Loading...
HomeMy WebLinkAboutStaff Report 3252 City of Palo Alto (ID # 3252) City Council Staff Report Report Type: Consent Calendar Meeting Date: 1/14/2013 City of Palo Alto Page 1 Summary Title: Tree Pruning and Removal Services Contract Title: Approval of a Three Year Contract with West Coast Arborists, Inc. in a Total Amount Not to Exceed $1,050,000 for Tree Pruning and Removal Services From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council approve and authorize the City Manager or his designee to execute the attached three year contract with West Coast Arborists, Inc. (Attachment A) in a total amount not to exceed $1,050,000 for Tree Pruning and Removal Services. Background Contract tree maintenance work by area was started in FY 2000 and has provided a pro-active cycle of basic tree maintenance for the city. These area contracts have helped free up City tree maintenance personnel for the varied responsive work tasks they perform including tree removals, tree plantings, and tree pruning requests from other parts of the City not included in the current year’s contract maintenance area. Discussion Project Description The work to be performed under this contract includes routine pruning, tree removal, and stump grinding. The primary focus of the first year of the project will be routine pruning for clearance and safety in Maintenance Area 4 City of Palo Alto Page 2 (Attachment B). Included within Area 4 is the University Avenue gateway corridor from U.S Highway 101 to Middlefield Road. Should an emergency or other priority situation arise, contract crews from West Coast Arborists, Inc. may be utilized in other areas of the city as well. Subsequent years will focus on Maintenance Areas 5 and 6. Tree maintenance operations will be conducted in accordance with current standards as established by the American National Standard Institute (ANSI). Specifically, current ANSI A300 (Tree, Shrub and other Woody Plant Maintenance – Standard Practices), ANSI Z133 (Safety Requirements for Arboricultural Operations) and accompanying “Best Management Practices” publications will be adhered to. Each contract crew will be led by an International Society of Arboriculture (ISA) Certified Tree Worker and an ISA Certified Arborist supervising employee will be provided for every six contract employees. Bid Process (Intergovernmental Cooperative Purchase) In August 2012, the City of Sacramento completed a competitive solicitation process to select a contractor for tree pruning and removal services. West Coast Arborists, Inc. was determined to be the most qualified contractor and was awarded a one-year contract with two one-year renewal options. To streamline the solicitation process and take advantage of the favorable pricing obtained in the Sacramento solicitation process, staff recommends utilizing the Purchasing Ordinance’s “piggyback” provision as allowed in Palo Alto Municipal Code section 2.30.360(k). In order to utilize another governmental or public agency’s solicitation these four criteria must be met: (I) the agency used a solicitation method substantially similar to the method required by this chapter; The City of Sacramento solicitation methodology and award of contract (Attachments C and D) are substantially similar to those of the City of Palo Alto. (ii) The contract allows other agencies to utilize or the vendor authorizes the city to utilize; the vendor (West Coast Arborists, Inc.) has authorized the City of Palo Alto to utilize the contract (Attachment E). City of Palo Alto Page 3 (iii) the contract is consistent with requirements specified in this code; The contract (Attachment D) between the City of Sacramento and West Coast Arborists, Inc. is consistent with the requirements of the Palo Alto Municipal Code. (iv) there is an overall value to the city's utilizing the contract versus the city performing it's own solicitation; The City of Palo Alto will benefit from a fee schedule that was bid on a larger (250%) scale project resulting in significant cost savings; there will be a significant time savings in putting a contract in place; and Administrative Services and Public Works staff will be freed up for work on other solicitations and projects. Public Works staff worked directly with the Purchasing Division in Administrative Services to ensure compliance with the Palo Alto Municipal Code for this solicitation. The City has checked references and West Coast Arborists, Inc. has a good record, including some jobs in Palo Alto such as the University Avenue Street Tree Project in 2004. More recently, in FY 2011-12, West Coast Arborists, Inc. successfully completed the Parks & Facilities Tree Maintenance Services contract and the Street Tree Maintenance Services contract also in Palo Alto. Resource Impact Funds for the first year of this project are available in the FY 2013 Public Services Division and Refuse Fund operating budgets of the Public Works Department. The Refuse Fund contributes $25,000 annually to ensure limbs are cleared for street sweepers to avoid damage to low hanging limbs. . Funding for each additional year is contingent upon Council approval of that Fiscal Year’s budget. Policy Implications This recommendation does not represent any change to existing City policies. City of Palo Alto Page 4 Environmental Review The recommended action is exempt from review under the California Environmental Quality Act pursuant to CEQA Guidelines Section 15301(h) (maintenance of existing landscape). Attachments:  Attachment A - Contract (DOC)  Attachment B _ Area 4 Map (PDF)  Attachment C _ Sacramento Request For Proposal (PDF)  Attachment D _ Sacramento Council Report and Contract (PDF)  Attachment E _West Coast Arborists (PDF) Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 ATTACHMENT A CITY OF PALO ALTO CONTRACT NO. C13148075 GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the 14th day of JANUARY, 2013, by and between the CITY OF PALO ALTO, a California Chartered Municipal Corporation (“CITY”), and WEST COAST ARBORISTS, INC., a partnership, located at 2200 E. Via Burton Street, Anaheim, CA 92806, Telephone Number: 800-521-3714 (“CONTRACTOR”). In consideration of their mutual covenants, the parties hereto agree as follows: 1. SERVICES. CONTRACTOR shall provide or furnish the services (“Services”) described in the Scope of Services, attached as Exhibit A. 2. EXHIBITS. The following exhibits are attached to and made a part of this Agreement: “A” - Scope of Services “B” - Schedule of Performance “C” - Compensation “D” - Insurance Requirements CONTRACT IS NOT COMPLETE UNLESS ALL EXHIBITS ARE ATTACHED. 3. TERM. The term of this Agreement is from 1/14/2013 to 6/30/2015 inclusive, subject to the provisions of Sections Q and V of the General Terms and Conditions. 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the Schedule of Performance, attached as Exhibit B. Time is of the essence in this Agreement. 5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to accept as not to exceed compensation for the full performance of the Services and reimbursable expenses, if any, a sum calculated in accordance with the fee schedule set forth in Exhibit C, not to exceed a total maximum compensation amount of one million fifty thousand dollars ($1,050,000.00). CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. The City has set aside the sum of dollars ($ ) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the CITY’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR’s proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth above for Additional Services. Payment for Additional Services is subject to all requirements and restrictions in Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 this Agreement. 6. COMPENSATION DURING ADDITIONAL TERMS. CONTRACTOR compensation rates for each additional term shall be the same as the original term. 7. INVOICING. Send all invoices to the CITY, Attention: Project Manager. The Project Manager is: Eugene Segna, Dept.: Public Works, Public Services division, P.O. Box 10250, Palo Alto, CA 94303 Telephone: 650-496-6946. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 30 days of receipt. GENERAL TERMS AND CONDITIONS A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This Agreement includes and is limited to the terms and conditions set forth in sections 1 through 6 above, these general terms and conditions and the attached exhibits. B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled “SERVICES,” and that every individual charged with the performance of the services under this Agreement has sufficient skill and experience and is duly licensed or certified, to the extent such licensing or certification is required by law, to perform the Services. CITY expressly relies on CONTRACTOR’s representations regarding its skills, knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally accepted business practices and performance standards of the industry, including all federal, state, and local operation and safety regulations. C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR shall be solely responsible for directing the work of approved subcontractors and for any compensation due to subcontractors. E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees, contributions or charges applicable to the conduct of CONTRACTOR’s business. F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services comply with all applicable federal, state and local laws, ordinances, regulations, and orders. G. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole expense, repair in kind, or as the City Manager or designee shall direct, any damage to public or private property that occurs in connection with CONTRACTOR’s performance of the Services. CITY may decline to approve and may withhold payment in whole or in part to such extent as may be necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY occurring in connection with CONTRACTOR’s performance of the Services. CITY shall submit written documentation in support of such withholding upon CONTRACTOR’s request. When the grounds described above are removed, payment shall be made for amounts withheld because of them. Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 H. WARRANTIES. CONTRACTOR expressly warrants that all services provided under this Agreement shall be performed in a professional and workmanlike manner in accordance with generally accepted business practices and performance standards of the industry and the requirements of this Agreement. CONTRACTOR expressly warrants that all materials, goods and equipment provided by CONTRACTOR under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall conform to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or correct any material or service not in compliance with these warranties, including incomplete, inaccurate, or defective material or service, at no further cost to CITY. The warranties set forth in this section shall be in effect for a period of one year from completion of the Services and shall survive the completion of the Services or termination of this Agreement. I. MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR’s work is completed in a satisfactory manner and complies with the provisions of this Agreement. J. CITY’S PROPERTY. Any reports, information, data or other material (including copyright interests) developed, collected, assembled, prepared, or caused to be prepared under this Agreement will become the property of CITY without restriction or limitation upon their use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. K. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for three (3) years from the date of final payment, CONTRACTOR’s records pertaining to matters covered by this Agreement. CONTRACTOR agrees to maintain accurate books and records in accordance with generally accepted accounting principles for at least three (3) following the terms of this Agreement. L. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. M. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described in Exhibit D. Insurance must be provided by companies with a Best’s Key rating of A-:VII or higher and which are otherwise acceptable to the City’s Risk Manager. The City’s Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR shall obtain an endorsement stating that the insurance is primary coverage and will not be canceled or materially reduced in coverage or limits until after providing 30 days prior written notice of the cancellation or modification to the City’s Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of coverage satisfactory to CITY’s Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the CITY’s Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY separate certificates and endorsements for each subcontractor that meet all the requirements of this section. The procuring of such required policies of insurance shall not operate to limit CONTRACTOR’s liability or obligation to indemnify CITY under this Agreement. N. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section M relating to insurance, CONTRACTOR shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from and against any and all demands, claims, injuries, losses, or liabilities of any nature, including death or injury to any person, property damage or any other loss and including without limitation all damages, penalties, fines and judgments, associated investigation and administrative expenses and defense costs, including, but not limited to reasonable attorney’s fees, courts costs and costs of alternative dispute resolution), arising out of, or resulting in any way from or in connection with the performance of this Agreement. The Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 CONTRACTOR’s obligations under this Section apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active) act or omission of CITY, except that the CONTRACTOR shall not be obligated to indemnify for liability arising from the sole negligence or willful misconduct of the CITY. The acceptance of the Services by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive the completion of the Services or termination of this Contract. O. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONTRACTOR acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. P. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California 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 certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. Q. TERMINATION. The City Manager may terminate this Agreement without cause by giving ten (10) days’ prior written notice thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided by law, the City Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination is for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to Contractor’s failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and other material or products, whether or not completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such materials shall become the property of CITY. R. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of the CITY. No amendments, changes or variations of any kind are authorized without the written consent of the CITY. S. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of this Contract. CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any person having such an interest. CONTRACTOR certifies that no City Officer, employee, or authorized representative has any financial interest in the business of CONTRACTOR and that no person associated with contractor has any interest, direct or indirect, which could conflict with the faithful performance of this Contract. CONTRACTOR agrees to advise CITY if any conflict arises. T. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the State of California. U. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire agreement between the parties with respect to the services that may be the subject of this Agreement. Any variance in the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any conflicting provisions in the exhibits. This Agreement supersedes all prior agreements, representations, statements, negotiations and undertakings whether oral or written. Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 V. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) 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 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. W. