Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Tree Routine Services; Sidewalk Repair ProgramCITY 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
Jorge Calderon, DBA Jorge's Tree Services ("Contractor"), a sole ownership authorized to do business
in California, fo tree r utine services on the City's Sidewalk Repair Program ("Project"), and is effective
on-�� 2Q("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. 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 class ification(s): A
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, 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, on an hourly basis at the
rates specified in Exhibit D, in a total contract amount not to exceed $75,000 (the "Contract Price"), in
accordance with the payment provisions contained herein.
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.
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,
Sidewalk Repair Program 2021 Up to $175,000 Contract
Page 1
Approved by City Attorney, dated 02/27/2020
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.
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.
Sidewalk Repair Program 2021 Up to $175,000 Contract
Page 2
Approved by City Attorney, dated 02/27/2020
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.
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
Sidewalk Repair Program 2021 Up to $175,000 Contract
Page 3
Approved by City Attorney, dated 02/27/2020
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.
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
Sidewalk Repair Program 2021 Up to $175,000 Contract
Page 4
Approved by City Attorney, dated 02/27/2020
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
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.
Sidewalk Repair Program 2021 Up to $175,000 Contract
Page 5
Approved by City Attorney, dated 02/27/2020
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:
City/State/Zip:
Phone:
Attn:
Email:
Contractor:
Name:
Address:
City/State/Zip
Phone:
Attn:
Email:
111 Morphew Street
San Rafael, CA 94901
(415) 725-1166
JC Agcaoili, Junior Engineer
John.Agcaoili(c�cityofsanrafael.org
Jorge Calderon, DBA Jorge's Tree Services
550 Canal St, #5
San Rafael, CA 94901
(415) 497-9285
Jorge Calderon
>orgecalderon72(a)live. 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
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 party. If Contractor
Sidewalk Repair Program 2021 Up to $175,000 Contract
Page 6
Approved by City Attorney, dated 02/27/2020
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.]
Sidewalk Repair Program 2021
Approved by City Attorney, dated 02/27/2020
Up to $175,000 Contract
Page 7
i he parties agree to this Contract as witnessed by the signatures beic r
CITY:
sl
Jim Sctlet[z, (jtv M
Date: r'S
Attest.
s/-/.�
Approed as to form
s.!
�Zpobert F. Epstein, City Attorney
Date-
Attest.
ate
L.r Lindsay Lara, City Clerk
Date.
CONTRACTOR:C�—
Business Name
s/ TO r9 C r -a
Namerritle
Date: L' a
Name/Title
Date:
Seal.
� ()ICs�«SgZZ36
Contractor's California License Number(s) and Expiration Dates)
Exhibit A: Scope of Work
Exhibit B: Bond Forms
Exhibit C: Noncollusion Declaration
Exhibit D: Bid Schedule
Exhibit E: Subcontractor List
END OF CONTRACT
Sidewalk Repair Program 2021 Up to $175.000 Contract
Page 8
Approved by City Attorney, dated 02/2712020
Exhibit A
SCOPE OF WORK
Sidewalk Repair Program 2021
Approved by City Attorney, dated 02/27/2020
Up to $175,000 Contract
Scope of Work
,A RAFq�I
Exhibit A
� y0
WITH Per```t
Request for Proposals (RFP)
For
Routine Tree Services
July 26, 2018
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.
O RNIA94901 I C I TYOFSANRAFAEL.ORG
Gary O. Phillips, Mayor • John Gamblin: Vice Mayor • Maribeth Bushey, • Councilmember Kate Colin Councilmember • Andrew Cuyugan McCullough, Councilmember
2
The not -to -exceed, aggregate total amount for all routine tree services for the one-year term is
$175,000. The $175,000 includes approximately $75,000 in routine tree work as it relates to the
City's new Sidewalk Repair Program.
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 proposals shall be sealed and filed with said City Clerk, 1400
Fifth Avenue, City Hall, Room 209, San Rafael, California 94901 on or before August 16t'', 2018
at 10:00 a.m.
