Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Routine Tree Services 2021CITY OF SAN RAFAEL
Department of Public Works
111 Morphew, Avenue
San Rafael, CA 94901
Public Works Contract for Projects up to $175,000
This public works contract ("Contract") is entered into by and between the City of San Rafael ("City') and
Arboricultural Specialties Inc, DBA The Professional Tree Care Co. ("Contractor"), a corporation
authorized to do business in California, for work on the City's Routine Tree Services 2021 ("Project"),
and is effective or)�, IRT
2r" "("Effective Date").
The parties agree as follows:
1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies,
transportation, and any and all other items or services necessary to perform and complete the work
required for the Project ("Work"), as specified in Exhibit A, Scope of Work, and according to the terms
and conditions of this Contract, including all attachments to the Contract and any other documents and
statutes incorporated by reference. The term of this Contract shall be for 1 year commencing upon the
date of execution of this Contract. Upon mutual agreement of the parties, and subject to the approval of
the City Council, the term of this Contract may be extended up to two, two-year terms. To the extent that
any attachment contains provisions that conflict or are inconsistent with the terms set forth in the body of
this Contract, the Contract terms will control. This Project requires a valid California contractor's license
for the following classification(s): C61 -D49 or C27 -D49
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below:
2.1 Notice Inviting Bids;
2.2 Contract;
2.3 Addenda, if any;
2.4 Exhibit A — Scope of Work;
2.5 Exhibit B — Payment, Performance, and Bid Bonds;
2.6 Exhibit C — Noncollusion Declaration;
2.7 Exhibit D — Bid Schedule;
2.8 Exhibit E — Subcontractor List.
3. Contract Price. As full and complete compensation for Contractor's timely performance and
completion of the Work in strict accordance with the terms and conditions of the Contract, City will pay
Contractor at the hourly rates for labor and equipment specified in Exhibit A, in a not -to -exceed amount of
$165,020 (the "Contract Price") for all of Contractor's direct and indirect costs to perform the Work,
including all labor, materials, supplies, equipment, taxes, insurance, bonds and all overhead costs, in
accordance with the payment provisions contained herein. The term of this Contract shall be for 1 year
commencing upon the date of execution of this Contract. Upon mutual agreement of the parties, and
subject to the approval of the City Council, the term of this Contract may be extended up to two, two-year
terms.
3.1 Payment. Contractor must submit an invoice on the first day of each month during the
Contract Time, defined in Section 3 below, and/or upon completion, for the Work performed during the
preceding month, itemizing labor, materials, equipment and any incidental costs incurred. Contractor
warrants that title to all work, materials and equipment incorporated into the Work will pass to City free of
any claims, liens, or encumbrances upon payment to Contractor.
Up to $175,000 Contract
Page 1
Approved by City Attomey, dated 02/27/2020
3.2 Payment and Performance Bonds. If the Contract Price is over $25,000, then Contractor
must provide City with a payment bond and a performance bond using the bond forms included in this
Contract as Exhibit B, Bond Forms, and submit the bonds with the executed Contract. Each bond must
be issued by a surety admitted in California. If an issuing surety cancels a bond or becomes insolvent,
Contractor must provide a substitute bond from a surety acceptable to City within seven days after written
notice from City. If Contractor fails to substitute an acceptable surety within the specified time, City may,
in its sole discretion and without prior notice to Contractor, purchase such bond(s) at Contractor's
expense and deduct the cost from payments otherwise due to Contractor, or terminate the Contract.
4. Time for Completion. Contractor will fully complete the Work within 1 year from the date the
City authorizes Contractor to proceed with the Work ("Contract Time").
5. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time,
Contractor must pay liquidated damages in the amount of $500 per day for each day of unexcused delay
in completion.
6. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of
care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at
Contractor's sole expense, any Work that the City determines is deficient or defective.
7. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the
term of this Contract, all appropriate permits, certificates and licenses including, but not limited to, the
required California contractor's license and a City business license.
8. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold
harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and
volunteers from and against any and all liability, demands, loss, damage, claims, settlements, expenses,
and costs (including, without limitation, attorney fees, expert witness fees, and costs and fees of litigation)
(collectively, "Liability") of every nature arising out of or in connection with Contractor's acts or omissions
with respect to this Contract, except such Liability caused by the active negligence, sole negligence, or
willful misconduct of the City. This indemnification obligation is not limited by any limitation on the amount
or type of damages or compensation payable under Workers' Compensation or other employee benefit
acts, or by insurance coverage limits, and will survive the expiration or early termination of this Contract.
City will notify Contractor of any third -party claim pursuant to Public Contract Code section 9201.
9. Insurance. Contractor will, at all times under this Contract, maintain the insurance coverage
required in this section to cover the activities of Contractor and any subcontractors relating to or arising
from performance of the Work. Each policy must be issued by a company licensed to do business in
California, and with a strength and size rating from A.M. Best Company of A -VIII or better. Contractor
must provide City with certificates of insurance and required endorsements as evidence of coverage with
the executed Contract, or through the PINSAdvantage website https://www.pinsadvantage.com/ upon
request by the City, and before the City authorizes Contractor to proceed with the Work.
9.1 Workers' Compensation. Statutory coverage is required by the California Workers'
Compensation Insurance and Safety Act. If Contractor is self-insured, it must provide its duly authorized
Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance
with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease.
9.2 Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis,
including coverage for liability arising from Contractor's or its subcontractor's acts or omissions in
performing the Work, including Contractor's protected coverage, blanket contractual, products and
completed operations, broad form property damage, vehicular coverage, and employer's non -ownership
liability coverage, with limits of at least $2,000,000 per occurrence and $4,000,000 general aggregate.
Up to $175,000 Contract
Page 2
Approved by City Attorney, dated 02/27/2020
9.3 Automotive. Commercial automotive liability coverage for owned, non -owned and hired
vehicles must provide coverage of at least $2,000,000 combined single limit per accident for bodily injury,
death, or property damage.
9.4 Subrogation Waiver. Each required policy must include an endorsement that the insurer
waives any right of subrogation it may have against the City or the City's insurers.
9.5 Required Endorsements. The CGL policy and the automotive liability policy must include
the following specific endorsements:
(1) The City, including its Council, officials, officers, employees, agents, volunteers and
consultants (collectively, "Additional Insured") must be named as an additional insured for
all liability arising out of the operations by or on behalf of the named insured, and the policy
must protect the Additional Insured against any and all liability for personal injury, death or
property damage or destruction arising directly or indirectly in the performance of the
Contract.
(2) The inclusion of more than one insured will not operate to impair the rights of one
insured against another, and the coverages afforded will apply as though separate policies
have been issued to each insured.
(3) The insurance provided is primary and no insurance held or owned by City may be
called upon to contribute to a loss ("primary and non-contributory").
(4) Any umbrella or excess insurance must contain or be endorsed to contain a provision
that such coverage will also apply on a primary or non-contributory basis for the benefit of
City before the City's own insurance or self-insurance will be called upon to protect it as a
named insured.
(5) This policy does not exclude explosion, collapse, underground excavation hazard, or
removal of lateral support.
10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to
all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section
1720, and the related regulations, including but not limited to requirements pertaining to wages, working
hours and workers' compensation insurance. Contractor must also post all job site notices required by
laws or regulations pursuant to Labor Code section 1771.4.
10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under
Labor Code section 1720 or 1720.9, must be paid at a rate not less than the prevailing wage as defined in
sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's
office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775,
Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or
portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying
each worker the difference between the applicable wage rate and the amount actually paid.
10.2 Working Day. Pursuant to Labor Code section 1810, eight hours of labor consists of a
legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum
of $25 for each day during which a worker employed by Contractor or any subcontractor is required or
permitted to work more than eight hours during any one calendar day, or more than 40 hours per
calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work
must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or
authorized in writing by City.
Up to $175,000 Contract
Page 3
Approved by City Attorney, dated 02/27/2020
10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records
in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by
the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors
must certify under penalty of perjury that the information in the record is true and correct, and that it has
complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price
is under $25,000, Contractor must electronically submit certified payroll records to the Labor
Commissioner as required under California law and regulations.
10.4 Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the
apprenticeship requirements in Labor Code section 1777.5.
10.5 DIR Monitoring, Enforcement, and Registration. This Project is subject to compliance
monitoring and enforcement by the DIR pursuant to Labor Code section 1725.5, and, subject to the
exception set forth below, Contractor and any subcontractors must be registered with the DIR to perform
public works projects. The registration requirements of Labor Code section 1725.5 do not apply if the
Contract Price is for under $25,000.
11. Workers' Compensation Certification. Under Labor Code section 1861, by signing this
Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code section 3700 which
require every employer to be insured against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the Work on this Contract."
12. Termination.
12.1 Termination for Convenience. City reserves the right to terminate all or part of the
Contract for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must:
immediately stop the Work, including under any terms or conditions that may be specified in the notice;
comply with City's instructions to protect the completed Work and materials; and use its best efforts to
minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for
damages, including for loss of anticipated profits from the Project. If City terminates the Contract for
convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract
termination, as well as five percent of the total value of the Work performed as of the date of notice of
termination or five percent of the value of the Work yet to be completed, whichever is less, which is
deemed to cover all overhead and profit to date.
12.2 Termination for Default. The City may terminate this Contract for cause for any material
default. Contractor may be deemed in default for a material breach of or inability to perform the Contract,
including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment
to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees,
subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules,
or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the
Work within the Contract Time; or responsibility for any other material breach of the Contract
requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the
Work satisfactorily performed before Contract termination.
13. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the
dispute resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are
incorporated by reference.
14. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will
not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, regardless of the character of any such breach.
Up to $175,000 Contract
Page 4
Approved by City Attomey, dated 02/27/2020
15. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for
the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as
complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the
Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work
or materials, including repair or replacement of any other Work or materials that is or are displaced or
damaged during the warranty work, excepting any damage resulting from ordinary wear and tear.
16. Worksite Conditions.
16.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in
a clean and neat condition and must ensure it is safe and secure. On a daily basis the Contractor must
remove and properly dispose of debris and waste materials from the Work site.
16.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City.
16.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract
does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as
identified by any federal, state, or local law or regulation. If Contractor encounters materials on the
Project site that Contractor reasonably believes to be asbestos or other hazardous materials, and the
asbestos or other hazardous materials have not been rendered harmless, Contractor may continue Work
in unaffected areas reasonably believed to be safe, but must immediately cease Work on the area
affected and report the condition to City. No asbestos, asbestos -containing products or other hazardous
materials may be used in performance of the Work.