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONTRACTOR shall comply with the City’s Environmentally Preferred Purchasing policies which are available at the City’s Purchasing Department which are incorporated by reference and may be amended from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal requirements of the City’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Contractor shall comply with the following zero waste requirements:  All printed materials provided by Contractor to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by the City’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks.  Goods purchased by Contractor on behalf of the City shall be purchased in accordance with the City’s Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Office.  Reusable/returnable pallets shall be taken back by the Contractor, at no additional cost to the City, for reuse or recycling. Contractor shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. X. AUTHORITY. The individual(s) executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. Y. CONTRACT TERMS: All unchecked boxes do not apply to this Contract. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO WEST COAST ARBORISTS, INC. ______________________________________ By________________________________________ City Manager or Designee (Required on contracts $85,000 and over) Name _____________________________________ ____________________________________ Purchasing Manager or Designee Title_______________________________________ Approved as to form: _____________________________________ Telephone: _______________________________ Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 EXHIBIT A SCOPE OF SERVICES CITY OF PALO ALTO CONTRACT NO. C13148075 TREE PRUNING AND REMOVAL SERVICES The scope of services shall consist of pruning, removal, stump grinding and other maintenance operations of trees, palms and other woody plants, at various locations within the City of Palo Alto, hereafter referred to as the City. Work will be administered and approved by representatives of the Public Works Department, Public Services Division - Urban Forestry Section. Contractor shall furnish all labor, materials, and equipment necessary to perform the work described herein in strict accordance with these specifications and subject to the terms and conditions of the contract. All work shall be performed by a tree care contractor who shall be licensed by the State of California Contractors State License Board (Classification C-61/Category D-49) to provide such contract services within the State of California. GENERAL General Provisions The General Provisions for this work shall be in accordance with the General Provisions of the City of Palo Alto Standard Drawings and Specifications. In case of conflict, this scope of services shall take precedence over the City of Palo Alto Standard Drawings and Specifications. Debris Removal The work shall include removal and disposal of brush and debris generated by said work. Waste material shall be disposed of at the contractor’s expense at a location designated and/or approved by the City. Waste material shall not be given away or sold as firewood. Waste material shall not be landfilled. Recycling of wood and wood chips through sustainable uses is strongly encouraged. Contractor shall furnish data to the City on a monthly basis listing the type, quantity and disposal location of all debris generated by the work. Debris resulting from contractor’s operations shall not be left on any work sites overnight. Upon completion of work the site shall be left in a clean and orderly condition. Tool Sanitation and Disease Transmittal Contractor’s tools that have potential to transmit pests or diseases to other trees shall be disinfected prior to initiating work within the City, after working on any potentially diseased trees, and prior to reinitiating work after any work outside of City-contracted services. In addition, pruning tools shall be disinfected before and after pruning any Elm (Ulmus species) tree. Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 Due to disease concerns regarding Canary Island Date Palms (Phoenix canariensis) and California Fan Palms (Washingtonia filifera), live fronds, flowers and fruit parts shall only be pruned with handsaws. Chain saws and handsaws shall be disinfected with Lysol or a 10% mixture of water and household bleach. Chain saws shall have the clutch cover removed and the chain, bar, and clutch area shall be sprayed. Damage to Property Public or private property damaged as a result of contractor’s operations shall be repaired or replaced at the contractor’s expense to the originally existing condition. Inspection Prior to Invoicing Contractor shall contact Urban Forestry staff to request inspection of all work performed. All work shall be approved by an Urban Forestry representative prior to submittal of invoices for payment. Equipment All vehicles and equipment used in the performance of work assigned under this contract shall be in good working order and in compliance with all local, state and federal laws. Vehicles shall display signage noting the contractor’s name, telephone number, and “City of Palo Alto Urban Forestry Contractor”. City identification signs shall not be displayed when performing any work outside of this contract. Invoicing Contractor shall invoice Urban Forestry monthly in a City-furnished MS Excel format, or approved equivalent. All invoices shall reference the contract number. General Safety Requirements Contractor shall comply with applicable state and federal regulations regarding safety, including the use of personal protective equipment and training. All work within 10 feet of any overhead high voltage electrical conductors shall be referred to the City by the contractor. Work shall be scheduled by the contractor in cooperation with the City and shall be conducted in such a manner as to minimize disruption of service and disturbance of residents. Tree care operations that involve climbing or other aerial work may be temporarily suspended during inclement weather with prior approval from the Urban Forestry Section. Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 Temporary Street Parking Closure Contractor shall provide barricades with signage (City-furnished) noting parking restrictions and days and times of scheduled tree care operations at least 72 hours in advance of the work. All barricades and signage must be approved by Urban Forestry staff. Holiday Moratoriums and Special Events Certain streets may be temporarily closed to construction and maintenance projects during the period from the Thanksgiving holiday through the New Year’s holiday and during special events. Work shall not be scheduled at these locations and times. Parking and Traffic Violations Parking and traffic citations as a result of violations shall be the responsibility of the contractor. Work Week The normal work week shall be Monday through Friday, 7:00 a.m. to 4:30 p.m., excluding City holidays. Allocation and Completion of Work Orders Work orders shall be allocated by Urban Forestry based on actual service requirements and available funding. All work orders will be assigned on an as- needed basis as determined by Urban Forestry. It is possible that no services may be required by the City from a contractor during all or any portion of the contract term. All work orders assigned to the contractor shall be completed within thirty (30) days except where otherwise noted. Qualified Personnel The contractor shall provide qualified supervisory staff. 1. Each crew shall be led by at least one employee with current certification as a Western Chapter International Society of Arboriculture Certified Tree Worker. 2. A minimum of one supervising employee with current certification as an International Society of Arboriculture Certified Arborist shall be provided for every six (6) contractor employees assigned to City work. Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 Uniforms and Identification All contractor personnel shall be required to wear uniforms bearing the contractor’s company name while completing City work assignments. Uniforms shall consist of a shirt and/or jacket with company and employee name neatly screen printed or embroidered and conspicuous. TREE CARE OPERATIONS Services The contractor shall provide the following services as requested by Urban Forestry: 1. Demand Pruning. 2. Programmed Pruning. 3. Crown Reduction. 4. Palm Pruning. 5. Tree Removal. 6. Stump Grinding. 7. Hourly Crew Services. 8. Crane Services. Standards Tree care operations shall be in accordance with current standards as established by the American National Standard Institute (ANSI). Specifically, current ANSI A300 (Tree, Shrub and Other Woody Plant Maintenance – Standard Practices), ANSI Z133 (Safety Requirements for Arboricultural Operations) and accompanying “Best Management Practices” publications shall be adhered to. Tree climbing spurs shall not be used except where trees are to be removed, in the case of emergencies or upon written authorization of Urban Forestry. With the exception of work requested on a time and materials basis, all pruning orders shall be based on complete pruning of the entire tree. Tree Pruning Programmed and Demand Based Pruning: Work orders for programmed pruning are based on street block areas within the City of Palo Alto boundaries. Generally, programmed pruning areas are planned as contiguous areas. Work orders for demand based pruning are based on service requests with specific objectives in various locations with the City of Palo Alto boundaries and may or may not be at contiguous locations. Notwithstanding the referenced ANSI standards, trees and palms shall be pruned as follows: Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 Mature Trees: Tree crowns shall be cleaned, raised, reduced, thinned or any combination of these methods to achieve the following objectives: 1. Remove dead branches that are greater than 1 inch in diameter at the point of attachment. 2. Remove diseased, decayed, broken, weakly attached, and/or crossing branches. 3. Remove mistletoe and/or vines growing on the tree. 4. Improve tree growth and form to maximize safety, structural integrity, and health. 5. Prune to provide eventual clearance of 14 feet over roadways; 8 feet over pedestrian pathways; 10 feet around buildings and other structures. 6. Prune to clear line of sight for streetlights, traffic signs and signals, and street signs. In achieving the above objectives, the contractor shall not remove more of the tree crown than necessary. Under no circumstances shall more than 25 percent of the crown be removed without approval from Urban Forestry staff. When reducing the length of a limb, the resulting terminal branch should be at least one-third (1/3) the diameter of the parent limb. Young Trees (less than 8 inches dbh): Young trees shall be pruned to achieve the following objectives: 1. Remove dead branches. 2. Remove diseased, decayed, broken, weakly attached, and/or crossing branches. 3. Develop strong central leader and radially and vertically symmetric distribution of branches as appropriate for the species. 4. Encourage trunk taper by retaining temporary branches until diameter at the point of attachment is approximately one-third of the diameter of the parent branch. 5. Select and develop permanent branches. 6. Retain foliage in the lower portion of the canopy as long as possible. 7. Prune to avoid conflicts with pedestrians, vehicles, and sight-lines at street intersections. Palms: 1. Remove dead and dying fronds. 2. Prune palm crown to no narrower than a 9 and 3 o’clock position. 3. Remove loose frond sheaths along the entire length of the trunk. 4. Remove fruit and flowers. Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 Tree Removal Notwithstanding the referenced ANSI standards, trees, palms and other woody plants shall be removed as follows: 1. Remove all tree parts in a safe and efficient manner. Where necessary, tree parts shall be lowered by rope, crane, or other suitable means to avoid damage to surrounding property, including adjacent trees. 2. Ropes or other rigging shall not be placed so as to cause damage to adjacent property or trees. 3. Tree shall be removed to within six (6) inches of grade, measured from the soil line where the trunk meets the ground. Stump Removal 1. Stumps shall be ground to a depth of 20 inches. Contractor shall also grind out all surface roots 2 inches or greater in diameter within a 6 foot radius of the stump. Stump grindings shall be removed to a maximum depth of 20 inches or as directed by Urban Forestry staff. 2. Contractor shall backfill the hole with a topsoil blend consisting of 50% compost by weight. 3. Contractor shall compact topsoil to minimize settlement. 4. Contractor is responsible for notifying Underground Service Alert prior to stump grinding or excavating. 5. Contractor shall respond to all non-urgent stump grinding work orders within 5 working days. Stump grinding work orders related to sidewalk repairs shall be completed within 3 working days. 6. Where stump grinding is being performed to accommodate a replacement sidewalk all surface roots within the footprint of the sidewalk shall be ground to a depth of 6 inches. Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 EXHIBIT B SCHEDULE OF PERFORMANCE CITY OF PALO ALTO CONTRACT NO. C13148075 TREE PRUNING AND REMOVAL SERVICES CONTRACTOR shall perform the Services so as specified in the Scope of Services, Exhibit A. The time to complete the task may be increased or decreased by mutual written agreement of the project managers for CONTRACTOR and CITY so long as all work is completed within the term of the Agreement. Upon request CONTRACTOR shall provide a detailed schedule of work consistent with the schedule below: Task Completion Date 1. On-going tree pruning and removal services June 30, 2015 Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 EXHIBIT C SCHEDULE OF FEES CITY shall compensate CONTRACTOR for performance of the Services according to the following three (3) year schedule of $350,000.00 per year with the maximum amount of compensation not to exceed one million fifty thousand dollars ($1,050,000.00) over the three year term: Demand Pruning Year 1 Year 2 Year 3 Size Class Unit Price Unit Price Unit Price 4 - 6 dbh $65.00 $65.00 $65.00 7 - 12 dbh $65.00 $65.00 $65.00 13 - 24 dbh $145.00 $145.00 $145.00 25 - 36 dbh $145.00 $145.00 $145.00 37 - 48 dbh $290.00 $290.00 $290.00 49+ dbh $290.00 $290.00 $290.00 Program Pruning Year 1 Year 2 Year 3 Size Class Unit Price Unit Price Unit Price 4 - 6 dbh $45.00 $45.00 $45.00 7 - 12 dbh $45.00 $45.00 $45.00 13 - 24 dbh $65.00 $65.00 $65.00 25 - 36 dbh $65.00 $65.00 $65.00 37 - 48 dbh $95.00 $95.00 $95.00 49+ dbh $95.00 $95.00 $95.00 Crown Reduction Year 1 Year 2 Year 3 Size Class Unit Price Unit Price Unit Price 25 - 36 dbh $350.00 $350.00 $350.00 37 - 48 dbh $350.00 $350.00 $350.00 49+ dbh $350.00 $350.00 $350.00 Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 Palm Pruning Year 1 Year 2 Year 3 Size Class Unit Price Unit Price Unit Price Date palm under 55' working height. $165.00 $165.00 $165.00 Date palm over 55' working height. $240.00 $240.00 $240.00 Washingtonia species under 55' working height. $65.00 $65.00 $65.00 Washingtonia species over 55' working height. $65.00 $65.00 $65.00 Tree Removal Year 1 Year 2 Year 3 Size Class Unit Price Unit Price Unit Price 4 - 6 dbh $50.00 $50.00 $50.00 7 - 12 dbh $100.00 $100.00 $100.00 13 - 24 dbh $200.00 $200.00 $200.00 25 - 36 dbh $500.00 $500.00 $500.00 37 - 48 dbh $900.00 $900.00 $900.00 49+ dbh $900.00 $900.00 $900.00 Stump Grinding Year 1 Year 2 Year 3 Size Class Unit Price Unit Price Unit Price 4 - 6 dbh $40.00 $40.00 $40.00 7 - 12 dbh $65.00 $65.00 $65.00 13 - 24 dbh $150.00 $150.00 $150.00 25 - 36 dbh $240.00 $240.00 $240.00 37 - 48 dbh $240.00 $240.00 $240.00 49+ dbh $350.00 $350.00 $350.00 Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 Hourly Rate w/ 3 Man Crew and Bucket Year 1 Year 2 Year 3 Hourly Rate Hourly Rate Hourly Rate Emergency / After hours work. $225.00 $225.00 $225.00 Scheduled work. $174.00 $174.00 $174.00 Crane Services Year 1 Year 2 Year 3 Hourly Rate Hourly Rate Hourly Rate Emergency / After hours work. $125.00 $125.00 $125.00 Scheduled work. $95.00 $95.00 $95.00 All Payments are based upon City’s acceptance of Contractor’s performance of the phase as evidenced by successful completion of the Deliverable for that Phase. City shall have no obligation to pay unless Contractor has successfully completed and City has approved the Project Phase for which payment is due. Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 EXHIBIT D INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS EACH OCCURRENCE AGGREGATE YES YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 NO PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” A. PRIMARY COVERAGE Rev. July 11, 2011 CITY OF PALO ALTO CONTRACT NO. C13148075 WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303                 REQUEST FOR PROPOSAL:  TREE PRUNING SERVICES    P12151811001    Proposals are due by 2:00 p.m., Wednesday, July 11, 2012 City of Sacramento DOT Street Services 5730 24th Street, Bldg. 9 Sacramento, CA95822 Attention: Azadeh Doherty RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page2of31  REQUEST FOR PROPOSAL  TREE PRUNING SERVICES    TABLE OF CONTENTS AIntroduction3 1. Purpose 2. Deadline 3. Background 3 3 3 BSELECTION3 1. SelectionProcess 2. SelectionSchedule 4 4 CSERVICESREQUIRED5 DPROPOSALSUBMITTALREQUIREMENTS 5Ͳ6 ENONPROFESSIONALSERVICESAGREEMENT 6 FADDENDAANDSUPPLEMENTS7 GBUSINESSOPERATIONSTAXCERTIFICATE(B.O.T.C) 7 HMISCELLANEOUS7Ͳ8  AppendixA–ProposalEvaluationCriteria  9 AppendixB–SpecificationsandScopeofWork 10Ͳ15  OTHERREQUIREDDOCUMENTS  Attachment1 Attachment2 Attachment3 Attachment4 Attachment5 Attachment6 Attachment7 Attachment8 Attachment9 ItemsRequiringResponse LicensesCertificationsandRegistrations DrugFreeWorkplacePolicyandAffidavit CertificationofEnvironmentallyPreferableProducts StatementofHeadquarters,CityofSacramentoBoycottofArizona PricingSchedule EquipmentList RelevantWorkExperience Staffing 16Ͳ17 18 19 20 21 22Ͳ25 26Ͳ28 29Ͳ30 31    RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page3of31   REQUEST FOR PROPOSAL  TREE PRUNING SERVICES    A. INTRODUCTION  1. Purpose  The City of Sacramento Department of Transportation, Urban Forestry Division, intends to hire a Tree Pruning contractor to perform tree pruning maintenance services, on an as needed basis.  The City is requesting Proposal from tree pruning contractors who have significant experience in the delivery of a wide-breadth of high-quality tree pruning services. The City will be reviewing the proposals to identify a contractor best suited to provide the required services and the greatest value.  Interested contractors are invited to submit a Proposal in accordance with the requirements with the format and information listed in Section D.  2. Deadline  Proposals are to be received by 2:00 p.m. on July 11, 2012, as described in Section D of this RFP.  3. Background  The City has approximately 100,000 public trees that are located in the right-of- way, such as in planter strips between the curb and sidewalk. In a few areas, the right-of-way extends beyond that and into front yards. Tree pruning and maintenance are routinely performed by the Urban Forest operational staff. Over the past year contracted tree pruning and removal services have been used to supplement the work performed by City staff. In order to continue to support the work of the Urban Forest staff, create more flexibility and provide the most cost efficient/ quality service for the City residents, DOT is seeking to select a contractor to continue to provide these services. Tree Pruning service contractors are funded by fees from the Citywide Landscaping & Lighting District. There are no General Funds allocated for these services.  B. SELECTION  The City will evaluate proposals on a qualitative basis. The evaluation will include a thorough examination of each firm’s range of capabilities, proven record of successfully delivering quality service, their relative value, and the firm’s completeness and timeliness in its response to us. Any contract resulting from this RFP shall be effective from the date of award, through August 15, 2013. If mutually agreeable to both parties, this contract may be extended on a year-to-year basis; however, in no case shall the renewal extend beyond three (3) years from date of the award of the original contract. The RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page4of31  Contactor shall be capable of performing all tree pruning services as outlined in the Scope of Services and in conformance with the contract contained herein. A Pre-Bid Meeting will be held at 10:00 a.m., on June 29, 2012 at the City of Sacramento, South Area Corp Yard, Building 3, 5730 24th Street, Sacramento, CA 95822. 1. Selection Process  After the submittal deadline has passed, a selection committee will review and rate each of the proposals received and rank them according to the criteria provided in Appendix 1, Evaluation Criteria, including consideration of expertise, knowledge, and experience, as well as value. The evaluation may include discussions with other clients. The committee will also interview prospective contractors to obtain additional information.  At the conclusion of the selection process, staff will request that City Council award a Nonprofessional Services Agreement to the top-ranked contractor.  Emerging and Small Business Enterprise (ESBE) participation will be considered during Proposal evaluation as indicated on Appendix 1, Evaluation Criteria. For more information see Attachment 1, Items Requiring Response.  The issuance of this RFP shall not be interpreted as, and does not constitute, a representation by the City that any specific contractor or contractors will be retained to perform any of the services described herein, and a contractor shall not acquire any right or entitlement to be retained for such purpose by virtue of submitting a proposal in response to this RFP.  The City reserves the right to issue additional RFP(s) for the performance of these services during the service period specified below. The City also reserves the option to cancel or modify this RFP and the selection process at any time.  2. Selection Schedule  RFP issued June 20, 2012 Last day to ask questions (if necessary) June 29, 2012 Pre-Bid Meeting June 29, 2012 Last Addendum posting date (if necessary) July 5, 2012 Proposals due July 11, 2012, at 2:00 p.m. Evaluation by selection panel July 12, 2012 –July 17, 2012 Interview (tentative) July 18, 2012 Contract preparation July 18, 2012-August 1, 2012 Contract award by City Council (tentative) August 14, 2012 First work assigned (on or after) August 20, 2012  It is important that the contractors selected be able to respond quickly during contract preparation phase, to facilitate the timely approval by City Council. Any delay in submitting required contract and/or insurance documents may result a delay in award.  RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page5of31  C. SERVICES REQUIRED  Contractor must provide all labor, material, tools, and equipment necessary to complete assigned projects.  All work performed shall conform to the City of Sacramento tree pruning specifications and Scope of Work of this RFP as detailed in Appendix B. A digital copy of the document is available, upon request, from the Project Manager.  D. PROPOSAL SUBMITTAL REQUIREMENTS  Contractors interested in submitting a proposal for this project should respond to this RFP by submitting a written proposal providing all the information requested below. The proposal will be considered complete only if all of the items listed in this section are included in the submittal. Five (5) copies of the proposal and an electronic copy on CD shall be submitted no later than 2:00 p.m., July 11, 2012 to: City of Sacramento Department of Transportation Street Services 5730 24th Street, Bldg. 9 Sacramento, CA95822  Attention: Azadeh Doherty Re: RFP for Tree Pruning Services  Hand deliveries of proposals must be received and time/date stamped by the receptionist at the front desk of the Street Services Division, in building 9, prior to the submission deadline or risk being disqualified.  Proposals should be prepared simply and economically, providing a straight forward, concise description of provider capabilities to satisfy the requirements of the RFP. Emphasis should be on completeness and clarity of content.  An authorized representative of the firm must complete and sign the proposal. Please provide and present, in the order listed, the following information: 1. Company name, including corporate office and local office address, city, state, zip code, telephone number, fax number and web site address. Include brief company history, background, specialties, and ownership.  2. Proposal’s contact person, address, telephone number, and eǦmail address.  3. Introductory letter describing company’s basic understanding of the services identified. This letter should also contain an expression of the company’s interest in the work, a statement regarding the qualifications of the contractor to do the work, and any summary information that may be useful or informative to the City and the evaluation committee.  4. A list all tree pruning contracts, both currently engaged in and completed, for the RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page6of31  last three years. Include the name and address of the contracting agency or party, inclusive dates, a summary of the scope of work, and the agency or contracting party’s Project Manager and phone number (see Attachment 8).  5. Organizational chart identifying key employees, including the anticipated contract manager and field supervisors.  6. A summary of the expertise and qualifications of key employees who will be responsible for providing the services described in Section C, above.  7. Complete and attach the following documents: Attachment 1: Items Requiring Response Attachment 2: Licenses, Certifications, and Registrations  Attachment 3: Emerging Business Enterprise (EBE) or Small Business Enterprise (SBE) certifications  Attachment 4: Certification of Environmentally Preferable Products  Attachment 5: Drug Free Workplace Policy and Affidavit  Attachment 6: Statement of Headquarters, City of Sacramento Boycott of Arizona  Attachment 7: Pricing Schedule  E. NONPROFESSIONAL SERVICES AGREEMENT  A copy of the City’s Non-Professional Services Agreement that the selected contractors will be required to sign is provided as Attachment 9. The copy is for information only and is not a required component of the proposal. Please note that any contractor selected will be required to comply with the standard provisions set forth in Exhibit D of the Agreement; section 11.A provides information on minimum scope and limits of insurance coverage, and section 11.B provides information on additional insured coverage.  The selected firm will need to provide insurance certificate(s) for Commercial General Liability, Automobile Liability, Workers’ Compensation and Employer’s Liability, and Professional Liability Insurance for this project. Endorsement(s) signed by an authorized representative of the insurance carrier will also be needed for Commercial General Liability and Automobile Liability insurance, with language included in the endorsement(s) that the City, its officials, employees and volunteers shall be covered as additional insured. If the insurance certificate(s) are provided by an insurance broker, the insurance company will also need to provide verification of coverage.  The selected contractors will be required to complete and submit an IRS Form WǦ9 and CA Form 590. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page7of31  F. ADDENDA AND SUPPLEMENTS  The City of Sacramento reserves the right to cancel, postpone, extent or revise this RFP or the RFP process at any time. If it becomes necessary to revise any part of this RFP, an Addendum to the RFP will be provided on the City’s Bid website at:  http://www.cityofsacramento.org/finance/bids/.  G. BUSINESS OPERATIONS TAX CERTIFICATE (B.O.T.C.)  Sacramento City Code Chapter 3.08 requires any person or firm conducting business within or with the City of Sacramento to pay a Business Operations Tax and have a current Business Operations Tax Certificate.  To obtain information about the Business Operations Tax Certificate, contact the City of Sacramento Revenue Division, 915 I Street, Sacramento, CA 95814, or telephone 916Ǧ808Ǧ8500.  H. MISCELLANEOUS  All material submitted shall become the property of the City of Sacramento, may be reviewed and evaluated as part of this RFP process by any persons at the discretion of the City of Sacramento, and may be publicly disclosed as required by law.  Written Questions concerning this RFP must be submitted in writing to: City of Sacramento Department of Transportation Street Services 5730 24th Street, Bldg. 9 Sacramento, CA 95822  Attention: Azadeh Doherty Email: adoherty@cityofsacramento.org   Written Questions concerning the Scope of Work must be submitted in writing to: City of Sacramento Department of Transportation 5730 24th Street, Building 12A Sacramento, California 95822 Attn: Todd Martin  Fax: (916) 808-4005  Email: tmartin@cityofsacramento.org  Copies of written questions and the corresponding responses of a substantive nature will be shared with all participants who provide an eǦmail address and/or fax number when downloading the RFP from the City of Sacramento. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page8of31  The City will NOT accept questions after 3:00 p.m., June 29, 2012. Contractors submitting written questions are encouraged to verify the questions were received by contacting Todd Martin at (916) 808Ǧ8074. The City of Sacramento assumes no responsibility for delayed, misdirected, partial delivery or failure to deliver any questions. The City will not respond to any questions arriving after the aforementioned deadline set forth in this RFP.   RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page9of31  REQUEST FOR PROPOSALS APPENDIX A TREE PRUNING SERVICES PROPSALS EVALUATION CRITERIA    The City will screen all proposals and generally evaluate them on the criteria outlined below: x Responsiveness: The City will consider the material submitted by each firm to determine whether the proposal is in compliance with the request.  x Responsibility: The City will consider the material submitted by each firm and other evidence it may obtain to determine their demonstrated ability to provide the required scope of services.  x Comparative ranking:  1. The relative value offered by each firm by means of competitive pricing. (Weighted 50%)  2. The firm’s relative capabilities, qualifications, and experience. (Weighted 25%)  3. Satisfactory references. Preference will be given to local government client references. (Weighted 25 %)  x The City will also consider availability of other related services, as well as any other information provided that the City deems valuable. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page10of31  REQUEST FOR PROPOSALS APPENDIX B TREE PRUNING SERVICES SPECIFICATIONS AND SCOPE OF WORK   The scope of contracted work shall consist of removal, pruning, and other maintenance operations of trees, palms and other woody plants, in various locations within the City of Sacramento, hereafter referred to as the City. Work shall be supervised and approved by representatives of the Department of Transportation, Urban Forestry staff. GENERAL REQUIREMENTS Contractor shall be aware of and shall comply with the Sacramento City Codes governing tree pruning work, traffic control and any other regulations that may affect operations. Refer to City of Sacramento’s Standard Specifications, Section 6-18. Contractor shall furnish all labor, materials, and equipment necessary to perform the work described herein in strict accordance with these specifications and subject to the terms and conditions of the contract. All work is to be performed by a tree care contractor, who shall be licensed by the California Contractors State License Board (Classification C-61/Category D-49) to provide such contract services within the State of California and the City of Sacramento. Debris Removal The scope of work shall include removal and disposal of brush and debris generated by said work. Waste material shall be disposed of at the contractor’s expense at a location designated and/or approved by the City. Waste material shall not be given away or sold as firewood. Waste material (excepting trees affected by Dutch Elm Disease as noted below) shall not be landfilled. Recycling of wood and wood chips through sustainable uses is strongly encouraged. Contractor shall provide wood or trunk samples if requested by Urban Forestry staff. In the case of trees suspected of being infected with Dutch Elm Disease, the contractor shall comply with Sacramento City Code, Title 12, Chapter 12.60 – Dutch Elm Disease. The contractor shall dispose of all wood and debris and ensure that all material is processed through a wood waste grinder, wood chipper, or buried at a landfill facility within 48 hours. Material that is processed through wood waste grinders or wood chippers does not require burial. Debris resulting from contractor’s operations shall not be left on any work sites overnight. Upon completion of a work, the site shall be left in a clean and orderly condition. Tool Sanitation and Disease Transmittal Contractor’s tools that have potential to transmit pests or diseases to other trees shall be disinfected prior to initiating work within the City, after work on any potentially diseased trees, and prior to re- initiating work after any work outside of City-contracted services. All lead workers that supervise tree care operations under the terms and conditions of this contract shall attend a Dutch Elm Disease awareness and training class, provided by Urban Forestry, prior to any work on species susceptible to the disease. Disposal sites and methods for Dutch Elm Disease RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page11of31  -infected tree parts shall be approved by Urban Forestry staff. Due to disease concerns regarding Canary Island Date Palms (Phoenix canariensis) and California fan palms (Washington filifera), live fronds, flowers and fruit parts must be pruned with handsaws. Chain saws and hand saws shall be disinfected with a 10% mixture of water and household bleach. Chain saw shall have the clutch cover removed and the chain, bar, and clutch area shall be sprayed. Handsaws are to be completely disinfected after each use. Chain saws and hand saws shall be disinfected with each use before pruning the next tree. Damage to Property Public or private property damaged as a result of contractor’s operations shall be repaired or replaced at the contractor’s expense to the originally existing condition. Inspection Prior to Invoicing Contractor shall contact Urban Forestry staff to request inspection of all work performed. All work shall be approved by an Urban Forestry representative prior to submittal of invoices for payment Equipment All vehicles and equipment used in the performance of work assigned under this contract shall be in good working order and in compliance with all local, state and federal laws. Vehicles shall display signage noting the contractor’s name, telephone number, and “City of Sacramento Urban Forestry Contractor”. City identification signs shall not be displayed when performing any work outside of this contract. Record Keeping & Invoicing The contractor shall invoice Urban Forestry monthly in a MS Excel format as provided by the City. This format shall be used for each invoice and must be completed in its entirety. General Safety Requirements Contractor shall comply with applicable state and federal regulations regarding safety, including the use of personal protective equipment and training. All work within 10 feet of any overhead high voltage electrical conductors shall be referred to the Sacramento Municipal Utility District (SMUD) by the contractor. Work shall be scheduled by the contractor in cooperation with SMUD and shall be the conducted in such a manner as to minimize disruption of service and disturbance of residents. Tree care operations that involve climbing or other aerial work may be temporarily suspended during inclement weather with prior approval from Urban Forestry Services. Temporary Street Parking Closure Contractor shall provide barricades with signage noting parking restrictions and days and times of scheduled tree care operations at least 72 hours in advance of work. All barricades and signage RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page12of31  must be approved by Urban Forestry staff. Parking closure signs shall not be attached to trees. Parking closure signs shall not indicate TOW AWAY zones. Holiday Moratoriums and Special Events Certain streets may be temporarily closed to construction and maintenance projects during the period from the Thanksgiving holiday through the New Year’s holiday and during special events. The contractor shall abide by City regulations in regards to any necessary work subject to those restrictions by obtaining prior authorization through the City of Sacramento Department of Transportation. Parking and Traffic Violations Parking and traffic citations as a result of violations shall be the responsibility of the contractor. Work Week The normal work week shall be Monday through Friday, or Tuesday through Saturday, 7:00 A.M. to 3:30 P.M. Where traffic, parking or other constraints exist, the work week may be modified to the same hours on Tuesday through Saturday. All work week modifications shall be approved by Urban Forestry staff. Allocation and Completion of Work Orders Work Orders shall be allocated by Urban Forestry based on actual service requirements and available funding. All work orders will be assigned on an as-needed basis as determined by Urban Forestry. It is possible that no services may be required by the City from a Contractor during all or any portion of the contract term. All work orders assigned to the contractor shall be completed within thirty (30) days except where otherwise noted. Annual Expected Budget The expected budget for Tree Pruning Services will not exceed $1,000,000.00 annually. Actual budget will be based upon availability of funds and anticipated annual services requirements. Contract A. The contract(s) shall be effective from the date of award through June 30, 2013. B. If mutually agreed by both parties, the contract may be extended on a year-to-year basis, however, in no case shall the renewals extend beyond June 30, 2015. The expected budget for the initial term and two optional extensions will not exceed $3 million. Qualified Personnel The contractor shall provide qualified supervisory staff. 1. Each crew shall be led by at least one employee with current certification as a Western Chapter International Society of Arboriculture Certified Tree Worker. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page13of31  2. A minimum of one supervising employee with current certification as an International Society of Arboriculture Certified Arborist shall be provided for every six (6) contractor employees assigned to City work. Uniforms and Identification All contractor personnel shall be required to wear uniforms bearing the contractor’s company name while completing City work assignments. Uniforms shall consist of a shirt and/or jacket with company and employee name neatly screen printed or embroidered and conspicuous. The CONTRACTOR shall provide the following services as requested by Urban Forestry: 1. Demand Pruning 2. Programmed Pruning 3. Crown Reduction/Crown Clean for English Elms 4. Palm Pruning 5. Tree Removal 6. Stump Grinding 7. Crane Services 8. Unscheduled Work or Storm/Emergency Work Crew Services 9. Note: English elms not requiring a crown reduction will be billed at Programmed or Demand based pruning rates. Tree care operations shall be in accordance with current standards as established by the American National Standard Institute (ANSI). Specifically, current ANSI A300 (Tree, Shrub and Other Woody Plant Maintenance-Standard Practices), ANSI Z133 (Safety Requirements for Arboricultural Operations) and accompanying “Best Management Practices” publications shall be adhered to. Tree climbing spurs shall not be used except where trees are to be removed, where trees cannot otherwise be safely accessed, or in the case of emergencies. With the exception of work requested on a time and materials basis, all pruning orders shall be based on complete pruning of the entire tree. Tree Pruning Programmed and Demand Based Pruning Work orders for programmed pruning are based on street block areas within the City of Sacramento boundaries. Generally, programmed pruning areas are planned as contiguous areas. Work orders for demand-based pruning are based on service requests with specific objectives in various locations within the City of Sacramento boundaries and may or may not be at contiguous locations. Notwithstanding the referenced ANSI standards, trees and palms shall be pruned as follows: Mature Trees Tree crowns shall be cleaned, raised, reduced, thinned or any combination of these methods to RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page14of31  achieve the following objectives: 1. Remove dead branches that are greater than 1 inch at the point of attachment. 2. Remove diseased, decayed, broken, weakly attached, and/or crossing branches. 3. Remove mistletoe and/or vines growing on the tree. 4. Improve tree growth and form to maximize safety, structural integrity, and health. 5. Prune to provide eventual clearance of 14 feet over roadways; prune to provide eventual clearance of 8 feet over pedestrian pathways; prune to provide eventual clearance of 5 feet around buildings and other structures, including, but not limited to roofs, gutters, fireplaces, television antennas, and utility service connections. 6. Prune to clear line of sight for streetlights, traffic signs and signals, and street signs. In achieving the above objectives, the contractor shall not remove more of the tree crown than necessary. Under no circumstances shall more than 25 percent of the crown be removed without approval from Urban Forestry Services. When reducing the length of a limb, the resulting terminal branch should be at least one-third (1/3) the diameter of the parent limb. Young Trees Young trees (under eight inches) shall be pruned to achieve the following objectives: 1. Remove dead branches. 2. Remove diseased, decayed, broken, weakly attached and/or crossing branches. 3. Develop strong central leader and radially and vertically symmetric distribution of branches as appropriate for the species. 4. Encourage trunk taper by retaining temporary branches until diameter at the point of attachment is approximately one third of the diameter of the parent branch. 5. Select and develop permanent branches. 6. Retain foliage in the lower portion of the canopy as long as possible. 7. Prune to avoid conflicts with pedestrians, vehicles, and sight-lines at street intersections. Palms 1. Remove dead and dying fronds. 2. Prune palm crown to no narrower than a 9 and 3 o’clock position. 3. Remove loose frond sheaths along the entire length of the trunk. 4. Remove fruit and flowers. Tree Removal Notwithstanding the referenced ANSI Standards, trees, palms and other woody plants shall be removed as follows: 1. Remove all tree parts in a safe and efficient manner. Where necessary, tree parts shall be lowered by rope, crane, or other suitable means to avoid damage to surrounding property, including adjacent trees. 2. Ropes or other rigging shall not be placed so as to cause damage to adjacent property or trees 3. Trees shall be removed to within six (6) inches of grade, measured from the soil line where the trunk meets the ground. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page15of31  Stump Removal 1. Stumps shall be ground to a depth of 20 inches. Contractor shall also grind out all surface roots 2” inches or greater within a 6’ foot radius of the stump. Stump grindings shall be removed to a depth of 20 inches. 2. Contractor shall, backfill the hole with a top soil blend consisting of 50% compost by weight. 3. Contractor shall compact soil to allow for settling. 4. Contractor is responsible for notifying Underground Service Alert prior to grinding stumps or digging anywhere within the public right-of-way or city property. 5. Contractor shall respond to all non-urgent stump grinding work orders within 5 working days. Stump grinding work orders related to sidewalk repairs shall be completed within 3 working days. 6. Where stump grinding is being performed to accommodate a new replacement sidewalk, all surface roots within the footprint of the sidewalk shall be ground to a depth of 6 inches. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page16of31  Attachment 1  ITEMS REQUIRING RESPONSE  NOTE: Contractors must provide responses where indicated to the following items. Failure to provide a response to each of the items in this section may be grounds for rejection of proposal.  1. SBE/EBE FIVE PERCENT (5%) BID EVALUATION PREFERENCE  On February 9, 1999, the Sacramento City Council adopted an Emerging and Small Business Development program to provide enhanced opportunities for the participation of small business enterprises (SBEs) and emerging business enterprises (EBEs) in the City’s contracting and procurement activities. Any Proposal submitted by a firm that is certified as a SBE by the City of Sacramento, or that is certified as an EBE by the City of Sacramento, will receive a five percent (5%) evaluation preference for the purpose of determining the relative value of a contractor (see Appendix A of this RFP). If, after applying the 5% price evaluation preference, the SBE/EBE firm receiving such preference is subsequently awarded a contract, the amount of the contract will be based upon the actual amount quoted in the Pricing Schedule. To receive this evaluation preference, a firm must be certified as a SBE or EBE at the time of Proposal due date. Questions regarding eligibility for SBE/EBE certification should be addressed to the City of Sacramento Procurement Division, at (916) 808-6747.  A. SMALL BUSINESS ENTERPRISE (SBE) CERTIFICATION  Is the firm submitting the proposal certified by the City of Sacramento as a small business enterprise? Check the appropriate block below:  YES – Our firm is certified by the City of Sacramento as a small business enterprise. NO -Our firm submitting is not certified by the City of Sacramento as a small business enterprise. If the response to the above is YES, provide the City of Sacramento Certification Number .  B. EMERGING BUSINESS ENTERPRISE (EBE) CERTIFICATION  Is the firm submitting the proposal certified by the City of Sacramento as an emerging business enterprise? Check the appropriate block below:  YES - Our firm is certified by the City of Sacramento as an emerging business enterprise.  NO - Our firm is not certified by the City of Sacramento as an emerging business enterprise.  If the response to the above is YES, provide the City of Sacramento Certification Number: _.   2. PAYMENT DISCOUNT  Will you offer a prompt payment discount? Yes [ ] or No [ ] (Net 30 days)  If Yes, the Payment Discount is % for payment within calendar days, which will be computed from the date delivery is made and is accepted by the City, or the date a proper invoice is received, whichever is later. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page17of31  PAYMENT DISCOUNTS WILL BE CONSIDERED IN THE EVALUATION OF THE PROPOSALS. In connection with any cash discount specified on this bid, time will be computed from the date of complete delivery of the supplies or equipment as specified, or from date correct invoices are received in the City Accounting Office, if the latter date is later than the date of delivery. For the purpose of earning the discount, payment is deemed to be made on the date of mailing of the City warrant or check.   Cash discounts offered for payment in less than 20 days will not be considered.  RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012 Attachment 2 LICENSES, CERTIFICATES, AND REGISTRATIONS  Page18of31   Contractor represents and warrants to the City of Sacramento that the following licenses, certificates and registrations are currently in force. The Contractor who is awarded the bid shall provide upon request photocopies of the documents listed below. All said documents will remain in force during the term of the resulting agreement with the City; failure to maintain will result in suspension or possibly termination of contract.  