Routine Tree Services RFP
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............................................................... 7
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.......................................................................
9
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.................................................................................................14
11.
Proposal Requirements...................................................................................................14
12.
Bid Award Process..........................................................................................................14
13.
RFP Addenda...................................................................................................................15
14.
Attachments.....................................................................................................................15
Routine Tree Services RFP
4
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
5
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
A
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 Progress 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, previous payments,
and total payments to date. The Contractor shall provide monthly progress
reports with the monthly invoices. These reports are to include the following
information:
- Date of work performed
- Description of work performed (including whether it was performed for the
Sidewalk Repair Program)
- Applicable hourly rates
- Tree location (street address and side)
- Tree species
- Tree DBH (diameter measured at 4.5 feet above the ground)
- Tree condition
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.
Routine Tree Services RFP
7
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
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 ($175,000 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.
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.
Routine Tree Services RFP
A
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:
• 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.
Routine Tree Services RFP
Is
6. Aggregating Routine Work for Efficiency
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
Routine Tree Services RFP
10
pruning types. Clearance pruning that does not comply with Standard 2 shall be
conducted only under the supervision of the City Arborist.
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 7' 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.
Routine Tree Services RFP
11
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
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.
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 '/z' 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
Routine Tree Services RFP
12
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
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.
H. 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.
Routine Tree Services RFP
13
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
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.
Routine Tree Services RFP
14
10. Insurance Requirements
The City requires contractors to obtain and maintain insurance throughout the contract term, as
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.
a 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.
Proposals shall be submitted in hard copy only to the address listed below, on 8.5 x 11" paper.
All font must be size 11 pt, and the full length of the proposal may not exceed 30 pages one sided.
Proposals are to be submitted in sealed packages and clearly marked with the name of the
Contractor, the Contractor's address and "City of San Rafael Routine Tree Services". 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.
Proposals shall be sealed and filed with said City Clerk, 1400 Fifth Avenue, City Hall, Room 209,
San Rafael, California 94901 on or before 10:00 a.m., on August 161, 2018.
12. Bid Award Process
Routine Tree Services RFP
15
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
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: Mark Wright
111 Morphew Street
San Rafael, CA 94901
or Email address: mark.wright(cDcityofsanrafael.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
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
(enter classification)/
Equipment
Hourly
Rates
Re ular
Hourly
Rates
Overtime
Notes/Assumptions
Supervisor (required for bid)
Climber/Foreman (required for bid)
Trimmer (required for bid)
Grounds Person (required for bid)
14 -Ton Crane (required for bid)
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.1.
Table B.1: Routine Work
Position
(enter classification)/
Equipment
Estimated
Hours
Estimated
Travel
Time
ours)*
Hourly
Rates
Regular
Subtotal
Supervisor
30
+
@
_
Climber/Foreman
550
+
@
_
Trimmer
550
+
@
_
Grounds Person
550
+
@
_
14 -Ton Crane
20
+
@
_
Grand Total Table B.1
*Estimated travel time must be calculated from Contractor Business address or yard to San
Rafael City Hall: 1400 5 I 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
Attachment B
City of San Rafael California
Form of Contract
Routine Tree Services 2018-2019
This Agreement is made and entered into this day of 2018 by and
between the City of San Rafael (hereinafter called City) and
(hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the
considerations hereinafter named, agree as follows:
1. Scope of the Work.
The Contractor hereby agrees to furnish all the materials and all the equipment and labor
necessary to perform the work for the project entitled "Routine On -Call Tree Services
2018-2019," all in accordance with the scope of work outlined in the Request for Proposals
dated June _, 2018 attached hereto as Exhibit I.
2. Prevailing Wages.
Pursuant to the requirements of California Labor Code Section 1771, and San Rafael Municipal Code
Section 11.50.180 (C), the general prevailing wage in the locality in which the work is to be
performed, for each craft or type of worker needed to execute the contract, shall be followed.
3. Time of Completion.
(a) The work to be performed under this Contract shall be performed in compliance with the
Request for Proposals for "Routine Tree Services" dated July 26, 2018 on file in the City's
Department of Public Works, and incorporated herein by reference.
