Loading...
Tree Maintenance Services PREPARED BY : MATT MORLEY DIRECTOR OF PARKS AND PUBLIC WORKS Reviewed by: Assistant Town Manager Town Attorney Finance MEETING DATE: 0 4/05 /16 ITEM NO : 5 COUNCIL AGENDA REPORT DATE: MARCH 2 4 , 2016 TO: MAYOR AND TOWN COUNCIL FROM: LAUREL PREVETTI, TOWN MANAGER SUBJECT: TREE MAINTENANCE SERVICES AGREEMENT AMENDMENT A. AUTHORIZE THE TOWN MANAGER TO EXECUTE A FIRST AMENDMENT TO THE AGREEMENT FOR SERVICES WITH WEST COAST ARBORISTS TO ADD $60,000 FOR TOWN TREE MAINTENANCE SERVICES . B. AUTHORIZE A BUDGET ADJUSTMENT IN THE AMOUNT OF $60,000 FROM ANTICIPATED FISCAL Y EAR 201 5 /1 6 YEAR END SAVINGS . RECOMMENDATION : 1. A uthorize the Town Manager to execute a first amendment to the A greement for S ervices with West Coast Arborists (WCA) to add $60,000 for Town tree maintenance services. 2. A uthorize a budget adjustment in the amount of $60,000 from anticipated Fiscal Year 201 5 /1 6 year end savings . BACKGROUND : As part of the FY 2011/12 operating budget process, the Town Council eliminated in -house tree trimming services. Since that time, contractual tree trimming has been the primary service delivery platform for the Town in managing its urban forest, which includ es street trees , park and open space trees , and trees located o n other Town properties. West Coast Arborists (WCA) has been providing contractual tree trimming services to the Town since August, 2011. The initial contract with WCA was approved by the Town Council on August 15, 2011 following a competitive bidding proc ess. Council subsequently approved a two -year extension to the agreement with WCA on June 18, 2012, extending tree maintenance services through June 30, 2014. PAGE 2 MAYOR AND TOWN COUNCIL SUBJECT: TREE MAINTENANCE SERVICES AGREEMENT AMENDMENT MARCH 24, 2016 BACKGROUND (cont’d): Attentive to the June 30, 2014 expiration of the initial tree trimming contract, the Parks and Public Works Department solicited bids through an RFP process for tree trimming services in spring 2014 . Four bids were received and WCA was determined to be the most cost effective bidder d ue to competitive pricing which included providing the Town with a computerized tree inventory. A new tree maintenance contract with WCA was approved by Council on April 7, 2014 . At that time the Council also authorized the Town Manager to extend the a greement annually for up to two additional years (through June 30, 2018) in the amount of $100,000 based on budget availability. Staff anticipates executing th is extension and is proposing $100,000 in the upcoming FY16 -17 budget because of the Town’s tree maintenance needs and because f all is the optimal time for street tree planting . DISCUSSION : Since 2011, WCA has provided high quality and responsive tree maintenance services to the Town , including safety and structural pruning, hazardous tree mitigation, removal of dead and diseased trees , and timely emergency response. The Town’s urban forest has been significantly impacted by the historic multi -year drought and this winter’s robust and frequent wind and rain events . As a result, significant tree maintenance services have been implemented in the current fiscal year to remove a much higher than anticipated number of trees or conduct emergency trimming and other service s. Consequently, the current fiscal year allocation of funds for tree maintenance services is close to being fully expended. With three months remaining in the fiscal year, additional funding is needed to support emergency re sponse and tree risk mitigation as well as cover the cost for emergency responses that have be en required over the past two month s . Staff anticipates a similar need for service over the next year and may return during the mid -year budget process in FY 20 16 /17 to do a n adjustment to add more funds . CONCLUSION : 1. A uthorize the Town Manager to exec ute a first amendment to the A greement for S ervices with West Coast Arborists (WCA) to add $60,000 for Town tree maintenance services. 2. Authorize a budget adjustment in the amount of $60,000 from anticipated Fiscal Year 2015/16 year end savings . ALTERNATIVES: The Council could not approve the additional tree funding for the current fiscal year and no additional tree services would be provided through June 30, 2016 . This is not recommended as PAGE 3 MAYOR AND TOWN COUNCIL SUBJECT: TREE MAINTENANCE SERVICES AGREEMENT AMENDMENT MARCH 24, 2016 staff does not have the in -house capacity or equipment required to perform the range of tree maintenance services provided by WCA. COORDINATION: This report has been coordinated with the Finance Department and Town Attorney’s Office . FISCAL IMPACT : Funds for the increased tree maintenance costs in the cu rrent fiscal y ear will come from anticipated Fiscal Year 2015/16 savings . ENVIRONMENTAL ASSESSMENT : This i s not a project as defined under CEQA , and no further action is required. Attachment : 1. First Amendment to Agreement for Services ATTACHMENT 1 FIRST AMENDMENT TO AGREEMENT This FIRST AMENDMENT TO AGREEMENT is dated for identification this 5 th day of April , 201 6 and amends that certain Agreement for Services dated April 9, 2014 , made by and between the Town of Los Gatos , ("Town,") and West Coast Arborists, Inc.(“Service Provider ”). RECITALS A. Town and Consultant entered into a n Agreement for Services on April 9, 2014 (“Agreement ”), a copy of which is attached hereto and incorporated by reference as Exhibit A to this Amendment . B . Per Council action on April 7, 2014 to approve the original agreement with West Coast Arborists, the Town Manager retains the ability to extend the agreement for another two years (to June 30, 2018) and another $100,000 based on budget availability. AMEN DMENT 1. Section 2.6 Compensation is amended to read as follows: Compensation for services for the period July 1, 2015 through June 30, 2016 shall not exceed $160 ,000. 