HomeMy WebLinkAbout1996-01-16 City Council (19)TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: Public Works
AGENDA DATE:
SUBJECT:
January 16, 1996 CMR:l10:96
Approval of Contract with Environmental Care, Inc. dba Arbor
Care for Tree and Stump Removal Services
REQUEST
This is a request for approval of a contract for the removal of dead and dying City-owned
trees and stumps.
RECOMMENDATION
Staff recommends that the bid of $42,604.51 (based on estimated workload) submitted by
Environmental Care, Inc. dba Arbor Care be accepted, that Environmental Care, Inc. dba
Arbor Care, be determined to be the lowest responsible bidder and that the Contract be
awarded accordingly in an amount not to exceed $100,000 for actual work to be performed.
POLICY IMPLICATIONS
This agreement does not represent any change to existing policy.
EXECUTIVE SUM-MARY
The Public Works Department contracts annually for the removal of dead and dying trees and
stumps throughout the City. Over 400 trees were removed in fiscal year 1994-95 and staff
anticipates that this rate of removal will continue through this fiscal year. Trees and stumps
will be removed at a cost of up to, but not exceeding, the $100,000 budgeted amount. The
cost of the tree removals will be in accordance with the attached Schedule A submitted by
Environmental Care, Inc. dba Arbor Care as part of its bid.
Invitations for Bid (IFB) were sent to fifteen potential bidders. Five potential bidders
attended the mandatory pre-bid meeting. Two bids were received. One of the pre-bid
attendees, who did not submit a bid, said they currently have too much work and could not
accept a job this size. The other two attendees did not respond to calls by staff. The lowest
responsible bidder was selected, based on the submitted bid price for the removal of 127 trees
identified by City staff (see attached List 1) and on performing 100 crew hours of stump
CMR:l10:96 Page 1 of 2
grinding during the course of the fiscal year. Additional trees may be identified for removal
by the contractor in excess of the estimated workload upon which the bids were based.
FISCAL IMPACT
In the event that the anticipated cost of tree removal during FY 1995-96 might exceed the
budgeted amount of $100,000 for removal and replanting, it may be necessary to defer
additional removals until FY 1996-97.
ENVIRONMENTAL ASSESSMENT
This project is exempt from CEQA under Section 15301(a) of the CEQA guidelines.
ATTACHMENTS
1 -Bid Summary
2 -Schedule A
3 -List 1
4 -Contract
PREPARED BY:Stephen Scott, Coordinator, Public Works Projects
DEPARTMENT HEAD REVIEW:
CITY MANAGER APPROVAL:
GLENN S. ROBERTS
Director of Public Works
BERNARD M. STROJ~g’Y
Assistant City Manager
CMR:l10:96 Page 2 of 2
SUmmArY
and St~mp ~emovN Project
BIDDERS NAME
Environmental Care,
Inc. dba Arbor Care
LIST 1
(Initial 144 tree &
stump removals)
$35,386.51
Cost of 100 hours
of stump grinding
!$7,218.00
TOTAL
$42,604.51
Davey Tree Expert $52,700 00 $4,000.00 $56,700.00
Sheet1
City of Palo Alto Bid: Part.II - Bidders Bid Pages, .-. L_~
Schedule A
Item #
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
DBH
10-Sep
0-8"
9-10"
11 -12"
13 -14"
15 -16"
17 -18"
19 -2O"
21 -22"
23 -24"
25 -26"
27 -28"
29 -30"
31 -32"
33 -34"
35 -36"
37 -38"
39 -40"
41 -42"
43 -44"
45 -46"
47 -48"
49 -50"
51 -52"
53 -54"
55 -56"
57 -58"
59 -60"
61 -62"
63 -64"
65 -66"
67 -68"
69 -70"
71 -72"
73 -74"
Stumps
A
0to 1ft.