(b) The term of this contract shall commence on the date of this contract and shall terminate exactly
on year later.
(c) This contract can be extended twice for a period not to exceed two (2) years each time
upon authorization by City Council.
4. Liquidated Damages.
It is agreed that, if all the work required by the contract is not finished or completed within the
time periods as set forth in the contract, damage will be sustained by the City, and that it is and
will be impracticable and extremely difficult to ascertain and determine the actual damage which
the City will sustain in the event of and by reason of such delay; and it is therefore agreed that
the Contractor will pay to the City, the sum of $100 per hour for every one hour interval and
$500 for a non -response; and the Contractor agrees to pay said liquidated damages herein
provided for, and further agrees that the City may deduct the amount thereof from any moneys
due or that may become due the Contractor under the contract.
5. The Contract Sum.
The City shall pay to the Contractor for the performance of the Contract the amounts determined
for the total number of each of the units for work in the following scheduled completed at the
unit price stated in Attachment A to Exhibit 1 "Bid Proposal". The number of units contained in
this schedule is approximately only, and the final payment shall be made for the actual number
of units that are incorporated in or made necessary by the work covered by the Contract.
It is expressly understood that the Estimate Bid Price stated above is the Contractor's bid and was
utilized as a basis of contractor selection. The total amount paid for the Contractor per fiscal year
shall not exceed X175.000 based upon the amount of time expended for work at the Rate (Man-
I-Iour) specified in the above bid table. The Rate (Man -Hour) stated in the above bid table shall not
change for the work performed, except as adjusted by CPI changes in subsequent fiscal years if this
contract is extended as provided in Section 3. Only the anticipated hours of work performed will be
modified such that the total budget of $175,000 shall not be exceeded, except as agreed upon by
the parties in subsequent fiscal years if this contract is extended as provided in Section 3.
Agreement • 1
6. Payments.
(a) For the full performance of the services described herein by the Contractor, the City shall
pay the Contractor on a time and materials basis for services rendered in accordance with
the rates specified in the above bid table.
(b) Payment will be made monthly upon receipt by the Project Manager of itemized invoices
submitted by the Contractor.
Such payment shall be made under the terms and conditions governing final payment, except that
it shall not constitute a waiver of claims.
7. Insurance.
(a). Scope of Coverage. During the term of this Agreement, Contractor shall maintain, at no
expense to City, the following insurance policies:
I A commercial general liability insurance policy in the minimum amount of one
million dollars ($1,000,000) per occurrence two million dollars ($2,000,000)
aggregate, for death, bodily injury, personal injury, or property damage.
2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in
the minimum amount of one million dollars ($1,000,000) dollars per occurrence.
3. If it employs any person, Contractor shall maintain worker's compensation insurance,
as required by the State of California, with statutory limits, and employer's liability
insurance with limits of no less than one million dollars ($1,000,000) per accident
for bodily injury or disease Contractor's worker's compensation insurance shall be
specifically endorsed to waive any right of subrogation against City.
(b) Other Insurance Requirements. The insurance coverage required of the Contractor in
subparagraph (a) of this section above shall also meet the following requirements:
I. The insurance policies shall be specifically endorsed to include the City, its officers,
agents, employees, and volunteers, as additionally named insureds under the
policies.
2. The additional insured coverage under Contractor's insurance policies shall be
primary with respect to any insurance or coverage maintained by City and shall not
call upon City insurance or self-insurance coverage for any contribution. The
"primary and noncontributory" coverage in Contractor's policies shall be at least as
broad as ISO form CG20 OJ 04 13.
3. The insurance policies shall include, in their text or by endorsement, coverage for
contractual liability and personal injury.
4. By execution of this Agreement, Contractor hereby grants to City a waiver of any
right to subrogation which any insurer of Contractor may acquire against City by
virtue of the payment of any loss under such insurance. Contractor agrees to obtain
any endorsement that may be necessary to effect this waiver of subrogation, but this
provision applies regardless of whether or not City has received a waiver of
subrogation endorsement from the insurer.