16.4 Utilities, Trenching and Excavation. As required by Government Code section 4215, if,
during the performance of the Work, Contractor discovers utility facilities not identified by City in the
Contract documents, Contractor must immediately provide written notice to City and the utility. In
performing any excavations or trenching work, Contractor must comply with all applicable operator
requirements in Government Code sections 4216 through 4216.5. If the trenching or excavation extends
deeper than four feet below the surface, then it must also comply with Public Contract Code section 7104.
17. Records. Unless otherwise specified in Exhibit A, Contractor must maintain and update a
separate set of as -built drawings while the Work is being performed, showing changes from the Work as
planned in Exhibit A, or any drawings incorporated into this Contract. The as -built drawings must be
updated as changes occur, on a daily basis if necessary.
18. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or
policy or in violation of any California law, including under Government Code section 1090 et seq. and
under the Political Reform Act as set forth in Government Code section 81000 et seq. and its
accompanying regulations. Any violation of this Section constitutes a material breach of the Contract.
19. Non -Discrimination. No discrimination will be made in the employment of persons under this
Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of
such person.
20. Independent Contractor. City and Contractor intend that Contractor will perform the Work under
this Contract as an independent contractor. Contractor is solely responsible for its means and methods in
performing the Work. Contractor is not an employee of City and is not entitled to participate in health,
retirement or any other employee benefits from City.
21. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5,
Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes
of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright
Up to $175,000 Contract
Page 5
Approved by City Attorney, dated 02/27/2020
Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions
Code), arising from purchases of goods, services, or materials pursuant to the Contract or any
subcontract. This assignment will be effective at the time City tenders final payment to Contractor,
without further acknowledgement by the parties.
22. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must
be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon
delivery unless otherwise specified. Notice for each party must be given as follows:
City:
Address: 111 Morphew Street
City/State/Zip: San Rafael, CA 94901
Phone: (415) 485-3373
Attn: Ryan Montes, Operations & Maintenance Manager
Email: Ryan. Montes(a�cityofsanrafael.or4
Contractor:
Address: 2828 8t' Street
City/State/Zip: Berkeley, CA 94710
Phone: (510) 549-3954
Attn: Charles Slesinger, Bid Coordinator
Email: charlesa)professionaltreecare.com
23. General Provisions.
23.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and
local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws,
conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced
workers who are not employed by the City and who do not have any contractual relationship with City,
with the exception of this Contract.
23.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract is deemed to be inserted, and the Contract will be construed and enforced as though such
provision has been included. If it is discovered that through mistake or otherwise that any required
provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly.
23.3 Assignment and Successors. Contractor may not assign its rights or obligations under
this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's
and City's lawful heirs, successors and permitted assigns.
23.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract.
23.5 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Superior Court of Marin County, and no other place.
23.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a
writing duly authorized and signed by the parties to this Contract.
23.7 Integration; Severability. This Contract and the Contract documents incorporated herein,
including authorized amendments or change orders thereto, constitute the final, complete, and exclusive
terms of the agreement between City and Contractor. If any provision of the Contract documents, or
Up to $175,000 Contract
Page 6
Approved by City Attorney, dated 02/27/2020
portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of
the Contract documents will remain in full force and effect.
23.8 Authorization. Each individual signing below warrants that he or she is authorized to do so
by the party that he or she represents, and that this Contract is legally binding on that parry. If Contractor
is a corporation, signatures from two officers of the corporation are required pursuant to California
Corporation Code section 313.
[Signatures are on the following page.]
Up to $175,000 Contract
Page 7
Approved by City Attorney, dated 02/27/2020
The parties agree to this Contract as witnessed by the signatures below:
CITY: Appro d as to form:
s/ s/ .
Jim chut , City Manage 1 Robert F. Epstein, City Attomey
Date: 3 � Z ( Date: V IF/ 2,D 2,j
Attest:
s/
r Lindsay L�cara, C'ry Clerk
Date: v
CONTRACTOR: ?.ep 4,X-r.4-oAAd- T r=4-- (74r+L-- Go
Business Name
s/ �"'� Seal:
Name/Title j
Date:
s/
Name/Title
Date:
Contractor's California License Number(s) and Expiration Date(s)
Exhibit A: Scope of Work
Exhibit B: Bond Forms
Exhibit C: Noncollusion Declaration
Exhibit D: Bid Schedule
Exhibit E: Subcontractor List
END OF CONTRACT
Up to $175,000 Contract
Page 8
Approved by City Attorney, dated 02/27/2020
Exhibit A
SCOPE OF WORK
Up to $175,000 Contract
Scope of Work
Approved by City Attorney, dated 02/27/2020
]Professional
TreeCare
Company
A Dlrislon oJArborkrdhn•nl Specialties. [tic.
January 21, 2021
City Clerk
City of San Rafael
1400 Fifth Avenue
Room 209
San Rafael, CA 94901
RE: Request for Proposal
Routine Tree Services
Gentlemen:
Pursuant to the requirements outlined in the above -referenced RFP bid documents, the following
is the requested information:
1. Name, Address & phone number of Contractor's Contact:
Charles Slesinger
The Professional Tree Care Co.
2828 81" Street
Berkeley, CA 94710
Office Phone: 510-549-3954
Cell Phone: 415-265-0028
Email: charlesnprofessionattreecare.com
2. Address of Contractor's Maintenance Yard for this Project:
2550 Garden Tract Road
Richmond, CA 94801
3. Contractor's Approach to Work:
The Professional Tree Care Co. (PTC) will assign one of its full time certified arborists to
manage this project. All task or work orders associated with this project will be sent to
our Scheduling Department, processed and the work assigned to a crew under the
supervision of a full time arborist. Any complaints or issues received during the course
of work on any task order for this project will be handled by the on site foreman; if the
foreman is unable to satisfactorily address the issue, the issue will be forwarded to the
Project Manager (certified arborist) for resolution.
2828 81" Strcel, Berkeley, CA 94710, (510) 549-3954 Fnx (510) 548-0214 o ISA Certified Arborist 110938, Contractor's License 11676952
4. Summary and definitive information:
See attached "Background Statement" and "References".
5. No subcontractors will be utilized for this project.
6. Attachment A — Bid Proposal attached.
7. Bidder's Bond attached.
8. Personnel List attached.
9. Equipment List attached.
Please contact the below on my cell phone (415-265-0028) or by email
(charlesOurofessionaltreecare.com) with any issues or questions.
Thank you.
Sincerely,
THE P ESSIONAL TREE CARE CO.
Charles Slesinger
Bid Coordinator
Enclosures
2828 8"' Street, Berkeley, CA 94710, (510) 549-3954 Fxx (510) 548-0214 • ISA Cerlilied Arborist 110938, Contractor's License 11676952
2
The
Professional
TreeCare
Company
I Diuiioapry' 1rho,i.hi,
SBE OSDS Ref, No. 19519
California Contractor's No. 676952
Classifications: C21, C27, C31,
C61/D49
FEIN: 94-3226896
DIR Registration 1000000343
PRONE: 510-549-3954
BACKGROUND STATEMENT
The Professional Tree Care Co. ("PTC") opened for business in 1980. Brian Fenslce, the founder
of the company now has over 30 years of experience in the tree service industry. In June, 1995
the company was incorporated in the State of California under the legal name, Arboricultural
Specialties, Inc. Under this name there are three divisions that operate as dbas: The Professional
Tree Care Co., Custom Landscapes, and Green Waste Recycle Yard.
PTC prides itself on being a responsible "green" organization. To that end, in 2005 Mr. Fenslce
opened up Green Waste Recycle Yard (GWRY) in Richmond, CA. This yard, on approximately
three and a half acres of land, serves as a depository for all green waste material created by PTC.
The yard has its own mill where trees can be turned into dimensional lumber when appropriate or
converted into mulch or cogeneration fuel. PTC's headquarters was built virtually entirely with
lumber created by trees PTC had removed throughout the bay area and then milled at GWRY.
For more information on GWRY, please see attached "Green Waste Recycle Yard Diversion
Practices".
Over the past 30+ years the profits generated by PTC have been reinvested into the company. As
a result, PTC maintains one of the largest inventories of tree servicing equipment in the State of
California. This inventory includes seven cranes and numerous bucket hocks, chippers, dump
trucks, stump grinders, log loaders and many other pieces of equipment. (See attached
Equipment List). Currently PTC has on staff twelve ISA Certified Arborists as well as a
Certified Wildlife Biologist.
Over the past 30+ years PTC has worked for a great many public agencies throughout Northern
California including Caltrans, EBMUD, The Presidio Trust, San Francisco Public Utilities
Commission, East Bay Regional Parks, City of Piedmont, City of Redwood City, Town of
Atherton, and many others. (See attached References). PTC has been involved in some of the
largest public and private projects in the area, including the removal of thousands of trees for the
Doyle Drive project in San Francisco and the removal of over 3,500 trees for Apple's new
headquarters in Cupertino.
For more information about PTC and GWRY please visit our website at
www.Drofessionaltreecare.com.
NOTE: FOR INFORMATION OR QUESTIONS REGARDING
THE PROFESSIONAL TREE CARE CO. PLEASE CONTACT:
Charles Slesinger, Bid Coordinator
Office: 510-549-3954
Cell: 415-265-0028
Email: charles@professionaltreecare.com
2828 8°' Street, Berkeley, CA 91710, (510) 5,19-3954 Pae (510) 548-0214 o ISA Certified Amorist 110938, Contractor's License 11676952
Professional
TreeCare
Company
A Division ofArba•icnlOrrol Specialties, hie.
REFERENCES
MAJOR PROJECTS COMPLETED IN LAST THREE YEARS
Caltrans Tree Removal El Dorado & Placer Counties
Contract Amount: $1,290,565
Contract No. 03-2H6504
Start Date: June 1, 2019
Date Completed: September 15, 2019
PTC Foreman & Project Manager: Kirby Koepke
Description: Removed approximately 750 trees in two Counties
Additional Details: Removal of hazard trees on the California side of the Lake Tahoe Basin, on
all State Highways (28, 50, 89, 267) for the purpose of protecting public health and safety,
removing a potential fire hazard, and protecting vital infrastructure. Tree removal limited to 100
feet from the centerline of the highway on each side of the highway.
Owner Contact: Jaret Montplasir
530-682-5837
Email: jaret.montplaisiroadot.ca.org
Yerba Buena Island Grading for Water Tank Area
a/lrJa Yerba Buena Island Macala Road Realignment
Contract Amount: $465,880.00
Start Date: May 1, 2019
Date Completed: August 15, 2019
PTC Project Manager: Brian Fenske
Description: Tree Removal and stump removal from multiple locations
Prime Contractor: Ampeo North, Inc.