72.18
72.18
72.18
99.25
99.25
126.32
144.36
................. 144.3~i
216.54
216.54
216.54
216.54
216.54
216.54
216.541
216.54~
234.59
252.63
270.68
288.72
306.77
324.81
342.86
360.90
378.95
397.00
415.04
433.09
451.13
469.18
487.22
505.27
541.36
577.45
Stumps"
1 to 15 ft
108.27
108.27
108.27
135.34
135.34
162.41
180.45
180.45
252.63
25,:2.631
288.72
288.72
288.721
324.8!,,,i
324.81i
324.811
378.95!
397.00!
415.041
433.09,
451.13
469.18
487.22
505.27
523.31
541.36
559.40
577.45
595.49
613.54
631.58
649.63
685.72
721.81
Trunk
c
16-35 ~
108.27
108.27
108.27
162.41,,i
162.41
189.4~
216.54
216.54!
288.721
433.09
433.09
433.09
433.09
433.09,
433.09
433.09
469.18
505.27
541.36
577.45
613.54
649.63
685.72
721.81
757.90
793.99
830.08
866.17
902.26
938.35
974.44
1010.53
1046.62
1082.71
Tree ,
D
& stump
153.38
153.38
153.38
252.63
252.63
252.63
415.o4
415.o4
451.13
451.13
739.85
739.85
739.85
775.95
775.95
775.95
1154.9o
1154.9o
1154.9o
1299.26
1299.26
1299.26
14o7.53
14o7.53
14o7.53
1515.8o
1515.80
1515.80
1624.07
1624.07
...... 1624.071
1732.34
1732.34
1732.34
35~,Hour!,y rate per crew for additional stump grinding - 2people ,grinder
361 !
Tree
E
0nly
36.09
144.36
144.36
180.45
180.45
180.45
270.68~
270.68’
306.77i
306.77i
523.311
523.31
523.31
559.40
559.40
559.40
902.26
902.26
902.26
1010.53
1010.53
1010.53
1046.62
1046.62
1046.62
1100.76
1100.76
1100.76
1154.90
1154.90
1154.90
1190.99
1190.99
1190.99
72.18
Page 1
Page No.
TREE AND STUMP REMOVAL CONTRACT
REMOVE96.DBF, LIST #i
ALPHABETICAL LIST
................ lO/27/95
A
R
E
A HOUSE STREET
18 705 ALESTER
29 I035X ALMA-WEST
SIDE
29 1200X ALMA-WEST
SIDE
29 1300X AI24A-WEST
SIDE
S D H P
I M I L
T T T N
E R E SPECIES PRICE T NOTES
~, & 5
6 18 D~ MAGNOLIA $~Y
XX 18 E BLACK $[~O, Jf5 N
WALNUT
XX 16 E ACACIA- $/~L~,qg N
DEAD
XX 16 E ACACIA- $ l~O.’~>"~ "’N
DEAD
TWO TRUNKS-12M2, 5TH
TREE FROM CORNER OF
CHANNING, DYING,(NOT
MARKED)
ACROSS ALMA FROM 1035
ALMA° WALNUT WITH DEAD
TOP.
DEAD ACACIA ACROSS
ALMA, JUST SOUTH OF
INTERSECTION OF
MELVILLE°
TWO TRUNKS, DEAD TREE.
29 !327X ALMA-WEST
SIDE
27 1869X ALMA-WEST
SIDE
27 1869X ALMA-WEST
SIDE
27 1869X ALMA-WEST
SIDE
27 1869X ALMA-WEST
SIDE
27 1900X ALMA-WEST
SIDE
27 1955X ALMA-WEST
SIDE
XX 24 E BLACK $ ,~O&.’] ~- NWALNUT
XI 14 E EUCALYPTUS
SPROUTS
X2 14 E EUC $ /gO.~ ~ N
SPROUTS
FARTHER
NORTH
X3 8 E BAILEY $ ~.O~ N
ACACIA
X4 4 E BAILEY $ 5~,¢? N
ACACIA
XX 12 E
XX 20 E
EUCALYPTUS $ /~.~. $~ N
SUCKERS
EUCALYPTUS
FLUSH-CUT WALNUT WITH
DEAD TOP. CALL CITY
INSPECTOR.