2. All other terms and conditions of the Agreement remain in full force and effect. IN WITNESS WHEREOF, the Town and Consulta nt have executed this Amendment. Town of Los Gatos by: Laurel Prevetti, Town Manager Recommended by: Matt Morley, Director of Parks and Public Works West Coast Arborists , by: _____________________________________ Title A pproved as to Form: _____________________________________ Robert Schultz, Town Attorney written consent of the Town before such release. The Town acknowledges that the reports to be prepared by the Service Provider pursuant to thisAgreement are for the purpose of evaluating a defined project, and Town's use of the information contained in the reports prepared by the Service Provider in connection with other projects shall be solely at Town's risk, unless Service Provider expressly consents to suchuse in writing. Town further agrees that it will not appropriateany methodology or technique of Service Providerwhich is and has been confirmed in writing by Service Provider to be a trade secret of Service Provider. 2.6 Compensation. Compensation for services shall not exceed $100,000, inclusive of all costs. Payment shall be based upon Town approval of each task. 2.7 Billing. Billing shall be monthly by invoice withinthirty (30) days of the rendering of the service and shall be accompanied by a detailed explanation of the work performed by whom at what rate and on what date. Also, plans, specifications, documents or other pertinent materials shall be submitted for Town review, even if onlyin partial or draftform. Paymentshall be net thirty (30) days. All invoices and statements to the Town shall be addressed as follows: Invoices: Town of Los Gatos Attn: Accounts Payable P.O. Box 655 Los Gatos, CA 95031 -0655 2.8 Availability of Records. Service Provider shall maintain therecords supporting this billing for not less than three years following completion of the work under this Agreement. Service Provider shall make these records available to authorized personnel of the Town at the Service Provider officesduring business hoursupon written request of the Town. 2.9 Assignability and Subcontracting. The services to be performed under this Agreement are unique and personal to the Service Provider. No portion of these services shall be assigned or subcontracted without the written consent of the Town. 2.10 Independent Contractor. It is understood that the Service Provider, in the performance of the work and servicesagreed to be performed, shall act as and be an independent contractor and not an agent or employee of the Town. As an independent contractor he /she shall not obtain any rights to retirement benefits or other benefits which accrue to Town employee(s). Withprior written consent, the Service Provider may perform some obligations under this Agreement by subcontracting, but may not delegate ultimate responsibility for performance or assign ortransfer interests under this Agreement. Service Provider agrees to testifyin any litigation brought regarding the subject of the work to be performed under this Agreement. Service Provider shall becompensated for its costsandexpenses in preparing for, traveling to, and testifying in such matters at its then current hourly rates of compensation, unless such litigation is brought by Service Provider or is based on allegations of Service Provider's negligent performanceor wrongdoing. Page 2 of 7 2.11 Conflict of Interest. Service Provider understands thatits professional responsibilities are solely to the Town. The Service Provider has and shall not obtain any holding or interest within the Town of Los Gatos. Service Provider has no business holdings or agreements with any individual member of the Staff or management of the Town or its representatives nor shall it enter into any such holdings or agreements. In addition, Service Provider warrants that it does not presently and shall not acquire any direct orindirect interest adverse to those of the Town in the subject of this Agreement, and it shall immediately disassociate itself from such an interest, should it discover it has done so and shall, at the Town's sole discretion, divest itself of such interest. Service Providershall not knowingly and shall takereasonable steps to ensure that it does not employ a person having such an interest in thisperformance of this Agreement. If after employment of a person Service Provider discovers it has employed a person with a direct or indirect interest that would conflictwith itsperformance of thisAgreement Service Provider shall promptly notify Town of this employment relationship, and shall, at the Town's sole discretion, sever any such employment relationship. 2.12 Equal Employment Opportunity. Service Provider warrants that it is an equal opportunity employer and shall comply with applicable regulations governing equal employment opportunity. Neither Service Provider nor its subcontractors do and neither shall discriminate against persons employed or seeking employment with them onthebasis of age, sex, color, race, marital status, sexual orientation, ancestry, physical or mental disability, national origin, religion, or medical condition, unlessbased upon a bona fide occupational qualification pursuant to the California Fair Employment & Housing Act. III. INSURANCE AND INDEMNIFICATION 3.1 Minimum Scope of Insurance: i. Service Provider agrees to have and maintain, for the duration of the contract, General Liability insurance policies insuring him/her and his/her firm to an amount not less than: one million dollars ($1,000,000) combined single limit per occurrence for bodily injury, personal injury and property damage. ii. Service