LICENSES/CERTIFICATES/REGISTRATION DOCUMENT # EXPIRATION DATE   STATE OF CALIFORNIA C-61 D-49 LICENSE ISA CERTIFIED ARBORIST NUMBER(S) ISA CERTIFIED TREE WORKER NUMBER(S) OTHER: (please specify)          I DECLARE UNDER PENALTY OF PERJURY, THAT THE FOREGOING IS TRUE AND CORRECT:   CONTRACTOR: signature DATE:   printed name title   COMPANY:   ADDRESS: RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012 Attachment 3  Page19of31  DRUG FREE WORKPLACE POLICY AND AFFADAVIT  BID PROPOSAL MAY BE DECLARED NONRESPONSIVE IF THIS FORM (COMPLETED) IS NOT ATTACHED. Pursuant to City Council Resolution CC90-498 dated 6/26/90 the following is required.  The undersigned contractor certifies that it and all subcontractors performing under this Agreement will provide a drug-free workplace by:  1. Publishing a "Drug-Free Workplace" statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition.  2. Establishing a Drug-Free Awareness Program to inform employees about:  a. The dangers of drug abuse in the workplace. b. The contractor's policy of maintaining a drug-free workplace. c. Any available drug counseling, rehabilitation, and employee assistance program. d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace.  3.Notify employees that as a condition of employment under this Agreement, employees will be expected to:  a. Abide by the terms of the statement. b. Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace.  4.Making it a requirement that each employee to be engaged in the performance of the Agreement be given a copy on the "Drug- Free Workplace" statement.  5. Taking one of the following appropriate actions, within thirty (30) days of receiving notice from an employee or otherwise receiving such notice, that said employee has received a drug conviction for a violation occurring in the workplace:  a. Taking appropriate disciplinary action against such an employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement or other appropriate agency. *I certify that no person employed by this company, corporation, or business has been convicted of any criminal drug statute violation on any job site or project where this company, corporation or business was performing was within three years of the date of my signature below.  EXCEPTION: Date Violation Type Place of Occurrence  If additional space is required use back of this form.  * The above statement will also be incorporated as a part of each subcontract agreement for any and all subcontractors selected for performance on this project.  IN THE EVENT THIS COMPANY, CORPORATION, OR BUSINESS IS AWARDED A CONTRACT, AS A RESULT OF THIS BID; THE CONTRACTOR WITH HIS/HER SIGNATURE REPRESENTS TO THE CITY THAT THE INFORMATION DISCLOSED IN THIS DOCUMENT IS COMPLETE AND ACCURATE. IT IS UNDERSTOOD AND AGREED THAT FALSE CERTIFICATION IS SUBJECT TO IMMEDIATE TERMINATION BY THE CITY.  The Representations Made Herein On This Document Are Made Under Penalty Of Perjury.  CONTRACTOR'S NAME:  BY: Date: Signature Title  Effects of violations: a. suspension of payments under the Agreement. b.Suspension or termination of the Agreement. c.Suspension or debarment of the contractor from receiving any Agreement from the City of Sacramento for a period not to exceed five years. RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012 Attachment 4  Page20of31   SECTION II – CONTRACT DOCUMENTS A. SPECIAL PROVISIONS ENVIRONMENTALLY PREFERABLE PROCUREMENT The City has adopted a “Sustainable Procurement Policy (SPP) and program. The goal is to encourage the procurement of products and services that help minimize environmental impact resulting from use and disposal of these products. Contractors are encouraged to offer Energy Star, Green Seal, EcoLogo, EPEAT, or products that meet FEMP (Federal Energy Management Program) standards for energy consumption. City also encourages contractors to offer products that are produced with recycled materials, where appropriate, unless otherwise requested in this IFB. Contractors will offer products that have minimal virgin materials and maximum use of recycled products. Contractor must work with the City to attain these goals. Notwithstanding the above, the Contractor agrees to supply the City of Sacramento with environmentally preferable and effective products in compliance with the specifications in this solicitation and provide services that help minimize environmental impact resulting from use and disposal of products specified in this bid. The Contractor further agrees that its products specified in this bid do not contain any items, ingredients or components prohibited under the City’s SPP Policy. The City may terminate this contract or take other appropriate actions if the contractor fails to comply or provide adequate supporting documentation to substantiate compliance with the City’s SP Policy and requirements specified in the bid. The City’s SPP Policy is available on line at: http://www.cityofsacramento.org/generalservices/procurement/documents/SustainablePurchasing_P olicy_SPP.pdf or by contacting the Procurement Services Division at (916) 808-6240. RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012 Attachment 5  Page21of31  CITY OF SACRAMENTO BOYCOTT OF ARIZONA–HEADQUARTERED BUSINESSES  On June 15, 2010, the Sacramento City Council adopted Resolution No. 2010-346 opposing two Arizona laws (SB 1070 and HB 2162) that will allow Arizona police to arrest individuals suspected of being unlawfully present in the United States and to charge immigrants with a state crime for not carrying immigration documents. Sacramento City Council Resolution No. 2010-346 also called for a boycott of the State of Arizona and businesses headquartered in Arizona until Arizona repeals or a court nullifies SB 1070 and HB 1262. Resolution No. 2010- 346 provides, in pertinent part, that “where practicable and where there is no significant additional cost to the City, the City of Sacramento shall not enter into any new, amended, extended or supplemental contracts to purchase or procure goods or services from any business or entity that is headquartered in Arizona ...”  Pursuant to the provisions of Resolution No. 2010-346, the City may determine that a bid from a business or entity that is headquartered in Arizona is nonresponsive and the City may reject the bid on that basis.  Bidders that are headquartered in the United States shall certify in the space below the state where the bidder is headquartered:   State Where Bidder is Headquartered  RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page22of31  Attachment 6 PRICING SCHEDULE  In compliance with the Specifications and Scope of Work, and the Contract Documents, the Contractor hereby proposes to furnish all required labor, materials, supervision, transportation, equipment, services, taxes and incidentals required for Tree Pruning Services. CONTRACTOR billable rates are contained in the tables below. DEMAND PRUNING Size Class Quantity Cost per Tree Year 1 Cost per Tree Year 2 Cost per Tree Year 3 Total Cost for Contract 4 – 6 d.b.h. 20 $ $ $ $ 7 - 12 d.b.h. 20 $ $ $ $ 13 - 24 d.b.h. 20 $ $ $ $ 25 - 36 d.b.h. 100 $ $ $ $ 37 - 48 d.b.h. 50 $ $ $ $ 49+ d.b.h. 50 $ $ $ $ Totals 280 $ $ $ $ PROGRAM PRUNING Size Class Quantity Cost per Tree Year 1 Cost per Tree Year 2 Cost per Tree Year 3 Total Cost for Contract 4 – 6 d.b.h. 800 $ $ $ $ 7 - 12 d.b.h. 1,100 $ $ $ $ 13 - 24 d.b.h. 1,500 $ $ $ $ 25 - 36 d.b.h. 1,200 $ $ $ $ 37 - 48 d.b.h. 500 $ $ $ $ 49+ d.b.h. 400 $ $ $ $ Totals 6,000 $ $ $ $ RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page23of31  CROWN REDUCTION (ENGLISH ELMS) Size Class Quantity Cost per Tree Year 1 Cost per Tree Year 2 Cost per Tree Year 3 Total Cost for Contract 25 - 36 d.b.h. 40 $ $ $ $ 37 - 48 d.b.h. 40 $ $ $ $ 49+ d.b.h. 60 $ $ $ $ Subtotal 140 $ $ $ $ PALM PRUNING Size Class Quantity Cost per Tree Year 1 Cost per Tree Year 2 Cost per Tree Year 3 Total Cost for Contract Date Palm under 55' working height 100 $ $ $ $ Date Palm over 55' working height 20 $ $ $ $ Washingtonia species under 55' working height 50 $ $ $ $ Washingtonia .species over 55' working height 125 $ $ $ $ Totals 295 $ $ $ $ RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page24of31  TREE REMOVAL TO 6” INCHES ABOVE SOIL LINE Size Class Quantity Cost per Tree Year 1 Cost per Tree Year 2 Cost per Tree Year 3 Total Cost for Contract 0 – 3 d.b.h. 0 $ $ $ $ 4 – 6 d.b.h. 50 $ $ $ $ 7 - 12 d.b.h. 100 $ $ $ $ 13 - 24 d.b.h. 200 $ $ $ $ 25 - 36 d.b.h. 100 $ $ $ $ 37 - 48 d.b.h. 100 $ $ $ $ 49+ d.b.h. 50 $ $ $ $ Totals 600 $ $ $ $ STUMP GRINDING Size Class Quantity Cost per Tree Year 1 Cost per Tree Year 2 Cost per Tree Year 3 Total Cost for Contract 0 – 3 d.b.h. 0 $ $ $ $ 4 – 6 d.b.h. 50 $ $ $ $ 7 - 12 d.b.h. 100 $ $ $ $ 13 - 24 d.b.h. 200 $ $ $ $ 25 - 36 d.b.h. 100 $ $ $ $ 37 - 48 d.b.h. 100 $ $ $ $ 49+ d.b.h. 50 $ $ $ $ Totals 600 $ $ $ $ RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page25of31  Service Hours 3 person crew /w Bucket Cost per Hour Year 1 Cost per Hour Year 2 Cost per Hour Year 3 Total Cost for Contract Hourly Rates for Unscheduled Work or Storm/Emergency Work Billable Rates Crane Services 100 $ $ $ $ *General Crew Rate 100 $ $ $ $ Total $ $ $ $ *NOTE: The estimated hours and dollar amount for hourly rates are for bid evaluation purposes only. Unscheduled work (storm or other emergency work) shall be billed portal to portal, not to exceed l.5 hours, round trip. Rates should be based on a typical three-person crew, including a qualified lead worker. Equipment needs should include a truck equipped with a chip box and an aerial lift with a minimum working height of 55 feet, a brush chipper, and all associated tools and equipment to complete a typical tree pruning or removal assignment per the General Requirements that follow in this document. The hourly labor rates quoted must be all inclusive. Quotes will be based on an hourly rate, based upon the time the Contractor begins work on site. Cost for travel time should be built in to the hourly rate that is quoted. No surcharges or additional costs will be allowed.  In determining the amount quoted by each contractor, the City shall disregard mathematical errors in addition, subtraction, multiplication, and division that appear obvious on the face of the Proposal. When such a mathematical error appears on the face of the Proposal, the City shall have the right to correct such error and to compute the total amount bid by said bidder on the basis of the corrected figure or figures.  When an item price is required to be set forth in the Proposal, and the total for the item set forth separately does not agree with a figure which is derived by multiplying the item price times the Project Manager's estimate of the quantity of work to be performed for said item, the item price shall prevail over the sum set forth as the total for the item unless, in the sole discretion of the City, such a procedure would be inconsistent with the policy of the bidding procedure. The total paid for each such item of work shall be based upon the item price and not the total price. Should the Proposal contain only total price for the item and the item price is omitted, the City shall determine the item price by dividing the total price for the item by the Project Manager's estimate of the estimated quantities of work to be performed as items of work. If the Proposal contains neither the item price nor the total price for the item, then it shall be deemed incomplete and the Proposal shall be disregarded.  RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page26of31  Attachment 7 Equipment List Proposals must provide the following information regarding all equipment that will be readily available (within 24 hours) to complete this contract. Please enter the number of units for each specific piece of equipment listed below. If you do not have a specific unit listed below place a “0” (zero) in the space provided, do not leave blank. Chippers Make Size # of units Bucket Trucks Make/model Height # of units RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page27of31  Chipper Trucks Make Cubic Yards # of units Stump Grinders Make and Model Max Depth # of units Crane Make and Model Capacity # of units RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page28of31  Dump trucks Make and Model Cubic Yards # of units RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page29of31  Attachment 8 Relevant Work Experience In this section please provide information regarding your relevant experience and responsibilities on similar work or projects. In addition, the following form will allow you to fill out a listing of your previous work and current work commitments. Please include telephone numbers of personal references. References will be contacted as part of the selection process. Previous Contracts Name: City, State Government Municipality: Work Description: Similarities to the City of Sacramento: Terms of Contract: Reference Name: Agency: Phone Number: E-mail: RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page30of31  Current Contracts City, State Government Municipality: Work Description: Similarities to the City of Sacramento: Terms of Contract Reference Name: Agency: Phone Number: E-mail: RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page31of31  Attachment 9 Staffing ISA Certified tree Workers Name Certification # ISA Certified Arborists Name Certification #                 REQUEST FOR PROPOSAL:  TREE PRUNING SERVICES    P12151811001    Proposals are due by 2:00 p.m., Wednesday, July 11, 2012 City of Sacramento DOT Street Services 5730 24th Street, Bldg. 9 Sacramento, CA95822 Attention: Azadeh Doherty RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page2of31  REQUEST FOR PROPOSAL  TREE PRUNING SERVICES    TABLE OF CONTENTS AIntroduction3 1. Purpose 2. Deadline 3. Background 3 3 3 BSELECTION3 1. SelectionProcess 2. SelectionSchedule 4 4 CSERVICESREQUIRED5 DPROPOSALSUBMITTALREQUIREMENTS 5Ͳ6 ENONPROFESSIONALSERVICESAGREEMENT 6 FADDENDAANDSUPPLEMENTS7 GBUSINESSOPERATIONSTAXCERTIFICATE(B.O.T.C) 7 HMISCELLANEOUS7Ͳ8  AppendixA–ProposalEvaluationCriteria  9 AppendixB–SpecificationsandScopeofWork 10Ͳ15  OTHERREQUIREDDOCUMENTS  Attachment1 Attachment2 Attachment3 Attachment4 Attachment5 Attachment6 Attachment7 Attachment8 Attachment9 ItemsRequiringResponse LicensesCertificationsandRegistrations DrugFreeWorkplacePolicyandAffidavit CertificationofEnvironmentallyPreferableProducts StatementofHeadquarters,CityofSacramentoBoycottofArizona PricingSchedule EquipmentList RelevantWorkExperience Staffing 16Ͳ17 18 19 20 21 22Ͳ25 26Ͳ28 29Ͳ30 31    RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page3of31   REQUEST FOR PROPOSAL  TREE PRUNING SERVICES    A. INTRODUCTION  1. Purpose  The City of Sacramento Department of Transportation, Urban Forestry Division, intends to hire a Tree Pruning contractor to perform tree pruning maintenance services, on an as needed basis.  The City is requesting Proposal from tree pruning contractors who have significant experience in the delivery of a wide-breadth of high-quality tree pruning services. The City will be reviewing the proposals to identify a contractor best suited to provide the required services and the greatest value.  Interested contractors are invited to submit a Proposal in accordance with the requirements with the format and information listed in Section D.  2. Deadline  Proposals are to be received by 2:00 p.m. on July 11, 2012, as described in Section D of this RFP.  3. Background  The City has approximately 100,000 public trees that are located in the right-of- way, such as in planter strips between the curb and sidewalk. In a few areas, the right-of-way extends beyond that and into front yards. Tree pruning and maintenance are routinely performed by the Urban Forest operational staff. Over the past year contracted tree pruning and removal services have been used to supplement the work performed by City staff. In order to continue to support the work of the Urban Forest staff, create more flexibility and provide the most cost efficient/ quality service for the City residents, DOT is seeking to select a contractor to continue to provide these services. Tree Pruning service contractors are funded by fees from the Citywide Landscaping & Lighting District. There are no General Funds allocated for these services.  