FLUSH-CUT SPROUTS. CALL
CITY INSPECTOR.
FLUSH-CUT SECOND CLUMP
OF EUC SPROUTS
FLUSH-CUT ONLY.CALL
CITY INSPECTOR
CUT SECOND ACACIA
VOLUNTEER TO GROUND
LEVEL. CALL CITY
INSPECTOR°
ACROSS ALMA ST FROM 102
SEALE ST, CUT SUCKERS
AND STUMP. CALL CITY
IST
FLUSH-CUT ONLY° CALL
CITY INSPECTOR TO KILL
STUMP.
Page No.
10/27/95
A
R
E
A HOUSE STREET
TREE AND STUMP REMOVAL CONTRACT
REMOVE96.DBF, LIST #I
ALPHABETICAL LIST
................ 10/27/95
s
I
T
E
D H P
M I L
T T N
R E SPECIES PRICE T NOTES
27 2300X ALMA-WEST
SIDE
03 4100X ALMA-WEST
SIDE
03 4100X ALMA-WEST
SIDE
38 610 ARASTRADERO
( PARK )
i0 699 ASHTON AV
26 885 ASPEN
26 885 ASPEN
23 1989 BARBARA
3 4022 BEN LOMOND
16 947 BOYCE
24 813 BRUCE
29 1160 BRYANT
i0 3271 BRYANT
03 384 CALCATERRA
XX
XX
XX
23
S1
1
2
1
$2
2
i0 E BLACK $ I~,56 N
ACACIA,
DEAD
20 E BLACK
ACACIA
8 E BLACK $ $~’,O7 N
ACACIA
16 A MULBERRY
STUMP
16 D EVERGREEN
ELM
21 O PRIVET
20 O PRIVET
o oDEsTo
ASH
13 D C~OLINA
CHE~Y
8 D WALNUT
24 D IRONBARK $ ~5i.15 y
EUCALYPTUS
12 A HAWTHORN
18 D LIQUIDAMBR
24 D TULIP $ ~i.I]y
TREE IS 40 FT SOUTH OF
INTERSECTION OF
CALIFORNIA AVE.
FLUSH-CUT ONLY. TREE IS
OPPOSITE INTERSECTION
OF FERNE.
FLUSH-CUT ONLY. TREE IS
OPPOSITE INTERSECTION
OF FERNE AV AND ALMA
ST.
STUMP IS LOCATED BEHIND
FIRE STATION
TREE IS ON MIDDLEFIELD
RD
TREE ON LEFT, NOT
MARKED
DYING TREE
CHECK WITH RESIDENT
ABOUT FIREWOOD
MARK DEAD TREE, CONTACT
RESIDENT
STUMP ON KINGSLEY
DAMAGE TO D/W AND SEED
BALLS ARE HAZARD TO
DISABLED RESIDENT,
DYING TREE
RESIDENT WANTS
FIREWOOD
Page No.3
10/27/95
A
R
E
A HOUSE STREET
TREE AND STUMP REMOVAL CONTRACT
REMOVE96oDBF, LIST #i
ALPHABETICAL LIST
.......... 10/27/95
s
I
T
E
D H P
M I L
T T N
R E SPECIES PRICE T NOTES
6 1117 CALIFORNIA
04 1664 CALIFORNIA
20 1062 CARDINAL
20 946 CELIA
18
17
19
851 CENTER
(PARK)
1095 CHANNING
1853 CHANNING
4 1180 COLLEGE
24 781 COLORADO
29 940 COWPER
29 1705 COWPER
30 255 DAVENPORT
03 349 DIABLO CT
25 600 E MEADOW
(PARK)
25 600 E MEADOW
(PARK)
4
1
SII
1
1
$2
1
1
2
1
1
144
196
6 D
16 C
LIQUIDAMBR
ELM STUMP
9 D BIRCH
20 D ACACIA $ ,~ l~.oq N
14 D
20 A
8 D
12 A
24 D
6 D
LIQUIDAMBR $ )&2, qi y
BIRCH $ ~.~
LIQUIDAMBR $ 5 5.5% y
PLUM S UMP $ Y
MAGNOLIA $ 96[.~5 N
BIRCH $ I~,3% N
14 A MULBERRY
13 D HOLLY OAK
12 D MAYTEN
24 D MULBERRY $ ~-~[.I.3 y
DECLINING TWO STEM TREE
TREE WAS TOPPED FOR
REMOVAL, TAKE WOOD TO
LANDFILL
DYING TREE
WANTS FIREWOOD
RESIDENT WILL REMOVE
ROCKS FOR GRINDING
DECLINING TREE
WANTS FIREWOOD
LEANING OVER CHANNING
AVENUE
DYING TREE ON WEST END.