Prime Contact: Linda Vitta
714-740-7841
Email: 1 vittaoaampconortil.com
SFPUC Plant Establishment and Habitat Management at Adobe Gulch
Contract Amount: $433,315
Start Date: March 1, 2019
Date Completed: December 31, 2019
PTC Project Manager: Aengus McGiffin
Description: Habitat Management at various SFPUC Locations
Prime Contractor: Rubecon Builders, Inc.
Prime Contact: Tony Zhang
415-987-0500
Email: tony@rubecon.com
2828 81h Slrecl, Berkeley, CA 94710, (510) 549-3954 Fax (510) 548-0214 o ISA Certified Arborist fi0938, Contractor's License 11676952
The
'Toreernpan�a
�
A Division oJ'Arboricullural Spcelalries. Inc.
Piedmont 2019-20 Street Tree Pruning
Contract Amount: $189,360
Start Date: January 1, 2020
Completion Date: February 28, 2020
PTC Project Manager: Ruben Vargas
Description: Pruning of approximately 1,000 street trees and removal of six trees
Owner Contact: Nick Milosovich
510-420-3052
Email: nmilosovicha,ci.piedmont.ca.gov
California Central Coast Veterans Cemetery
Contract Amount: $243,750
Start Date: January 27, 2020
Completion Date: March 1, 2020
PTC Project Manager: Brian Fenske
Description: Removal of Approximately 500 trees at Veterans Cemetery
Prime Contractor: Teichert Construction
Prime Contact: Justin Kim
831-383-8019
Email: jkimt(teichert.com
Presidio Trust Fort Mason Tree Removal & Pruning
Contract Amount: $68,800
Start Date: February 10, 2020
Completion Date: April 9, 2020
PTC Project Manager: Brian Fenske
Description: Removal, pruning of specified trees within Fort Mason grounds, and installation of
temporary erosion control measures near removed trees to reduce erosion and promote the
growth of newly planted trees.
Owner Contact: Amy Hoke
415-561-4753
amy poke a,nps.gov
East Bay Regional Park District
Contract Amount: $64,200
Start Date: 10/1/19
Completion Date: 10/15/19
PTC Project Manager Craig Hancock
Description: Fuels reduction project in Anthony Chabot Park including reduction of ladder fuels
and increased crown spacing through hand pruning of lower limbs, removal of understory brush
and vines with both hand crew and mastication. Removal of pine trees.
Owner Contact: Rose DeVries
510-690-6608
rdevries a,ebparks.org
2828 8" Strect, Berkeley, CA 94710, (510) 5,19-3954 Fm (510)548-02 14 • ISA Certified Arborist 110938, Contractor's License N676952
The
]professional
Tree Care
Company
A DAplslo)e o/ilrborictllarol Specialties. lnc.
San Mateo 2018 Winter Sycamore Tree Pilning
Contract Amount: $280,320
Start Date: April 1, 2018
Completion Date: August 1, 2018
PTC Project Manager: Abraham Gutierrez
Description: Prune approximately 870 Trees for City of San Mateo
Owner Contact: Tim Heartquist
650-522-7425
Email: theartquist ,cityofsanmateo.org
SFPUC CCSA Oaks, LCSD, BUT Plant Management
Contract Amount $275,000.00
Start Date: March 12, 2020
Completion Date: November 28, 2020
PTC Project Manager: Brian Fenske
Description: Several forms of vegetation control including minor tree and brush work, small
weed removal, and chipping.
Prime Owner: Hernandez Engineering
Prime Contact: Mariano Hernandez
(415) 609-5661
marianoa,hernandez-engineering.com
SFPUC Peninsula B11R, THP Road Work
Contract Amount:
$388,150.00
Start Date:
December 2, 2019
Completion Date:
December 20, 2019
PTC Project Manager:
Brian Fenske
Description: Various clearing and grubbing operations, erosion control, base rock installation,
and minor grading.
Prime Owner:
Hernandez Engineering
Prime Contact:
Mariano Hernandez
(415) 609-5661
mariano a hernandez-en ing_ eerieg coni
2828 8"' Street, Berkeley, CA 94710, (510) 5,19-3954 Fax (510) 548-0214 .ISA Cerlifled Arborist H0938, Contractor's License 0676952
The
Professional
TreeCare
Company
A Division of,ir6orlcolhirnl Specialties, lie.
MAJOR PROJECTS CURRENTLY IN PROGRESS
Caltrans Emergency Hazardous Tree Removal in Lake, Marin, Napa, Sonoma and Solano
Counties
Contract No.: 04-OQ504
Contract Amount: $6,000,000
Date Started: November 1, 2019
Anticipated Completion Date: December 1, 2020
PTC Project Manager: Brian Fenske
PTC Project Superintendent: Brian Fenske
Description: Removal of approximately 5,000 hazardous trees in five Northern California
counties
Owner Contact: Richard Duncan
510-812-6444
richard.duncantmdot.ca. g_ov
San Francisco On Call Tree Services
Contract No. G08
Contract Amount: $4,441,000
Date Started: October 29, 2019
Anticipated Completion Date: October 1, 2021
PTC Project Manager: Kirby Koepke
Description: On Call Tree Trimming and Removal Services for City of San Francisco — Tree
Trimming and Removal services in a variety of urban locations including from in and around and
on structures, around SF Muni tracks and overhead lines, and along busy major streets.
Owner Contact: Jon Swae
415-695-2146
Email: jon.swae n,sfdpw.org
Caltrans Multi -Provider As -Needed Tree and Brush Trimming and Removal Services
Contract Amount: $1,524,900
Contract No. 03A3034 -A
Date Started: June 30, 2020
Anticipated Completion Date: June 29, 2023
PTC Project Manager: Brian Fenske
Description: Removal of trees and brush, chipping, and clean-up of debris along State highways
for Caltrans District 03 in the following counties: Butte, Colusa, El Dorado, Glenn, Nevada,
Placer, Sacramento, Sierra, Sutter, Yolo, and Yuba.
Owner Contact: Stacey Salazar
(530)741-7131
stacey. salazar@dot.ca.l;ov
2828 811' Street, Berkeley, CA 9,1710, (510) 549-3954 Fax (510)548-021,1 o ISA Certified Arborist 80938, Contractor's License 11676952
The
Professional
ReeCare
Company
A Mrision ojArborlcrikural Specialties. Gic.
Marin Water District Forestry Services 2020-2022
Contract No. 1932
Contract Amount: $1,304,000
Date Started: September 15, 2020
Anticipated Completion Date: June 30, 2022
PTC Project Manager: Brian Fenske
Description: 180 acres of understory fuel load reduction, on-site mastication in Sudden Oak
Death -impacted forest and Douglas fir thinning. The work is located near the intersection of
Bolinas-Fairfax Road and Sky Oaks Rd, in the Mt Tamalpais Watershed.
Owner Contact: Carl Sanders
415-945-1189
esandersa,marinwater.org
LNU Fire Emergency Opening Tree Debris Removal
Contract Amount: $697,760
Date Started: October 26, 2020
Anticipated Completion Date: December 30, 2020
PTC Project Manager: Brian Fenske
Description : Removal of nearly 30,000 cubic yards of tree debris generated during the 2020
LNU Lightning Fire Complex by the emergency opening of several roads in Napa County
Owner Contact: Frank Lucido
707-259-8377
frank. lucido countyofnapa.org
2828 8" Sircel, Berkeley, CA 94710, (510) 549-3951 Fax (510) 548-0214 • ISA Certiried Arborist 110938, Conlrnclor's License #676952
Attachment A — Bid Proposal — Routine Work
Table A: Hourly Rates for Routine Work
The hourly rates shall include full compensation for furnishing all labor, materials, tools,
equipment, incidentals, and profit, and for doing all the work involved in completing the work as
specified herein, and as directed by the City.
Hourly rates for labor
Hourly rates shall include all direct and indirect costs. For labor not listed below which is needed
to perform additional work, the hourly rate shall be agreed upon between the City and
Contractor before additional services are performed. Hourly rates for labor shall not include
travel time. Travel time is acceptable to be charged separately to the City as appropriate.
Hourly rates for equipment
Hourly rates shall include all costs necessary to provide equipment in good working order,
including cost of fuel, maintenance, direct and indirect cost, but excluding operating labor costs.
For equipment not listed below which is needed to perform additional work, the hourly rate shall
be agreed upon between the City and the Contractor before such additional equipment is used.
Equipment will only be paid for if specifically requested, required, and previously approved by
the City. Hourly rates for equipment shall not include travel time. Travel time is acceptable to be
charged separately to the City as appropriate.
Table A.1
Position Hourly
(enter classification)/ Rates
Equipment Re ular
Hourly
Rates
Overtime
Notes/Assumptions
Supervisor (required for bid) $95.00
$125.00
More than 8 hours in day or 40 hours in week
Climber/Foreman (required for bid) $95.00
$125.00
More than 8 hours in day or 40 hours In week
Trimmer (required for bid) $95.00
$125.00
More than 8 hours In day or 40 hours In week
Grounds Person (required for bid) $95.00
$125.00
More than 8 hours in day or 40 hours In week
14 -Ton Crane (required for bid) $160.00
$195.00
More than 8 hours in day or 40 hours In week
SEE ATTACHED EQUIPMENT
Page 1 of 2
Attachment A — Bid Proposal — Routine Work
Table B. Bid Proposal for Routine Work
This Bid Proposal shall be by hourly rate for routine tree services.
The Bid is based on anticipated cost per service and labor/equipment hours below, which
reflects the average number of hours previous contractors have responded to for routine work.
The anticipated hours shown are for bidding purposes only. Actual hours will vary and be on an
as -needed basis. NO guarantee can be given for the amount of contract hours.
The City will award one contract for Routine Work to the lowest responsive and responsible
bidder, provided that the Bidder is determined to be qualified based on the requirements listed
herein. To determine the lowest bid for Routine Work, the City will review Table B.I.
