HomeMy WebLinkAboutPW On-Call Vegetation Management & Debris RemovalDepartment: Public Works
Agenda Item No:
#
a rT Ino M -M RIJN
Mika iii
Prepared by: *ty Manager Approvaii.
4_i,1_1_1_1__�����
Director of Public Works (KM)
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AUTHORIZING THE DIRECTOR OF PUBLIC WORKS TO AWARD A TWO
YEAR RENEWABLE CONTRACT FOR ON-CALL VEGETATION
MANAGEMENT AND DEBRIS REMOVAL TO FORSTER & KROEGER
LANDSCAPE MAINTENANCE, INC., IN AN AMOUNT NOT TO EXCEED $70,000
PER YEAR.
RECOMMENDATION: Staff recommends that the City Council adopt the resolution authorizing the
Director of Public Works to award vegetation management and debris removal two year renewable
contract to Forster & Kroeger Landscape Maintenance, Inc., in an amount not to exceed $70,000 per year.
BACKGROUND: Both the Fire Department and Public Works staff work on fire prevention activities in
the City's open space areas. In addition to ongoing vegetation management, City employees have
discovered numerous homeless encampments on City open space and undeveloped land in recent years.
These encampments present a significant fire danger because they are usually surrounded by heavy
vegetation in difficult to access locations. Procedurally, Police, Fire and Public Works spearhead the
City's response to fire prevention in open space related to homeless encampments.
In the past year, Public Works personnel have removed more than 100 tons of vegetation as well as
hazardous combustible waste from open space areas. The amount of time and effort dedicated by Public
Works staff to remove this material is sinificant, to the point of delaying equally important mainte
gnance
activities. Securing the services of a contractor for vegetation management and debris removal will allow
Public Works to perform these tasks, e.g., removing leaves and other debris in preparation for winter
storms. This contractor will be available on an emergency basis when removal is needed after hours or on
weekends.
*vergrown vegetation, especially in areas close to developed neighborhoods, are of special concern. Its
management and removal will represent a significant portion of the contractor's overall responsibilities.
FOR CITY CLERK ONLY
N
Coundil Meefing:
Dilsposiltion.:
FISCAL IMIPACT: This contract will be funded by new appropriations in the Measure A — Open Space
special revenue fund. This new fund will receive distributions from the new County -wide 1/4 cent sales
tax along with matching funds from the City's General Fund. The following tables summarize the
revenues and expenses associated with this project:
IfMIRUM
1 *04 21N&W_
- --------------------------------------------------ME
Vegetation Management
(Standard Work)
Vegetation Management
(Emergency Worr,)
Additional Days (if neede
Estimated Total Project C1st-7
The estimated days are based on the number of days utilized by staff in the past year to perform similar
vegetation management tasks. Although the actual cost is not known at this time, expenditures will not
exceed the proposed $70,000 maximum without Council approval.
OPTIONS.
I Adopt the resolution authorizing the Director of Public Works to award the Vegetation
Management and Debris Removal two year renewable contract to Forster & Kroeger Landscape
Maintenance Inc., in an amount not to exceed $70,000 per year. At the discretion of the Public
Works Director and with the contractor's consent,, and subject to available funds, the contract
can be renewed up to three additional two year terms at the same costs with adjustments as
warranted by Consumer Price Index (CPI) and with the contractor consent.
2. Do not award the maintenance contract,, direct staff to rebid the project. If this option is chosen,
rebidding will negatively impact equally important maintenance operations such as preparing for
the upcoming storm season while Public Works personnel perform debris removal work.
ACTION R-EQUIR-ED: Adopt resolution.
Enclosures: Resolution, Agreement
ACTION R]EQUIRED:
Adopt resolution.
Enclosures: Resolution,, Agreement
U
MCI! 1111111111111� q
WHEREAS, on September 4, 2013, pursuant to due and legal notice published 'in the
manner provided by law, inviting sealed bids or proposals for the work hereinafter mentioned, a
more fully appears from the Affidavit of Publication thereof on file in the office of the City Cler
*f the City of San Rafael, California, the City Clerk of said City did publicly open, examine, an
teclare all sealed bids or proposals for doing the following work in said City, to wit:
"Vegetation Management & Debris Removal 2013/2015"
City Project No. 11217
in accordance with the plans and specifications therefore on file in the office of said City Clerk;
and
WHEREAS, the bid of Forster & Kroeger Landscape Maintenance, Inc., at the unit
(i ,rices stated in its bid was the lowest responsible and responsive bid for said work; and
WHEREAS, there are sufficient balances in the Measure A special revenue fund to
provide funding for this contract.
