Loading...
CC - Item 4E - Tree Trimming, Tree Maintenance and Inspection Services - Award of Contract to West Coast Arborists, Inc.TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: GLORIA MOLLEDA, CITY MANAGER A. 0 - DATE: JULY 23, 2019 SERVICES1 OF CONTRACT TO WEST COAST. The current contract for tree maintenance services with West Coast Arborist Inc. (WCA) expired on June 30, 2019. The scope of work for this contract includes tree trimming, tree removal and replacement, emergency response and computerized inventory of City owned trees. This new contract will include the restructuring of the City grids to implement uniformity of the 3 -year cycle. WCA will assist City staff with this at no additional cost including the restructured Grid Maps. Staff recommends that the City Council approve an Agreement between the City of Rosemead and West Coast Arborists, Inc. for Tree Trimming and Maintenance Services for a three-year contract term with the option of two one-year extensions and authorize the City Manager to execute the Agreement u p o n approval of the City Attorney. A new Request for Proposal reviewed by the Joint Powers Insurance Authority (JPIA) was circulated to several tree maintenance providers, and on June 18, 2019, two proposals were received. Staff reviewed the proposals for completeness, understanding of scope of work, methodology, experience and cost; and is recommending the award of a new contract to West Coast Arborists Inc. for an amount not to exceed the annual amount of $186,700 for tree maintenance services. This annual program is also in conformance with the City's Strategic Plan: Goal 2: "Enhance public safety and quality of life" Goal 3: "Beautify community infrastructure, residential neighborhoods and improve public facilities" Strategy 3: "Continue efforts to enhance the condition and general appearance of the City's public infrastructure and the public right-of-way, as well as private properties within the community" 7111711111 111 f low City Council Meeting July 23, 2019 Page 2 of 3 STAFF RECOMMENDATION Staff recommends that the City Council: 1. Authorize the City Manager to enter into a three-year contract with West Coast Arborists, Inc. for an amount not to exceed $186,700 per year, with the option for up to two one- year extensions; and 2. Take such additional, related action that may be necessary. DISCUSSION The City has approximately 6,834 trees within public right-of-way, parks and other city facilities with approximately 200 different species of trees throughout the City. There is another approximately 1,890 vacant sites where trees can be planted. Our tree population is divided in to 9 grids with approximately 761 trees per grid. For safety and aesthetic purposes, the grids are to be trimmed every three years to minimize our liability. The maintenance in this contract includes Grid tree trimming, 3 grids annually, for approximately $159,833.00. The additional $26,866.00 will be earmarked for emergency services, removals and specialty requests. The City has contracted with WCA since 2010 to maintain its vast inventory of trees except for 2 years where another firm was used. The maintenance in this contract includes tree trimming, tree removals, tree planting, emergency response, inspections, consulting arborist reports and other services. In addition to the variety of services that WCA is responsible for, one key element to their services is a detailed tree inventory with all maintenance records. This key element helps provide maintenance information for each tree which assists with service requests and insurance claims and allows us to schedule removal and replacements as necessary. Any work performed on any tree is updated in this inventory at no additional charge, keeping our records current. This contract includes an increase over past contracts, but this increase is being felt by all cities. The Department of Industrial Relations prevailing wage rates have increased. It is estimated that the cost for Urban Forestry Services Labor has increase by forty-five (45) percent since. Starting July 1, 2016, WCA, and all tree trimming companies performing work for public agencies, was obligated to provide compensation based on newly established prevailing wage determination for "Tree Maintenance Laborer" established by the Department of Industrial Relations, which were beyond the City of Rosemead's original contact amounts. Another reason for the increase in the contract amount is to make sure all our trees are on, at a minimum, a three-year trim cycle to minimize our potential for liability. Please keep in mind that some trees are maintained more frequently depending on tree species and location including Palm trees, arterial trees and some of our larger Ash, Elm and Liquidambar trees. This contract includes rates for each of the Urban Forestry Services that can be provided at the City's direction. The City also designates the schedule of services based on our grids and as required for care and safety of trees not in the current year's grids scheduled to be trimmed. The contract also requires the contractor to respond to tree -related emergencies such as downed trees City Council Meeting July 23, 2019 Page 3 of 3 or limbs during working hours and after hours as well. This work is done at the rates listed in the contract. Staff sent a Request for Proposals to several tree maintenance providers. On June 18, 2019, the City received two proposals and the results were as follows: Rank Contractor Location Grid Bid Amount 1 West Coast Arborists, Inc. Anaheim, CA $45,811 2 Mariposa Landscapes Inc. Irwindale, CA $48,669 Staff reviewed the proposals for completeness, understanding of scope of work, methodology, experience and cost. Costs were somewhat comparable with WCA providing a better Grid Trim Price which is the main reason for this contract. WCA has contracts with many area cities and provides very valuable tracking software. WCA also has a very extensive list of neighboring municipalities to whom they provide similar services, including the Cities of Arcadia, Monterey Park, Temple City, Duarte and South Pasadena among others. Staff has compared the proposed rates to other city contracts and the rates are significantly similar or less. FINANCIAL REVIEW While the cost of preventative maintenance (Grid Trimming with arterials) is constant, the cost of emergency services, tree removals and service requests are unpredictable from year to year. The Fiscal Year 2019-20 Adopted Budget includes $100,000 budgeted for tree maintenance from the General Fund and $100,000 budgeted from the Gas Tax Fund. ENVIRONMENTAL REVIEW Not applicable. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared By: ;�o44t cam, Robert Chavez Public Works Manager Attachments: A. Contract B. Request for Proposals C. West Coast Arborists, Inc. proposal D. Mariposa Landscape Inc. proposal ,1 PAR,rIES AND DATE This Agreement is made and entered into this and between the City of Rosemead, a municipal organization, orgai of the State of California with its principal place of business at 8 Rosemead, California 91770 ("City") and COMPANY NAIVE with business at BUSINESS ADDRESS ("Contractor") City and Contri individually referred to herein as "Party" and collectively as "Parties. 2. RECITALS by ,d under the laws 3 E. Valley Blvd., principal place of :)r are sometimes Contractor desires to perform and ,assume responsibility for the provision of certain services required by the Cityon the terms and conditions set forth in this Agreement. Contractor represents that it is experienced''' in providing Tree Maintenance Services to public clients, is licensed in the State of California and is familiar with the Services required by the City. 3m TERMS 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary; to fully and adequately supply Tree Maintenance Services ("Services") to the City of Rosemead. The Services, or scope of work are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. Unless earlier terminated in accordance with Section 3.5.1 of this Agreement, the Term of this Agreement shall be for a period of two (2) years, with option for renewal for two (2) one-year periods, on an annual basis, based on the Contractor performance. The Term shall commence after City Council approval, upon receipt and approval of all required bonds and insurance and final execution of the Agreement by both parties, hereby set on: _ . www„___,__w_ COMPANY NAME Page 2 of 29 New additional Tree maintenance needs, as developed or assumed by the City, may be added to the maintenance Agreement. Such additional scope of work will be considered change orders to the initial Agreement, and the value will be based on unit prices provided in Exhibit B, if applicable, and/or negotiated between the two parties of the Agreement. In compliance with all terms and conditions of this Agreement, Contractor shall perform the Tree Maintenance Services specifically described in, and in compliance with the requirements of Exhibit A (Scope of Work). The City shall have the right to alter the frequency of maintenance as necessary to ensure highest industry standards of maintenance, as long as the total hours required performing', the work remains the same. Maintenance of areas can be substituted at the request of City as long as the total hours required performing the work remains the same. Maintenance unit prices and costs are contained in Exhibit B (Bid Unit Prices). All of the Exhibits are considered to be a part of, and incorporated into, this Agreement by reference.. As a material inducement to the City e and warrants that Contractor is a provid experienced in performing the work an( status and experience, Contractor cov standards in performing the work and sE be of good quality, fit for the purpose'' phrase "highest professional standards" by one or more first-class firms performi 3.G The Services sh determine the n requirements of this< basis and not as a different services for ng into this Agreement, Contractor represents first 'class work and services and Contractor is vices contemplated herein and, in light of such is that it shall follow the highest professional s required hereunder and that all materials will ided. For the purpose of this Agreement, the II mean those standards of practice recognized milar work under similar circumstances. ar. ntrol and; Payment of Subordinates; Independent Contractor. formed by Contractor or under its supervision. Contractor will ?thods and details of performing the Services subject to the ement. City retains Contractor on an independent contractor iployee. Contractor retains the right to perform similar or °sduring the term of this Agreement. Any additional personnel ender this Agreement on behalf of Contractor shall also not be call at all times be under Contractor's exclusive direction and [II` pay all wages, salaries, and other amounts due such vith their performance of Services under this Agreement and ntractor shall be responsible for all reports and obligations I personnel, including, but not limited to: social security taxes, unemployment insurance, disability insurance, and workers' perrorming the cervices employees of City and s control. Contractor sh personnel in connection as required by law. C( respecting such addition, income tax withholding, compensation insurance. 3.2.2 Schedule of Services. Contractor shall perform the Services expeditiously, within the term of this Agreement and with the optimum regularity to ensure that the City trees remain healthy, aesthetically pleasing, and safe for both the motoring and pedestrian public. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with an established COMPANYNAME Page 3 of 29 maintenance schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel. Contractor has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Contractor may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Contractor cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Services or a threat to the safety of persons or property, shall be promptly removed by the Contractor at the request of the City. 3.2.5 City's Representative, The City hereby designates the Public Works Director, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Contractor's Representative. Contractor hereby designates Mr./Ms. Area Managers Name as its designee, to act as its representative for the performance of this Agreement ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor's Representative shall supervise and direct the Services,' using his/ her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.7 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, Contractors and other staff at all reasonable times. 3.2.8 Standard of Care, Performance of Employees. Contractor shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including COMPANY NAME Page 4 of 29 a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -Contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the services, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed by the Contractor and shall not be re-employed to perform any of the Services or to work as part of this Agreement'. 3.2.9 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shallbe solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any, claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.10 Insu 3.2.10.1 Time for Compliance. Contractor shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit C attached to and part of this agreement. 3.2.11 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds,` fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. COMPANY NAME, Page 5 of 29 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement. The total compensation shall not exceed N WORDS Dollars (NUMERICAL) per year, as per the fee schedule submitted as part of the Contractor proposal (Exhibit B). Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement (Exhibit B), or based on mutual agreement in case that extra work is not included in Exhibit B. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of services and supplies provided since the initial commencement date, or, since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses'. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At a may request that Contractor perform E any work which is determined by City; work, but which the parties did not execution of this Agreement. Contra Extra Work without written authorizatio time during the term of this Agreement, City a> Work: "As used herein, "Extra Work" means De necessary for the proper completion of the asonably anticipate to be necessary at the . shall not perform, nor be compensated for, om City's Representative. 3.3.5 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., and California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance". If the Services are being performed as part of an applicable "public works" or "maintenance", as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a COMPANY NAME Page 6 of 29 representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. IKW�- �1- 7111 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, upon thirty (30) days notice before: the effective date of such termination. Upon termination, Contractor shall be compensated only for those services which have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for cause. 3.5.1.2 Effe( as provided herein, City may require Documents and Data and other info connection with the performance of:SE required to provide such document an request. 3.5.1.3 Additi terminated in whole or in part as provii and in such manner as it may be approl 3.5.2 1 Agreement shall be other address as the ermination. If this Agreement is terminated ractor to provide all finished or unfinished )n of any kind prepared by Contractor in under this Agreement. Contractor shall be :r information within fifteen (15) days of the Services. In the event this Agreement is herein, City may procure, upon such terms services similar to those terminated. of Notices. All notices permitted or required under this the, respective parties at the following address, or at such ve parties may provide in writing for this purpose: is PAN Y NAME ESS , STATE, ZlP CODE Mr./Ms, Area Managers Narne City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attw Public Works Director Such notice shall be deemed made when personally delivered or when mailed, COMPANY NAME Page 7 of 29 forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data; Licensing of Intellectual Property. This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Contractor under this Agreement ("Documents & Data"). Contractor shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Contractor represents and warrants that Contractor has the legal right to `license any and all Documents & Data. Contractor makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Contractor or provided to Contractor by the City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. 3.5.3.2 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, ,descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Contractor in connection with the performance of this Agreement shall be held confidential by Contractor. Such materials shall not, without the prior written consent of City, be used by Contractor for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the :performance of the Services. Nothing furnished to Contractor which is otherwise' known to `Contractor or is generally known, or has become known, to the related industry shall be deemed confidential. Contractor shall not use City's name or insignia, or any publicity pertaining to the Services in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of Citv. 3.5.4 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.5 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. ,,OMPANY NAME Page 8 of 29 3.5.6 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, Contractors and contractors arising out of or in connection with the performance of the Services or this Agreement, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits,; actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City ,and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employeagents or volunteers. 