Table B.1: Routine Work
Position
(enter classification)/
Equipment
Estimated
Hours
Estimated
Travel
Time
(Hours)*
Hourly
Rates
Regular
Subtotal
Supervisor
30
+
2
@
$95.00
= $3,040.00
Climber/Foreman
550
+
6
@
$95.00
= $52,820.00
Trimmer
550
+
6
@
$95.00
= $52,820.00
Grounds Person
550
+
6
@
$95.00
= $52,820.00
14 -Ton Crane
20
+
2
@
$160.00
= $3,520.00
Grand Total Table BA
$165,020.00
*Estimated travel time must be calculated from Contractor Business address or yard to San
Rafael City Hall: 1400 5'" Avenue, San Rafael. Note: to bid on Routine Work contractor must
have a yard within 25 miles from San Rafael City Hall (1400 Fifth Avenue).
Page 2 of 2
THE PROFESSIONAL TREE CARE CO. PRICING SCHEDULE FOR MEN
AND EQUIPMENT
Equipment:
PRICE PER HOUR
PRICES SHOWN FOR EQUIPMENT INCLUDE OPERATOR
PRICES SHOWN FOR TRUCKS INCLUDE DRIVER
PREVAILING WAGE
CRANES:
12 Ton
$160.00
15 -ton
$160.00
All Terrain 22 Ton
$185.00
23/28 Ton
$185.00
40 -ton
$225.00
Rough Terrain 50 Ton
$250.00
70 -ton
$250.00
110 -ton
$475.00
BUCKET TRUCKS:
Bucket Truck w/ One Man
$130.00
Bucket Truck w/Two Man Crew and Standard Chipper
$255.00
Bucket Truck w/Three Man Crew and Standard Chipper
$380.00
Squirt Bucket Truck w/One Man and Standard Chipper
$130.00
CHIPPERS & GRINDERS:
Morbark 30/36 Track Chipper
$325.00
_
_
Morbarl< 20/36 Track Chipper
$275.00
_
Morbark 30/36 Wheeled Chipper
$275.00
_ _
Morbark 4600 Horizontal Grinder W
$600.00
Morbark 3800 Horizontal Grinder
$500.00
TRUCKS:
10 Wheel Truck
$135.00
_
Log Truck
$150.00
_ _
High Side
$150.00
Dump Truck
$130.00
Water Truck
$130.00
_
Chip Van
$130.00
EXCAVATORS:
Cat 330, 70,000 LB Excavator_
$285.00
CAT 320, 50,000 LB Excavator T
$260,00--.
_
CAT 307, 12,000 LB Excavator
$235.00
CAT 303, 6,000 LB Excavator
$185.00
STUMP GRINDERS:
Alpine
$150.00
Small Vermeer
$150.00
Vermeer 60TX w/One Man
$190.00
Vermeer 60TX w/Two Men
$250.00
Rayco T175 w/1 Man
$235.00
Rayco T275 w/1 Man
$210.00
MISCELLANEOUS EQUIPMENT
Dozer D4
$185.00
Dozer D6
$210.00
Dingo
_
$150.00
_
_
Skidsteer
$200.00
Hydroseeder
Attenuator
$140.00
_
$40.00
_
Portable Changeable Message Boards
$40.00Daily
*AIA Document A310T"' - 2010
CONTRACTOR:
(Name, legal status and address)
The Professional Tree Care Co..
2828 8th Street, Berkeley, CA 94710
OWNER: City of San Rafael
(Name, legal status and address)
SURETY:
(Name, legal stales and principal place
of bustnars) Western Surety Company
8880 Cal Center Drive, Suite 410
Sacramento, CA 95826 This document has Important legal
consequences. Consultation with
1400 Fifth Avenue, Room 209, San Rafael, CA 94901
BOND AMOUNT: Ten percent (10%) of the amount bid -----------(10%)
PROJECT: RFP for Routine Tree Services
(Name, location or address, and Project number, lja►o,)
an attorney is cncouragcd with
respect to Its completion or
modification.
Any sinaular reference to
Contractor, Surety, Owner or
other party shall be considered
plural where applicable.
The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the
Contractor and Surety bind themselves, their hens, executors, administrators, successors and assigns, iointly and
severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor
within the time specified in the bid documents, or within Stich time period as may be agreed to by the Owner and
Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terns of such
bid, and gives such bond or bonds as may be specified In the bidding or Contract Documents, whet a surety admired
in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract
and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the
difference. not to exceed the amnunt of this Bond, hetween the antnunt specified in said hid and such larger amnnnt
for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this
obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of
an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of
notice by the surety shall not apply to any extension exceeding sixty (ou) days in the aggregate beyond the time for
acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for
an extension beyond sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the tern Contractor, in U1is Bond shall
be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When t11is Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,
any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and
provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so
furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond.
Signed and sealed this 15th day of January, 2021.
The Pr 'nal Tree Care Co..
_ (Princlnal (Seal)
(Title)
Init. AIA Document A310^' — 2010. Copyright ®1003, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNINfi: Tt:ta AIA'
Document Is protected by U.S. Copyright Law and International Trestles. Unauthorized reproduction or distribution of this Ale Dacu!:ino, or
door lAD limo ur ll, may laault Ito bmala ebll told 1.1118111101 pollalllae. 01 ILA will lm ywacoutad to lbs nwlllwmo aetanl puaalbta uodm Ilea Ipr Tlda
l document was created on under the terms of AIA Documentson-Demandlu order no. , and Is not for
resale. This document Is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to Its completion. oat Ilo
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Calaveras
On January 15, 2021
before me, Sarah Pflug, Notary Public
(insert name and title of the officer)
personally appeared Jocelyn Y. Quilt
who proved to me on the basis of satisfactory evidence to be the personW whose name( is/are
subscribed to the within instrument and acknowledged to me that.be/she/they executed the same in
Ws/her/tWr authorized capacity(ies), and that by lass/her/tWr signature(oon the instrument the
person(*, or the entity upon behalf of which the person(.) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(Seal)
.y ,,,, `>� SARAH PFLUG
Notary Public • California Z
Calaveras County T
Commission N 2314083
`'� °•"� My Comm. Expires Dec 24, 2023
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
Jocelyn Y Quirt, Individually
of Valley Springs, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of to corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be
hereto affixed on this 19th day of April, 2018.
y�aErtWESTERN SURETY COMPANY
o
�r7 oQt+Dip. e
SeAy�
N aul T. Btutlat, Vice President
State of South Dakota
ss
County of Minnehaha
On this 19th day of April, 2018, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that lie
resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed
the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed
pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges
some to be the act and deed of said corporation.
My commission expires J. MOHR
xouarawucF�
June 23, 2021 (6ounraxou •y / i�j/�j--�J
J. Molar, Notary Public
CERTIFICATE
1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is stilt in
force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed
my name and affixed the seal of the said corporation tris 15th day of SLY 2D21
aP�sua¢rjre,. WESTERN SURETY COMPANY
�4oad+0Aq��` �
17
L. Nelson, Assistant Secretary
FornrF4280-7-2012
Go to www.cnesurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Professional
TreeCare
Company
A Division ojArboricnllirral Specialties, lite.
January 21, 2021
REQUEST FOR PROPOSAL
ROUTINE TREE SERVICES
PERSONNEL LIST
Brian Fenske
President
Certified Arborist
40 Years' Experience in Tree Service Industry
Craig Hancock
Operation's Manager
Certified Arborist
25 Years' Experience in Tree Service Industry
Ruben Vargas
Project Manager
Certified Arborist
20 Years' Experience in Tree Service Industry
Chad Cain
Safety Officer
Certified Arborist
30 Years' Experience in Tree Service Industry
2828 8" Street, Berkeley, CA 94710, (510) 549-3954 Fax (5 10) 548-0214 a ISA Certified Arborist 40938, Contractor's License 4676952
The
Professional
ReeCare
Company
A Dirlsion ofdrboricttlhanl Specialties. lire.