STUMP/ SMALL
MACHINE-GET TO FROM
HOUSE SIDE OF HEDGE
PRIORITY!!!
DEAD
TERMITES
DEAD TREE
MIDDLE BIRCH, BETWEEN
TWO YOUNG SYCAMORES
GRIND STUMP
DEAD TREE
MOSTLY DEAD MAYTEN
UNDER STONE PINES
ACROSS FROM HANDBALL
COURTS
SPLIT MULBERRY WITH
CABLE IN STONE PINE
PICNIC AREA, NEAR
HANDBALL CT
Page No.4
10/27/95
A
R
E
A HOUSE STREET
TREE AND STUMP REMOVAL CONTRACT
REMOVE96.DBF, LIST #i
ALPHABETICAL LIST
....... 10/27/95
s
I
T
E
D H P
M I L
T T N
R E SPECIES PRICE T NOTES
600 E MEADOW
(PARK)
600 E MEADOW
(PARK)
600 E MEADOW
(PARK)
600 E MEADOW
(PARK)
600 E MEADOW
( PAR K )
18 1575 EDGEWOOD
06 3000 EL CAMINO
REAL
06 3000 EL CAMINO
REAL
37 4100 EL CAMINO
REAL
13 1402 EMERSON
3505 EVERGREEN
216
223
227
307
46
S1
s2
12 A MAYTEN $ ~ ~, (6 N
14 D MAYTEN $ o’~ 4 5 N
24 D MULBERRY $ ~/5/’. /5 Y
12 D MIMOSA
24 D MAGNOLIA $ ~ ~ [,/5 y
12 A HOLLY OAK $ ~.~@ N
12 A
i0 A
12 A
28 D
HOLLY OAK $ ~2~ /~ N
BRADFORD $ ~ /~ y
PEAR STUMP
CENTER ISL
LIQUIDAMBR $ 7~, I% N
T I PUANA
TIPU
GRIND FLUSH CUT STUMP
UNDER STONE PINES
NEAREST SAND AREA
DECLINING TREE
SUPPRESSED BY STONE
PINES
SPLIT/DECAYED TREE JUST
WEST OF STONE PINES BY
TENNIS CTSo
DEAD TREE NEXT TO 3
SMALL PINES BY SW
CORNER OF TENNIS CTSo
ROTTEN TRUNK
CITY CREW DISPATCH?
