOES ALTER THE COVERAGE AFFORDED MATTER OF INFORMATION UPON THE CERTIFICATE NOT AMEND, EXTEND OR BY THE POLICIES BELOW, Overland Park KS 66225-5613 LIMITS A SII X 913-906-9511 - INSURERS AFFORDING COVERAGE NAIC# INSURED United Disaster Response LLC 5217 Walmer Mission KS 66202 ., _ ,N$UPERA Burlington Insurance Co INSURER B: United Financial Casuals' Ins ranee Co INSUREfl C: Associated Tnter-natin,a] I INSURERS:-' S 1 , 000:0(10 INSUREREi .. - .. THE .POUCIES'OF INSURANCE LISTED:BELOW HAVEBEEN ISSUED TO THEINSUREQNAMEI) ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OR ANY. CONTRACT, OR OTHER:DOLLMENT.WIH RESPECT TO WHICH THIS. CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TOALCTHE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. : INSR!ADO PE POLICY NUMBER PQLICV EPAF�ECTNE PpUCY EXPIRATION LIMITS A SII X GENDRALUABIUTY COMMERICAL GENERAL LIABUN CLAIMS MADE O OCCUR 334BW10577'' 10/20/2007 10/20/2008 EACH OCCURRENCE $1 COO 000 PREMISES Eao MEDEXP(Ano ..a ) $ $ _ PERSONAL I ADV INJURY S 1 , 000:0(10 GENERALAGGREGATE $ 2 000 , 000 GEN'LAGGREGATE LIMIT APPLIES PER.-- 'PRODUCTSrCOMP,'OPAGG $2,000 QUO POLICY `_PRE - r—.LOO AUTOMOBILE UABIUTY ANY AlfiO ALL OWNED AUTOS . xl SGHEDULEDAUTOS COMRINEDSINGLELIMF IEaa�Imml ! $ 1, 000, 000 BODILY INJURY IPcr PeraOr�) $ bJ01LV IN.IURV SPa,ammem) X HIREDAUTOS x'' Noor -OWNED AUTOS - i03250974-2 10/4/2007 10/4/2008 PROPERTY DAMAGE (Par eccMant; $ I j GARAGE LIABILITY AUTOONLY-EAACCIOENr S OTHERTHAN EA ACC S AUTOONLY: AGG $ ANY AUTO EXCESSNMBRELLALIMILITY EACH OCCURRENCE $ AGGREGATE S X,OCCUR CLAIMS MADE $ C DEOUCTIdLE $ RETENTION $ WgRNERg GOMPENSATONANO EMPLOYERS' UAMILDY ANY PHOPRIETORIPARTNERJEXECUTP/E D i OFFICEWMEMBEPECLUDEDI WG $TATO- OTH-I S 11 1 FR-. E.L. EACH ACCIDENT S 1 , 00(j , 0O ) EL DISEASE - EA EMPLOYEE $1,000,000 EL. DIS�ASEPOUCYLIME $ C 0 'nye ac c ��ca� SPECIALPROmfiONSOaIuw 10/16/2009 IOTNER I ansas Based Employ es Only DESCRIPRON OF OPERATIONS/ LOCATIONS I VEHICLES/EJICLUUONE AOPED BY ENDORSEMENT, HP LPNUVPIIUNS Tree Trimming & Brush Removal Operations incl. Stump Removal/Certificate follows policy form Zsch & Shelby. Johnson are excluded from Kansas Workers Compensation Benefits Additional Insured and Waiver of Subrogation as it pertains to general liability and commerce auto liability in favor of the City of Salina, Kansas % City Clerk, P.O. Box 736, Salina, Ks, The City of Salina, Kansas R City Clerk P.O. Box 736 Salina, Kansas 67402-0736 25 (2001108) ,00A00d ld9Z'S0 8002 SZ qa -Xnj SHOULD ANY OF THE ABOVE DESCRIBED TODDIES BE CANCELLED PEFUHE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3Q—;DAV$ WRITTEN NOTICE TO THyE,,'®RTIRICATE MOLDER NAME'"D TTJO TIE LEFT, BUY PAILURE TO DOSE SHALL IMPOSE NOU�BLFFjATION OR LIAa]�L OF_403eKIND UPON THe INSURER, fi5 AGENTS OR W. Schlatter Inc