EQUIPMENT LIST
ID #
YEAR
MAKE
TYPE
1011
2006
Peterbilt
10 Wheel
1026
2013
Peterbilt
10 Wheel
1045
2020
Peterbilt
10 Wheel
1046
2020
Peterbilt
10 Wheel
1121
1990
Peterbilt
10 Wheel
1131
1991
White
10 Wheel
1146
1993
White
10 Wheel
1169
2009
Peterbilt
10 Wheel
1174
2005
Autocar
10 Wheel
1179
2013
Peterbilt
10 Wheel
1199
2002
Peterbilt
10 Wheel
4340
Pierce
16 Wheel
4382
2018
HIS
Arrowboard
6378
2007
Case
Backhoe
2350
2016
Bandit
Brush
9240
Billy Goat
Brush Cutter
9305
Brush Rake
5001
2006
Ford
Bucket Truck
5010
2011
International
Bucket Truck
5013
2017
Freightliner
Bucket Truck
5018
2019
Freightliner
Bucket Truck
5030
2019
Ford
Bucket Truck
5044
2019
Ford
Bucket Truck
5108
1991
Ford
Bucket Truck
5120
2000
Ford
Bucket Truck
5132
2000
GMC
Bucket Truck
5136
2001
GMC
Bucket Truck
5168
2011
Ford
Bucket Truck
5184
2015
Ford
Bucket Truck
5367
2019
Ford
Bucket Truck
4229
2001
Carson
Carrier
1002
2005
GMC
Chip Truck
1017
2018
Ford
Chip Truck
2828 0 Street, Berkeley, CA 94710, (510) 549-3954 Fax (510) 548-0214 • ISA Ccrlified Arborist
110938, Contractor's License 0676952
4248
1980
Peerless
Chip Truck
4303
1974
Peerless
Chip Van
4304
1977
Peerless
Chip Van
4334
2016
Peerless
Chip Van
4335
2016
Peerless
Chip Van
1031
2018
Ford
Chipper
1039
2019
Ford
Chipper
1042
2019
Ford
Chipper
2001
2019
Bandit
Chipper
2003
2019
Bandit
Chipper
2205
1998
Brush
Chipper
2206
1996
BB
Chipper
2208
1993
Altec
Chipper
2217
2000
Brush
Chipper
2220
1996
Morbark
Chipper
2223
2001
BB
Chipper
2231
2002
Bandit
Chipper
2245
2004
Bandit
Chipper
2251
2005
Bandit
Chipper
2257
2006
Bandit
Chipper
2265
2002
Morbark
Chipper
2296
1995
Bandit
Chipper
2310
Morbark
Chipper
2319
2013
Bandit
Chipper
2329
Bandit
Chipper
2337
1990
Bandit
Chipper
2345
Bandit
Chipper
2347
2005
Morbark
Chipper
2349
2001
Morbark
Chipper
2359
2017
Bandit
Chipper
2363
2018
Bandit
Chipper
2375
2018
Bandit
Chipper
2380
2018
Bandit
Chipper
2385
1999
Bandit
Chipper
2397
1999
Morbark
Chipper
6312
Morbark
Chipper
1041
2003
Ford
Cone Truck
5040
2013
Grove
Crane 110 Ton
5104
1984
Ford
Crane 12 Ton
5021
2013
Ford
Crane 15 Ton
5016
1988
Grove
Crane 20 Ton
5007
1998
Grove
Crane 22 Ton
5127
1995
Ford
Crane 23 Ton
2828 811' Street, Berkeley, CA 94710, (510) 549-3954 rax (510) 548-0214 • LSA Certificd Arborist
#0938, Contractor's License #676952
2
5173
2009
National
Crane 28 Ton
5366
2018
Peterbilt
Crane 30 Ton
5029
2011
Terex
Crane 40 Ton
5133
1998
Terex
Crane 40 Ton
5336
1998
Grove
Crane 50 Ton
5123
1996
Gorve
Crane 70 Ton
6255
1974
Catepillar
Crawler
6290
1987
Catepillar
Crawler
6299
1992
Catepillar
Dozer
1006
2012
Peterbilt
Dump Truck
1109
1995
Ford
Dump Truck
1112
1997
White
Dump Truck
1113
1980
White
Dump Truck
1116
2000
Ford
dump Truck
1139
1984
Toyota
Dump Truck
1143
2007
Ford
Dump Truck
1156
2006
Isuzu
Dump Truck
1160
2002
Ford
Dump Truck
1180
2011
Peterbilt
Dump Truck
1198
2012
Peterbilt
Dump Truck
1201
2011
Ford
DumpTruck
5037
2013
Ford
Dump Truck
6215
1996
Catepillar
Excavator
6243
1997
Catepillar
Excavator
6273
1986
Catepillar
Excavator
6314
2007
Catepillar
Excavator
6315
2005
Catepillar
Excavator
6316
2008
Catepillar
Excavator
6331
Catepillar
Excavator
6356
2013
Catepillar
Excavator
6358
2006
Catepillar
Excavator
6383
2016
Catepillar
Excavator
6384
2017
Catepillar
Excavator
6302
2003
Timbco
Fellerbuncher
1003
1997
Ford
Flatbed Truck
1138
1988
Ford
Flatbed Truck
1162
2004
Chevrolet
Flatbed Truck
4234
1984
Zieman
Flatbed Truck
4373
2015
Towmasater
Flatbed Truck
4372
2017
Texas Pride
Gooseneck
1034
2019
Peterbilt
Grapple
6311
2000
Peterson
Horizontal Grinder
6322
Woodmizer
Horizontal Grinder
2828 81" Street, Berkeley, CA 94710, (510) 549-3954 Fax (510) 548-0214 • ISA Certified Arborist
110938, Contractor's License #676952
3
6343
2008
Morbark
Horizontal Grinder
6353
2008
Morbark
Horizontal Grinder
6330
Finn
Hydroseeder
6222 •
Bobcat
Loader
6228
1977
Catepillar
Loader
6309
Kubota
Loader
6399
2014
Catepillar
Loader - Front
6256
1974
Catepillar
Loader Front End
6300
Bobcat
Loaderw/Bkt
9232
Honda
Log Carrier
6259
2001
LinkBelt
Log Loader
6261
1974
Catepillar
Log Loader
6273
1988
Catepillar
Log Loader
6387
2013
Catepillar
Log Loader
9235
1985
White
Log Splitter
4237
1952
Fruehauf
Log Trailer
4293
1966
Page
Log Trailer
9268
Scag
Mower
6250
2005
Bandit
Recycler
1153
1991
Ford
Service Truck
4388
2019
SMC4000
Sign Board
4389
2019
SMC4000
Sign Board
4392
2019
SMC4000
Sign Board
4393
2019
SMC4000
Sign Board
9224
Sign Board
6221
1979
Catepillar
Skidder
6258
1977
Catepillar
Skidder
6297
1994
Catepillar
Skidder
6252
2001
Catepillar
Skidsteer
6267
2004
Catepillar
Skidsteer
6371
2017
Bobcat
Skidsteer
6376
Bobcat
Skidsteer
6379
2016
Bobcat
Skidsteer
9320
Skidsteer Grapple
1125
1996
Isuzu
Spray Rig
9211
1998
FMC
Sprayer
5022
2006
Ford
Squirt Boom
3301
Alpine
Stump Cutter
3212
Vermeer
Stumpgrinder
3214
1998
Magn
Stumpgrinder
3216
2000
WGWY
Stumpgrinder
3218
2000
Carlton
Stumpgrinder
3219
Vermeer
Stumpgrinder
2828 81^ Street, Berkeley, CA 94710, (510) 549-3954 Fax (510) 548-0214 a ISA Certified Arborist
#0938, Contrnclors License #676952
4
3225
Hodges
Stumpgrinder
3233
1997
Rayco
Stumpgrinder
3247
Vermeer
Stumpgrinder
3253
Dosko
Stumpgrinder
3269
Carlton
Stumpgrinder
3278
2000
Rayco
Stumpgrinder
3323
2013
Vermeer
Stumpgrinder
3324
Dosko
Stumpgrinder
3341
Alpine
Stumpgrinder
3344
Rayco
Stumpgrinder
3369
2018
Alpine
Stumpgrinder
3374
2018
Alpiine
Stumpgrinder
3394
2012
Carlton
Stumpgrinder
9287
Bobcat
Sweeper
2364
2018
Bandit
Track Chipper
6357
2015
Catepillar
Track Loader
6362
2018
Dingo
Track Loader
6365
2017
Dingo
Track Loader
4201
1997
A -Z Mfg
Trailer
4202
1998
CRSN
Trailer
4226
2000
Carson
Trailer
4264
1966
TuffBoy
Trailer
4266
2000
Apple
Trailer
4270
1998
Kit
Trailer
4291
2009
Carson
Trailer
4317
2004
THR
Trailer
4348
1998
Trail King
Trailer
4352
2017
CargoMate
Trailer
4354
2008
Felling
Trailer
4355
2008
Felling
Trailer
4381
2018
Carryon
Trailer
4395
2012
Big Tex
Trailer
4398
2019
Olymmpic
Trailer
4227
Big Tex
Trailer Spray
1126
1979
Peterbilt
Transport
1128
1996
Peterbilt
Transport
1137
1976
Peterbilt
Transport
1154
2003
Peterbilt
Transport
1181
2006
Peterbilt
Transport
4004
2020
Cozad
Trailer
1165
2005
Ford
Water Truck
1200
2012
Ford
Water Truck
9307
Weed Cutter
2828 O' Street, Berkeley, CA 947]0, (510) 549-3954 rax (510) 548-0214 • ISA Certified Arborist
00938, Contractors License 11676952
5
�31,<
� RAP B
AVVITH I'
Request for Proposals (RFP)
For
Routine Tree Services
January 12, 2021
Introduction
The City of San Rafael (City) hereby requests proposals for on-call tree services from a qualified
tree maintenance business that is duly registered and licensed with either a C61 -D49 or C27 -D49
license in the State of California. Services shall include routine tree services ("Routine Work")
as required by the Public Works Operations and Maintenance Manager at various City locations,
and shall be performed on an on-call basis. Typical services include, but are not limited to, the
following:
1. Remove small/large trees
2. Trim branches
3. Pruning
4. Trim or remove diseased trees
5. Grind stumps
6. Chip branches
7. Haul off debris
8. Other assignments as required
The City shall retain the lowest bidder for Routine Work (See Attachment A - Bid Proposal). The
City shall retain only one tree contractor for Routine Work.
Proposals shall be submitted by businesses that have a capable and demonstrable performance
in the type of work described in this Request for Proposals document. In addition, all interested
businesses shall have sufficient, readily available resources, in the form of trained personnel,
support services and financial resources to carry out the work without delay or shortcomings.
The Contractor will be required to perform and complete the tree trimming and removal services
by providing all labor, tools, transportation, equipment, materials, and supplies necessary to
complete all work. Work must be completed in a professional, thorough and timely manner, in
accordance with the standards and specifications as contained in this RFP.
The term of the initial contract will be one year. At the City's discretion, the contract may be
extended for up to two, two-year terms or terminated if the selected contractor is unable to fulfill
the duties described.
The not -to -exceed, aggregate total amount for all routine tree services for the one-year term is
$100,000.
CITY OF SAN RAFAEL 1 1400 FIFTH AVENUE, SAN RAFAEL, CALIFORNIA 94901 1 CITYOFSANRAFAEL.ORG
Kate Colin, Mayor • Maribeth Bushey, Vice Mayor • Rachel Kertz, Councilmember • Maika Llorens Gulati, Councilmember
2
In order to submit a bid for Routine Work, the contractor must have a maintenance yard within
twenty-five (25) miles from San Rafael City Hall (1400 Fifth Avenue, San Rafael).
Interested businesses are invited to submit proposals in accordance with the requirements of this
Request for Proposals (RFP). The City will accept electronic bid submittals for its Routine Work,
by or before January 25, 2021 at 10:00 AM.
Routine Tree Services RFP 2021
3
The specific requirements set forth in this Request for Proposal document shall be
included in the final executed Form of Contract.
Request
for Proposal (RFP) Requirements: Table of Contents
1.
Introduction.......................................................................................................................
1
2.
General Requirements: .....................................................................................................
4
a.
For purposes of this RFP: .............................................................................................
4
b.
Management Philosophy: .............................................................................................
4
c.
Public Image and Etiquette: ..........................................................................................
4
d.
Geographic Location of Contractor.............................................................................
4
e.
Hours of Operation: .......................................................................................................
4
f.
Repairs and Corrective Actions: ..................................................................................
4
g.
Safety.............................................................................................................................
5
h.
Traffic Control................................................................................................................
5
i.
Adjacent Properties.......................................................................................................
5
j.
Differing Site Conditions...............................................................................................
5
k.
Monthly Progress Reports............................................................................................
6
I.
Payment and Inspection...............................................................................................
6
M.
Adjustment in Scope or Quantity of Work...............................................................
6
n.
Hourly Rates for Labor and Equipment.......................................................................
7
3.
Categories of Work...........................................................................................................
7
4.
Licensing and Labor.........................................................................................................
7
5.
Equipment.........................................................................................................................8
6.
Aggregating Routine Work for Efficiency.......................................................................
8
7.
Tree Trimming and Pruning Standards: ..........................................................................
9
8.
Types of Tree Work..........................................................................................................11
a.
Pruning..........................................................................................................................11
b.
Stump Grinding and Tree Removal.............................................................................12
c.
Clean up and Debris Disposal.....................................................................................13
9.