TREE AT CORNER OF MINI
TENNIS CTSo
NOTIFY RESIDENT BEFORE
REMOVING
WANTS FIREWOOD
REMOVE FALL95
ON PAGE MILL ROAD SIDE,
NEAR INTERSECTION OF EL
CAMINO REAL
ON PAGE MILL ROAD SIDE,
NEAR EL CAMINO
STUMP IS IN CENTER
ISLAND ACROSS FROM THE
ISLAND BAR
DYING W/ROTTEN TRUNK
BASE
REMOVE ASAP CITY CREW
STUMP GRIND ONLY
DECAYED TRUNK IN CRO~TN
Page No.5
lO/27/95
A S
R I
E T
A HOUSE STREET E
TREE AND STUMP REMOVAL CONTRACT
REMOVE96.DBF, LIST #i
ALPHABETICAL LIST
---10/27/95
D H P
M I L
T T N
R E SPECIES PRICE T NOTES
01 3800 FABIAN 19
24 848 FIELDING 1
15 400 FOREST 1
15 400 FOREST
17 i001 FOREST
20 3136 GENEVIEVE CT 1
55 i00 GENG
40 662 GEORGIA
40 679 GEORGIA
131
!
i
15 601X GILMIuN 5
28 1167 GREENWOOD 1
21 3281 GREER 1
16 440 HALE 3
17 iiii HAMILTON S1
17 1129 HA!4ILTON 3
15 375X HAMILTON 1
33 D
16 D
30 D
3O D
9 A
2O D
16 D
16 D
16 D
42 D
16 D
6 D
6 D
18 A
26 C
i0 D
SHAMEL ASH $ 7 ~o~5 Y
MAPLE $ ~O~Q, U~ Y
ARIZONA $. 77q..~ Y
ASH
ARIZONA $..~.77, $’5 Y
ASH
MAGNOLIA $ r~,,,8 N
STUMP
TULIP $ ~/~,01-/ y
EUCALYPTUS $Q~D,~SN
MAGNOLIA $~.6~ y
MAGNOLIA $~$2.&5 y
LIVE $i i 57. ?o y
i.0
CAROLINA
CHERRY
HAWTHORN
MAGNOLIA
STUMP
MAGNOLIA
PRIVET
STORM DAMAGED
DEAD TREE--NO WATER
CORNER OF WAVERLEY
GAS LINE UNDER STUMP-
SHALLOW GRIND, NO
REPLANT
CALL AHEAD TO REMOVE
SMALL FENCE- 494-7296
GRIND SMALL HOLE, WILL
REPLANT ELSEWHERE.
REMOVE ALL STUMP WOOD
AND CHIPS FROM SITE
NOTIFY RESIDENT BEFORE
REMOVAL.
RESIDENT WANTS WOOD.
TREE NEAREST DRIVEWAY
LAST TREE ON HAMILTON
COURT SIDE
TOPPED MAGNOLIA-ROTTEN
BASE
DEAD PRIVET ACROSS FROM
POST OFFICE NEAR GILMAN
ST.
Page No.
10/27/95
A
R
E
A HOUSE STREET
TREE AND STUMP REMOVAL CONTRACT
REMOVE96.DBF, LIST~ ~i
ALPHABETICAL LIST
---10/27/95
s
I
T
E
D H P
M I L
T T N
R E SPECIES PRICE T NOTES
28 II00X HOPKINS (IN
PARK)
21 3464 JANICE
17 Ii KIRBY LN
25 801 LOMA VERDE
21
21
933 LOMA VERDE
940 LOMA VERDE
12 1661 MARIPOSA
16 400 MARLOWE
25 3009 MIDDLEFIELD
27 425 NEVADA
27 425 NEVADA
28 1313 NEWELL
23 1760 NEWELL
23 1760 NEWELL
258
$2
1
!
1
1
2
147
30 D
30 D
38 D LIQUIDAMBR $ ~ -~,~iSY
14 D CAROLINA
CHERRY
14 D PRIVET $,~O<~’,l~Y
14 D PRIVET $.~ 5~,~5Y
24 D MAGNOLIA $~5/,/5 Y
18 A CHESTNUT $ i~, ~N
STUMP
24 D CAMPHOR $,q,,~!.]’~ y
(DEAD)
16 D GINKGO $ ~,~y
( FEMALE )
12 D GINKGO $ i’~3.:~’, N
(FE}fALE)
DYING OAK IN FRONT OF
SCOUT BUILDING. NEED NO
PARKING SIGNS IN LOT.