3.5.7 Entire Agreement. This of the parties with respect to the subject negotiations, understandings or agreements, a writing signed by both Parties. 3.5.8 Governing Law. This A the State of California. Venue shall be in Loc 3.5.9 Time of provision of this Agreement. 3.5.10 City's R employ other Contractors in success entire Agreement iereof, and, supersedes all prior reement may only be modified by all be governed by the laws of aunty. is of the essence for each and every to Employ Other Contractors. City reserves right to ection with Tree Maintenance Services. ors and Assigns. This Agreement shall be binding on the e parties. 3.5.12 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise Page 9 of 29 specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.14 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise.> 3.5.16 No Third Party Beneficiaries.There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.18 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or, person; other than a bona fide employee working solely for Contractor,, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Contractor further agrees to file, or shall cause its employees or sub -contractors to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or, her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. COMPANY NAME, Page 10 of 29 3.5.20 Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.21 Authority to Enter Agreement. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.22 Counterparts. This Agreement each of which shall constitute an original. 3.6.1 Prior Approval Required. Cor portion of the work required by this Agreement, E without prior written approval of City. Subcontract making them subject to all provisions stipulated in thi IN WITNESS WHEREOF, the parties have caused day and year first written above. signed in counterparts, -actor shall not subcontract any ceot as expressly stated herein, if any,'shall contain a provision Agreement. iis Agreement to be executed on the LIST • EXHIBITS • Exhibit A Scope of Work • Exhibit B Bid Unit Prices and Amendmen', • Exhibit C Insurance •. COMPANY 114AME Page 11 of 29 Wlrs�r 0 Gloria Molleda, City Manager Date Date COMPANY NAME Page 12 of 29 EXHIBIT A SCOPE OF WORK The Contractor will be required to perform and complete the proposed tree maintenance work in a thorough and professional manner, and to provide labor, tools, equipment, materials and supplies necessary to complete all the work in a timely manner that will meet the City's requirements. Contractor will be required to perform the following tree maintenance activities at various sites throughout the City: 1. Tree inventory for City streets and parks 9. Tree watering 10. Small tree care 11. Palm trunk skinning 12. Root pruning 13. Specialty equipment rental (as needed) 14. Arborist services/inspection 15. Data entry rkway and 16. Webpage development 17. Online maintenance access (i.e. Internet -based access to an Urban Forestry Management tool that include work order tracking, ability Page 13 of 29 to send work requests including but not limited to pruning, planting, and removal, access to reports for tree inventory, value of the urban forest, job balance and GPS accessibility (if applicable) I. Annual Pruning Program Contractor shall develop and propose to the City a recommended annual pruning program. Depending on the City's current and future pruning needs the recommended pruning schedule may require multiple crews to perform concurrently within the same time constraints II. Tree Inventory The Contractor will provide the City access to' a record keeping system consisting of an Internet -based software program that ,allows the City to maintain information about its tree population, including the description of each tree by species, height, diameter, work history, and tree and planting site location. The tree inventory software program shall be an Internet - driven tracking program. The program shall have the capability to produce detailed listings of tree and site :information, work histories, service requests, summary reports and pictures of City tree species. The Contractor shall provide software support to the'City for the entire term of the Contract. The Contractor shall provide the City with recommendations for tree maintenance, recommended planting , locations, and recommended removals. Attributes to be collected by i< field personnel may include Address, Street, Facility, Species, Diameter, Crown, Height, recommended maintenance, overhead utilities and parkway size and type. The Contractor shall provide to the City access to a record keeping system consisting of an ,Internet -based software program that allows the City to maintain information about its tree population, including the description of each tree by species, height, diameter, work history, and tree and planting site location. The tree inventory software program shall be an Internet -driven tracking program. The program shall have the capability to produce detailed listings of tree and site information, work histories, ;service requests, summary reports and pictures of City tree species. The Contractor shall provide software support to the City for the entire term of the Contract. A. GPS Tree Inventory Provide the City with Global Positioning System (GPS) coordinates for all trees in public spaces and parks. This includes but is not limited to all publicly owned trees on street rights-of-way, parks and open spaces such as medians, greenscapes, etc. The address information contained in inventory should be linked directly to a Geographical Information