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