Provider agrees to haveand maintain for the duration of the contract, an Automobile Liability insurance policy ensuring him/her and his/her staff to an amount not less than one million dollars ($1,000,000) combined single limit per accident for bodilyinjury and property damage. iii. Service Provider shall provide to the Town all certificates of insurance, with original endorsements effecting coverage. Service Provider agrees that all certificates and endorsements are to be received and approved by the Town before work commences. Page 3 of 7 General Liability: i. The Town, its officers, officials, employees and volunteers are to be covered as insured as respects: liability arising out of activities performed by or on behalf of the Service Provider; products and completed operations of Service Provider, premises owned or used by the Service Provider. ii. The Service Provider's insurancecoverageshall be primary insurance as respects the Town, its officers, officials, employees and volunteers. Any insurance or self - insurances maintained by the Town, its officers, officials, employees or volunteers shall be excess of theService Provider's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Town, its officers, officials, employees or volunteers. iv. TheService Provider's insuranceshall apply separately to each insured against whom a claim is made orsuit is brought, except with respect to the limits of the insurer's liability. 3.2 All Coverages. Each insurance policy required in this item shall be endorsed to state that coverage shallnot be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, returnreceipt requested, has been given to the Town. Current certification of such insurance shall be kept on file at all times during the term of this agreement with the Town Clerk. 3.3 Workers' Compensation. In addition to these policies, Service Provider shallhave and maintain Workers' Compensation insurance as required byCalifornia law and shall provide evidence of such policy tothe Town before beginning services underthis Agreement. Further, Service Provider shall ensure that all subcontractors employed by Service Provider provide the required Workers' Compensation insurance for their respective employees. 3.4 Indemnification. TheService Provider shall save, keep, hold harmless and indemnify and defendthe Town its officers, agent, employees and volunteers from all damages, liabilities, penalties, costs, or expenses inlaw or equity that may at any time arise or be set up because of damages to propertyor personal injury received by reason of, or in the course of performing work which may be occasioned by a willful or negligent act or omissions of the Service Provider, or any of the Service Provider's officers, employees, or agents orany subcontractor. Page 4 of 7 IV. GENERAL TERMS 4.1 Waiver. No failure on the part of eitherparty to exercise any right or remedy hereunder shall operate as a waiver of any other right or remedy that party may have hereunder, nor does waiver of a breach or default under this Agreementconstitute a continuing waiver of a subsequentbreach of the same or any other provision of this Agreement. 4.2 GoverningLaw. This Agreement, regardless of where executed, shall be governed by and construed tothe laws of the State of California. Venue for anyactionregarding this Agreement shall be in the Superior Court of the County of Santa Clara. 4.3 Termination of Agreement. The Town and the Service Provider shall have the right to terminate this agreement with or without cause bygiving not less than fifteen days (15) written notice of termination. In the event of termination, the Service Provider shall deliver to the Town all plans, files, documents, reports, performed to date by the Service Provider. In theevent of such termination, Town shall pay Service Provider an amount that bears the same ratio to the maximum contract price as the work delivered to the Town bears to completed services contemplated under this Agreement, unlesssuch termination is made for cause, in which event, compensation, if any, shall be adjusted in light of the particular facts and circumstances involved in such termination. 4.4 Amendment. No modification, waiver, mutual termination, or amendment of this Agreement is effective unlessmade in writing and signed by the Town and the Service Provider. 4.5 Disputes. In any dispute over any aspect of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, including costs of appeal. 4.6 Notices. Any noticerequiredto be given shall bedeemed to be duly and properly given if mailed postage prepaid, and addressed to: Town of Los Gatos Attn: Town Clerk 110 E. Main Street Los Gatos, CA 95030 West Coast Arborists, Inc. Victor M. Gonzalez 2200 E. Via Burton Street Anaheim, CA 92806 or personally deliveredto Service Provider to such address or such other address as Service Provider designates in writing to Town. 4.7 Order of Precedence. hi the event of any conflict, contradiction, or ambiguity betweenthe terms and conditions of this Agreement in respect of the Products or Services and any attachments to this Agreement, thenthe terms and conditions of this Agreement shall prevail over attachments or other writings. Page 5 of 7 4.8 Entire Agreement. This Agreement, includingall Exhibits, constitutes the complete and exclusive statement of the Agreement between the Town and Service Provider. No terms, conditions, understandings or agreements purporting to modify or vary this Agreement, unless hereafter made in writing and signed by the party to be bound, shall be binding on either party. V. BONDING REQUIREMENT 5.1 Service Provider agrees to post a Faithful PerformanceBond and a payment bond for Labor and Materials, or other guarantees, in the required amounts upon bond forms provided by the TOWN, guarantying