•
1. The Public Works Director is authorized to execute a renewable two year contract
with Forster & Kroeger Landscape Maintenance, Inc. in a form approved by the
fk-"'.I*ty Attorney, for said work and to return the bidder's bond upon the execution of
2. At the discretion of the Public Works Director and with the contractor's consent.)
this contract can be renewed up to three additional two year terms at the same
costs with adjustments as warranted by changes in the Consumer Price Index
(CPI).
3. Funds will be appropriated in the Measure A special revenue fund to support the
activity performed under this contract.
4. The Public Works Director is hereby authorized to take any and all such actions
and make changes as may be necessary to accomplish the purpose of this
1, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certifv that th
foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of th
City Council of said City held on Monday, the 16 th day of September, 2013 by the followini
vote, to wit:
AYES: COUNCILMEMBERS: Colin, Connolly, Heller, McCullough & Mayor Phillips
NOES, COUNCILMEMBERS, None
File No.: 01.01.02.01
a 0 4
City of San Rafael + California
Form of Contract Agreement
for
Vegetation Manazement & Debris Removal 2013/2015
City Project No. 11217
This Agreement is made and entered into this day of 6: 1*CA&R , 2013 by and between the City of San
Rafael (hereinafter called City) and Forster & Kroeger Landscape Maintenance, Inc. (hereinafter called
Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as
follows:
1- Scope of the Work
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to
perform all of the work described in the plans and specifications for the project entitled: Vegetation Management
& Debris Removal 2013/2015, City Project No. 11217, all in accordance with the requirements and provisions of
the Contract Documents as defined in the Contract Provisions which are hereby made a part of this Agreement. The
liability insurance provided to City by Contractor under this contract shall be primary and excess of any other
insurance available to the City.
11- Term of Contract
(a) The work to be performed under this Contract shall be commenced within FIVE (5) CALENDAR DAYS after
the date of written notice by the City to the Contractor to proceed and continue through August 31, 2015.
(b) Individual assignments within the scope of the contract shall be completed wthin 15 working days after the
date of such notice and with such extensions of time as are provided for in the General Conditions.
(c) At the discretion of the City Public Works Director and with Contractor's consent, this contract can be renewed
for up to three additional two year terms at the same $70,000 annual cost, with adjustments as warranted by
changes in the Consumer Price Index for the San Francisco area.
III - Liquidated Damages
It is agreed that liquidated damages shall apply as specified in Section I d of the Special Provisions.
IV - The Contract Sum
The total annual contract amount shall not exceed $70,000.
Payment shall be by hourly rate for Routine and Emergency Brush and Homeless Debris Removal as detailed in the
specifications including rates for labor and equipment as noted. All equipment shown as "included"; as well as any
other equipment, tools, vehicles, materials, maintenance, labor and appurtenances required to perform the jobs on,?
call out basis, 24 hours a day, seven days a week; shall be covered by the unit rates for labor.
Travel time to and from the job site is not included in the man-hour rate. Only actual hours at the job site will be
credited towards actual payment.
tit
Description
Routine Work (8AM-
5PM M -F)
Emergency "call -out" Work
(Weekends, Night, Overtime, Holidays)
Supervisor
$34.00
Included
yd. Dump Truck
Included
Included
Pick-up TruCK
Included
pper
Included
Included
Weed Eaters
Imam*
Included
Included
V - Payments
City will pay Contractor upon presentation of bills to the Department of Publc Works at 111 Morphew Street, San
Rafael, CA for services performed under this contract.
VI — Indemnification
Contractor will indemnify, release, defend and hold harmless City, its officers, and employees, against any claim,
demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in
any way, in whole or in part, from any acts or omissions, intentional or negligent, of Contractor or Contractor's
officers, agents and employees in the performance of their duties and obligations under this contract.
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this
Agreement the day and year first written above.
ATTEST:
-fir e - Bo',e s,
Esther C. Beirne
City Clerk
es
Robert F. Epstein
City Attorney
File No.: 01.01.02.01
CITY OF SAN RAFAEL:
Nader Mansourian
PublicWo"i"kserector
X17-0
FORSTEI� & ^OEGER LANDSCAfE
MAINTENA1%,
,WE, INC.