5. If the insurance is written on a Claims Made Form, then, following termination of
this Agreement, said insurance coverage shall survive for a period of not less than
five years.
6. The insurance policies shall provide for a retroactive date of placement coinciding
with the effective date of this Agreement.
Agreement • 2
7. The limits of insurance required in this Agreement maybe satisfied by a combination
ofprimary and umbrella orexcess insurance. Any umbrella or excess insurance shall
contain or be endorsed to contain a provision that such coverage shall also apply on
a primary and noncontributory basis for the benefit of City (if agreed to in a written
contract or agreement) before City's own insurance or self-insurance shall be called
upon to protect it as a named insured.
8. It shall be a requirement under this Agreement that any available insurance proceeds
broader than or more than the specified minimum insurance coverage requirements
and'or limits shall be available to City or any other additional insured party.
Furthermore, the requirements for coverage and limits shall be: (I) the minimum
coverage and limits specified in this Agreement; or (2) the broader coverage and
maximum limits of coverage of any insurance policy or proceeds available to the
named insured; whichever isgreater.
(c) Deductibles and SIR's. Any deductibles or self-insured retentions in Contractor's insurance
policies must be declared to and approved by the City, and shall not reduce the limits of
liability. Policies containing any self-insured retention (SIR) provision shall provide or be
endorsed to provide that the SIR may be satisfied by either the named insured or City or other
additional insured party. At City's option, the deductibles or self-insured retentions with
respect to City shall be reduced or eliminated to City's satisfaction, or Contractor shall
procure a bond guaranteeing payment of losses and related investigations, claims
administration, attorney's fees and defense expenses.
(d) Proof of Insurance. Contractor shall provide to the City all ofthe following: (1) Certificates
of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the
policy declaration page and or endorsement page listing all policy endorsements for the
commercial general liability policy, and (3) excerpts of policy language or specific
endorsements evidencing the other insurance requirements set forth in this Agreement. City
reserves the right to obtain a full certified copy of any insurance policy and endorsements
from Contractor. Failure to exercise this right shall not constitute a waiver of the right to
exercise it later. The insurance shall be approved as to form and sufficiency by City.
8. Indemnification
(a) Contractor shall, to the fullest extent permitted by law, indemnify, release, defend with
counsel approved by City, and hold harmless City, its officers, agents, employees and
volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit,
judgment, loss, liability or expense of any kind, including but not limited to attorney's fees,
expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of
Contractor's performance of its obligations or conduct of its operations under this
Agreement. The Contractor's obligations apply regardless of whether or not a liability is
caused or contributed to by the active or passive negligence of the City Indemnitees.
However, to the extent that liability is caused by the active negligence or willful misconduct
of the City indemnitees, the Contractor's indemnification obligation shall be reduced in
proportion to the City Indemnitees' share of liability for the active negligence or willful
misconduct. In addition, the acceptance or approval of the Contractor's work or work product
by the City or any of its directors, officers or employees shall not relieve or reduce the
Contractor's indemnification obligations. In the event the City Indemnitees are made a party
to any action, lawsuit, or other adversarial proceeding arising from Contractor's performance
of or operations under this Agreement, Contractor shall provide a defense to the City
Indemnitees or at City's option reimburse the City Indemnitees their costs of defense,
including reasonable attorneys' fees, incurred in defense of such claims.
(b) The defense and indemnification obligations of this Agreement are undertaken in addition
to, and shall not in any way be limited by, the insurance obligations contained in this
Agreement, and shall survive the termination or completion of this Agreement for the full
period allowed by law.
Agreement • 3
9. Nondiscrimination
Contractor shall not discriminate, in anyway, against any person based on age, sex, race, color,
religion, ancestry, national origin or disability in connection with or related to the Performance of its
duties and obligations under this Agreement.
10. Compliance with All Laws
Contractor shall observe and comply with all applicable federal, state and local laws, ordinances,
codes and regulations, in the performance of its duties and obligations under this Agreement.