NOTIFY A FEW DAYS IN
ADVANCE. (MAY BE SOME
EXTRA ROOT GRINDING)
PRIORITY REMOVAL
CENTER OF TREE IS
ROTTEN
NOTIFY RESIDENT
CONTACT RESIDENT--DEAD
TREE BEHIND STOPSIGN.
DYING PRIVET, NOT
MARKED
DYING PRIVET, NOT
MARKED
PROPERTY LINE TREE,
NBR: PENNY OLIVER,
853-1932
NO REPLANT
TREE STUMP IS IN
PARKING LOT BEHIND GAS
STATION, AT CORNER OF
WALL.
DELETE SITE
ON EMBARCADERO SIDE,
DIED OF ARMILLARIA.
TREE ON RIGHT
TREE BETWEEN SEWER AND
WATER METER
Page No.7
10/27/95
A
R
E
A HOUSE STREET
TREE AND STUMP REMOVAL CONTRACT
REMOVE96.DBF, LIST #i
ALPHABETICAL LIST
...... 10/27/95
S
I
T
E
D H P
M I L
T T N
R E SPECIES PRICE T NOTES
ii 100X OREGON XWAY
37 4076 ORME
37 4076 OI~E
37 4082 ORME
37 4082 OR!~IE
26 3803 ROSS
19 2085 SANDALWOOD
22 2412 SOUTH CT
22 2815 SOUTH CT
i0 656 ST CLAIRE
04 771 STANFORD
21 3315 STOCKTON
20 3100X STOCKTON
(PARK)
20 3100X STOCKTON
(PARK)
20 3100X STOCKTON
(PARK)
1
2
1
2
1
1
1
1
$2
2
41
42
46
12 E
9 D WALNUT $ / P-’),5%
17 D PEPPER $, <~,~,~-~ Y
19 D PEPPER $ ~{~o0~ y
38 D PEPPER
22 D MODESTO
ASH
16 D PLUM
IO D
19 D TULIP $,,,,,,~ i~,O~1 y
36 D CAMPHOR
8 A ALMOND $ 7~.I~ Y
24 C MODESTO $~,,~ y
ASH
3O C
18 A
28 D
STONE PINE $ ~_~,O~ y
(SPLIT)
STONE PINE $ !,~&.~.~ Y
STUMP
EUCALYPTUS $Y
GLOBULUS
DEAD EUC JUST Wo OF
RAMONA ON SO,SIDE OF
OREGON EXPWY
FLUSH CUT ONLY
WANTS ONLY SOME
FIREWOOD.
WANTS ONLY SOME WOOD
DO NOT LEAVE FIREWOOD
MODERATE DiEBACK
NO FIREWOOD
NOTIFY RESIDENT BEFORE
REMOVAL
GRIND ROOTS AT NEW
PLANTING SITE AT 40 FT
(6 FT TO RIGHT
MUCH DECAY AT ROOT
CROWN ON S/W SIDE
PRIORITY
ON WELLESLEY ST SIDE
CALL TO MOVE CAR:
494-6960 (OWNER WANTS
SMALL FIREWOOD. )
SPLIT TREE NEAR
BASKETBALL COURT
FLUSH CUT STUMP IS ON
WEST EDGE OF BASKETBALL
COURT
NEXT EUC EAST OF CORNER
TREE. POOR CONDITION,
Page No.
10/27/95
TREE AND STUMP REMOVAL CONTRACT
REMOVE96.DBF, LIST #i
ALPHABETICAL LIST
........... lO/27/95
A
R
E
A HOUSE STREET
15 145 TASSO
s
I
T
E
$3
D H P
M I L
T T N
R E SPECIES PRICE T
24 D CATALPA
NOTES
TREE IS ON RUTHVEN
STREET SIDE, THIRD FROM
CORNER.