By:
Printed Na Ct
t cC ob %.*k
Title: Q
rc
CITY OF SAN RAFAEL
MAYOR
Gary 0. Phillips
Department of
COUNCIL MEMBERS
Barbary Heller
Public Works
Damon Connolly
Kate Colin
Andrew McCullough
SUBJECT: WORKERS' CO M PENSATION AND PUBLIC LIABILITY
PROPERTY DAMAGE INSURANCE (PUBLIC WORKS CONTRACTS)
The City of San Rafael requires that all Contractors and Subcontractors performing work under
Public Works contract with the City, carry workers' compensation insurance, public liabili
insurance and property damage insurance. The public liability insurance and property damaI
g
0
insurance shall insure the City, its elective and appointive Boards, Commissions, Officer
Agents and Employees, as follows:
Public Liab Not less than $500,000 per person an
$1,000,000 for one occurrence. I
Property Damage: Not less than $500 ,000 for one occurrence.
The required insurance may be provided by a separate policy insuring the City, its elective and
appointive Boards, Commissions, Officers, Agents and Employees or, if the contractor already
[ias insurance, he may provide the City with the required insurance by submitting a certificate of
insurance and a standard form of additional insured endorsement. For this latter purpose, the
City will accept the following:
"IT IS HEREBY UNDERSTOOD AND AGREED THAT THE CITY OF SAN
RAFAEL, its officers, agents and employees, are additional insured hereunder but
only as respects liability arising out of the land and/or property and/or work
described in the Public Works contract for the project entitled, VEGETATION
MANAGEMENT & DEBRIS REMOVAL 2013/2015, Project No. 11217
between the City of San Rafael and Forster & Kroea r Landscgp Maintenance.,
Inc. for the work and the improvements described therein."
Evidence of satisfactory insurance must be furnished to the City at the time of the execution of
the Public Works contract with evidence that the insurance carrier will not cance
togetherl or
reduce the coverage of the policy without first giving the City at least thirty (30) days prior
notice. Such notice shall be sent to:
CITY OF SAN RAFAEL
DEPARTMENT OF PUBLIC WORKS
I 11 Morphew Street
SAN RAFAEL,, CA 94901
CERTIFICATE OF LIABILITY INSURANCE
DATE rr
7 9 2013
THIS CERTIFICATE IS ISSUED AS A MATTER OF i' i ONLY i CONFERS NO' ' iN THE CERTIFICATE HOLDER.
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. ' OF 'j DOES NOTi iNTRACT BETWEEN THE ISSUING INSURERAUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to 1
the terms #conditionsof policy, policies ` iendorsement. •statementon does !confer# to the
certificate holder ofsuch endorsement(s).
•`+rrNAME:LUMStacy
Insurance Services, Inc. JUL 15
1835 N. -
PUBLIC WORKS DEPT. I
iFresno CA 93727 1�
CONTACT Manning
FAX
!rr- • "
•`r • 1 1
-
INSURER A ARCH Insurance Company
INSURED
[Forster• - • -r Landscape Maintenance, Inc.
-
Larkspur,77 •
.i
RafaeliSan CA94901
INSURER :
INSURER C:
INSURER r
INSURER E
COVERAC'ES CERTIFICATE NUMBER:13 j14 Pkg & Auto REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
INSR
SUER
WD
POLICY NUMBER
POLICY EFF
MMIDDNYYY
POLICY EXP
MMIDDNYYY
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE 11000,000
DAMAGE T RENTED 100,000
PREMISES Ea occurrence
X COMMERCIAL GENERAL LIABILITY
MED EXP (Any one person) $ 5,000
A
CLAIMS -MADE lil OCCUR
CPKGO 0 5 3 4 0 5
7/1/2013
j1j2014
PERSONAL & ADV INJURY $ 11 0 0 0, 0 0 0
GENERAL AGGREGATE $ 21000,000
LX1 $500 Pd Ded
PRODUCTS - COMP/OP AGG $ 2,000,000
GEN1 AGGREGATE LIMIT APPLIESPER:
$
7 POLICY PRO -F-] LOC
AUTOMOBILE LIABILITY
A
COMBINED SINGLE LIMIT
Ea accident 11000,000
BODILY INJURY (Per person) $
A
X ANY AUTO
ALL OWNED SCHEDULED
LCPKGO053405
/1/2013
/1j2014
BODILY INJURY (Per accident) $
AUTOS AUTOS
NON -OWNED
X HIRED AUTOS AUTOS
PROPERTY DAMAGE $
Per accident
Underinsured motorist $ 1 0 0 0 0 0 0
UMBRELLA LIAR
OCCUR
EACH OCCURRENCE $
AGGREGATE $
-d
EXCESS LIAR
CLAIMS -MADE
LlDED
I I RETENTION $
$
WORKERS COMPENSATION
IQB- Limlis IWC STATU- OTH-
EB
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y ! N
E.L. EACH ACCIDENT $
E.L. DISEASE - EA EMPLOYE
OFFICER/MEMBER EXCLUDED?
