HomeMy WebLinkAboutItem 06.k
Date: November 16, 2020 Item No.
APPROVAL OF A CONTRACT FOR TREE AND STUMP REMOVAL SERVICES WITHIN
THE 2021 ROW, PARK, FACILITY ASH TREE & STUMP REMOVAL PROJECT TO
SAVATREE, LLC
Proposed Action
Staff recommends adoption of the following motion: Move to approve a contract with SavATree,
LLC. for the 2021 ROW, Park, Facility Ash Tree and Stump Removals Project
Overview
The tree removals planned during this project are associated with the implementation of the City’s
approved Emerald Ash Borer (EAB) Management Plan. The plan defines how to handle the 800
poor condition and/or small ash trees that are impractical to treat on City right-of-way (ROW),
park, and facility property. In order to spread the environmental and economic costs over time,
approximately 100 trees will be removed per year. Along with the structured removal of select
public ash trees, the plan calls for a balanced approach to inject and preserve the good/fair
condition trees and reduce the beetle population by identifying and removing EAB-infested trees
when found on public and private property.
The tree removal work will start in January when EAB is dormant and unable to fly out of wood
being transported. Stumps will be ground out by May 15th, 2021. The specifications call for an ISA-
certified arborist to be on site at all times during the project.
The City solicited proposals from four companies for the ash removals associated with the project
and Alternate 1 requested an add-on cost to remove 52 miscellaneous stumps existing in the Parks
system. Two proposals were received and SavATree LLC. had the most competitive proposal in
the amount of $64,684.56. The final amount spent for ash tree removal may be reduced by Streets
and Parks staff assistance with select removals, but due to uncertainty related to snow event work
those trees are included in the contract for now. Alternate 1 (misc. stump) cost was $9,615.00 which
exceeds the amount Parks and Forestry planned to spend for the project. The City will approve
$1,470.00 toward Alternate 1 for park stump grinding in the areas that have ash trees and stumps
removed with the main project so that only one contractor will be assigned to stump work in those
parks in next spring.
SavATree also meets the other proposal requirements including experience, references and ability
to meet timelines for tree removal and stump removal. Staff recommends approval of the contract.
Primary Issues to Consider
• Why are ash trees being removed before they are infested? Poor condition ash trees are not a
good investment for injections (preservation). All untreated ash trees will become infested with
EAB making the wood brittle and high-risk for failure. In order to protect the public and avoid
2
facing the removal of 800 trees in 1-2-year timeline they will be spread out and removed in
stages to spread the costs and work over time.
Supporting Information
• A copy of the proposal tabulation and contractor list is attached.
Financial Impact: $66,154.56 Budgeted: Yes Source:
Environmental Resource
(Forestry) budget
Related Documents (CIP, ERP, etc.):
Envision Lakeville Community Values: Good Value for Public Services, Exceptional parks, Trails and Recreation
Opportunities. Safety throughout the Community
Report Completed by: Emily Ball, Forester
TABULATION OF PROPOSALS
2021 ROW and Park Ash Tree & Stump Removal Project
Contractor ROW/Facility Tree
Removal + Stumps
Park Tree Removal +
Stumps
Proposal Total
Birch Tree Care $55,045.00 $22,905.00 $77,950.00
The Davey Tree
Expert Company
N/A N/A N/A
Rainbow Treecare N/A N/A N/A
SavaTree, LLC. $46,839.62 $17,844.94 $64,684.56
CONTRACT FOR SERVICES
THIS AGREEMENT made this 16thth day of November 2020, by and between the CITY OF
LAKEVILLE, hereinafter referred to as the “City”, and SAVATREE LLC, 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 ash tree and stump removal in City ROW
(boulevard), facility and parks. 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 $66,154.56 for
completion of work in accordance with the contract documents, inclusive of taxes, if
any. City shall make 95% progress payments on the Contract Price on the basis of
approved Contractor invoices for work completed provided the work is commensurate
with the percentage of work completed. Upon final completion of the work require
under the Contract and acceptance by the City, the City shall pay the remainder of the
Contract Price as recommended by the City Forester.
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. Suppliers shall obtain the following minimum insurance
coverage and maintain it at all times throughout the life of the Contract, with the City
included as an additional named insured on a primary and non-contributory basis by
endorsement. The Supplier shall furnish the City a certificate of insurance satisfactory
to the Owner evidencing the required coverage:
Commercial General Liability (or in combination with an umbrella policy)
$2,000,000 Each Occurrence
$2,000,000 Products/Completed Operations Aggregate
$2,000,000 Annual Aggregate
The following coverages shall be included:
Premises and Operations Bodily Injury and Property Damage
Personal and Advertising Injury
Blanket Contractual Liability
Products and Completed Operations Liability
Automobile Liability
$2,000,000 Combined Single Limit – Bodily Injury & Property Damage
Including Owned, Hired & Non-Owned Automobiles
Workers Compensation
Except as provided below, Contractor must provide Workers’ Compensation insurance
for all its employees and, in case any work is subcontracted, Contractor will require the
subcontractor to provide Workers’ Compensation insurance in accordance with the
statutory requirements of the State of Minnesota, including Coverage B, Employer’s
Liability. Insurance 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
If Minnesota Statute 176.041 exempts Contractor from Workers’ Compensation
insurance or if the Contractor has no employees in the City, Contractor must provide a
written statement, signed by an authorized representative, indicating the qualifying
exemption that excludes Contractor from the Minnesota Workers’ Compensation
requirements. If during the course of the contract the Contractor becomes eligible for
Workers’ Compensation, the Contractor must comply with the Workers’ Compensation
insurance requirements herein and provide the City with a certificate of insurance.
Professional/Technical (Errors and Omissions) Liability Insurance
This policy will provide coverage for all claims the contractor may become legally
obligated to pay resulting from any actual or alleged negligent act, error, or omission
related to Contractor’s professional services required under the contract. Contractor is
required to carry the following minimum limits:
$1,000,000 – per claim or event
$2,000,000 – annual aggregate
Any deductible will be the sole responsibility of the Contractor and may not exceed
$50,000 without the written approval of the City. If the Contractor desires authority from
the City to have a deductible in a higher amount, the Contractor shall so request in
writing, specifying the amount of the desired deductible and providing financial
documentation by submitting the most current audited financial statements so that the
City can ascertain the ability of the Contractor to cover the deductible from its own
resources.
The retroactive or prior acts date of such coverage shall not be after the effective date
of this Contract and Contractor shall maintain such insurance for a period of at least
three (3) years, following completion of the work. If such insurance is discontinued,
extended reporting period coverage must be obtained by Contractor to fulfill this
requirement.
An Umbrella or Excess Liability insurance policy may be used to supplement
Contractor’s policy limits on a follow-form basis to satisfy the full policy limits required
by this Contract.
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 or ten (10) days’ notice for non-payment of premium;
iii.shall name the City, its employees and agents as additional insureds (CGL and umbrella
only) by endorsement which shall be filed with the City. A copy of the endorsement
must be submitted with the certificate of insurance. ;
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.
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
May 15th, 2021, 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 communicated in writing by email or written
correspondence to:
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. One exception is that stump grinding may be subcontracted as long as the
subcontractor is listed in the proposal.
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.
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.
City of Lakeville Attn: City Forester
20195 Holyoke Avenue
Lakeville MN 55044
Email: eball@lakevillemn.gov
SavATree, LLC
8000 Powell Road
Hopkins, MN 55343
Email: sanderson@savatree.com
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:_____________________________
Douglas P. Anderson, Mayor
AND:___________________________
Charlene Friedges, City Clerk
SAVATREE, LLC
BY: ______________________________