B. SELECTION  The City will evaluate proposals on a qualitative basis. The evaluation will include a thorough examination of each firm’s range of capabilities, proven record of successfully delivering quality service, their relative value, and the firm’s completeness and timeliness in its response to us. Any contract resulting from this RFP shall be effective from the date of award, through August 15, 2013. If mutually agreeable to both parties, this contract may be extended on a year-to-year basis; however, in no case shall the renewal extend beyond three (3) years from date of the award of the original contract. The RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page4of31  Contactor shall be capable of performing all tree pruning services as outlined in the Scope of Services and in conformance with the contract contained herein. A Pre-Bid Meeting will be held at 10:00 a.m., on June 29, 2012 at the City of Sacramento, South Area Corp Yard, Building 3, 5730 24th Street, Sacramento, CA 95822. 1. Selection Process  After the submittal deadline has passed, a selection committee will review and rate each of the proposals received and rank them according to the criteria provided in Appendix 1, Evaluation Criteria, including consideration of expertise, knowledge, and experience, as well as value. The evaluation may include discussions with other clients. The committee will also interview prospective contractors to obtain additional information.  At the conclusion of the selection process, staff will request that City Council award a Nonprofessional Services Agreement to the top-ranked contractor.  Emerging and Small Business Enterprise (ESBE) participation will be considered during Proposal evaluation as indicated on Appendix 1, Evaluation Criteria. For more information see Attachment 1, Items Requiring Response.  The issuance of this RFP shall not be interpreted as, and does not constitute, a representation by the City that any specific contractor or contractors will be retained to perform any of the services described herein, and a contractor shall not acquire any right or entitlement to be retained for such purpose by virtue of submitting a proposal in response to this RFP.  The City reserves the right to issue additional RFP(s) for the performance of these services during the service period specified below. The City also reserves the option to cancel or modify this RFP and the selection process at any time.  2. Selection Schedule  RFP issued June 20, 2012 Last day to ask questions (if necessary) June 29, 2012 Pre-Bid Meeting June 29, 2012 Last Addendum posting date (if necessary) July 5, 2012 Proposals due July 11, 2012, at 2:00 p.m. Evaluation by selection panel July 12, 2012 –July 17, 2012 Interview (tentative) July 18, 2012 Contract preparation July 18, 2012-August 1, 2012 Contract award by City Council (tentative) August 14, 2012 First work assigned (on or after) August 20, 2012  It is important that the contractors selected be able to respond quickly during contract preparation phase, to facilitate the timely approval by City Council. Any delay in submitting required contract and/or insurance documents may result a delay in award.  RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page5of31  C. SERVICES REQUIRED  Contractor must provide all labor, material, tools, and equipment necessary to complete assigned projects.  All work performed shall conform to the City of Sacramento tree pruning specifications and Scope of Work of this RFP as detailed in Appendix B. A digital copy of the document is available, upon request, from the Project Manager.  D. PROPOSAL SUBMITTAL REQUIREMENTS  Contractors interested in submitting a proposal for this project should respond to this RFP by submitting a written proposal providing all the information requested below. The proposal will be considered complete only if all of the items listed in this section are included in the submittal. Five (5) copies of the proposal and an electronic copy on CD shall be submitted no later than 2:00 p.m., July 11, 2012 to: City of Sacramento Department of Transportation Street Services 5730 24th Street, Bldg. 9 Sacramento, CA95822  Attention: Azadeh Doherty Re: RFP for Tree Pruning Services  Hand deliveries of proposals must be received and time/date stamped by the receptionist at the front desk of the Street Services Division, in building 9, prior to the submission deadline or risk being disqualified.  Proposals should be prepared simply and economically, providing a straight forward, concise description of provider capabilities to satisfy the requirements of the RFP. Emphasis should be on completeness and clarity of content.  An authorized representative of the firm must complete and sign the proposal. Please provide and present, in the order listed, the following information: 1. Company name, including corporate office and local office address, city, state, zip code, telephone number, fax number and web site address. Include brief company history, background, specialties, and ownership.  2. Proposal’s contact person, address, telephone number, and eǦmail address.  3. Introductory letter describing company’s basic understanding of the services identified. This letter should also contain an expression of the company’s interest in the work, a statement regarding the qualifications of the contractor to do the work, and any summary information that may be useful or informative to the City and the evaluation committee.  4. A list all tree pruning contracts, both currently engaged in and completed, for the RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page6of31  last three years. Include the name and address of the contracting agency or party, inclusive dates, a summary of the scope of work, and the agency or contracting party’s Project Manager and phone number (see Attachment 8).  5. Organizational chart identifying key employees, including the anticipated contract manager and field supervisors.  6. A summary of the expertise and qualifications of key employees who will be responsible for providing the services described in Section C, above.  7. Complete and attach the following documents: Attachment 1: Items Requiring Response Attachment 2: Licenses, Certifications, and Registrations  Attachment 3: Emerging Business Enterprise (EBE) or Small Business Enterprise (SBE) certifications  Attachment 4: Certification of Environmentally Preferable Products  Attachment 5: Drug Free Workplace Policy and Affidavit  Attachment 6: Statement of Headquarters, City of Sacramento Boycott of Arizona  Attachment 7: Pricing Schedule  E. NONPROFESSIONAL SERVICES AGREEMENT  A copy of the City’s Non-Professional Services Agreement that the selected contractors will be required to sign is provided as Attachment 9. The copy is for information only and is not a required component of the proposal. Please note that any contractor selected will be required to comply with the standard provisions set forth in Exhibit D of the Agreement; section 11.A provides information on minimum scope and limits of insurance coverage, and section 11.B provides information on additional insured coverage.  The selected firm will need to provide insurance certificate(s) for Commercial General Liability, Automobile Liability, Workers’ Compensation and Employer’s Liability, and Professional Liability Insurance for this project. Endorsement(s) signed by an authorized representative of the insurance carrier will also be needed for Commercial General Liability and Automobile Liability insurance, with language included in the endorsement(s) that the City, its officials, employees and volunteers shall be covered as additional insured. If the insurance certificate(s) are provided by an insurance broker, the insurance company will also need to provide verification of coverage.  The selected contractors will be required to complete and submit an IRS Form WǦ9 and CA Form 590. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page7of31  F. ADDENDA AND SUPPLEMENTS  The City of Sacramento reserves the right to cancel, postpone, extent or revise this RFP or the RFP process at any time. If it becomes necessary to revise any part of this RFP, an Addendum to the RFP will be provided on the City’s Bid website at:  http://www.cityofsacramento.org/finance/bids/.  G. BUSINESS OPERATIONS TAX CERTIFICATE (B.O.T.C.)  Sacramento City Code Chapter 3.08 requires any person or firm conducting business within or with the City of Sacramento to pay a Business Operations Tax and have a current Business Operations Tax Certificate.  To obtain information about the Business Operations Tax Certificate, contact the City of Sacramento Revenue Division, 915 I Street, Sacramento, CA 95814, or telephone 916Ǧ808Ǧ8500.  H. MISCELLANEOUS  All material submitted shall become the property of the City of Sacramento, may be reviewed and evaluated as part of this RFP process by any persons at the discretion of the City of Sacramento, and may be publicly disclosed as required by law.  Written Questions concerning this RFP must be submitted in writing to: City of Sacramento Department of Transportation Street Services 5730 24th Street, Bldg. 9 Sacramento, CA 95822  Attention: Azadeh Doherty Email: adoherty@cityofsacramento.org   Written Questions concerning the Scope of Work must be submitted in writing to: City of Sacramento Department of Transportation 5730 24th Street, Building 12A Sacramento, California 95822 Attn: Todd Martin  Fax: (916) 808-4005  Email: tmartin@cityofsacramento.org  Copies of written questions and the corresponding responses of a substantive nature will be shared with all participants who provide an eǦmail address and/or fax number when downloading the RFP from the City of Sacramento. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page8of31  The City will NOT accept questions after 3:00 p.m., June 29, 2012. Contractors submitting written questions are encouraged to verify the questions were received by contacting Todd Martin at (916) 808Ǧ8074. The City of Sacramento assumes no responsibility for delayed, misdirected, partial delivery or failure to deliver any questions. The City will not respond to any questions arriving after the aforementioned deadline set forth in this RFP.   RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page9of31  REQUEST FOR PROPOSALS APPENDIX A TREE PRUNING SERVICES PROPSALS EVALUATION CRITERIA    The City will screen all proposals and generally evaluate them on the criteria outlined below: x Responsiveness: The City will consider the material submitted by each firm to determine whether the proposal is in compliance with the request.  x Responsibility: The City will consider the material submitted by each firm and other evidence it may obtain to determine their demonstrated ability to provide the required scope of services.  x Comparative ranking:  1. The relative value offered by each firm by means of competitive pricing. (Weighted 50%)  2. The firm’s relative capabilities, qualifications, and experience. (Weighted 25%)  3. Satisfactory references. Preference will be given to local government client references. (Weighted 25 %)  x The City will also consider availability of other related services, as well as any other information provided that the City deems valuable. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page10of31  REQUEST FOR PROPOSALS APPENDIX B TREE PRUNING SERVICES SPECIFICATIONS AND SCOPE OF WORK   The scope of contracted work shall consist of removal, pruning, and other maintenance operations of trees, palms and other woody plants, in various locations within the City of Sacramento, hereafter referred to as the City. Work shall be supervised and approved by representatives of the Department of Transportation, Urban Forestry staff. GENERAL REQUIREMENTS Contractor shall be aware of and shall comply with the Sacramento City Codes governing tree pruning work, traffic control and any other regulations that may affect operations. Refer to City of Sacramento’s Standard Specifications, Section 6-18. Contractor shall furnish all labor, materials, and equipment necessary to perform the work described herein in strict accordance with these specifications and subject to the terms and conditions of the contract. All work is to be performed by a tree care contractor, who shall be licensed by the California Contractors State License Board (Classification C-61/Category D-49) to provide such contract services within the State of California and the City of Sacramento. Debris Removal The scope of work shall include removal and disposal of brush and debris generated by said work. Waste material shall be disposed of at the contractor’s expense at a location designated and/or approved by the City. Waste material shall not be given away or sold as firewood. Waste material (excepting trees affected by Dutch Elm Disease as noted below) shall not be landfilled. Recycling of wood and wood chips through sustainable uses is strongly encouraged. Contractor shall provide wood or trunk samples if requested by Urban Forestry staff. In the case of trees suspected of being infected with Dutch Elm Disease, the contractor shall comply with Sacramento City Code, Title 12, Chapter 12.60 – Dutch Elm Disease. The contractor shall dispose of all wood and debris and ensure that all material is processed through a wood waste grinder, wood chipper, or buried at a landfill facility within 48 hours. Material that is processed through wood waste grinders or wood chippers does not require burial. Debris resulting from contractor’s operations shall not be left on any work sites overnight. Upon completion of a work, the site shall be left in a clean and orderly condition. Tool Sanitation and Disease Transmittal Contractor’s tools that have potential to transmit pests or diseases to other trees shall be disinfected prior to initiating work within the City, after work on any potentially diseased trees, and prior to re- initiating work after any work outside of City-contracted services. All lead workers that supervise tree care operations under the terms and conditions of this contract shall attend a Dutch Elm Disease awareness and training class, provided by Urban Forestry, prior to any work on species susceptible to the disease. Disposal sites and methods for Dutch Elm Disease RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page11of31  -infected tree parts shall be approved by Urban Forestry staff. Due to disease concerns regarding Canary Island Date Palms (Phoenix canariensis) and California fan palms (Washington filifera), live fronds, flowers and fruit parts must be pruned with handsaws. Chain saws and hand saws shall be disinfected with a 10% mixture of water and household bleach. Chain saw shall have the clutch cover removed and the chain, bar, and clutch area shall be sprayed. Handsaws are to be completely disinfected after each use. Chain saws and hand saws shall be disinfected with each use before pruning the next tree. Damage to Property Public or private property damaged as a result of contractor’s operations shall be repaired or replaced at the contractor’s expense to the originally existing condition. Inspection Prior to Invoicing Contractor shall contact Urban Forestry staff to request inspection of all work performed. All work shall be approved by an Urban Forestry representative prior to submittal of invoices for payment Equipment All vehicles and equipment used in the performance of work assigned under this contract shall be in good working order and in compliance with all local, state and federal laws. Vehicles shall display signage noting the contractor’s name, telephone number, and “City of Sacramento Urban Forestry Contractor”. City identification signs shall not be displayed when performing any work outside of this contract. Record Keeping & Invoicing The contractor shall invoice Urban Forestry monthly in a MS Excel format as provided by the City. This format shall be used for each invoice and must be completed in its entirety. General Safety Requirements Contractor shall comply with applicable state and federal regulations regarding safety, including the use of personal protective equipment and training. All work within 10 feet of any overhead high voltage electrical conductors shall be referred to the Sacramento Municipal Utility District (SMUD) by the contractor. Work shall be scheduled by the contractor in cooperation with SMUD and shall be the conducted in such a manner as to minimize disruption of service and disturbance of residents. Tree care operations that involve climbing or other aerial work may be temporarily suspended during inclement weather with prior approval from Urban Forestry Services. Temporary Street Parking Closure Contractor shall provide barricades with signage noting parking restrictions and days and times of scheduled tree care operations at least 72 hours in advance of work. All barricades and signage RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page12of31  must be approved by Urban Forestry staff. Parking closure signs shall not be attached to trees. Parking closure signs shall not indicate TOW AWAY zones. Holiday Moratoriums and Special Events Certain streets may be temporarily closed to construction and maintenance projects during the period from the Thanksgiving holiday through the New Year’s holiday and during special events. The contractor shall abide by City regulations in regards to any necessary work subject to those restrictions by obtaining prior authorization through the City of Sacramento Department of Transportation. Parking and Traffic Violations Parking and traffic citations as a result of violations shall be the responsibility of the contractor. Work Week The normal work week shall be Monday through Friday, or Tuesday through Saturday, 7:00 A.M. to 3:30 P.M. Where traffic, parking or other constraints exist, the work week may be modified to the same hours on Tuesday through Saturday. All work week modifications shall be approved by Urban Forestry staff. Allocation and Completion of Work Orders Work Orders shall be allocated by Urban Forestry based on actual service requirements and available funding. All work orders will be assigned on an as-needed basis as determined by Urban Forestry. It is possible that no services may be required by the City from a Contractor during all or any portion of the contract term. All work orders assigned to the contractor shall be completed within thirty (30) days except where otherwise noted. Annual Expected Budget The expected budget for Tree Pruning Services will not exceed $1,000,000.00 annually. Actual budget will be based upon availability of funds and anticipated annual services requirements. Contract A. The contract(s) shall be effective from the date of award through June 30, 2013. B. If mutually agreed by both parties, the contract may be extended on a year-to-year basis, however, in no case shall the renewals extend beyond June 30, 2015. The expected budget for the initial term and two optional extensions will not exceed $3 million. Qualified Personnel The contractor shall provide qualified supervisory staff. 