HomeMy WebLinkAboutItem 06.i
Date: December 5, 2016 Item No.
APPROVAL OF A CONTRACT FOR TREE PRUNING SERVICES WITHIN THE 2017
STREET RECONSTRUCTION PROJECT AREA TO RAINBOW TREECARE
Proposed Action
Staff recommends adoption of the following motion: Move to approve a contract with
Rainbow Treecare for tree pruning services within the 2017 Street Reconstruction
Project area.
Overview
In order to enable reconstruction of the streets, the roadway corridor must be cleared to
facilitate the ingress, egress and operation of construction equipment. Boulevard trees
will be pruned to achieve necessary clearance. Where it exists within the right-of-way,
buckthorn will be removed and treated.
Boulevard trees in poor physical condition that are at risk of failing or are likely to
negatively impact the new infrastructure due to their proximity to the road will be
removed. In addition, private property trees with low hanging branches that extend into
the roadway corridor will be pruned. The necessary pruning work will be completed by
certified arborists during the winter, which is the dormant period for trees.
The City solicited proposals for tree pruning services within the 2017 Street
Reconstruction Project area in November 2016. Five proposals were received ranging
from $25,850 to $79,500. Each of the contractors proposed the same scope of services
in response to a City-issued Request for Proposals. Rainbow Treecare provided the
most cost effective tree pruning proposal while meeting several other criteria to ensure
a quality product. Staff recommends approval of the contract.
Primary Issues to Consider
• Why is a separate contract for tree pruning services being executed with this
project? To avoid introducing insects and diseases into trees, it is best to avoid
pruning from April through October. As the contract for the 2017 Street
Reconstruction project will not be awarded until April 2017, it was necessary to
solicit certified arborist proposals for tree pruning work independent from the street
reconstruction contract.
Supporting Information
• A copy of the proposal tabulation and contractor list is attached.
Financial Impact: $25,850.00 Budgeted: Yes
Source
: 429 Bonds
Related Documents (CIP, ERP,
etc.): CIP
Envision Lakeville Community
Values: Good Value for Public Services
Report Completed by: Emily Ball, Forester
TABULATION OF PROPOSALS
Tree Pruning within the 2107 Street Reconstruction Project Area
CP 17-02
Contractor Proposal Total
Northeast Tree, Inc $65,000
Rainbow Treecare $25,850
SavaTree (dba) Nature’s Trees, Inc. $36,120
S&S Tree and Horticultural
Specialists
$79,500
Tree Trust $27,297.08
CONTRACT FOR SERVICES
THIS AGREEMENT made this 5th day of December 2016, by and between the CITY OF
LAKEVILLE, hereinafter referred to as the “City”, and RAINBOW TREECARE., hereinafter
referred to as the “Contractor”.
THE CITY AND THE CONTRACTOR, FOR THE CONSIDERATION HEREINAFTER
STATED, AGREE AS FOLLOWS:
1. SCOPE OF SERVICES. The scope of services is detailed in the Contract Documents
but generally consists of tree pruning services within the City’s 2017 Street
Reconstruction Project area. The Contractor agrees to perform the services as detailed in
the Contract Documents.
2. CONTRACT DOCUMENTS. The following documents shall be referred to as the
"Contract Documents", all of which shall be taken together as a whole as the contract
between the parties as if they were set verbatim and in full herein:
A. This document entitled “Contract for Services”.
B. Instructions to Contractors – Request for Proposals
C. General and Technical City Specifications
D. Contractor’s Proposal
If there is a conflict among the provisions of the Contract, the order in which they are listed
above shall control in resolving any such conflicts with Contract Document "A" having the
first priority and Contract Document "D" having the last priority.
3. OBLIGATIONS OF THE CONTRACTOR. The Contractor agrees that the work
contemplated by the Contract shall be fully and satisfactorily completed in accordance with
the terms of the Contract Documents.
4. PAYMENT.
A. The City agrees to pay and the Contractor agrees to receive $25,850.00 for
completion of work in accordance with the contract documents, inclusive of taxes, if
any.
B. Payments to Subcontractor. Pursuant to Minn. Stat. § 471.25, Subd. 4a, the
Contractor must pay any subcontractor within ten (10) days of the Contractor’s
receipt of payment from the City for undisputed services provided by the
subcontractor. The Contractor must pay interest of 1½ percent per month or any
part of a month to the subcontractor on any undisputed amount not paid on time to
the subcontractor. The minimum monthly interest penalty payment for an unpaid
balance of $100.00 or more is $10.00. For an unpaid balance of less than
$100.00, the Contractor shall pay the actual penalty due to the subcontractor.