{Mandatary in NH}
N 1 A
E.L. DISEASE -POLICY LIMIT $
If yes, describe under
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS f LOCATIONS f VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
RE: All landscape operations performed by or an behalf of the named insured.
Blanket Additional Insured per Attached OOGLO434000108
ACCORDANCECERTIFICATE HOLDER CANCELLATION I
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE NOTICE WILL BE DELIVERED IN
_ PROVISIONS.
RafaelCity of San
Department of Public •
P.O. Box . !
San Rafael, CA 9491.5-1560
Macy Manning /ACO E
ACORD 2 (2010/05) 1988-2010 ACORD CORPORATION. All rights reserved.
INS025 (201005).01 The ACORD name and logo are registered marks of ACORD
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT
CAREFULLY.
BLANKET ADDITIONAL INSURED PROTECTION ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
1. SECTION 11 - WHO IS AN INSURED is amended to include as an insured any
organization or person required to be named as an additional insured pursuant to a
written contract or agreement.
The insurance provided by this endorsement is subject to the following:
a. This insurance does not apply to any person or organization not specificall�
approved by us as an additional insured.
b. Any insurance afforded an additional insured under this endorsement shall no
begin before the date that the person or organization is approved by us as ar
additional insured.
c. The Limits of Insurance under this insurance, which are listed in the Declaration.4
of this policy, shall not be increased, regardless of the number of additiona
insureds, or the limits specified in the contract or agreement.
do Any coverage that is not provided under an additional insured's liability insuranc(
policy for your acts, errors, or omissions is also not provided under this insurance.
e. With respects to the additional insured, this insurance does not apply to: 1
I) it )Irt)
"Property Damage to your product arising out of it or any part of it. 2. "Propert
Damage" to ityour work" arising out of it or any part of it and included in th
prod ucts-completed operations hazard 3. Liability for "Property Damage" o
"Bodily Injury" for acts, errors, omissions of an additional insured.
f. If required under written contract, this insurance will apply to an additional insure
I
as primary insurance and other insurance which may be available to suc
additional insured shall apply on an excess basis.
go If required by a written contract, we waive our right to recovery against an.,
additional insured because of payments we make for injury or damage arising o
of :your ongoing operations, or 'Iyour work" done under a contract with th
it 11
additional insured and included in the products completed operations hazard
All other terms and conditions of this Policy remain unchanged.
Endorsement Number: N/A
Policy Number: LCPKGO053405
Named Insured- Forster & Kroeger Landscape Maintenance, Inc.
This endorsement is effective on the inception date of this policy unless otherwise stated herein.
Endorsement Effective Date- 07/01/2013
00 GL0434 00 01 08 Includes copyrighted material of Insurance Services Office, Inc Page 1 of I
.with its permission
MAYOR GARY 0. PHILLIPS
VICE MAYOR BARBARA HELLER
COUNCILMEMBER KATE COLIN
COUNCILMEMBER DAMON CONNOLLY
COUNCILMEMBER ANDREW CUYUGAN MCCULLOUGU
PUBLIC WORKS DEPARTMENT: (415)485-3355 FAX: (415)485-333
Nader Allansourian, Director ofPublic Worl
Forster & Kroeger Landscape Maintenance, Inc.
77B Larkspur Street
San Rafael,, CA 94901
Re: Vegetation Management & Debris Removal 2013/2015
Gentlemen:
The San Rafael City Council on September 16, 2013 awarded the referenced contract to your
firm for the low bid not to exceed $70,000 per year.