the performance of theterms of thisAgreement. Surety issuing bonds for Service Provider shall be approved by the U.S. Department of Treasury's Financial Management Service and shall be listed onthe most current Treasury Circular 570 as contained in theFederal Register. VI. PREVAILING WAGES 6.1 Reference is hereby made to copies of the general rate of per diem wages as determined by the Director of the Department of Industrial Relations on file in the Department of Parks and Public Works, TOWN OF LOS GATOS, Town Hall, which are available toany interested party. For failure to pay the prevailing wages, the Service Provider shall forfeit, as a penalty, to the TOWN, Fifty Dollars ($50) for each workman for each calendarday orportionthereof who is paid less than the stipulated prevailing wage for work done under thiscontract, in violation of the provisions of the Labor Code, Sections 1770 to 1780, inclusive. In addition to said penalty, the Service Provider, or subcontractor, shall pay to each worker the difference between the prevailing wage and the amountpaid to said worker for each calendar day for which said worker was paid less thanthe prevailing wage. Service Provider shall comply with the provisions of the Davis -Bacon Act, as amended 40 USC 276a- 376a -5), and related requirements as certified in CONTRACTOR's bid proposal. Page 6 of 7 INWITNESS WHEREOF, the Town and Service Provider have, executed Town of Los Gatos by: Greg Larso , Town Manager Recommen &I by- Wit Morle , Director of P ta d Public Works Approved as to Form: Robert Schultz, Town At "Y Service West C PatrickMahoney President Title Page 7 of 7 Request for Proposals Park Tree Pruning Project A14 -01 Parks and Public Works Department 41 Miles Avenue Los Gatos, CA 95030 408) 399 -5770 Fax) 354 -8529 EXHIBIT A ow H of ps GpjpS February 28, 2014 Dear Contractor: Town of Los Gatos Parks and Public Works Department 41 Miles Avenue Los Gatos, CA 95030 Phone: (408) 399 -5770 Fax: (408) 354 -8529 The Town of Los Gatos is requesting bids for a ParkTree Pruning Project. The Contractor shall bea State of California licensed contractor and hold a C -27 or C -61 license. An Arborist certified by theWestern Chapter of the International Society of Arboriculture shall be employed by the contractor and is required to supervise all pruning and removal activities throughout the terms of the contract. SCOPE OF SERVICES: The Contractor shall comply with allapplicable State, County and Town requirements for closure of streets. At least 72 hours in advance of closing any street, alley, or other public thoroughfare, the Contractor is required to notify the Police and Fire departments and comply with their requirements. Theprovisions of this section will not relieve the Contractor from his responsibility to provide such additional devices or take such measures as may be necessary to comply with the provisions of Section 7 -1.14, "Public Safety — Site Security," of theStandard Specifications, see attached. Contractor shall be responsible for disposing of stumps. All wood chips associated with the project will be retained by the Town and dumped at the Los Gatos Service Center through the term of the contract. All trees shall require a CLASS II — STANDARD PRUNING. Standard pruning shall consist of the removal of dead, dying, diseased, decaying, interfering, objectionable, obstructing, and weak branches, as well as selective thinning to lessen wind resistance. The removal of such described branches is to include those on the maintrunks, as well as those inside the leaf area. An occasional undesirablebranch up to one inch (2.54 cm) in diameter may remain within the leaf area where it is not practical toremove. Additionally, all trees will be raised to 14' vertical Clearance where practical. The following General Specifications listed below in italics apply toClass II Standard Specifications: All cuts shall be made as close as possible to the trunk or parent limb, without cutting into the branch collar or leaving a protruding stub. Bark at the edge of all pruning cuts should remain firmly attached. All branches too large to supportwith one hand shall be precut to avoid splitting or tearing of the bark. When necessary, ropes or other equipment should be used to lower large branches safely to the ground. 2 Treatment of cuts and wounds with wound dressing or paint has not shown to be effective in preventing a• reducing decay, and is not generally recommended far that reason. Old injuries are to be inspected. Those not closing properly and where the callus growth is not completely established should be bark traced if the bark appears lose or damaged. Such tracing shall notpenetrate the xylem (sapwood), and margins shall be rounded. Equipment that will damage the bark and cambium layer (climbing spurs, hooks, irons) are forbidden and are not acceptable work practices for pruning operations on live trees. Sharp tools shall be used so that clean cuts will be made at all times. All cut limbs shall be removed from the crown upon completion of the pruning. Trees susceptible to seriousinfectious diseases should not be pruned at the time of year during which pathogenscausing disease or the insectvectors are most active. Roadside tree trimming and brush clearance. Protruding tree limbs shall be cut back four plus feet behind the edge of pavement wherever possible. Overhead tree canopies shall be end weighted. Dead orbroken limbs shall be removed to the nearest lateral. Equipment used by the Contractor shall utilize trucksequipped with the following components. All of therequired equipment listed below shall be properly maintained and functional 24 hours a day, 7 days a week, including holidays. Radiodispatch and /or cellular communicationcapabilities, Warning beacon/strobe lights