5. INDEMNIFICATION.
A. The Contractor shall indemnify, defend and hold harmless the City and its
officials, agents, representatives, and employees from any loss, claim, liability
and expense (including reasonable attorney’s fees and expenses of litigation) with
respect to: (a) Worker’s Compensation benefits payable on account of injury or
death to any Contractor employee or to any employee of Contractor’s
subcontractors, where the injury or death arises out of or is in any way related to
the work performed or to be performed under the Contract; (b) claims for
personal injury, death, or property damage or loss asserted by a Contractor or
subcontractor or any of their officers, agents, representatives, or employees where
the injury, death, damage, or loss arises out of or is in any way related to the work
performed or to be performed under the Contract; and (c) claims for personal
injury, death, or property damage or loss as asserted by third-parties at the work
site, where the claim is based in the whole or in any part on, or is in any way
related to, any act or omission by Contractor, or Contractor’s subcontractors,
agents, employees or delegates.
B. Contractor shall agree that the indemnities stated above shall be construed and
applied in favor of indemnification. To the extent permitted by law, the stated
indemnities shall apply regardless of any strict liability or negligence attributable
to the City and regardless of the extent to which the underlying harm is
attributable to the negligence or otherwise wrongful act or omission (including
breach of contract) of Contractor, its subcontractors, agents, employees or
delegates. Contractor also agrees that if applicable law limits or precludes any
aspect of the stated indemnities, then the indemnities will be considered limited
only to the extent necessary to comply with that applicable law. The stated
indemnities continue until all applicable statutes of limitations have run.
C. If a claim arises within the scope of the stated indemnity, the City may require
Contractor to furnish a written acceptance of tender of defense and indemnity
from Contractor’s insurance company. Contractor will take the action required by
City within fifteen (15) days of receiving notice from City.
6. RIGHTS AND REMEDIES.
A. The duties and obligations imposed by the Contract Documents and the rights and
remedies available thereunder shall be in addition to and not a limitation of any
duties, obligations, rights and remedies otherwise imposed or available by law.
B. No action or failure to act by the City or the Contractor shall constitute a waiver
of any right or duty afforded by any of them under the Contract, nor shall any
such action or failure to act constitute an approval of or acquiescence in any
breach thereunder, except as may be specifically agreed in writing.
7. GOVERNING LAW. The Contract shall be governed by the laws of the State of
Minnesota.
8. INSURANCE. The Contractor, at its expense, shall procure and maintain in force for
the duration of this Agreement the following minimum insurance coverages:
A. General Liability. The Contractor agrees to maintain commercial general liability
insurance in a minimum amount of $1,000,000 per occurrence; $2,000,000 annual
aggregate. The policy shall cover liability arising from premises, operations, products,
completed operations, personal injury, advertising injury, and contractually assumed
liability. The City shall be endorsed as additional insured.
B. Automobile Liability. If the Contractor operates a motor vehicle in performing the
Services under this Agreement, the Contractor shall maintain commercial automobile
liability insurance, including owned, hired, and non-owned automobiles, with a minimum
liability limit of $1,000,000 combined single limit.
C. Workers’ Compensation. The Contractor agrees to provide workers’
compensation insurance for all its employees in accordance with the statutory
requirements of the State of Minnesota. The Contractor shall also carry employers
liability coverage with minimum limits are as follows:
• $500,000 – Bodily Injury by Disease per employee
• $500,000 – Bodily Injury by Disease aggregate
• $500,000 – Bodily Injury by Accident
The Contractor shall, prior to commencing the Services, deliver to the City a Certificate
of Insurance as evidence that the above coverages are in full force and effect. The
Contractor’s policies shall be the primary insurance to any other valid and collectible
insurance available to the City with respect to any claim arising out of Contractor’s
performance under this Agreement.
All insurance policies (or riders) required by this Agreement shall be
(i) Taken out by the Contractor and maintained with responsible insurance
companies organized under the laws of one of the states of the United States and
qualified to do business in the State of Minnesota,
(ii) Shall contain a provision that the insurer shall not cancel or revise coverage
thereunder without giving written notice to Contractor as an insured party and to
City as an additional insured at least thirty (30) days before cancellation or
revision becomes effective,
(iii) Shall name Contractor as an insured party and City as an additional insured with
respect to General Liability, Auto Liability, and umbrella policies on a primary
and non-contributory basis,
(iv) Shall be in accordance with specifications approved by the insurance advisory for
City, and
(v) Shall be evidenced by a Certificate of Insurance listing City as an additional
insured which shall be filed with the City. Certificates of Insurance that do not
meet these requirements will not be accepted.
Certificates of Insurance shall include the policy endorsements showing the City named
as additional insured on a primary and non-contributory basis.
9. TERM. The term of this Contract shall be from the effective date of the executed
contract to the completion of all work contemplated by the contract or February 27, 2017,
unless sooner terminated as hereinafter provided.
10. SUPPLIES, EQUIPMENT, AND INCIDENTALS. The City and Contractor agree that
the Contractor shall furnish any and all supplies, equipment, and incidentals necessary for
Contractor’s performance of this Contract.
11. TERMINATION WITHOUT CAUSE BY CITY. The City reserves the right at its
sole discretion to terminate this Contract at will immediately without cause at any time
within the term of this Contract. In the event of such termination, the City shall provide
Contractor written notice of termination and upon receipt of same, Contractor shall
immediately cease and desist Contractor’s provision of services under this Contract and
City shall have no further obligation under this Contract to pay any further compensation
to Contractor except for compensation due and owing for services prior to Contractor’s
receipt of the written notice of termination.