Enclosed are the original and two copies of the project agreement which you are required to
execute within five (5) days from receipt of this letter. Please take the following steps:
I= awmak111
Execute all three copies. NOTE: If you are a corporation,, two signatures are required;
one by the Chairman of the Board, the President or any Vice President, AND one by the
Secretary,, Assistant Secretary, Chief Financial Officer or any Assistant Treasurer.
Alternatively, you may provide a corporate resolution stating that the individual who
signs is authorized to bind the corporation.
2. Return all three copies to us. You will receive a fully executed copy later.
1 . Furnish a Faithful Performance Bond in the sum of $70,000 per year.
2. Furnish a Labor and Materials Bond in the sum of $70,,000 per year.
3. Date the Bonds September 16, 20131
4. The description of work in both bonds should be "Vegetation Management & Debris
Removal 2013-2015".
I I I MORPHEW STREET - PO Box 1511560 - SA -x, RAFAEL, CA 94915-156m
WWW.CITYOFSANKRAFAEL.ORG I
A
5. The Obligee on both Bonds must be the City of San Rafael.
6. Please •give your bonding company a copy of this letter as a guide.
7. Send the bonds in duplicate to our office.
I 10M 11 1 s1101M I
Furnish Certificates of Insurance as provided in the specifications and as described on th(
enclosed "Insurance Requirements Sheet", including Workers' Compensation, Publi(
Liability, and Property Damage. The required insurance may be provided by a separat(
policy or certificate of insurance insuring the City for public liability and propert3
damage. The required cross -liability endorsement MUST READ EXACTLY
STATED on the enclosed Insurance Requirement Sheet. Be sure to attach th(
endorsement to your insurance certificate. That portion of the cancellation claus(
pertaining to "Failure of the insurance company to mail notice of cancellation imposin�
no obligation or liability upon the company" must be deleted from the certificate o'
insurance. Please cross out and initial the deleted portion.
2. Send the Insurance Certificates in duplicate to our office.
3. Please give your insurance carrier a copy of this letter as a guide.
Should you, your bonding company, or your insurance carrier have any questions, please contact
our Engineerat 485-3355.
Sincerely yours,
ON
`7
Leslie Blomquist
Associate Civil Engineer
Enclosures (4): 3 Agreements
I Insurance Requirements Sheet
cc*. Project Engineer
o,. S A
0/10,
N
IFOW�
PROFESSIONAL SERVICES AGREEMENT/CONTRACT-
COMPLETION CHECKLIST AND ROUTING SLIP
Below is the process for getting your professional services agreements/contracts finalized and
executed. Please attach this "Completion Checklist and Routing Slip" to the front of your
contract as you circulate it for review and signatures. Please use this form for all professional
services agreements/contracts (not just tho'se requiring City Council approval).
This process should occur in the order presented below.
Step
Responsible
Description
Completion
Department
Date
I
'City Attorney
Review, revise, and comment on draft
agreement.
2
Contracting Department
Forward final agreement to contractor for
their signature. Obtain at least two signed
originals from contractor.
3
Contracting Department
Agendize contractor -signed agreement for
Council approval, if Council approval
necessary (as defined by City Attorney/City
Ordinance*).
-4City
Attorney
Review and approve form of agreement;
W if
bonds and insurance certificates and.,�
1�.- IV A, A
/J'Ah"&
endorsements.
5
City Manager Mayor l or
Agreement executed by Council authorized
Department Head
official.
6-
City Clerk'
City Clerk attests signatures, retains original
agreem. ent and forwards copies to the
contracting department.
Project Manager: Project Name.
e.
Agendized for City Council Meeting f If necessary):
If you have questions on this process, please contact the City Attorney's Office at 485-3080.
Council approval is required if contract is over $20,000 on a cumulative basis.
't A
Notice is hereby given that the City of San Rafael Department of Public Works will
receive bids for furnishing all labor, materials, equipment and services for
VEGETATION MANAGEMENT & DEBRIS REMOVAL 2013/2015
PROJECT NO. 11217
Project consists of providing routine removal of combustible waste and homeless debris.
Work will 'Include pruning, removal of small trees, chipping branches, hauling off debris,
and other assignments as required.
Each bid shall be in accordance with the plans, specifications and other contract documents
now on file with the City Clerk, City Hall, San Rafael, California; and may be examined
and copies may be obtained- at the Department of Public Works, 111 Morphew Street, P. 0.
