Loading...
HomeMy WebLinkAbout1998-01-12 City Council (13)TO: City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL 6 FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:JANUARY 12, 1998 CMR:110:98 SUBJECT:AWARD OF CONTRACT TO THE DAVEY TREE EXPERT COMPANY FOR FY 1997-98 TREE AND STUMP REMOVAL - PHASE 2 RECOMMENDATION Staff recommends that Council approve and authorize the Mayor to execute the attached contract (Attachment C) with The Davey Tree Expert Company in the amount of $100,000 for FY 1997-98 tree and stump removal. DISCUSSION Project Description The work to be performed under the contract includes the removal of dead and dying trees and stumps throughout the City. The work also includes, when necessary, the grinding of excessive surface roots outside the limits of work for tree and stump removal. Staffhas identified 140 trees and stumps for removal. Additional trees and stumps will be identified for removal during the life of the contract and will be compiled into subsequent removal lists. Each new list will include approximately 100 trees and stumps. Trees and stumps will be removed at a cost of up to, but not exceeding, the $100,000 contract amount. The cost of the removals will be in accordance with Bid Schedule A (Attachment B) submitted by The Davey Tree Expert Company as part of its bid. Bid Process Invitations for Bid (IFB) were mailed on December 5, 1997 to eight contractors. The bidding period was 25 days because the scope of work is routine and the City has bid similar projects over the past 15 years. A mandatory pre-bid meeting was held on December 18, 1997; three bidders attended the meeting. Bids were received from two qualified contractors on December 30, 1997, as listed on the attached bid summary (Attachment A). Bids ranged from a high of $79,040 to a low bid of $73,595. CMR:110:98 Page 1 of 2 Staffhas reviewed all bids submitted and recommends that the low bid of $73,595 (for the removal work of List 1 and for 50 crew hours of surface root grinding) submitted by The Davey Tree Expert Company be accepted and that The Davey Tree Expert Company be declared the lowest responsible bidder. The bid is significantly higher than the staff estimate of $41,250, which was based on the prior contractors bid pricing. Due to the volume of work being done by contractors at this time of year coinciding with public concern for an extremely wet winter keeping the contractors’ workload high, the bids were significantly higher than in the past. Due to these conditions, staff believes that the bids received are reasonable and competitive and recommends proceeding with the award, of contract. The Davey Tree Expert Company has successfully completed five contracts for the City in the past 18 months. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. RESOURCE IMPACT Funds for this project are included in the FY 1997-98 Public Works Department Trees budget. POLICY IMPLICATIONS The award of this contract is consistent with existing City policies. ENVIRONMENTAL REVIEW This project is categorically exempt fi’om the provisions of California Environmental Quality Act and no further environmental review is necessary. ATTACHMENTS A - Bid Summary B - Bid Schedule A C - Contract PREPARED BY: Eugene F. Segna, Coordinator, Public Works Operations DEPARTMENT HEAD REVIEW: ~ ,~. ~~--~--~,~,. ,,,/ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: ’HA SON Assistant City Manager CMR:110:98 Page, 1 of 2 ATTACHMENT A PART 11 -BIDDER’S BID PAGES BID SCHEDULE A SECTION 3OO ATTACH[4ENT B BID ITEM 10. 11. 12. 13. 14. 15. TREE DIAMETER* 9"° 12" 13"- 16" 17" - 20" 21 " - 24" 25" -.28" 29" - 32" 33" - 36" 37" - 40" 41" - 44" 45" - 48" 49" - 52" 53" - 56" 57" - 60" STUMP 0-1FT (A) s STUMP/TRUNK I FT- 15FT (B) $ qoo STUMP/TRUNK 16FT- 35 FT (c) HOURLY RATE PER 2 PERSON CREW FOR ADDITIONAL ROOT GRINDING COMPLETE TREE INCL. STUMP (D) s B,~oO s ~qCx) COMPLETE TREE NO STUMP Rounded to near~st inch. OF PALO’AL’I"0: Bid Pages IFB i~i1~16)’SECTION 300-4 ATTACHMEI~ FORMAL CONTRACT CONTRACT No. (Public Works) SECTION 500 This Contract, number dated , is entered into by and between the City of Palo Alto, a chartered city and a municipal corporation of the State of California ("City") , and The Davey Tree Expert ~oml3anv , an Ohio corporation, ("Contractor"). For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of ExecQtion of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract. This Contract may be terminated for convenience by the City upon teh (10) days’ prior written notice. o General Scope of Project and Work. Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Title of Project: Total Bid: Total Contract: 1997-98 Tree and Stump Removal - Phase 2 - Project No. 102307 $73,595.00 $100,000.00 Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving inconsistencies are set forth in a. b. C. d. e, f. g. h. I. j. k. I. between and among the provisions of this Contract, these documents and the provisions thereof the following descending order of precedence. This Contract. Notice Inviting Formal Bids. Project Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. General Conditions. Standard Drawings and Specifications (1992). Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. Affirmative Action Guidelines and Compliance Report. Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the Standard Drawings and Specifications (1992). Any other document not expressly mentioned herein which is issued by City or entered into by the parties. CITY OF PALO ALTO: Public Works Formal Contract ( FY 97-98 Tree & Stump Removal - Phase 2)SECTION 500-1 OF 8 FORMAL CONTRACT 4. SECTION 500 Compensation In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of written invoices and all necessary Supporting documentation within the time set forth in the Contract Specifications and the Standard Drawings and Spedifications (1992), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices. Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance coverage described in the Notice Inviting Formal Bids on terms and conditions and in amounts as may be required by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Executiom The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 15 of this Contract. !.ndemnification. Contractor agrees to protect, defend, indemnify and hold City, its Counoil members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any. part thereof, or which arises from Contractor’s failure to do anyth.ing required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. § §9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. §§6901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. §§2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, §§25300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, §§25100- 25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, § §25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, § §25280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. = Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which may occur in, on, or about the Project site at any time and in any manner, CITY OF PALO ALTO: Public Works Formal Contract ( FY 97~98 Tree & Stump Removal - Phase 2)SECTION 500-2 OF 8 FORMAL CONTRACT SECTION 500 excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custem or practice which may arise between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination and affirmative action in employment and hazardous materials. 10.Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Notice Inviting Formal Bids. 11.Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder; do Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard tO the terms and conditions of Contractor’s Bid, except as may be permitted by the Notice Inviting Formal Bids; CITY OF PALO ALTO: Public Works Formal Contract ( FY 97-98 Tree & Stump Removal - Phase 2)SECTION 500-3 OF 8 FORMAL CONTRACT SECTION 500 g.Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the persor~ or persons authorized to bind Contractor; Contractor has not made an attempt to exert undue influen~ce with the purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract; ko Contractor and any person performing labor and services under this Project are duly licensed by the State of California as required by California Business & Professions Code Section 7028, as amended; and Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. 12.Assignment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigned by Contractor. Any attempted assignment shall be null and void. 13.Claims of Contractor. All claims pertaining to extra work, additional cl~arges, or delays within the Contract Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. 14. 15. Audits by City. During the term of this Contract and for a period of not less than three (3) years after the expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City. Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number set forth below during regular business hours of the receiving party and followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and service by facsimile transmission. CITY OF PALO ALTO: Public Works i:~rmal Contract ( FY 97-98 Tree & Stump Removal- Phase 2)SECTION 500-4 ~1= 8 FORMAL CONTRACT SECTION 500 To City: Copy to: To Contractor: City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 City of Palo Alto Public Works Department 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Phone: (650) 496-6905 FAX: (650) 852-9289 ATTN.: David Sandage, Project Manager The Davey Tree Expert Company 1055 Commercial Court San Jose, CA 95112 Phone: (408) 453-3389 FAX: (408) 453-2940 ATTN.: Mike Weber 16. 17. Appropriation of.City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and.equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16 shall control in the event of a conflict with any other provision of this Contract. Miscellaneous. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor. Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with ~he Laws of the State of California. Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and Specifications (1992) of this Contract are incorporated herein by reference. CITY OF PALO ALTO: Public Works Formal Contract ( FY 97-98 Tree & Stump Removal - Phase 2)SECTION 500-5 OF 8 FORMAL CONTRACT SECTION 500 e.Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to perform its obligations under this Contract which directly results from an Act of God or an act of a superior governmental authority. Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract. Incorporation of Documents. All documents constituting the Contract documents described in Section 3 hereof and all documents which may, from time to time, be refer#ed to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract. Integration. This Contract and any amendments hereto between the parties constitute the entire agreement between the parties concerning the Project and Work, and there are no other prior oral or written agreements between the parties that are not incorporated in this Contract. Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless such modification is agreed to in writing and signed by the parties. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. -" Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect. Status of Contractor. In the exercise of dghts and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits accorded or accruing to the City Council members, officers or employees .of City, and Contractor expressly waives any and all claims to such rights and benefits. Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be extended to the following Business Day~ Venue. In the event that suit is brought by either party hereunder, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Santa Clara in the City of San Jose or in the United States District Court for the Northern District of California in the City of San Jose. ~c~(F~ -- SECTION 500-6 OF 8 FORMAL CONTRACT SECTION 500 q.Recovery of costs. The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its ~easonable costs, including reasonable attorney’s fees, incurred or expended in connection with such action against the non-prevailing party. IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above. ATTEST:CITY OF PALO ALTO CityClerk APPROVED: By: Its: Mayor CONTRACTOR: City Manager By: Name: Director of Public Works Title: Director of Administrative Services Manager, Contract Administration (insurance review) APPROVED ASTO FORM: Senior Asst.. City Attorney Taxpayer I.D. No.: CITY OF PALO ALTO: Public"Wor’ks Formal Contract | FY 97-98 Tree & Stump Removal - Phase 2)SECTION’" 500-7 OF 8 FORMAL CONTRACT SECTION 500 . CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF On , before me, for said County, personally appeared , a notary public in and_ personally known to me (or proved to me on the basis Of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal) END OF SECTION 8CITY OF PALO ALTO: Public Works Formal Contract ( FY 97-98 Tree & Stump Removal - Phase 2) - OF 8