Contractor shall perform all services under this Agreement in accordance with these laws, ordinances,
codes and regulations. Contractor shall release, defend, indemnify and hold harmless City, its officers,
agents and employees from all damages, liabilities, penalties, fines and all other consequences from any
noncompliance or violation of any laws, ordinances, codes orregulations.
11. No Third -Party Beneficiaries
City and Contractor do not intend, by any provision ofthis Agreement, to create in any third party, any
benefit or right owed by one party, under the terms and conditions of this Agreement, to the other
party.
12. Notices
All notices and other communications required or permitted to be given under this Agreement,
including any notice of change of address, shall be in writing and given by personal delivery, or
deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to
be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the
date of deposit with the United States Postal Service. Notice shall be given as follows:
To City: Public Works Director
City of San Rafael
P.O. Box 151560
San Rafael, CA 94915
To Contractor: TBD
13. Independent Contractor
Forthe purposes, and for the duration, ofthis Agreement, Contractor, its officers, agents and employees
shall act in the capacity of an Independent Contractor, and not as employees ofthe City. Contractor and
City expressly intend and agree that the status of Contractor, its officers, agents and employees be that
of an Independent Contractor and not that of an employee of City.
14. Entire Agreement; Amendments
(a) The terms and conditions of this Agreement, all exhibits attached, and all documents
expressly incorporated by reference, represent the entire Agreement of the parties with
respect to the subject matter of this Agreement.
(b) This written Agreement shall supersede any and all prior agreements, oral or written,
regarding the subject matter between the Contractor and the City.
(c) No other agreement, promise or statement, written or oral, relating to the subject matter of this
Agreement, shall be valid or binding, except by way of a written amendment to this
Agreement.
(d) The terms and conditions of this Agreement shall not be altered or modified except by a
written amendment to this Agreement signed by the Contractor and the City. Ifany conflicts
arise between the terms and conditions of this Agreement, and the terms and conditions of
the attached exhibits or the documents expressly incorporated by reference, the terms and
conditions ofthis Agreement shall control.
Agreement • 4
15. Waivers
The waiver by either party of any breach or violation of any term, covenant or condition of this
Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other
term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of
the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance
by either party of any fee, performance, or other consideration which may become due or owing under
this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other
party of any term, condition, covenant of this Agreement or any applicable law, ordinance or
regulation.
16. City Business License; Other Taxes
Contractor shall obtain and maintain during the duration of this Agreement, a City business license as
required by the San Rafael Municipal Code Contractor shall pay any and all state and federal taxes and
any other applicable taxes. City shall not be required to pay for any work performed under this
Agreement, until Contractor has provided City with a completed Internal Revenue Service Form W-
9 (Request for Taxpayer Identification Number and Certification).
17. Warranty:
(a) Except as otherwise expressly provided in the Agreement, and excepting only items of
routine maintenance, ordinary wear and tear and unusual abuse or neglect by City,
Contractor warrants and guarantees all work executed and all supplies, materials and devices
of whatsoever nature incorporated in or attached to the work, or otherwise provided as a part
of the work pursuant to the Agreement, to be absolutely free of all defects of workmanship
and materials for a period of one year after final acceptance of the entire work by the City.
Contractor shall repair or replace all work or material, together with any other work or
material that may be displaced or damaged in so doing, that may prove defective in
workmanship or material within this one-year warranty period without expense or charge of
any nature whatsoever to City.
(b) If Contractor shall fail to comply with the conditions ofthe foregoing warranty within ten (10)
days after being notified of the defect in writing, City shall have the right, but shall not be
obligated, to repair, or obtain the repair of, the defect and Contractor shall pay to City on
demand all costs and expense of such repair. Notwithstanding anything herein to the
contrary, if any defect in workmanship or material covered by the foregoing warranty results
in a condition that constitutes an immediate hazard to public health or safety, or any property
interest, or any person, City shall have the right to immediately repair, or cause to be repaired,
such defect, and Contractor shall pay to City on demand all costs and expense of such repair.