Box 151560, San Rafael, CA 94901. Cost shall be Thirty Dollars ($30.00) per set, non-
refundable. Cost of mailing sets shall be an additional Five Dollars ($5.00) per set.
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 them
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.
Each bid shall be made out on the form to be obtained at the Department of Public Works,
I I I Morphew Street, San Rafael, California 94901 and shall be accompanied by cash,
certified check or bidder's bond for ten percent (10%) of the amount of bid, made payable
to the order of the City of San Rafael; shall be seated and filed with said City Clerk, 1400
Fifth Avenue, Room 209, City Hall, San Rafael, California 94901 on or before 2:00 PM.
September 4, 2013#
The City resenves the right to reject any or all bids or to waive any informality in a bid.
Dated August 2? 13
ESTHER C. BEIRNNE
City Clerk
a
Independent Journal
4000 Civic Center Drive,, Suite 301
San Rafael, CA 94903
FAX NO: 382-7205
MAYOR GARY 0. PHILLIPS
wo
VICE MAYOR BARBARA HELLER
COUNCILMEMBER KATE COLIN
COUNCILMEMBER DAMON CONNOLLY
COUNCILMEMBER ANDREW CUYUGAN MCCULLOUGIR
i':':UBLIC WORKS DEPARTMENT: (415)485-3355 FAX: (415)485-3334
Nader Mansourian, Director ofPublic Works
P. 0. No. 00449 (City Council)
Account #2070419
File No: 22.08.02
Re: NOTICE INVITING SEALED PROPOSALS -
PROJECT NAME: VEGETATION MANAGEMENT & DEBRIS REMOVAL 2013/2015
PROJECT NO: 11217
Enclosed is one copy of Notice Inviting Sealed Proposals for Public Works entitled:
"VEGETATION MANAGEMENT & DEBRIS REMOVAL 2013/2015".
Please publish the enclosed notice on August 22, 2013 and furnish us with Galley Proof and Proof
of Publication in duplicate.
Thank you for your cooperation in this matter.
1 Ai
Z Y
Nader Mansourian
Public Works Director
NM:dw
Enclosure (1)
cc: Esther C. Bei e, City Clerk (2 copies-w/encls.)
Project Engineer (w/encl.)
Admin. (2) (w/encl.)
111 MORPHEW STREET - PO Box 151560 - SANT RAFAEL,, CA 94915-1560
WA,V.CITYOFSANTRAFAEL.ORG
ve
.1ece!
I
IBM
ttQ I Le Al I
_at *Mae saw
Notice is hereby given that the City of San Rafael Department of Public Works will
receive bids for furnishing all labor, materials, equipment and services for
VEGETATION MANAGEMENT & DEBRIS REMOVAL 2013/201.`_1-Y
PROJECT NO. 11217
Project consists of providing routine removal of combustible waste and homeless debris.
Work will include pruning, removal of small trees, chipping branches, hauling off debris,
and other assigm-nents as required.
Each bid shall be in accordance with the plans, specifications and other contract documents
now on file with the City Clerk, City Hall, San Rafael, California; and may be examined
and copies may be obtained at the Department of Public Works, 111 Morphew Street, P. 0.
Box 151560, San Rafael, CA 94901. Cost shall be Thirty Dollars ($30.00) per set, non-
refundable. Cost of mailing sets shall be an additional Five Dollars ($5.00) per set.
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 them
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.
Each bid shall be made out on the form to be obtained at the Department of Public Works,
I I I Morphew Street, San Rafael, California 94901 and shall be accompanied by cash,
certified check or bidder's bond for ten percent (10%) of the amount of bid, made payable
to the order of the City of San Rafael; shall be sealed and filed with said City Clerk, 1400
Fifth Avenue, Room 209, City Hall, San Rafael, California 94901 on or before 2.00 Pm.
September 4, 20139
The Citv reserves the right to'reject any or all bids or to waive any informality in a bid-.
V
Dated., August 22, 2013 WOMMMINXISOM
ESTHER C. BEIRNE
City Clerk
lly'llk] I I I I ii'', I i��� 11
ojFffAL'j :j :j''N'
m iw
hAw-Al llm hL III NAM
INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT,
ORDINANCE OREESOLUTION BEFORE APPROVAL BY COUNCIL /AGENCY.
SRRA / SRCC AGENDA ITEM NO.
FROM: Nader Mansouri2,n
DATE: September 9, 2013
Department Head (signature)
a a*
lW10