22 2466 TASSO
27 669 TENNYSON
1
Sl
19 D LIQUIDAMBR $ ~/5.0~y
34 D BLACK $ t f.~., b Y
WALNUT
SEVERE ROOT PRUNE FROM
S/W REPLACEMNT. WANTS
FIREWOOD
SALVAGE TRUNK FOR
LUMBER
21 3330 THOMAS
21 3340 THOMAS
!
1
18 D PRIVET
22 D PRIVET
HAUL WOOD AWAY
LARGE TREE ON RIGHT
26 877 THORNWOOD
22 661 TOWLE
14 D SOPHORA
36 A BLUE GUM
CHECK TREE, MARK IF
APPROPRIATE
HOURLY GRIND PART OF
STUMP JUST BELOW GRADE,
WELL TOO CLOSE°
i0 695 TOYON
15 156 UNIVERSITY
17 1330 UNIVERSITY
$2
2
16 D ELM
14 D
28 D
SYCAMORE
MAGNOLIA
ON MIDDLEFIELD SIDE,
(TREE HIT BY POZAS
BROS. TRUCKING 7/17/95)
DYING SYCAMORE IN FRONT
OF 164 UNIVERSITY,
IRRIGATION IN TREE WELL
TRUNK DECAY
CANOPY DIEBACK
LARGE WOUND WHERE LIMB
BROKE
17 1556 UNIVERSITY
17 1650 UNIVERSITY
1
1
18 D
¯ 22 A
MAGNOLIA
MAGNOLIA
DYING MAG
NOTIFY RESIDENT BEFORE
REMOVAL
DECAYED MAG FLUSH CUT
BY CITY CREW
20 2800X W BAYSHORE
FRONTAGE
67 24 A PINE STUMP s 2 PINE STUMP BEHND
BACKSTOP, CORNER OF
AMARILLO/W BAYSHORE
FRONTAGE RD
Page No.9
lO/27/95
A S
R I
E T
A HOUSE STREET E
TREE AND STUMP REMOVAL CONTRACT
REMOVE96.DBF, LIST #i
ALPHABETICAL LIST
---10/27/95
D H P
M I L
T T N
R E SPECIES PRICE T NOTES
28 187 WALTER HAYS 1
27 1776 WAVERLEY 2
22 2599 WAVERLEY 1
22 2599 WAVERLEY 1
i0 3338 WAVERLEY 1
27 1836 WEBSTER !
27 1900 WEBSTER
22 2518 WEBSTER !
4 2234 WELLESLEY 2
4 2234 WELLESLEY 3
22 612 WELLSBURY S1
09 3770 WRIGHT PL 1
20 D LIQUIDAHBR $ ~/5 ~/Y
8 D ENGLISH $ /~=7.~% Y
WALNUT
6 A
6 A
12 D
28 D
26 D
LIQUIDAMBR $ ~ 2 /~. Y
STUMP
LIQUIDAMBR $ ~/% Y
S TUM P
LIQUIDAMBR $ [~3.Oc Y
MAGNOLIA $ ~ ~o,~ y
16 D TULIP $ ,~f~, &3 Y
16 D MAGNOLIA $ ~, 6:~_ y
lO D MAGNOLIA S 0% Y
6 D PIN OAK $I ~,3~, Y
14 A STUMP $ ~,~ y
EXTRA ROOT GRINDING.
(TREE HAS WEAK
STRUCTURE)
LEFT OF DRIVEWAY
ON LEFT PROPERTY LINE
DYING, WAS SCHEDULED
EARLIER
PRIORITY REMOVAL--VERY
DECLINED
DYING CAMPHOR ON
WEBSTER NEXT TO D/W
~ARK,MEASURE & NOTIFY
DEAD TREE
DECLINED, LARGER MAG
DECLINED MAG.