The foregoing statement relating to hazards to health, safety or property shall be deemed to
include both temporary and permanent repairs that may be required as determined in the sole
discretion and judgment of City.
(c) In addition to the above, the Contractor shall make a written assignment of any applicable
manufacturers' and other product warranties to the City, prior to completion and final
acceptance of the work by City.
Agreement • 5
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute
this Agreement the day and year first written above.
CITY OF SAN RAFAEL CONTRACTOR: TBD
0
JIM SCHUTZ, City Manager
Name:
Title:
ATTEST:
LINDSAY LARA, City Clerk
APPROVED AS TO FORM:
ROBERT F. EPSTEIN, City Attorney
Exhibit B
BONDFORMS
Required for conh•acts over $25, 000.
Sidewalk Repair Program 2021
Approved by City Attorney, dated 02/27/2020
Up to $175,000 Contract
Bond Forms
Payment Bond
City of San Rafael ("City") and ("Contractor") have entered into a
contract, dated , 20_ ("Contract") for work on the
("Project"). The Contract is incorporated by reference into this Payment Bond ("Bond").
General. Under this Bond, Contractor as principal and
its surety ("Surety"), are bound to City as obligee in an amount not less than
$ , under California Civil Code sections 9550, et seq.
Surety's Obligation. If Contractor or any of its subcontractors fails to pay any of the
persons named in California Civil Code section 9100 amounts due under the
Unemployment Insurance Code with respect to work or labor performed under the
Contract, or for any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employees of Contractor and its
subcontractors, under California Unemployment Insurance Code section 13020, with
respect to the work and labor, then Surety will pay for the same.
3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California
Civil Code section 9100, so as to give a right of action to those persons or their assigns in
any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond
upon request by any person with legal rights under this Bond.
4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and
equipment furnished for use in the performance of the Work required by the Contract, in
conformance with the time requirements set forth in the Contract and as required by
California law, Surety's obligations under this Bond will be null and void. Otherwise,
Surety's obligations will remain in full force and effect.
5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or
extensions of time for performance of the Work under the Contract. Surety waives the
provisions of Civil Code sections 2819 and 2845. City waives requirement of a new bond
for any supplemental contract under Civil Code section 9550. Any notice to Surety may be
given in the manner specified in the Contract and delivered or transmitted to Surety as
follows:
Attn:
Address: _
City/State/Zip:
Phone:
Fax:
Email:
6. Law and Venue. This Bond will be governed by California law, and any dispute pursuant
to this Bond will be venued in the Superior Court of Marin County, and no other place.
Surety will be responsible for City's attorneys' fees and costs in any action to enforce the
provisions of this Bond.
Sidewalk Repair Program 2021
Approved by City Attorney, dated 02/27/2020
Up to $175,000 Contract
Payment Bond
Effective Date; Execution. This Bond is entered into and is effective on
20_ Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY:
Business Name
s/
Name/Title
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR:
Business Name
s/
Name/Title
s/
Name/Title
APPROVED BY CITY:
s/
Name/Title
END OF PAYMENT BOND
Sidewalk Repair Program 2021
Approved by City Attorney, dated 02/27/2020
Up to $175,000 Contract
Payment Bond
Performance Bond
City of San Rafael ("City") and ("Contractor") have entered into a
contract, dated 20 ("Contract") for work on the
("Project"). The Contract is incorporated by reference into this Performance Bond ("Bond").
General. Under this Bond, Contractor as Principal and , its
surety ("Surety"), are bound to City as obligee for an amount not less than $
By executing this Bond, Contractor and Surety bind themselves and their respective heirs,
executors, administrators, successors and assigns, jointly and severally, to the provisions of this
Bond.
2. Surety's Obligations; Waiver. If Contractor fully performs its obligations under the Contract,
including its warranty obligations under the Contract, Surety's obligations under this Bond will
become null and void upon City's acceptance of the Project, provided Contractor has timely
provided a warranty bond as required under the Contract. Otherwise Surety's obligations will
remain in full force and effect until expiration of the one year warranty period under the Contract.