System (GIS) program, such as ArcView. Using a handheld computer and a backpack GPS receiver, the inventory collector will identify the trees by their global coordinates Page 14 of 29 of longitude and latitude. By collecting the data using the GPS system, the City can consolidate the tree data with other various GPS coded programs in the City. The City shall receive a complete listing of all sites inventoried, both in hard copy and on software, which will enable you to connect the inventory to the City's GIS program and create various frequency reports. A GPS tree inventory shall be created with a new database using the City's standardized addressing system. Contractor shall be required to create an ESRI ArcView/ ArcGIS compatible "shape file". The new inventory shall be capable of`showing the location of every existing tree site and vacancies on the City's existing GIS base maps (streets, parcels, addresses, ROW and hardscape, etc.) The tree inventory shall be conducted by visiting each tree site or vacant planting site and plot the position. The data shall be compatible with the latest version of ArcView. Minimum accuracy shall be within one (1) meter. B. Training of City Staff The project shall include field data collection, data entry, access to the computer software, and training of City employees on the use of the system, future technical maintenance and support. Contractor shall provide training to designated City staff during the hours of 7:00 A.M. to 5:00 P.M. Monday through Thursday. The Contractor shall be readily available by telephone, e-mail or may respond to the City's inquiries in a timely manner. III. Tree Trim Service Request Contractor may need to provide service for trees prior to their regular and scheduled trim cycle in order to correct an immediate problem/ concern. Such request (s) shall be addressed and work completed within two (2) weeks IV. Prohibition Against Transfer or Assignment Contractor may not assign any right or obligation of this Agreement or any interest in the Contract without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignment are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of Contract services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of contract services. Contractor may not employ any subcontractors unless specifically authorized by City. V. Project Special Provisions This project may include of special tree pruning, traffic clearance pruning, and palm pruning as specified in this Contract. COMPANY NAME" Page 15 of 29 A. Work Quality All tree pruning shall comply with good arboreal practice for the particular species of trees being trimmed and shall be consistent with the Pruning Standards and Best Management Practices as adopted by the International Society of Arboriculture. The Contractor shall also meet the requirements of the American National Standards, 2133-1-2006, entitled "'Safety Requirements for Arboricultural Operation," published by the American National Standard Institute. The City of Rosemead shall determine if the Contractor has met all pruning requirements and payment shall`' not be made for pruning that is not in accordance with the above >standards. The Contractor shall be deemed in contract default, if they, consistently fail to comply with the aforementioned standards. B. Standards Prior to beginning the work, the Contractor shall review with the Public Services Superintendent various methods, tools, and work scheduling to be used on the project. Unless otherwise indicated, tree pruning shall include but not be limited to accepted pruning activities. Daily tree pruning >operations shall commence no earlier than 7:00 A.M. and shall be completed each day no later than 6:00 P.M. Limbs one inch (V) in diameter or greater shall be precut to prevent splitting. When there is a chance of bark tearing at the crotch, remove large limbs with three cuts. Make the first cut on the underside of the branch one foot (1) to two feet (2') from the crotch. The undercut should be at least one-third (Y3) of the diameter. Make the second cut one -inch (1") to three inches (3") further from the crotch than the first. The final cut is made at the crotch in a manner to favor the earliest possible covering of the wound by callus ;growth. Cuts shall not be made so large that they will prevent sap flow. All cut branches three and one-half inches (3Y2") or larger in diameter shall be lowered by proper ropes to the ground. Any damage caused by dropping limbs shall be repaired within three (3) days at the Contractor's expense and to the satisfaction of City staff. All debris resulting from tree pruning operations shall be removed from the work site on a daily basis. Tool Sanitation - On all trees, including palms, known or suspected to be diseased, pruning tools and cut surfaces shall be disinfected with a ten (10) percent chlorine bleach solution after each cut and between trees where there is danger of transmitting the disease on tools. Fresh solution shall be mixed daily. COMPANY NAN4E Page 16 of 29 1. Annual Tree Pruning Tree pruning per pre -designed districts, grids or prune routes on a set cycle to include all trees. Pruning will include structural pruning, crown raising, and crown cleaning in accordance with the standards set forth by the International Society of Arboriculture Pruning Standards (Best Management Practices) and the ANSI A300 Standards. Special projects that are difficult to access, require the need for specialty equipment (i.e., 95 -foot tower), service request pruning, or pruning to reduce and/or pruning to restore would fall under Crew Rental. a. Contractor shall comply with Standards of CAL OSHA and the American National Standard Institute, Z133 Safety Requirements b. Contractor shall notify the resident forty-eight (48), hours in advance of scheduled pruning C. Contractor shall provide and post "No Parking" signs twenty- four (24) hours in advance of the work d. Contractor shall endeavor