BE CAREFUL OF GROUND
COVER, MAKE A MIMIMUM
SIZE HOLE
CALL RESIDENT ABOUT
MOVING FLOWERS:
493-3996
FORMAL CONTRACT SECTION 00500
CONTRACT
(Public Works)
This Contract, 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 Environmental Care, Inc. dba
Arbor Care , a California 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 Execution 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.
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:Tree and Stump Removal
Base Bid:$ 420604.51
Add Alternates (if any): $ N/A
Total Bid: $ 42,604.51
NO.: #
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 between and among the provisions of this Contract, these documents and the
provisions thereof are set forth in 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 (w/HAZMAT) (10/95)SECTION 00500-1 of 8
FORMAL CONTRACT SECTION 00500
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 Specifications (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 Execution.
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.
Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council 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 anything 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. §§960.1-6975, 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,
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.
CITY of PALO ALTO: Public Works Formal Contract (w/HAZMAT) (10/95)SECTION 00500-2 of 8
FORMAL CONTRACT SECTION 00500
o 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 custom 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;
b°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;
Co
d°
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;
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;
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 person or persons authorized to bind Contractor;
CITY of PALO ALTO: Public Works Formal Contract (w/HAZMAT) (10/95)SECTION 00500-3 of 8
FORMAL CONTRACT SECTION 00500
12.
13.
14.
15.
ho Contractor has not made an attempt to exert undue influence 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;
jo
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;
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.
Assiqnment. 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.
Claims of Contractor. All claims pertaining to extra work, additional charges, 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.
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.
To City:City of Palo Alto
City Clerk
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
CITY of PALO ALTO: Public Works Formal Contract(w/HAZMAT) (10/95) SECTION 00500-4 of 8
FORMAL CONTRACT SECTION 00500
Copy to:
To Contractor:
City of Palo Alto
Department of Public Works
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
(415) 496-6954
FAX: (415) 852-9289.
ATTN: Stephen Scott, Project Manager
Environmental Care. Inc. dba Arbor Care
825 Mabury Road
San Jose. CA 95133
(40__~8) 453-5922
FAX: (408). 437-1817
ATTN: Craig Linquist
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 the 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.
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.
CITY of PALO ALTO: Public Works Formal Contract (w/HAZMAT) (10/95)SECTION OO5OO-5 of 8
FORMAL CONTRACT SECTION 00500
Incorporation of Documents. All documents constituting the Contract documents described in Section 3
hereof and all documents which may, from time to time, be referred 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.
Oo
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 rights 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.
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 reasonable costs, including reasonable attorney’s fees,
incurred or expended in connection with such action against the non-prevailing party.
CITY of PALO ALTO: Public Works Formal Contract (w/HAZMAT) (10/95)SECTION 00500-6 of 8
FORMAL CONTRACT SECTION 00500
IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contractin
the city of Palo Alto, County of Santa Clara, State of California on the date first stated above.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED:
By:
Its: Mayor
CONTRACTOR:
City Manager
Director of Public Works
Name:
By:
Title:
Director of Administrative Sewices
Taxpayer I.D. No.
Manager, Contract Administation
APPROVED AS TO FORM:
Senior Asst. City Attorney
CITY of PALO ALTO: Public Works Formal Contract (w/HAZMAT) (10/95)SECTION 00500-7 of 8
FORMAL C!~ SUmmARY
IN WITNESS
the city of Pa
ATTEST:
City Clerk
APPROVED
City Manage
Director of F
Director of #
Tree and Stump
BIDDERS NAME
Environmental Care,
Inc. dba Arbor Care
Davey Tree Expert
!LIST 1
(Initial 144 tree &
stump removals)
$35,386.51
$52,700.00
RemovN Project
Cost of 100 hours
of stump grinding
$7,218.00
$4,000.00
TOTAL
$42,604.51
$56,700.00
Manager, C
APPROVE[
Senior Asst
CITY of PA