Surety waives any requirement to be notified of and further consents to any alterations to the
Contract made under the applicable provisions of the Contract documents, including changes to the
scope of Work or extensions of time for performance of Work under the Contract. Surety waives
the provisions of Civil Code sections 2819 and 2845.
3. Application of Contract Balance. Upon making a demand on this Bond for completion of the
Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for
completion of the Work under the Contract. For purposes of this provision, the Contract Balance is
defined as the total amount payable by City to Contractor as the Compensation minus amounts
already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which
City is entitled under the terms of the Contract.
4. Contractor Default. Upon written notification from City that Contractor is in default under the
Contract, time being of the essence, Surety must act within seven calendar days of receipt of the
notice to remedy the default through one of the following courses of action:
4.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent,
but only if Contractor is in default solely due to its financial inability to complete the Work;
4.2 Arrange for completion of the Work under the Contract by a qualified contractor
acceptable to City, and secured by performance and payment bonds issued by an admitted
surety as required by the Contract documents, at Surety's expense; or
4.3 Waive its right to complete the Work under the Contract and reimburse City the amount
of City's costs to have the remaining services completed.
5. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover
all costs it incurs due to Surety's default, including legal, design professional, or delay costs.
6. Notice. Notice to Surety must be given or made in writing and sent to the Surety via personal
delivery, U.S. Mail, or 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 the Surety
must be given as follows:
Sidewalk Repair Program 2021
Approved by City Attorney, dated 02/27/2020
Up to $175,000 Contract
Performance Bond
Attn:
Address:
City/State/Zip:
Phone:
Fax:
Email:
7. Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this
Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be
responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond.
8. Effective Date; Execution. This Bond is entered into and effective on
20_ Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY:
Business Name
s/
Name/Title [print]
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR:
Business Name
s/
Name/Title
s/
Name/Title
Sidewalk Repair Program 2021
END OF PERFORMANCE BOND
Approved by City Attorney, dated 02/27/2020
Up to $175,000 Contract
Performance Bond
Bid Bond
("Bidder") has submitted a bid,
dated 20 ("Bid"), to the City of San Rafael ("City") for work on
the ("Project'). Under this duly executed bid bond ("Bid Bond"), Bidder as Principal and
, its surety ("Surety"), are bound to City as obligee in the penal sum
of ten percent of the maximum amount of the Bid (the "Bond Sum"). Bidder and Surety bind themselves
and their respective heirs, executors, administrators, successors and assigns, jointly and severally, as
follows:
1. General. If Bidder is awarded the Contract for the Project, Bidder will enter into the Contract with
City in accordance with the terms of the Bid.
2. Submittals. Within ten days following issuance of the Notice of Award to Bidder, Bidder must
submit to City the following:
2.1 Contract. The executed Contract, using the form provided by City in the Project contract
documents ("Contract Documents");
2.2 Payment Bond. A payment bond for 100% of the maximum Contract Price, executed by a
surety licensed to do business in the State of California using the Payment Bond form
included with the Contract Documents;
2.3 Performance Bond. A performance bond for 100% of the maximum Contract Price,
executed by a surety licensed to do business in the State of California using the Performance
Bond form included with the Contract Documents; and
2.4 Insurance. The insurance certificate(s) and endorsement(s) required by the Contract
Documents, and any other documents required by the Instructions to Bidders or Notice of
Award.
Enforcement. If Bidder fails to execute the Contract and to submit the bonds and insurance
certificates as required by the Contract Documents, Surety guarantees that Bidder forfeits the Bond
Sum to City. Any notice to Surety may be given in the manner specified in the Contract and
delivered or transmitted to Surety as follows:
I_M
Address:
City/State/Zip:
Phone:
Fax:
Email:
4. Duration and Waiver. If Bidder fulfills its obligations under Section 2, above, then this obligation
will be null and void; otherwise it will remain in full force and effect for 60 days following the bid
opening or until this Bid Bond is returned to Bidder, whichever occurs first. Surety waives the
provisions of Civil Code §§ 2819 and 2845.