12. INDEPENDENT CONTRACTOR. City and Contractor agree that Contractor, while
engaged in carrying out and complying with the terms and conditions of this Contract and
the provision of services thereunder, shall be considered at all times an independent
contractor and not an officer, employee, or agent of the City. City and Contractor further
agree that Contractor shall not at any time or in any manner represent that Contractor or
any of the Contractor’s agents or employees are in any manner agents or employees of
the City. City and Contractor further agree that Contractor shall be exclusively
responsible under this Contract for Contractor’s own FICA payment, workers
compensation payments, unemployment compensation payments, withholding amounts,
and/or self-employment taxes or other taxes if any such payments, amounts, or taxes are
required to be paid by law or regulations.
13. WRITTEN NOTICE OR OTHER CORRESPONDENCE. Any written notice or
other correspondence to be provided by or between the City and the Contractor in
accordance with this Contract shall be hand delivered or mailed by registered or certified
mail to the following address:
CITY:
VENDOR:
14. WAIVER OF DEFAULT. Any waiver by City of a default under the provisions of this
Contract by Contractor shall not operate or be construed as a waiver of a subsequent
default by the Contractor. No waiver shall be valid unless in writing and signed by the
Mayor and the City Administrator on behalf of the City.
15. NO ASSIGNMENT OR SUBCONTRACTING. The City and Contractor agree that
the services to be rendered by the Contractor under this Contract are unique and personal.
Accordingly, the Contractor may not assign or subcontract out any of the Contractor’s
rights or any of the Contractor’s duties or obligations under this Contract.
16. INVALIDITY OF PROVISIONS. If any term or provision of this Contract or any
application hereof to any person or circumstances, shall to any extent be invalid or
unenforceable, the remainder of this Contract or the application of such term or provision
to persons or circumstances other than those as to which it is held invalid or
unenforceable shall not be effected hereby and each term and provision of this Contract
shall be valid and be enforced to the fullest extent permitted by law.
City of Lakeville
20195 Holyoke Avenue
Lakeville MN 55044
Rainbow Treecare
11571 K-Tel Drive
Minnetonka, MN 55343
17. DATA PRACTICES/RECORDS.
A. All data created, collected, received, maintained, or disseminated for any purpose in
the course of this Contract is governed by the Minnesota Government Data Practices
Act, Minn. Stat. Ch. 13, any other applicable state statute, or any state rules adopted
to implement the act, as well as federal regulations on data privacy.
B. All books, records, documents, and accounting procedures and practices of the
Contractor and its subcontractors, if any, relative to this Contract are subject to
examination by the City.
18. WARRANTY. The Contractor shall be held responsible for any and all defects in
workmanship which may develop in any part of the contracted service, and upon proper
notification by the City shall remedy, without cost to the City, any such faulty work and
damage done by reason of the same in accordance with the proposal specifications.
19. CHANGE ORDERS. Without invalidating the Contract, the City may, at any time or
from time to time, order additions, deletions, or revisions in the Work; these will be
authorized by Change Orders. Upon receipt of a Change Order, the Contractor shall
proceed with the work involved. Changes in the Contract Price shall be based on the
Proposal Prices
20. ENTIRE AGREEMENT. This instrument herein contains the entire and only
agreement between the parties and no oral statement or representation or prior written
matter not contained in this instrument shall have any force and effect. This Contract
shall not be modified in any way except by writing executed by both parties.
21. DISCRIMINATION. Contractor agrees to comply with Minnesota Statute 181.59 that
states:
Subsection A. That, in the hiring of common or skilled labor for the performance of any
work under any contract, or any subcontract, no contractor, material Contractor or
vendor, shall, by reason of race, creed, or color, discriminate against the person or
persons who are citizens of the United States or resident aliens who are qualified and
available to perform the work to which the employment relates;
Subsection B. That no contractor, material Contractor, or vendor, shall, in any manner,
discriminate against, or intimidate, or prevent the employment of any person or persons
identified in clause (1) of this section, or on being hired, prevent, or conspire to prevent
the person or persons from the performance of work under any contract on account of
race, creed, or color;
Subsection C. That a violation of this section is a misdemeanor; and
Subsection D. That this contract may be canceled or terminated by the state, county, city,
town, school board, or any other person authorized to grant the contracts for employment,
and all money due, or to become due under the contract, may be forfeited for a second or
any subsequent violation of the terms or conditions of this contract.
22. BACKGROUND CHECKS. The City may require criminal history background checks
of the Contractor’s employee’s for purposes of access to City facilities. The City
reserves the right to deny access to City facilities to those Contractors or Contractor’s
employees that it deems inappropriate.
CITY OF LAKEVILLE
BY: ___________________________
Matt Little, Mayor
AND: ___________________________
Charlene Friedges, City Clerk
CONTRACTOR:
RAINBOW TREECARE
BY: ___________________________
Its