Traffic cones Construction warning signs Ahydraulic bucket capable of reaching a height of 55 feet from the roadway surface Proper lightingfor illuminating the work area at night Chemical Control. Contractor shall provide unit pricing to apply plant growth regulator ethephon (Monterey Floral Brand) to control mistletoe in dormant trees under the direction of the Town Arborist. The Town reserves the right to award bid for all work as outlinedin thisproject. The work for each phase of this project will be authorized by the Town individually. Below is the list of narks to be pruned. Location Address Prune Type Lump Sum Price Live Oak Manor Park 210 Carlton Avenue Class 11 Prune 13,700.00 Bachman Park 500 Bachman Avenue Class 11 Prune 9,700.00 Blossom Hill Park 16300 Blossom Hill Road Class 11 Prune 12,700.00 La Rinconada Park 151 Granada Way Class 11 Prune 6,250.00 Bid pricing shallbe complete, including all costs for labor, supervision, methodsor processes, implements, tools, machinery, equipment, transportation, and materials required to complete the work described in this bid. All entries shall be printed in ink or shall be typewritten. Each Contractor trust insure that their bids include the cost of a Town business license, Insurance, and Performance and Labor and Materials Bond. All Town projectsrequire prevailing wage paymentsby Contractor. Corrections shall be initialed in ink by the person signing the bid. All information requested for entry on the bid Form must be provided. If necessary, proposers may attach additional sheets clearly cross referencedto the applicable item number. The Town will review all bids and award a contract to the lowest responsible bidder. Miscellaneous Tree Trimming Services, As Required. Unless otherwise noted, rates shall includelabor, equipment, and disposal of materials. In addition to the lump sum cost additional work may be requested by the Town on an as needed basis. Tree Inventory, The Contractor will provide the Town access to a record keeping system consisting of an Internet -based software programthat allows the Town to maintain information about its urban forest, including the description of each tree by species, height, diameter, work history, and tree planting site location. The tree inventory software program shall be an Intemet -driven tracking program that can be exported in a formatcompatible with Town's asset management program Cartegraph). The program shall have the capacity to produce detailed listings of tree and site information, work histories, service request, summary reports and pictures of Town tree species. The Contractor shall provide software support to the Town for the entire term of the agreement. A. GPS Tree inventory. Provide the Town with Global Positioning System (GPS) coordinates for all trees in public spaces. This includes but not limited to all publicly owned trees onstreet rights -of -way, parks, Townfacilities and open spaces such as medians, and greenscapes. The address information contained in inventory should be linked directly to a Geographical Information System (GIS) program, such as ArcView. The inventory collector will identify the trees by their global coordinates of longitude and latitude. At the conclusion of the project, the Town will receive a complete listing of all sites inventoried, both inhard and electronic copy. B. The contractor shall be required to create an ESRI ArcView /ArcGIS compatible shape file". The inventory shall be capable of showing the location of every existing tree site and vacancies on the Town's existing GIS base maps (street, parcels, addresses ROW and hardscape). The tree inventory shall be conducted by visiting each tree site or vacant planting site and plotting the position. Collected data shall be compatible with the Town's current version of ArcView. Minimum accuracy shall be not more than 1 meter. The contractor shall have a 2 minimum five (5) years' experience in collecting tree inventories and developing inventory databases. 1. Class 11— Standard Pruning Tree's ranging from 0' to 20' 60.00 Each 2. Class II — Standard Pruning Tree's ranging from 21' to 40' 160.00 Each 3. Class 11— Standard Pruning Tree's ranging from 40' and Above 190.00 Each 4. Tree Removal Tree's ranging from 0' to 20' 200.00 Each 5. Tree Removal Tree's ranging from 21' to 40' 700.00 Each 6. Tree Removal Tree's ranging from 40' and above 1,750.00 Each 7. Stump Grinding 24" to 36" 175.00 Each 8. Stump Grinding 36" to 48" 225.00 Each 9. Stump Grinding 49" and above 295.00 Each 10 GPS Tree InventoryApproximant Tree Count of 20,000 0.00 Each Labor Rates, As Needed. Labor costs must reflect prevailing wages. Labor Category Straight Time per hour) Overtime per hour) Arborist 70.00 80.00 Tree Foreman 60.00 80.00 Tree Climber 60.00 80.00 Grounds Person 60.00 80.00 Flagger (Traffic Control Needs) 60.00 80.00 Three ManTreeCrew 180.00 80.00 CONTRACT PRICE A. First Year As full compensation for furnishing all materials and equipment and for doing all the work contemplated and embraced, the Town shall pay the amount specified by the Contractor pursuant to the signedagreement. B. Successive Years 5 One year from the date of the signed agreement, and each anniversary thereafter, the monthly price paid for suchservices shall be adjusted according to the percent change in the U.S. Department of labor, Bureau of Labor StatisticsConsumer PriceIndex, All Items, All Urban Consumers, San Francisco- Oakland -San Jose, 1982 -84 -100 Index. The contractor shall be responsible for submitting a written notice sixty (60) days in advance requesting an adjustment to the current index. This index shall be used tocalculate and determine annual costs. The beginning index is 242.602 as of December2013. C. Town Council Budget Discretion The authority to determine