Non -City Maintained Trees..............................................................................................13
10.
Insurance Requirements.................................................................................................13
11.
Proposal Requirements...................................................................................................14
12.
Bid Award Process..........................................................................................................14
13.
RFP Addenda...................................................................................................................14
14.
Attachments.....................................................................................................................15
Routine Tree Services RFP 2021
M
2. General Requirements:
a. For purposes of this RFP:
The "City Representative" shall refer to the City's Operations and Maintenance
Supervisor, or his or her designee. The terms "Contract" shall refer to the
contract entered into between City and the selected Contractor.
b. Management Philosophy:
The Contractor shall take a proactive approach in correcting problems within the
Contractors' span of responsibility and control. Other problems and suggestions
for improvements, both short and long term, must be submitted promptly to the
City Representative for appropriate action.
c. Public Image and Etiquette:
Contractor's employees shall wear proper protective clothing, and their clothing
shall bear their business name or be unmarked. When needed, the Contractor's
staff will utilize rain gear, rain boots, safety shoes, and other high visibility and
protective equipment. All contracted employees while on the site shall exhibit a
professional appearance. Contractor's equipment and vehicles shall also be
professional in appearance and be well maintained for safe operation. Any
outdoor smoking in the downtown area is prohibited per City ordinance.
d. Geographic Location of Contractor
In order to submit a bid for Routine Work, the Contractor must have a
maintenance yard within twenty-five (25) miles from San Rafael City Hall (1400
Fifth Avenue, San Rafael).
e. Hours of Operation:
Scheduled operations for residential zones shall commence no earlier than 7:00
A.M. and shall be completed each day no later than 6:00 P.M. The use of power
equipment or other work close to residential areas that results in noises shall not
be permitted before 8:00 AM or after 5:00 PM. Work along major arterial streets
may be subject to additional time restrictions. The Contractor must submit a
confirmed schedule for tree work to the Operations and Maintenance Manager at
least 7 days in advance for any routine tree work.
f. Repairs and Corrective Actions:
Any private property or City property damaged or altered in any way during the
performance of the work under this contract shall be reported promptly to the City
Representative, and shall be rectified in an approved manner back to its
condition prior to damage, at the Contractor's expense, within 72 hours.
Any hazardous conditions noted, or seen, by the Contractor that have occurred
by any means other than during the performance of the Contractor's work,
whether by vandalism or any other means, shall be promptly reported to the City
Representative. The Contractor is responsible for securing any immediate
hazards with caution tape, safety cones, and/or barricades until a City
Representative arrives to the location.
Work requested by citizens or hazards reported by Contractor that require
scheduling will be prioritized by the City Representative. Immediate response by
Routine Tree Services RFP 2021
61
Contractor may be necessary.
g. Safety
Contractor agrees to perform all work outlined in the Contract in such a manner
as to meet all accepted standards for safe practices during the maintenance
operation and to safely maintain stored equipment, machines, and materials or
other hazards consequential or related to the work; and agrees additionally to
accept the sole responsibility for complying with all City, County, State or other
legal requirements including, but not limited to, full compliance with the terms of
the applicable O.S.H.A., ANSI Z133 Safety Requirements and CAL E.P.A. Safety
Orders at all times so as to protect all person, including Contractor's employees,
agents of the City, vendors, members of the public or others from foreseeable
injury, or damage to their property.
Contractor shall cooperate fully with City in the investigation of any accident,
injury or death occurring on City property, including a complete written report
thereof to the City Representative within twenty four (24) hours following the
occurrence.
h. Traffic Control
If traffic is to be detoured over a centerline, detour plans must be submitted and
approved by the City Representative prior to starting work. The Contractor will be
permitted to reduce traffic to one through lane except on arterial or collector
streets. On arterial or collector streets, the Contractor shall maintain traffic as
directed by the City Representative. All traffic control shall conform to the
requirements of the California Manual on Uniform Traffic Control Devices (CA
MUTCD), Revision 3 for construction and maintenance work zones. Contractor at
its own expense shall ensure proper signage, as approved by the City
Representative, during lane closures. Traffic Control may include: lights, flares,
signs, temporary railings, flag person(s), or other devices as required by the City
Representative.
It shall be the Contractor's responsibility to post no parking areas as required to
perform work. Barricades can be provided by the City, if available, for pickup at
the City Corporation Yard. Arrangements for signs and barricades can be made
by verbal or written request to the City Representative five working days in
advance of the need for signs and barricades.
Full compensation for conforming to the requirements of this Section including
Traffic Control shall be considered as included in the contract prices paid for the
various items of work and no separate payment may be made thereof.
Adjacent Properties
Adjacent property and improvements shall be protected from damage and
intrusion at all times during the execution of the work embraced herein. Any
damage to adjacent properties shall be repaired or replaced by the Contractor at
its sole expense. Work shall be carried out in a manner to avoid all conflicts with
use of and access to adjacent properties.
j. Differing Site Conditions
During the progress of the work, if latent physical conditions are encountered at
the site differing materially from those indicated in the Contract, or if unknown
Routine Tree Services RFP 2021
M
physical conditions of an unusual nature differing materially from those ordinarily
encountered and generally recognized as inherent in the work provided for in the
Contract are encountered at the site, the party discovering such conditions shall
promptly notify the City Representative in writing of such specific differing
conditions before they are disturbed and before the affected work is performed.
Upon notification, the City Representative will investigate the conditions, and if
the City Representative determines that the conditions materially differ and cause
an increase or decrease in the cost or time required for the performance of the
work under the Contract, an adjustment will be made and the Contract modified
in writing accordingly.
The City Representative will notify the Contractor of his determination if an
adjustment of the Contract is warranted in writing. No Contract adjustment which
results in a benefit to the Contractor will be allowed unless the Contractor has
requested such in writing. No Contract adjustment will be allowed under
provisions specified in this section for any effects on unchanged work.
k. Monthly Invoice Reports
Contractor shall invoice the City monthly in a form approved by the City
representative. Invoicing shall include a detail of costs for work performed during
the payment period, a summary of current invoice amounts and total payments to
date. These reports are to include the following information:
- Date of work performed
- Job site location
- Description of work performed
- Applicable hourly rates
- Tree location (street address and side)
- Tree species
Payment and Inspection
Payment will be made for work satisfactorily completed as called for in the
Contract. The City Representative shall inspect and notify the Contractor of any
unsatisfactory work. Unsatisfactory work shall be corrected within 24 hours.
Contractor or Contractor's representative shall meet with a representative from
the City as requested by the City, during the life of the Contract, in order to
inspect work performed.
Full compensation for conforming to the work of these specifications shall be
considered as included in the Contract unit prices, or the proposed hourly rates
and material markup, and no further payment may be made thereof.
The Contract hourly rates shall include full compensation for furnishing all labor,
materials, tools, equipment, and incidentals, and for doing all the work involved in
completing the work as specified herein, and as directed by the City. Note: Travel
time may be billed separately on an hourly basis. Travel time may be billed to the
nearest 0.10 hour increment.
m. Adjustment in Scope or Quantity of Work
If City gives reasonable notice to Contractor, City may propose in writing changes
to Contractor's work within the Scope of Services described. If Contractor believes
any proposed change causes an increase or decrease in the cost, or a change in
Routine Tree Services RFP 2021
7
the schedule for performance, of the services, Contractor shall notify City in writing
of that fact within five (5) days after receipt of written proposal for changes.
Contractor may also initiate such notification, upon identifying a condition which
may change the Scope of Services as agreed at the time of execution of this
Agreement covering such Scope of Services. When and if City and Contractor
reach agreement on any such proposed change and its effect on the cost and time
for performance, they shall confirm such agreement in writing as an amendment
to this Agreement. In the event the Parties cannot reach agreement as to the
proposed change, at the City's sole discretion, Contractor shall perform such work
and will be paid for labor, materials, equipment rental, etc., used to perform the
work
City shall not be liable for payment of any changes in this section, nor shall
Contractor be obligated to perform any such changes, except upon such written
amendment or supplement; provided that if, upon City's written request, Contractor
begins work in accordance with a proposed change, City shall be liable to
Contractor for the amounts due with respect to Contractor's work pursuant to such
change, unless and until City notifies Contractor to stop work on such change
Any additional work requested once the not -to -exceed amounts for the term of
the Contract have been reached ($100,000 for routine work) will require a formal
amendment to the Contract.
n. Hourly Rates for Labor and Equipment
Hourly rates shall include all direct and indirect costs, except travel time is
eligible to be billed separately as an hourly rate. For labor or equipment not listed
in the Bid Proposal which is needed to perform additional work, the hourly rate
shall be agreed upon between the City and Contractor before the services are
performed.
3. Categories of Work
Routine work shall be scheduled with the City Representative and must be performed within
the prescribed amount of time.
It will be necessary to perform some of the assignments on weekends (Saturdays and Sundays)
or during nighttime hours due to the location of the work to be performed. The necessity of this
will be determined by the City Representative. Compensation for work completed on a weekend
or at night will be in accordance with the State of California labor codes and based on normal
working hour rates
4. Licensing and Labor
The Contractor shall have experience conducting routine and emergency tree services with
other public agencies over the past five (5) years and shall be duly registered and licensed with
either a C61 -D49 or C27 -D49 license in the State of California. All proposing contractors must
comply with the Prevailing Wage terms as outlined below.
The Contractor must employ the equivalent of ten (10) full-time employees involved in tree
pruning and other tree care operations for the Contractor. The Contractor's employees shall be
subject to the following minimum requirements, skills, abilities and knowledge:
Routine Tree Services RFP 2021
51
• Demonstrated knowledge of tree care and related operations.
• Current licenses for operation of equipment utilized by such employee.
• Ability to operate and maintain equipment in accordance with the manufacturer's
recommendations
• Mechanical ability to make required operator adjustments to the equipment being used.
• Knowledge of safety regulations as they relate to tree care and traffic control.
• At all times during contracted tree maintenance activities, the firm shall have work crews
on site that have a foreperson who can effectively communicate with residents and
receive and complete instructions given by City staff and proper authorities.
The City has the right to determine crew size for all City tree work assignments.
Bidders are hereby notified that pursuant to Section 1770 of the Labor Code of the State of
California, the City of San Rafael has ascertained the general prevailing rate of per diem wages
and rates for legal holiday and overtime work in the locality where the work is to be performed for
each craft or type of workmen or mechanics needed to execute the contract which will be awarded
the successful Bidder. The prevailing rates so determined by the City are on file in the office of
the City Clerk, copies of which are available to any interested party on request.