1. Each crew shall be led by at least one employee with current certification as a Western Chapter International Society of Arboriculture Certified Tree Worker. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page13of31  2. A minimum of one supervising employee with current certification as an International Society of Arboriculture Certified Arborist shall be provided for every six (6) contractor employees assigned to City work. Uniforms and Identification All contractor personnel shall be required to wear uniforms bearing the contractor’s company name while completing City work assignments. Uniforms shall consist of a shirt and/or jacket with company and employee name neatly screen printed or embroidered and conspicuous. The CONTRACTOR shall provide the following services as requested by Urban Forestry: 1. Demand Pruning 2. Programmed Pruning 3. Crown Reduction/Crown Clean for English Elms 4. Palm Pruning 5. Tree Removal 6. Stump Grinding 7. Crane Services 8. Unscheduled Work or Storm/Emergency Work Crew Services 9. Note: English elms not requiring a crown reduction will be billed at Programmed or Demand based pruning rates. Tree care operations shall be in accordance with current standards as established by the American National Standard Institute (ANSI). Specifically, current ANSI A300 (Tree, Shrub and Other Woody Plant Maintenance-Standard Practices), ANSI Z133 (Safety Requirements for Arboricultural Operations) and accompanying “Best Management Practices” publications shall be adhered to. Tree climbing spurs shall not be used except where trees are to be removed, where trees cannot otherwise be safely accessed, or in the case of emergencies. With the exception of work requested on a time and materials basis, all pruning orders shall be based on complete pruning of the entire tree. Tree Pruning Programmed and Demand Based Pruning Work orders for programmed pruning are based on street block areas within the City of Sacramento boundaries. Generally, programmed pruning areas are planned as contiguous areas. Work orders for demand-based pruning are based on service requests with specific objectives in various locations within the City of Sacramento boundaries and may or may not be at contiguous locations. Notwithstanding the referenced ANSI standards, trees and palms shall be pruned as follows: Mature Trees Tree crowns shall be cleaned, raised, reduced, thinned or any combination of these methods to RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page14of31  achieve the following objectives: 1. Remove dead branches that are greater than 1 inch at the point of attachment. 2. Remove diseased, decayed, broken, weakly attached, and/or crossing branches. 3. Remove mistletoe and/or vines growing on the tree. 4. Improve tree growth and form to maximize safety, structural integrity, and health. 5. Prune to provide eventual clearance of 14 feet over roadways; prune to provide eventual clearance of 8 feet over pedestrian pathways; prune to provide eventual clearance of 5 feet around buildings and other structures, including, but not limited to roofs, gutters, fireplaces, television antennas, and utility service connections. 6. Prune to clear line of sight for streetlights, traffic signs and signals, and street signs. In achieving the above objectives, the contractor shall not remove more of the tree crown than necessary. Under no circumstances shall more than 25 percent of the crown be removed without approval from Urban Forestry Services. When reducing the length of a limb, the resulting terminal branch should be at least one-third (1/3) the diameter of the parent limb. Young Trees Young trees (under eight inches) shall be pruned to achieve the following objectives: 1. Remove dead branches. 2. Remove diseased, decayed, broken, weakly attached and/or crossing branches. 3. Develop strong central leader and radially and vertically symmetric distribution of branches as appropriate for the species. 4. Encourage trunk taper by retaining temporary branches until diameter at the point of attachment is approximately one third of the diameter of the parent branch. 5. Select and develop permanent branches. 6. Retain foliage in the lower portion of the canopy as long as possible. 7. Prune to avoid conflicts with pedestrians, vehicles, and sight-lines at street intersections. Palms 1. Remove dead and dying fronds. 2. Prune palm crown to no narrower than a 9 and 3 o’clock position. 3. Remove loose frond sheaths along the entire length of the trunk. 4. Remove fruit and flowers. Tree Removal Notwithstanding the referenced ANSI Standards, trees, palms and other woody plants shall be removed as follows: 1. Remove all tree parts in a safe and efficient manner. Where necessary, tree parts shall be lowered by rope, crane, or other suitable means to avoid damage to surrounding property, including adjacent trees. 2. Ropes or other rigging shall not be placed so as to cause damage to adjacent property or trees 3. Trees shall be removed to within six (6) inches of grade, measured from the soil line where the trunk meets the ground. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page15of31  Stump Removal 1. Stumps shall be ground to a depth of 20 inches. Contractor shall also grind out all surface roots 2” inches or greater within a 6’ foot radius of the stump. Stump grindings shall be removed to a depth of 20 inches. 2. Contractor shall, backfill the hole with a top soil blend consisting of 50% compost by weight. 3. Contractor shall compact soil to allow for settling. 4. Contractor is responsible for notifying Underground Service Alert prior to grinding stumps or digging anywhere within the public right-of-way or city property. 5. Contractor shall respond to all non-urgent stump grinding work orders within 5 working days. Stump grinding work orders related to sidewalk repairs shall be completed within 3 working days. 6. Where stump grinding is being performed to accommodate a new replacement sidewalk, all surface roots within the footprint of the sidewalk shall be ground to a depth of 6 inches. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page16of31  Attachment 1  ITEMS REQUIRING RESPONSE  NOTE: Contractors must provide responses where indicated to the following items. Failure to provide a response to each of the items in this section may be grounds for rejection of proposal.  1. SBE/EBE FIVE PERCENT (5%) BID EVALUATION PREFERENCE  On February 9, 1999, the Sacramento City Council adopted an Emerging and Small Business Development program to provide enhanced opportunities for the participation of small business enterprises (SBEs) and emerging business enterprises (EBEs) in the City’s contracting and procurement activities. Any Proposal submitted by a firm that is certified as a SBE by the City of Sacramento, or that is certified as an EBE by the City of Sacramento, will receive a five percent (5%) evaluation preference for the purpose of determining the relative value of a contractor (see Appendix A of this RFP). If, after applying the 5% price evaluation preference, the SBE/EBE firm receiving such preference is subsequently awarded a contract, the amount of the contract will be based upon the actual amount quoted in the Pricing Schedule. To receive this evaluation preference, a firm must be certified as a SBE or EBE at the time of Proposal due date. Questions regarding eligibility for SBE/EBE certification should be addressed to the City of Sacramento Procurement Division, at (916) 808-6747.  A. SMALL BUSINESS ENTERPRISE (SBE) CERTIFICATION  Is the firm submitting the proposal certified by the City of Sacramento as a small business enterprise? Check the appropriate block below:  YES – Our firm is certified by the City of Sacramento as a small business enterprise. NO -Our firm submitting is not certified by the City of Sacramento as a small business enterprise. If the response to the above is YES, provide the City of Sacramento Certification Number .  B. EMERGING BUSINESS ENTERPRISE (EBE) CERTIFICATION  Is the firm submitting the proposal certified by the City of Sacramento as an emerging business enterprise? Check the appropriate block below:  YES - Our firm is certified by the City of Sacramento as an emerging business enterprise.  NO - Our firm is not certified by the City of Sacramento as an emerging business enterprise.  If the response to the above is YES, provide the City of Sacramento Certification Number: _.   2. PAYMENT DISCOUNT  Will you offer a prompt payment discount? Yes [ ] or No [ ] (Net 30 days)  If Yes, the Payment Discount is % for payment within calendar days, which will be computed from the date delivery is made and is accepted by the City, or the date a proper invoice is received, whichever is later. RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012  Page17of31  PAYMENT DISCOUNTS WILL BE CONSIDERED IN THE EVALUATION OF THE PROPOSALS. In connection with any cash discount specified on this bid, time will be computed from the date of complete delivery of the supplies or equipment as specified, or from date correct invoices are received in the City Accounting Office, if the latter date is later than the date of delivery. For the purpose of earning the discount, payment is deemed to be made on the date of mailing of the City warrant or check.   Cash discounts offered for payment in less than 20 days will not be considered.  RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012 Attachment 2 LICENSES, CERTIFICATES, AND REGISTRATIONS  Page18of31   Contractor represents and warrants to the City of Sacramento that the following licenses, certificates and registrations are currently in force. The Contractor who is awarded the bid shall provide upon request photocopies of the documents listed below. All said documents will remain in force during the term of the resulting agreement with the City; failure to maintain will result in suspension or possibly termination of contract.  LICENSES/CERTIFICATES/REGISTRATION DOCUMENT # EXPIRATION DATE   STATE OF CALIFORNIA C-61 D-49 LICENSE ISA CERTIFIED ARBORIST NUMBER(S) ISA CERTIFIED TREE WORKER NUMBER(S) OTHER: (please specify)          I DECLARE UNDER PENALTY OF PERJURY, THAT THE FOREGOING IS TRUE AND CORRECT:   CONTRACTOR: signature DATE:   printed name title   COMPANY:   ADDRESS: RFP: TREE PRUNING SERVICES P12151811001 June 20, 2012 Attachment 3  Page19of31  DRUG FREE WORKPLACE POLICY AND AFFADAVIT  BID PROPOSAL MAY BE DECLARED NONRESPONSIVE IF THIS FORM (COMPLETED) IS NOT ATTACHED. Pursuant to City Council Resolution CC90-498 dated 6/26/90 the following is required.  The undersigned contractor certifies that it and all subcontractors performing under this Agreement will provide a drug-free workplace by:  1. Publishing a "Drug-Free Workplace" statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition.  2. Establishing a Drug-Free Awareness Program to inform employees about:  a. The dangers of drug abuse in the workplace. b. The contractor's policy of maintaining a drug-free workplace. c. Any available drug counseling, rehabilitation, and employee assistance program. d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace.  3.Notify employees that as a condition of employment under this Agreement, employees will be expected to:  a. Abide by the terms of the statement. b. Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace.  4.Making it a requirement that each employee to be engaged in the performance of the Agreement be given a copy on the "Drug- Free Workplace" statement.  5. Taking one of the following appropriate actions, within thirty (30) days of receiving notice from an employee or otherwise receiving such notice, that said employee has received a drug conviction for a violation occurring in the workplace:  a. Taking appropriate disciplinary action against such an employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement or other appropriate agency. *I certify that no person employed by this company, corporation, or business has been convicted of any criminal drug statute violation on any job site or project where this company, corporation or business was performing was within three years of the date of my signature below.  EXCEPTION: Date Violation Type Place of Occurrence  If additional space is required use back of this form.  * The above statement will also be incorporated as a part of each subcontract agreement for any and all subcontractors selected for performance on this project.  IN THE EVENT THIS COMPANY, CORPORATION, OR BUSINESS IS AWARDED A CONTRACT, AS A RESULT OF THIS BID; THE CONTRACTOR WITH HIS/HER SIGNATURE REPRESENTS TO THE CITY THAT THE INFORMATION DISCLOSED IN THIS DOCUMENT IS COMPLETE AND ACCURATE. IT IS UNDERSTOOD AND AGREED THAT FALSE CERTIFICATION IS SUBJECT TO IMMEDIATE TERMINATION BY THE CITY.  The Representations Made Herein On This Document Are Made Under Penalty Of Perjury.  