annualbudgets for the Town is vested by law with the Town of Los Gatos Town Council. Nothing in the agreement shall bind the Town Council to budget funds in successive fiscal years for payment of services underthe signed agreement. The Town./Department reserves the right toterminate the signed agreement without consequences, in the event the TownCouncil determines in the future notto budget funds for the agreement. DEADLINE INFORMATION The deadline tosubmit proposals is Wednesday. March 26, 2014, at 10:00 AM. Mail or hand deliver proposals to the following address by the deadline date to: Town of Los Gatos, Town Clerk's Office, 110 East Main Street, Los Gatos, CA, 95030. Proposals received after the deadline date will not be considered. MANDATORY PRE -BID MEETING All bidders are required toattend a mandatory pre -bidwalk throughmeeting on Wednesday, March 12, 2014, at 9:00 AM. Failure to attend this meeting will result in automatic bid disqualification. The meeting will be held at the Town of Los Gatos, Parks and Public Works Department Service Center, 41 Miles Avenue. Town staff will direct allparties to specific locations outlined in this document. CONTACT PERSON For questions, contact Robert Moulden, Town Arborist at (408) 827 -3543. TERM OF THIS AGREEMENT If awarded, the term of the contractor's agreement shall begin on May 5. 2014, or on the contract execution date, whichever is later, and will continue through June 30, 2016. Under no circumstances shall the term of the contract continue beyond midnight, June 30, 2016. ADDITIONAL INFORMATION REOUESTED 1. Company Name: West Coast Arborists, Inc. 2. Address fromwhich service will be provided: 390Martin Avenue, Santa Clara, CA 92121 Corporate Headquarters: 2200 E. Via Burton, Anaheim, CA 92806 3. Location of facility (must be within 30 miles of Town limits): 390 Martin Avenue Santa Clara CA 92121 4. Business organization (Check one): Individual Proprietorship Partnership Corporation Other If incorporated, provide the following information: Date of incorporation 5/10/1976 State of incorporation California Contact Person Christian BonnerNictor Gonzalez Telephone Number (800) 521 -3714 AFTER HOURS EMERGENCY Contact Person/TitleEmergency Limb Down Telephone Number (866) 546 -2369 ADDENDA Proposeracknowledges receipt of the following Addenda: Number N/A Date Number Date Number Date SIGNATURE OF CONTRACTOR 7 Signature Patrick Mahoney Name (printed or typed) 800) 521 -3714 Telephone Number 95- 3250682 Tax 1D Number Approved by: 2/2,1 Matt Morley' Director of Parks and Public W ks President Title 3/24/14 Date 714) 991 -1027 Fax Number 36141 Los Gatos Business License Number BOND NUMBER CSBOO19549 PREMIUM: $500.00 SERVICE PROVIDER'S BOND FOR FAITHFUL PERFORMANCE KNOW ALL MEN BY THESE PRESENTS: That WEST COAST ARBORISTS, INC. as Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY incorporated under the laws of the State of WASHINGTON and authorizedto execute bonds and undertakings as Surety, are held firmly bound unto the TOWN OF LOS GATOS, a municipal corporation of the State of California, in the sum of One Hundred Thousand Dollars ($100,000), for payment whereof, well and truly to be made, said Principal and Surety bind themselves, their administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of the foregoingobligation is such that: WHEREAS, the above - bounden Principal has entered into a certaincontract attached hereto and incorporatedherein by reference as though fully set forth, with the TOWN OF LOS GATOS, to do and perform the following work; to wit: Park Tree Pruning as required by theplans and specifications, pursuant to the awardmade to said contractorby the Council of the TOWN OF LOS GATOS, on April 7, 2014, as will more fully appear by reference to the minutes of said Council of said date. The surety hereby stipulates and agrees that nochange, extension of time, alteration or addition tothe terms of the agreement or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligation on this bond and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the agreement or to the work or tothe specifications. NOW, THEREFORE, if theabove - bounden Principal shall well and truly perform the work contractedto be performed under said contract, then this obligation shall be void; otherwise, to remain in full force and effect. Signed and sealed this WEST COAST AAORIS' 24th BY: / v PATRICK MAHONEY, PRESID NT WEST COAST ARBORISTS. NC_ day of APRIL , 2014. COMPANY BY: MICHAEL D. STONG. RNEY -IN -FACT 111 PACIFICA, SUITE 350, IRVINE, CA 92618 2200 E. VIA BURTON, ANAHEIM, CA 92806 (949) 341 -9110 SERVICE PROVIDER SURETY (Address and Phone No.) CORPORATESEAL) (SURETY SEAL) CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT Se):: 4r 4. r 5v'`' ' v .'•C(`4Y.cCiCJf'.cY'.Crti. ".'. ". h, : 5' ciS'. 4Y>. Ef `,.CeC..C`lffhhC..r'.C.t`4':( ..'i C`.t-CyC'r'.l=rt-('!`- v[Jf'`3c`C- S'6.(„'CiC r.- x^.s t State of California County of Orange On 4/28/14 before me, Victor M. Gonzalez, NotaryPublic mm Hare Insert Name said Title at the Officer personally appeared Patrick Mahoney Nana(s) of Siprens) VICTOR M. GONZALEZ Commission # 1919509 NotaryPublic • California i orange County My Comm. Expires Jan 27, 2015 Place Nelary Seal Above who proved tome on the basis ojAatisfactory evidence to be the person(siwhose name i ate subscribed to the ja"city0lao, hnstr ment and ac no edged to me that executed the e i his c authorized and tha t b hi s ignature( on the instrumentthe personf4, orthe entityuponbehalf of which the person?'acted, executed the instrument. I certify under PENALTYOF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my ha - d and Signature (( OPTIONAL Through the information below is notrequired by law, it mayprove valuable to persons relying oh fhe document and could