No contractor or subcontractor shall be qualified to bid on, or be listed on a bid proposal for a
public works project unless currently registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid
purposes only under Labor Code section 1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public works
project and no contractor or subcontractor may engage in the performance of a public works
contract, unless currently registered with the Department of Industrial Relations pursuant to Labor
Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations (DIR).
Copies of the Contractor's certified payroll shall be submitted to the City within fourteen (14) days
of the work performed. Certified payroll shall also be submitted electronically to DIR in accordance
with all DIR requirements.
5. Equipment
It will be the responsibility of the Contractor to provide all equipment and labor as necessary to
perform the work described in these documents in a safe, efficient, aesthetically pleasing, and
legal manner. The Contractor must list equipment owned and those that are available for use
during the duration of the Contract in Attachment A - Bid Proposal. All equipment, vehicles, and
tools must be kept in a clean and safe condition as directed by OSHA at all times during the
Contract. All vehicles that are used by the Contractor shall have the Contractor's company
name, logo, and vehicle number on it.
The Contractor shall always furnish and maintain sufficient equipment as necessary to perform
the work of the Contract. Such equipment shall be subject to the inspection and approval of the
City Representative. If the contractor is unable to consistently provide the necessary equipment
to perform the work, it may be considered a breach of the Contract.
6. Aggregating Routine Work for Efficiency
Routine Tree Services RFP 2021
9
For all Routine Work the Contractor shall, with City approval, aggregate or collect tree work that
needs to be performed so that work is performed on a reasonable number of trees on the same
day (a standard work day is considered at least 6 hours of field work) to maximize efficiency. All
scheduled work shall be preapproved by the City Representative (see section 2.c.). The City
intends to only schedule routine maintenance when the tree contractor crew can fill up a standard
work day.
7. Tree Trimming and Pruning Standards:
Trimming and pruning operations shall be coordinated with the City Representative and meet the
most current editions of the following benchmark standards:
American National Standards Institute (ANSI) A300 Pruning Standards
ANSI Z133.1 Safety Standards
ISA Best Management Practices: Tree Pruning
To ensure that pruning is appropriate for the species and tree/site conditions, it is important to
have a clear understanding of the specific needs of the tree and the objectives for pruning. Pruning
objectives include the following:
• Improve structural strength and reduce failure potential
• Provide clearance for pedestrians, vehicles, structures and low voltage utilities
• Improve safety and security for residents and visitors
• Repair structural damage from wind loading
• Improve aesthetic characteristics
• Reduce maintenance costs
• Prevent or mitigate a pest problem
Standard 1: All pruning cuts shall conform to ANSI A300 standards (Part 1: Pruning). Do not
make flush cuts or leave branch stubs. Cuts shall be made outside the branch
collar in a manner that promotes callous growth to cover wounds.
Standard 2: Not more than 25% of the crown shall be removed within an annual growing
season. The percentage of foliage removed shall be adjusted according to age,
health, and species considerations. Up to 30% crown removal may be accepted
for Ulmus parvifolia or other special species after consultation with the City
Arborist.
Standard 3: Pruning equipment shall be sharp and sized appropriately for the pruning cut.
Chainsaws shall not be used to remove branches 2" or less in diameter. Avoid the
use of any pruning and climbing equipment that may cause damage to bark tissue.
Spikes (climbing spurs) shall not be used for climbing trees unless the tree is being
removed. Pruning tools shall be treated with a disinfectant (such as Lysol) when
pruning trees infected with a pathogen that may be transmitted (on tools) from one
tree to another of the same species, such as elms (Ulmus spp.). Disinfectants
should be used before and after pruning individual trees.
Standard 4: All persons engaged in tree pruning shall be familiar with each of the pruning types.
Selection of the pruning type(s) shall be based on pruning objectives. Refer to
publication ISA Best Management Practices Tree Pruning for descriptions of
pruning types. Clearance pruning that does not comply with Standard 2 shall be
conducted only under the supervision of the City Arborist.
Routine Tree Services RFP 2021
10
Standard 5: Heading cuts shall not be used when pruning mature trees, except in very limited
cases with approval from the City Arborist. Whenever possible, use reduction cuts
to reduce height and branch removal cuts (thinning cuts) to reduce branch end
weights. When reduction and branch removal cuts are not possible (such as when
interior lateral branches are not present) and tree hazard potential is high, then
heading cuts may be needed, but their use should be minimized.
Standard 6: Clearance pruning shall be defined as to provide the following distances:
• Roadway- not less than 14' from road surfaces
• Sidewalk- not less than T from sidewalk surfaces
• Building- not less than 8' from vertical building surfaces
• Roofs and street lights- not less than 10' from building roof surfaces or street
lamps
• Utility and telecom drop lines- not less than 2' or sufficient clearance to prevent
service interruption and vascular tree growth onto wires
Standard 7: Wildlife Protection: Prior to the commencement of any work near any tree, each
tree shall be visually surveyed, from all sides, for the sole purpose of detecting the
presence of bird nests or wildlife of any type. If a nest is found and is determined
to be active, there shall be no work of any type in the tree in which the nest is found
without the written permission of the City's designated representative. At no time
shall any nest or wildlife be removed from its location. If wildlife is accidentally
displaced, the Contractor shall notify the City representative for assistance.
Prior to beginning City tree pruning, removal and maintenance work, the Contractor shall review
with the City Representative various methods, tools, and work scheduling to be used on the
project(s).
Any structural weakness, decayed trunk or branches, split crotches or limbs and included bark
discovered by the Contractor while trimming shall be reported to the City Representative for
determination of action, as soon as it is discovered. When working on a tree, the Contractor shall
be responsible for the removal of all vines entwined in the tree or around its trunk, and for the
removal of sucker growth from tree trunks.
Limbs over one inch in diameter shall be precut to prevent splitting or ripping bark. Removal from
a tree of branches three and one-half inches (3.5") or larger in diameter shall be lowered by proper
ropes to the ground. Potentially damaging limbs that can damage property must be rope lowered.
Any damage caused by dropping limbs shall be repaired within three (3) days at the Contractor's
expense and to the satisfaction of the City Representative. All debris resulting from tree pruning
operations shall be removed from the work site daily.
A work zone shall be established and maintained for each tree trimming or other operation. The
Contractor shall use all appropriate methods used in the field of tree trimming and tree
maintenance for establishing and maintaining such work zone. No person other than members of
the Contractor's work crew may be allowed to enter such work zone. If any person enters such
work zone, the Contractor shall immediately cease all work and operation of all equipment until
the work zone is clear.
The Contractor agrees to provide the highest quality commercially accepted methods, procedures
and controls for tree pruning, removal and maintenance consistent with the International Society
of Arboriculture Pruning Standards (BMPs), ANSI A300 Standards and information in standard
arboriculture industry references. This shall include the use of proper knowledge, skills, materials
Routine Tree Services RFP 2021
11
and equipment of a timely basis to maintain all areas in a clean, safe, healthy, and aesthetically
acceptable manner during the entire term of the Contract. The Contractor shall furnish tree
services by qualified arborists, site managers and tree worker crews to provide tree pruning,
removal and maintenance activities that comply with this Specification. It will be the responsibility
of the Contractor to provide all equipment, materials, and labor as necessary to perform the work
described in these documents in a safe, efficient and legal manner.
8. Types of Tree Work
a. Pruning
Pruning for Structure:
Structural pruning is the removal of live branches and stems to influence
the orientation, spacing, growth rate, strength of attachment and ultimate
size of branches and stems. It is used on young and medium aged trees to
help engineer a sustainable trunk and branch arrangement. It is used on
large maturing trees to reduce certain defects and space main branches
along one dominant trunk. This pruning type can be summed —up in the
phrase: subordinate or remove codominant stems. This practice can limit
the failure potential of included branch attachments. The maximum
diameter of reduction cuts will be specified. Structural pruning is also the
foundation for the following pruning types.
ii. Pruning to Raise:
Raising is the selective removal of branches to provide vertical clearance.
Crown raising shortens or removes lower branches of a tree to provide
clearance for buildings, signs, vehicles, pedestrians and views. Live crown
ratio should be no less than 66% when raising is completed and some
structural pruning is considered by the City to be part of this pruning.
Clearance objectives are specified above in Tree Pruning Standard 6.
iii. Pruning to Clean:
Crown Cleaning or cleaning out is the removal of dead, diseased, detached
and broken branches '/2" or larger. This type of pruning is done to reduce
the risk of falling branches and to reduce the risk of decay spreading into
the tree from dead or dying branches. Cleaning is the preferred pruning
method for mature trees. Cleaning removes branches with cracks that may
be prone to fail. Care must be used to avoid stripping branches of too
foliage at the interior of the tree crown. This practice which is known as
"lion tailing" is unacceptable. The location and diameter of branches to be
removed may be specified.
iv. Pruning to Reduce:
Crown Reduction is the selective removal of branches and stems to
decrease the height and/or spread of a tree. This is done to minimize risk
of failure, to reduce height or spread, to clear vegetation form buildings,
structures or utilities. Crown reduction should be accomplished with
reduction cuts, not heading cuts. While reducing a crown, tree workers
must adhere to basic tree trimming practices involving limb/branch size
relationships and use of the branch bark collar to avoid the onset of decay
at cut sites
Routine Tree Services RFP 2021
12
v. Pruning to Restore:
Crown Restoration is the selective removal of branches, sprouts and stubs
from trees that have been previously topped, severely headed, lion tailed
or otherwise damaged. One to three sprouts are selected for retention on
trees with many sprouts originating at the tips of branches. Location and
percentage of sprouts are specified
vi. Grid Pruning consists of pruning 7 or more trees located at the same or at
consecutive street addresses. The term is used to reflect an economy of
scale when pruning trees in one location and shall be reflected with bid
pricing reduced from the single tree pruning bid price.
b. Stump Grinding and Tree Removal
Tree removal consists of the removal of the above ground portion of a hardwood
tree or palm tree. Stump removal consists of the removal of the tree root crown
and tree roots to a depth of 18" or until roots are no longer encountered and
distances of at least 24" from the outer circumference of the tree stump or until
roots are no longer encountered.