CONTRACTOR'S NAME:  BY: Date: Signature Title  Effects of violations: a. suspension of payments under the Agreement. b.Suspension or termination of the Agreement. c.Suspension or debarment of the contractor from receiving any Agreement from the City of Sacramento for a period not to exceed five years. RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012 Attachment 4  Page20of31   SECTION II – CONTRACT DOCUMENTS A. SPECIAL PROVISIONS ENVIRONMENTALLY PREFERABLE PROCUREMENT The City has adopted a “Sustainable Procurement Policy (SPP) and program. The goal is to encourage the procurement of products and services that help minimize environmental impact resulting from use and disposal of these products. Contractors are encouraged to offer Energy Star, Green Seal, EcoLogo, EPEAT, or products that meet FEMP (Federal Energy Management Program) standards for energy consumption. City also encourages contractors to offer products that are produced with recycled materials, where appropriate, unless otherwise requested in this IFB. Contractors will offer products that have minimal virgin materials and maximum use of recycled products. Contractor must work with the City to attain these goals. Notwithstanding the above, the Contractor agrees to supply the City of Sacramento with environmentally preferable and effective products in compliance with the specifications in this solicitation and provide services that help minimize environmental impact resulting from use and disposal of products specified in this bid. The Contractor further agrees that its products specified in this bid do not contain any items, ingredients or components prohibited under the City’s SPP Policy. The City may terminate this contract or take other appropriate actions if the contractor fails to comply or provide adequate supporting documentation to substantiate compliance with the City’s SP Policy and requirements specified in the bid. The City’s SPP Policy is available on line at: http://www.cityofsacramento.org/generalservices/procurement/documents/SustainablePurchasing_P olicy_SPP.pdf or by contacting the Procurement Services Division at (916) 808-6240. RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012 Attachment 5  Page21of31  CITY OF SACRAMENTO BOYCOTT OF ARIZONA–HEADQUARTERED BUSINESSES  On June 15, 2010, the Sacramento City Council adopted Resolution No. 2010-346 opposing two Arizona laws (SB 1070 and HB 2162) that will allow Arizona police to arrest individuals suspected of being unlawfully present in the United States and to charge immigrants with a state crime for not carrying immigration documents. Sacramento City Council Resolution No. 2010-346 also called for a boycott of the State of Arizona and businesses headquartered in Arizona until Arizona repeals or a court nullifies SB 1070 and HB 1262. Resolution No. 2010- 346 provides, in pertinent part, that “where practicable and where there is no significant additional cost to the City, the City of Sacramento shall not enter into any new, amended, extended or supplemental contracts to purchase or procure goods or services from any business or entity that is headquartered in Arizona ...”  Pursuant to the provisions of Resolution No. 2010-346, the City may determine that a bid from a business or entity that is headquartered in Arizona is nonresponsive and the City may reject the bid on that basis.  Bidders that are headquartered in the United States shall certify in the space below the state where the bidder is headquartered:   State Where Bidder is Headquartered  RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page22of31  Attachment 6 PRICING SCHEDULE  In compliance with the Specifications and Scope of Work, and the Contract Documents, the Contractor hereby proposes to furnish all required labor, materials, supervision, transportation, equipment, services, taxes and incidentals required for Tree Pruning Services. CONTRACTOR billable rates are contained in the tables below. DEMAND PRUNING Size Class Quantity Cost per Tree Year 1 Cost per Tree Year 2 Cost per Tree Year 3 Total Cost for Contract 4 – 6 d.b.h. 20 $ $ $ $ 7 - 12 d.b.h. 20 $ $ $ $ 13 - 24 d.b.h. 20 $ $ $ $ 25 - 36 d.b.h. 100 $ $ $ $ 37 - 48 d.b.h. 50 $ $ $ $ 49+ d.b.h. 50 $ $ $ $ Totals 280 $ $ $ $ PROGRAM PRUNING Size Class Quantity Cost per Tree Year 1 Cost per Tree Year 2 Cost per Tree Year 3 Total Cost for Contract 4 – 6 d.b.h. 800 $ $ $ $ 7 - 12 d.b.h. 1,100 $ $ $ $ 13 - 24 d.b.h. 1,500 $ $ $ $ 25 - 36 d.b.h. 1,200 $ $ $ $ 37 - 48 d.b.h. 500 $ $ $ $ 49+ d.b.h. 400 $ $ $ $ Totals 6,000 $ $ $ $ RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page23of31  CROWN REDUCTION (ENGLISH ELMS) Size Class Quantity Cost per Tree Year 1 Cost per Tree Year 2 Cost per Tree Year 3 Total Cost for Contract 25 - 36 d.b.h. 40 $ $ $ $ 37 - 48 d.b.h. 40 $ $ $ $ 49+ d.b.h. 60 $ $ $ $ Subtotal 140 $ $ $ $ PALM PRUNING Size Class Quantity Cost per Tree Year 1 Cost per Tree Year 2 Cost per Tree Year 3 Total Cost for Contract Date Palm under 55' working height 100 $ $ $ $ Date Palm over 55' working height 20 $ $ $ $ Washingtonia species under 55' working height 50 $ $ $ $ Washingtonia .species over 55' working height 125 $ $ $ $ Totals 295 $ $ $ $ RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page24of31  TREE REMOVAL TO 6” INCHES ABOVE SOIL LINE Size Class Quantity Cost per Tree Year 1 Cost per Tree Year 2 Cost per Tree Year 3 Total Cost for Contract 0 – 3 d.b.h. 0 $ $ $ $ 4 – 6 d.b.h. 50 $ $ $ $ 7 - 12 d.b.h. 100 $ $ $ $ 13 - 24 d.b.h. 200 $ $ $ $ 25 - 36 d.b.h. 100 $ $ $ $ 37 - 48 d.b.h. 100 $ $ $ $ 49+ d.b.h. 50 $ $ $ $ Totals 600 $ $ $ $ STUMP GRINDING Size Class Quantity Cost per Tree Year 1 Cost per Tree Year 2 Cost per Tree Year 3 Total Cost for Contract 0 – 3 d.b.h. 0 $ $ $ $ 4 – 6 d.b.h. 50 $ $ $ $ 7 - 12 d.b.h. 100 $ $ $ $ 13 - 24 d.b.h. 200 $ $ $ $ 25 - 36 d.b.h. 100 $ $ $ $ 37 - 48 d.b.h. 100 $ $ $ $ 49+ d.b.h. 50 $ $ $ $ Totals 600 $ $ $ $ RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page25of31  Service Hours 3 person crew /w Bucket Cost per Hour Year 1 Cost per Hour Year 2 Cost per Hour Year 3 Total Cost for Contract Hourly Rates for Unscheduled Work or Storm/Emergency Work Billable Rates Crane Services 100 $ $ $ $ *General Crew Rate 100 $ $ $ $ Total $ $ $ $ *NOTE: The estimated hours and dollar amount for hourly rates are for bid evaluation purposes only. Unscheduled work (storm or other emergency work) shall be billed portal to portal, not to exceed l.5 hours, round trip. Rates should be based on a typical three-person crew, including a qualified lead worker. Equipment needs should include a truck equipped with a chip box and an aerial lift with a minimum working height of 55 feet, a brush chipper, and all associated tools and equipment to complete a typical tree pruning or removal assignment per the General Requirements that follow in this document. The hourly labor rates quoted must be all inclusive. Quotes will be based on an hourly rate, based upon the time the Contractor begins work on site. Cost for travel time should be built in to the hourly rate that is quoted. No surcharges or additional costs will be allowed.  In determining the amount quoted by each contractor, the City shall disregard mathematical errors in addition, subtraction, multiplication, and division that appear obvious on the face of the Proposal. When such a mathematical error appears on the face of the Proposal, the City shall have the right to correct such error and to compute the total amount bid by said bidder on the basis of the corrected figure or figures.  When an item price is required to be set forth in the Proposal, and the total for the item set forth separately does not agree with a figure which is derived by multiplying the item price times the Project Manager's estimate of the quantity of work to be performed for said item, the item price shall prevail over the sum set forth as the total for the item unless, in the sole discretion of the City, such a procedure would be inconsistent with the policy of the bidding procedure. The total paid for each such item of work shall be based upon the item price and not the total price. Should the Proposal contain only total price for the item and the item price is omitted, the City shall determine the item price by dividing the total price for the item by the Project Manager's estimate of the estimated quantities of work to be performed as items of work. If the Proposal contains neither the item price nor the total price for the item, then it shall be deemed incomplete and the Proposal shall be disregarded.  RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page26of31  Attachment 7 Equipment List Proposals must provide the following information regarding all equipment that will be readily available (within 24 hours) to complete this contract. Please enter the number of units for each specific piece of equipment listed below. If you do not have a specific unit listed below place a “0” (zero) in the space provided, do not leave blank. Chippers Make Size # of units Bucket Trucks Make/model Height # of units RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page27of31  Chipper Trucks Make Cubic Yards # of units Stump Grinders Make and Model Max Depth # of units Crane Make and Model Capacity # of units RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page28of31  Dump trucks Make and Model Cubic Yards # of units RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page29of31  Attachment 8 Relevant Work Experience In this section please provide information regarding your relevant experience and responsibilities on similar work or projects. In addition, the following form will allow you to fill out a listing of your previous work and current work commitments. Please include telephone numbers of personal references. References will be contacted as part of the selection process. Previous Contracts Name: City, State Government Municipality: Work Description: Similarities to the City of Sacramento: Terms of Contract: Reference Name: Agency: Phone Number: E-mail: RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page30of31  Current Contracts City, State Government Municipality: Work Description: Similarities to the City of Sacramento: Terms of Contract Reference Name: Agency: Phone Number: E-mail: RFP: TREE PRUNING SERVICES P12151811011 June 20, 2012  Page31of31  Attachment 9 Staffing ISA Certified tree Workers Name Certification # ISA Certified Arborists Name Certification # Sandra Talbott, Interim City Attorney Shirley Concolino, City Clerk Russell Fehr, City Treasurer John F. Shirey, City Manager City of Sacramento City Council 915 I Street, Sacramento, CA, 95814 www.CityofSacramento.org Meeting Date:8/14/2012 Report Type:Consent Title: Contract: Tree Pruning and Removal Services Report ID: 2012-00647 Location:Citywide Recommendation: Pass a Motion 1) awarding a one-year contract with two one-year renewal options to West Coast Arborist, Inc. for tree pruning and removal services in a total amount not to exceed $2,642,000 for a potential maximum three year term; and 2) authorizing the City Manager or the City Manager’s designee to execute the contract with West Coast Arborist, Inc. and exercise the renewal options specified above provided that sufficient funds are available in the budget adopted for the applicable fiscal year(s). Contact: Todd Martin, Operations General Supervisor, (916) 808-8074; Juan Montanez, Maintenance Services Manager, (916) 808-2254, Department of Public Works. Presenter: None Department: Public Works Department Division:Urban Forestry Dept ID:15001811 Attachments:_____________________________________________________________________________________________________________ 1- Description/Analysis 2 -Background 3 -West Coast Arborist Contract _________________________________________________________________________ City Attorney Review Approved as to Form Gerald Hicks 8/3/2012 9:56:44 AM City Treasurer Review Reviewed for Impact on Cash and Debt Russell Fehr 7/30/2012 9:49:10 AM Approvals/Acknowledgements Department Director or Designee: Jerry Way -8/1/2012 4:15:20 PM 1 of 578 8 Description/Analysis Issue:Contracted tree pruning and removal services supplement the work performed by City staff and are needed to address maintenance of the urban forest in an efficient and timely manner. The recommended contract will provide scheduled and emergency tree pruning and tree removal services. Policy Considerations:The recommendations in this report are consistent with City Code Section 3.56 and Resolution 2010-346 prohibiting the City from entering into any contract to purchase goods or services from any business or entity headquartered in Arizona. The Equal Benefits Ordinance and Living Wage Ordinance are applicable to this contract and the contractor has affirmed its intent to comply. Economic Impacts:None. Environmental Considerations: California Environmental Quality Act (CEQA): The current proposal involves the purchasing of tree pruning and removal services. This is not a ‘project’ and is not subject to Section 15378(b) (2) of the CEQA Guidelines. Therefore, as determined by the City’s Environmental Services Planning Manager, no environmental review is necessary. Sustainability Considerations: The current proposal is consistent with the Sustainability Master Plan goal to maintain and expand the urban forest. Other: None. Commission/Committee Action: None. Rationale for Recommendation:On June 20, 2012, the Maintenance Services Division of Public Works with the approval of the City Council released a Request for Proposal (RFP) to solicit qualified contractors to procure tree pruning and removal services. The City received three (3) proposals and the most qualified contractor was determined to be West Coast Arborist, Inc. A summary of the RFP process is provided in Background. Contracted tree pruning and removal services supplement the work performed by City staff and are needed to address the maintenance of the urban forest in an efficient and timely manner. The recommended contract will provide scheduled and emergency tree pruning and tree removal services. Financial Considerations:Funding for tree pruning and removal services is provided through Urban Forestry’s operating budget, provided by the City-wide Landscape and Lighting Assessment District. There is sufficient money in the FY2012/13 operating budget to purchase tree pruning and removal services. The extension of the contract for each of the additional contract years is subject to the funding availability in the adopted budget for the applicable fiscal year. The total contract amount over the three year term is based on an analysis of prior year 2 of 57 work orders and the anticipated city-wide maintenance needs of the urban forest including the aging English Elm tree population and a number of trees infected with Dutch elm disease. Emerging Small Business Development (ESBD): West Coast Arborist, Inc. is not certified as an emerging/small business enterprise. 3 of 57 Background On June 19, 2012, the City Council suspended competitive bidding for Tree Pruning Services and authorized staff to release a Request for Proposal (RFP) to solicit qualified contractors for the procurement of tree pruning and removal services. On June 20, 2012, the Maintenance Services Division of Public Works released a Request for Proposal (RFP) to solicit qualified contractors and received three (3) proposals from the following tree care service firms: West Coast Arborist, Inc.,George Salinas Tree Preservation,and The Grove Total Tree Care. Staff reviewed and evaluated the proposals. In addition, on July 18, 2012, staff interviewed all three firms. Based on a complete evaluation process using the following criteria which were established in the RFP process, West Coast Arborists, Inc. was selected as the most qualified contractor to provide tree pruning services. Selection Criteria 1.The relative value offered by each firm by means of competitive pricing. (Weighted 50%) 2.The firm’s relative capabilities,qualifications,and experience.(Weighted 25%) 3.Satisfactory references. Preference will be given to local government client references.(Weighted 25 %) 4 of 57 Pricing Proposal Tree Pruning Services Proposal 1 Proposal 2 Proposal 3 West Coast Arborists, Inc.The Grove Total Tree Care George Salinas Tree Pres. PRICING SECTION QTY Item Description UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 1 Demand Pruning $ 49,000.00 $ 49,000.00 $ 134,870.00 $ 134,870.00 $ 55,650.00 $ 55,650.00 1 Program Pruning 346,500.00 346,500.00 706,500.00 706,500.00 412,500.00 412,500.00 1 Crown Reduction 49,000.00 49,000.00 1,270,075.00 1,270,075.00 94,500.00 94,500.00 1 Palm Pruning 32,675.00 32,675.00 251,100.00 251,100.00 29,875.00 29,875.00 1 Tree Removal to 6 Inches 237,500.00 237,500.00 250,000.00 250,000.00 336,450.00 336,450.00 1 Stump Grinding 104,000.00 104,000.00 67,875.00 67,875.00 86,250.00 86,250.00 1 Hourly Rate with 3 man Crew 39,900.00 39,900.00 20,350.00 20,350.00 30,000.00 30,000.00 1 Crane Services 22,000.00 22,000.00 87,500.00 87,500.00 20,000.00 20,000.00 Total $880,575.00 $2,788,270.00 $1,065,225.00 5 of 57 6 of 57 7 of 57 8 of 57 9 of 57 10 of 57 11 of 57 12 of 57 13 of 57 14 of 57 15 of 57 16 of 57 17 of 57 18 of 57 19 of 57 20 of 57 21 of 57 22 of 57 23 of 57 24 of 57 25 of 57 26 of 57 27 of 57 28 of 57 29 of 57 30 of 57 31 of 57 32 of 57 33 of 57 34 of 57 35 of 57 36 of 57 37 of 57 38 of 57 39 of 57 40 of 57 41 of 57 42 of 57 43 of 57 44 of 57 45 of 57 46 of 57 47 of 57 48 of 57 49 of 57 50 of 57 51 of 57 52 of 57 53 of 57 54 of 57 55 of 57 56 of 57 57 of 57