prevent fraudulent removal and reattachment of this form to another docu nt. Description of Attached Document Title orType of Document: Town of Los Gatos: Tree Maintenance Document Date: Signer(s) OtherThan Named Above: None Capacity(ies) Claimed by Signer(s) 2014 Signer's Name: PatrickMahoney Individual x Corporate Officer — Title(s): President Partner — Limited General Attorney in Fact a ' Trustee Top of thumb here Guardianor Conservator Other: Signer Is Representing: west Coast Arborists, Inc. Faithful Performance Bond Number of Pages: Signer's Name: Individual Corporate Officer — Title(s): Partner - Limited General Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER 0 02007Natioial Wary Association• 935() De Soto Aw.,Room 2402•ChamiiarM,CA 9131 &24021vn 1%1110nalNdaryoig Item X5907 Reoreor:CallioI1-Fwl- fi0P676 7 CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of RIVERSIDE On t % / before me, R. NAPPI "NOTARY PUBLIC" Hereinsert name and title of the officer) personally appeared MICHAEL D. STONG whoproved to me on thebasis of satisfactory evidenceto be the person,(df whose name(s'jis /arc subscribed to the within instrument and acknowledged to me that he /sheMtey executed the same in his /J, authorized capacit"t and that by his /Meth ck signature(.<on the instrument the personK, or the entity upon behalf of which the person(8facted, executed the instrument. I certify under PENALTY OF PERJURY under thelaws of the State of California that the foregoing paragraph is true and correct. WITNESS hand and official seal. Signature of Notary Public (• e• R. NAPPI COMM. #1977782 NOTARY PUBLIC- CALIFORNIA RIVERSIDE COUNTY My Comm. EXWU June 7, 2016 Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHEDDOCUMENT Title or description of attached document) Title or description of attached document continued) Number of Pages Document Date Additional information) CAPACITY CLAIMED BY THE SIGNER Individual (s) Corporate Officer Title) Partner(s) Attorney -in -Fact Trustee(s) Other 2008Version CAPAvl ?.10.07800 -873 -9665 www NotaryClasses.com INSTRUCTIONS FOR COMPLETING THISFORM Any acknoirledgment completed in California must contain verbiage uactly as appears above in rite notary section or a separateacknowledgment four must be properly completed and attached to that docurem. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as nay be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a rotary in California (i.e. certifying the authorized capacity of tire signer). Pleasecheck the document carefully for proper notarial warding, and attach this form ifrequired. State and County information must be theState and County where the document signer(s) personally appeared before the notary public for acknowledgment. Dole of notarization most be thedalethatthe signer(s) personally appeared which most also be the samedate the acknowledgment is completed. The notary public most print his or her name as it appears within his or her commission followed by a comma andthen your title (notary public). Print thename(s) of document signers) who personally appear at the time of notarization. Indicate the correct singular or plural formsby crossing off incorrect forms (ix helshe/drey- is /ere ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. The notary seal impression most be clear and photographically reproducible. Impression most not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwisecomplete a different acknowledgment form. Signature of the notarypublic must match the signature on file with the office of the county clerk. r Additional information is not required but could help to ensure [his acknowledgment is not misused or aaachedto a different document. Indicatetide or type of attached document, number of pages and dale. Indicate the capacity claimedby the signer. If the claimedcapacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). Securely attach this document to the signed document tkie Contractors Bonding and Insurance Company 3101 Western Ave., Suite 300 auu.rm Seattle, WA 98121 Know All Men by These Presents: POWER OF ATTORNEY ContractorsBonding and Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That Contractors Bonding and Insurance Company, a Washington corporation, does hereby make, constitute and appoint: JeremyPendergast, Rosemary N=i. Michael D Stomr. iointly or severally, in the City of Riverside . State of California its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for andon its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 00 /100 Dollars (_ $10,000,000.00 1 for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Factshall be as binding upon thisCompany as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The ContractorsBonding and InsuranceCompany further certifies thatthe following is a true and exact copy of the Resolution adopted by the Board of Directors of Contractors Bonding and InsuranceCompany, and now in force to -wit: AB bonds, policies, undertakings, Powers of Attorneyor other obligations of the Corporation shall be executed in the corporate name of the Corporation by thePresident, Secretary, any AssistantSecretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys inFact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorneyor other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESSWHEREOF, the Contractors Bonding and Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 22nd day of March , 2013 O.AG AND Ly( y SEAL State of Washington l ° J ' , 1979 .,• ` J} SS 6MING-1 °N „``,• County of King On this 22nd day of March 1 2013 before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the ContractorsBonding and Insurance Company and acknowledged said instrument to be the voluntary actand deed of said corporation. V..e&— Joseph B. Mbller Notary Public Notary