The Contractor shall comply with all general specifications standards
described herein.
ii. The price given by the Contractor for tree removals shall be inclusive of all
staff, materials and equipment necessary to remove trees as described
herein
iii. The City is responsible for marking trees for removal so that they are easily
identified for Underground Service Alert (USA) and the Contractor. The
Contractor shall be required to contact USA at least 2 working days prior
to stump grinding. The Contractor is hereby made aware that many trees
in the downtown area are located adjacent to street lighting or other utilities
within, which are within 12" of finished grade.
iv. The Contractor shall notify the City Representative in writing of any
condition that prevents the removal of a tree and/or the removal of its root
system. The Contractor shall take all responsibility for any damage that
occurs once the process of removing a tree and/or associated root removal
begins.
v. The Contractor shall comply with wildlife protection standards described
herein whenever removing a tree: A. Tree Pruning, Standard 7, above
vi. The Contractor shall not remove any tree without first confirming that the
tree being considered is indeed the tree to be removed. Any confusion
should be resolved by contacting the City Arborist for assistance. The
errant removal of trees shall be penalized up to but limited to the cost of
the replacement.
vii. During a tree removal, the Contractor shall maintain control of the tree and
its parts at all times, which shall include the selection and use of proper
techniques and equipment. At no time shall branches, limbs or tree trunks
Routine Tree Services RFP 2021
13
be allowed to freefall and create damage of any type. The Contractor will
be held liable for loss of control incidents and shall pay for all damages and
associated costs.
viii. Cranes and other rigging equipment shall be properly certified, with
evidence of such available for inspection prior to use of said equipment in
the City. Crane operators shall be certified by the National Commission for
the Certification of Crane Operators (NCCCO) and shall display current
certification prior to operating a crane in the City. The use of cranes and
certified operators shall not result in additional charges to the City beyond
the unit price for the work being performed (e.g., the price for tree removal).
ix. While loading and handling debris, the Contractor shall maintain control at
all times so as not to result in damage to the public rights of way or private
property. In addition, the Contractor shall not drop logs or trunks as to
create undue noise or shock impact related damages to public and/or
private property.
x. The Contractor shall be responsible for the repair of any private property
including any irrigation system components damaged during a tree removal
or stump grinding. Repairs shall be made using components matching
those that were damaged.
c. Clean up and Debris Disposal
Contractor shall clean all job sites when work is completed and/or daily,
including the raking of leaves, twigs, etc. from the lawns, street gutters,
sidewalks and parkways and the sweeping or blowing of streets. Each
day's scheduled work shall be completed and cleaned up and only under
City approved emergency circumstances may any brush, leaves, debris or
equipment be left on the street overnight. The City Representative shall be
the sole judge as to the adequacy of the cleanup.
Wood waste generated from tree removals shall be chipped. Diseased
trees shall not be commingled with regular trees in the creation of wood
chips. The disease-free chips shall be dumped and spread in specified
locations in the City at the direction of the City Representative. It is the
responsibility of the Contractor to appropriately dispose of diseased trees.
Wood and branches not suitable for chipping may be dumped at the City
Green Waste disposal site. All tree branches produced because of the
Contractor's operations under the Contract will be reduced, reused,
recycled, and/or transformed.
9. Non -City Maintained Trees
The Contractor shall NOT perform any work on non -City maintained trees without the direction
from the City Representative. The Contractor shall NOT perform work for adjacent homeowners;
all inquiries to this effect shall be forwarded to the City Representative.
10. Insurance Requirements
The City requires contractors to obtain and maintain insurance throughout the contract term, as
Routine Tree Services RFP 2021
14
described in the attached draft Contract for Routine Tree Services (Attachment B). The required
insurance certificates must comply with all requirements described in Attachment B and must be
provided with the Contract.
11. Proposal Requirements
The proposal shall be concise, well -organized, and demonstrate an understanding and ability of
the proposed Requirements as outlined in this Request for Proposals document. The proposal
shall consist of:
■ Cover letter signed by the Contractor which includes the following information:
o The name, address and phone number of the Contractor's contact person for the
remainder of the selection process.
o Address of Contractor's maintenance yard(s)
o Any qualifying statements or comments regarding the proposal, Contractor's
approach to the work, and any the information responsive to the criteria specified
in the RFP the proposed Agreement.
o Summary and definitive information regarding licenses, certifications, company
experience, and qualifications.
o Identification of subcontractors and their responsibilities.
■ Attachment A — Bid Proposal
o All contractors submitting a bid must fill out Table A.1 and Table B.1
■ Bidder's bond, cash, or certified check for ten percent (10%) of the amount of bid.
■ List of personnel (name, position, experience at position, employer, and dates of
employment) available to respond under the Contract.
■ List of equipment (description, quantity, make, model, year, and condition) available for
use under the Contract.
The City will accept electronic bid submittals by or before January 25, 2021, at 10:00 AM.
Physical proposals and proposals received after the time and date specified will be rejected and
returned unopened to the proposer. Failure to adhere to these specifications may be cause for
rejection.
12. Bid Award Process
The City will award one contract for Routine Work to the lowest responsive and responsible
bidder, provided that the Bidder is determined to be qualified based on the requirements listed
herein.
In order to be determined responsive, a Bidder must respond to all requested information and
supply all required information in this RFP. Any bid may be rejected if it is conditional, incomplete,
or contain irregularities. Minor or immaterial irregularities in a bid may be waived. Waiver of an
irregularity shall in no way modify this RFP nor affect recommendation for award of contract
13. RFP Addenda
Routine Tree Services RFP 2021
15
All requests for clarification for this RFP must be made in writing. The City will only respond to
written questions from contractors. The City will not respond to verbal questions submitted by
telephone or in person.
All questions relating to the RFP shall be presented at least 96 hours prior to the due date to the
following address:
City of San Rafael Department of Public Works
Attn: Ryan Montes
111 Morphew Street
San Rafael, CA 94901
or Email address: roan.montes(a�-cityofsanrafael.org
All addenda will be posted to the City's website and emailed to known RFP holders. By submitting
a proposal, the proposer affirms that they are aware of any addenda and have prepared their
proposal accordingly. No allowances will be made for a proposer's failure to inform themselves
of addenda content.
14. Attachments
Attachment A — Bid Proposal
Attachment B — Draft Contract (Routine Work)
Routine Tree Services RFP 2021
Exhibit B
BONDFORMS
Required for contracts over $25, 000.
Up to $175,000 Contract
Bond Forms
Approved by City Attorney, dated 02/27/2020
Exhibit C
NONCOLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares:
I am the Bid Coordinator [title] of The Professional Tree Care Co.
[business name], the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has
not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has
not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in
a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the bidder or any other
bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All
statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to
any corporation, partnership, company, association, organization, bid depository, or to any member or
agent thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or
entity for such purpose.
This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 §
112.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct and that this declaration is executed on March, 8,2021 [date], at
Berkeley [city], CA [state].
s/
Charles Slesinger
Name [print]
END OF NONCOLLUSION DECLARATION
Up to $175,000 Contract
Noncollusion Declaration
Approved by City Attomey, dated 2/27/2020
Exhibit D
BID SCHEDULE
This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be
provided for each Bid Item as indicated. Items marked "(SW)" are Specialty Work that must be performed
by a qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether
direct or indirect, including profit and overhead. The sum of all amounts entered in the "Extended Total
Amount' column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal form.
AL = Allowance CF = Cubic Feet CY = Cubic Yard EA = Each LB = Pounds
LF = Linear Foot LS = Lump Sum SF = Square Feet TON = Ton (2000 lbs.)
BID
ITEM UNIT EXTENDED
NO. ITEM DESCRIPTION EST. QTY. UNIT COST TOTAL AMOUNT
TOTAL BASE BID: Items 1 through inclusive: $
Note: The amount entered as the "Total Base Bid" should be identical to the Base Bid amount entered in
Section 1 of the Bid Proposal form.
Up to $175,000 Contract
Bid Schedule
Approved by City Attorney, dated 2/27/2020
This Bid Proposal is hereby submitted on
s/
s/
Company Name
Address
City, State, Zip
Contact Name
20
Name and Title
Name and Title
License #, Expiration Date, and Classification
DIR Registration #
Phone
Contact Email
Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued
for this Bid. Bidder waives any claims it might have against the City based on its failure to receive,
access, or review any addenda for any reason. Bidder specifically acknowledges receipt of the following
addenda:
Addendum: Date Received: Addendum: Date Received:
#01 #05
#02 #06
#03 #07
#04 #08
END OF BID SCHEDULE
Up to $175,000 Contract
Bid Schedule
Approved by City Attomey, dated 2/27/2020
Exhibit E
SUBCONTRACTOR LIST
For each Subcontractor that will perform a portion of the Work in an amount in excess of one-half of 1 %
of the bidder's total Contract Price,' the bidder must list a description of the Work, the name of the
Subcontractor, its California contractor license number, the location of its place of business, its DIR
registration number, and the portion of the Work that the Subcontractor is performing based on a
percentage of the Base Bid price.
DESCRIPTION SUBCONTRACTOR CALIFORNIA LOCATION OF DIR REG. NO. PERCENT
OF WORK NAME CONTRACTOR BUSINESS OF
LICENSE NO. WORK
END OF SUBCONTRACTOR LIST
' For street or highway construction this requirement applies to any subcontract of $10,000 or more.
Up to $175,000 Contract
Subcontractor List
Approved by City Attorney, dated 2/27/2020
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Iman Kayani for RM Extension: 3352
Contractor Name: Arboricultural Specialties Inc, DBA The Professional Tree Care Co.
Contractor's Contact: Charles Slesinger Contact's Email: charles@professionaltreecare.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
Project Manager
DATE
Check/Initial
❑
1
a. Email PINS Introductory Notice to Contractor
Click here to
enter a date.
b. Email contract (in Word) and attachments to City
2/10/2021
Attorney c/o Laraine.Gittens@cityofsanrafael.org
2/19/2021
❑X IKK
® LG
2
City Attorney a. Review, revise, and comment on draft agreement
and return to Project Manager
2/19/2021
© LG
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
Department Director Approval of final agreement form to send to
3
2/22/2021
NX BG
contractor
Project Manager Forward three (3) originals of final agreement to
4
2/22/2021
MIKK
contractor for their signature
5
Project Manager
When necessary, contractor -signed agreement
❑x N/A
agendized for City Council approval *
*City Council approval required for Professional Services
N IKK
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
PRINT
Date of City Council approval
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
3/8/2021
IKK
City Attorney
Attorney with printed copy of this routing form
1
7
Review and approve hard copy of signed
0
agreement
3 zi
8
City Attorney
Review and approve insurance in PINS, and bonds
(for Public Works Contracts)
?�I
9
City Manager/ Mayor
Agreement executed by City Council authorized
3�'l
official
l
10
City Clerk
Attest signatures, retains original agreement and
forwards copies to Project Manager