Sidewalk Repair Program 2021
[Signatures are on the following page.]
Approved by City Attorney, dated 2/27/2020
Up to $175,000 Contract
Bid Bond
This Bid Bond is entered into and effective on , 20
SURETY:
Business Name
s/
Date
Name, Title
(Attach Acknowledgment with Notary Seal and Power of Attorney)
BIDDER:
Business Name
s/
Date
Name, Title
END OF BID BOND
Sidewalk Repair Program 2021 Up to $175,000 Contract
Bid Bond
Approved by City Attorney, dated 2/27/2020
Exhibit C
NONCOLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares:
I am the [title] of _
[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 [date], at
[city], [state].
s/
Name [print]
Sidewalk Repair Program 2021
END OF NONCOLLUSION DECLARATION
Approved by City Attorney, dated 2/27/2020
Up to $175,000 Contract
Noncollusion Declaration
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.
Sidewalk Repair Program 2021 Up to $175,000 Contract
Bid Schedule
Approved by City Attorney, dated 2/27/2020
Exhibit D
Jorge Tree Service
347 Playa Del Ray
San Rafael CA, 94901
January 21$1, 2021
Thomas Wong
City of San Rafael
111 Morphew St.
San Rafael CA, 94901
Mr. Thomas,
As per your request I have attached the following 2021 price list from Jorges Tree
service.
In the attached price list is our proposal to provide the City of San Rafael with tree
cutting services for the City's 2021 Sidewalk Repair Program and as needed
maintenance.
Jorges Tree Service looks forward to continuing our working relationship with the
City of San Rafael and allowing us this opportunity.
Sincerely,
Jorge Calderon
Jorge tree Service
V3
rn
017
CD
�
C3
11V
-Iff,
iyq
V3
4m
4=
CD
CD
wl
'03
cm
40
tF)
iyq
V3
4m
rZ.
Lrll
4m
4=
CD
CD
0
Z3
'r1
Ron
If
Irl
it -in
IW9
rZ.
Lrll
ran
Z3
This Bid Proposal is hereby submitted on , 20_
s/
s/
Company Name
Address
City, State, Zip
Contact Name
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
Sidewalk Repair Program 2021
END OF BID SCHEDULE
Approved by City Attorney, dated 2/27/2020
Up to $175,000 Contract
Bid Schedule
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 I 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.
Sidewalk Repair Program 2021
Approved by City Attorney, dated 2/27/2020
Up to $175,000 Contract
Subcontractor List
�p,� RAFq�!
Z 2
�, y0
r�ryWITH P�\y
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 JC Extension: 3352
Contractor Name: Jorge's Tree Service
Contractor's Contact: Jorge Calderon Contact's Email: jorgecalderon72@live.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
Click here to
❑
enter a date.
b. Email contract (in Word) and attachments to City
1/27/2021
Attorney c/o Laraine.Gittens@cityofsanrafael.org
NX IKK
2
City Attorney
a. Review, revise, and comment on draft agreement
2/9/2021
❑x LG
and return to Project Manager
2/9/2021
© LG
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
3
Department Director
Approval of final agreement form to send to
2/9/2021
❑X BG
contractor
4
Project Manager
Forward three (3) originals of final agreement to
2/9/2021
OIKK
contractor for their signature
5
Project Manager
When necessary, contractor -signed agreement
0 N/A
agendized for City Council approval *
*City Council approval required for Professional Services
❑X IKK
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
Click here to
Date of City Council approval
enter a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
4/8/2021
IKK
Attorney with printed copy of this routing form
7
City Attorney
Review and approve hard copy of signed
5/�/-"�'
agreement
8
City Attorney
Review and approve insurance in PINS, and bonds
(Y
City Manager/ Mayor
(for Public Works Contracts)
S/y���
�W
9
Agreement executed by City Council authorized
S
official
Attest signatures, retains original agreement and
10
City Clerk
forwards copies to Project Manager