Public State of Washington JOSEPH S. MULLER MV COMMISSION EXPIRES Minch 2a, 2018 Contractors Bonding and Insurance Company Roy C. Die Vice President CERTIFICATE I, the undersigned officer of ContractorsBonding and Insurance Company, a stock corporation of the State of Washington, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seaa, of the ContractorsBonding and Insurance Company this :Cytfl • day ofP2o,y ContractorsBonding and Insurance Company Roy C. Die Vice President 04755720321 A0059511 Theamount of the within obligation is hereby fixed by the TOWN Council in the sum of One Hundred Thousand Dollars ($100,000), that sum being more than one hundred percent (100 %) of the contract price, is by said TOWN Council deemed sufficient and adequate, and is thesum fixed by it for that purpose. APPROVED AS TO FORM: j & Robert Schultz, To ttomey Greg Larson, Town Manager ATTEST:c Shelley Neis, Intergri Clerk Administrator MEETINGDATE: 04/07/14 ITEM NO: COUNCIL AGENDA REPORT DATE: MARCH 27, 2014 TO: MAYOR AND TOWN COUNCIL FROM: GREG LARSON, TOWN MANAGER SUBJECT: TREE TRIMMING— VARIOUS TOWN PARKS 831 -4603 A. AUTHORIZE THETOWN MANAGER TO EXECUTE A CONTRACT WITH WESTCOAST ARBORISTS, INC. FOR THE PURPOSE OF TREE TRIMMING IN ANAMOUNT NOT TO EXCEED $100,000. B. AUTHORIZE THE TOWN MANAGER TO EXTEND THIS AGREEMENT ANNUALLY, FOR UP TO TWO YEARS, WITH THE UNIT PRICING PER THE CONTRACT, BASED ON BUDGET AVAILABILITY. RECOMMENDATION: 1. Authorize the Town Manager toexecute a contract with West Coast Arborists, Inc. for the purpose of tree trimming in an amount not toexceed $100,000. 2. Authorize the Town Manager to extend this agreement in the amount of $100,000 annually, for up to two years, with the unit pricing per the contract, based on budget availability. BACKGROUND: The adopted FY 2013/14 — 2017/18 Capital Improvement Program (CIP) Budget designates 100,000 for tree trimming in various Town parks. This project will improve the overall structure of existing treesand assist with the identification of deceased or failing trees that require removal. The Town of Los Gatos has utilized contractual tree trimming and removal services for the past several years, with a focus on street trees. Staff reviews these maintenance contracts annually to ensure that the services provided are being performedsatisfactorily, competitively priced, and continueto meet the Town's expectations and contract terms. Trees located in Town parkshave undergone minimal pruning for many years due to budget reductions. Tree maintenance is important to help ensure thesafety of park visitors andto protect the longevity and thestructural health of the trees. The proposedcontract will significantly improve the condition of the tree inventory. PREPARED BY: MATT MORLEY ( ;g Director of Parks and PublicWorks Reviewed by= ,Assistant Town Manager Town Attorney L PAGE 2 MARCH 27, 2014 MAYOR AND TOWN COUNCIL SUBJECT: TREE TRIMMING — VARIOUSTOWN PARKS 831 4603 BACKGROUND (cont'd): The Town is currently in contract with WestCoast Arborists, Inc. (WCA) to perform tree maintenance services for street trees, including after hours and on -call tree maintenance. This contract will expire on June 30, 2014. DISCUSSION: Staff solicited bids through an RFP processand on March 26, 2014 received four (4) bids Attachment 1). The low bidder is Arbortek Tree Service in the amount of $39,900. Thenext lowestbidder was WCA in the amount of $42,350, a net difference of $2,450. However, WCA provides additional benefit tothe Town in the services it provides as outlined below. Currently the Town does nothave a tree inventory system, but desires to implement one. As part of the proposal process, contractors were requiredto submit unit costs to provide tree inspection identification using a Global Positioning System (GPS). Thetree inventory system is similar to the Metropolitan Transportation Commission Pavement Management system currently used by the Town to determine street maintenance needs basedon data rather than assumption. The tree inventory system will provide an updated list of trees within the urban forest, including the tree's sizeand maintenance history. It will also have the capability to identify specific trees or tree species thatrequire maintenance on a more frequent basis. The tree inventory program will integrate into the Town's GIS system, allowing access to tree information Town -wide to meet cross- departmental needs. The inventorymay also open up opportunities for grant opportunities focused on the urban forest. Both Arbortek and WCA provide tree inventory services. The bid results show that WCA includes theservice at no cost, whereas Arbortek charges $3.00 per tree, or $60,000, based on an estimate of 20,000 Town trees that will need to be inventoried within theparks and the public right -of -ways. Thus, WCA's services provide the best value to the Town. The current contract withWCA is funded through the Town's annual OperatingBudget and it focuses on street treemaintenance in Los Gatos neighborhoods. Town staff has selected certain neighborhoods for tree maintenance based on the highest need. Currently, the street trees in the Harwoodneighborhood are beingprunedthrough the existing contract. Staff issatisfied with the performance of WCA and their cohesive working relationship with Town maintenance staff. The proposed new contract withWCA is for tree pruning and maintenance at various Town parks and has the flexibility to add other services, including street trees, as needed. These additional services have been priced on a unit costbasis. To accommodate expected future needs, staff is requesting authorization for the contractamount of $100,000, the full amount budgeted. WCA's inventory of Town trees will become the property of the Town at the conclusion of the contract.