to maintain good public relations at all times. The work shall be conducted in a manner which will cause the least possible interference and annoyance to the public. The Contractor personnel shall wear identifiable uniforms to identify them as employees of Contractor.; The work 'shall be performed by competent employees and supervised by an experienced, English speaking, supervisor in tree maintenance operations. The Contractor shall be responsible for advance notification to the residents at each work location of the intended tree operations. The Contractor shall be responsible to see that private property and vehicles at work locations are not endangered or damaged during the course of work e. Contractor shall exercise precautions as necessary when working adjacent to aerial and subterranean utilities. In the event that aerial utility wires present a hazard to the Contractor's personnel or others, work is to immediately cease and the appropriate utility company notified. The work shall then commence in accordance with instructions from the utility company. The Contractor shall be responsible for appropriate notification of Underground Service Alert (USA) and shall make every effort to communicate and coordinate with City personnel regarding observed irrigation needs, landscaping needs, graffiti issues, etc. COMIIANY NAME Page 17 of 29 f. No hooks, gaffs, spurs or climbers will be used for anything other than removals g. Final pruning cuts shall be made without leaving stubs. Cuts shall be made in a manner to promote fast callous growth h. When pruning fungus, disease or fire blight infected limbs or fronds, all pruning tools shall be cleaned after each cut with alcohol or bleach Topping shall not be done unless specifically requested by the City j. The specific techniques employed shall be consistent with industry practice for the size and species of tree being trimmed. All dead, broken, damaged, diseased or insect infested limbs shall be removed at the trunk or main branch. All cuts shall be made sufficiently close, Y2 inch, to the parent stem so that healing can readily start 'under normal conditions. All limbs 2"' or greater shall'' be undercut to prevent splitting. The remaining limbs and branches shall not be split or broken at the'' cut. All crossed or rubbing limbs shall be removed unless,>removal will result in large gaps in the general outline of the tree k. Cut laterals to preserve the natural form and functional value of the tree, leaving the head open enough for the branching system to show and permitting the dead material to be easily cleaned out and light to show through the head. Tree foliage shall be reduced by at least fifteen (15%) percent but no more>than thirty (30%) percent rim to remove dead wood or weak, diseased, insect- ifested, broken, low, or crossing limbs. Branches with an xtremely narrow angle of attachment should normally be ;moved Small limbs, including suckers and waterspouts, shall be cut close to the trunk or branch from which they arise n. Heading cuts and/or topping will not be allowed under any circumstances. Heading, rounding over, or stubbing shall not be an accepted practice for reducing the size or the framework of any tree. 2. Pruning for Street Signs, Traffic Lights and Utility Lines During the course of this Contract, the Contractor may be required to perform utility line, street sign and traffic light clearance in COMPANY NAME Page 18 of 29 conjunction with routine or non -routine pruning activities. The Contractor shall be required to furnish all supervision, labor, equipment and materials necessary to accomplish the work in accordance with the Contract. The Contractor has the responsibility for compliance with safety and health standards of the California Occupational Safety and Health Act (OSHA) and all applicable rules, regulations and orders. The manager overseeing the project should be a Certified Utility Specialist and the persons completing the work should be Line Clearance Tree workers. The competency of Contractor's personnel shall be maintained through regular training. All persons performing tree work on City trees that are around primary electrical lines shall be trained to do so in accordance the "Electrical Safety Orders" of the State of California Tree pruning for traffic cleara least fourteen (14') feet and nc finish grade for moving vehic pedestrians on sidewalks in ac the International Society of At Management Practices) and "Pruning to Raise." Clearar system or on a street-by-str( structures and their connectirc determined by the City and cot N1 ces shall provide clearances of at jreater than sixteen feet (16') above :s within the traveled roadway, for ordance with standardsset forth by ,oriculture Pruning Standards (Best the ANSI' A306 Standards under .e'' trims are performed on a grid ;t basis. Clearances for adjacent utility lines (service drops), shall be orm to the following: The minimum 'clearance under trees within the street right-of- way shall be fourteen (14') feet over the traveled road, and nine feet (9') over the curb line and the sidewalk side of the tree. When pruning the;; bottom branches, care shall be given to obtain a balanced appearance when viewed from across the street immediately opposite the tree ut to laterals (just outside the branch bark ridge and collar) to reserve the natural form of the tree. Remove lateral branches t their point of origin, or shorten the length of a branch by utting to a lateral, which is large enough to assume leadership When cutting back, avoid cutting back to small suckers. Remove smaller limbs and twigs in such a manner as to leave the foliage pattern evenly distributed 3. Pruning Palm Trees Palm tree pruning shall consist of the removal of loose dead fronds, fruit clusters and other vegetation from the trunks in a manner selected by the Contractor and approved by the City and in accordance with the following: SkinningPalm t-• fronds,and parts thereof,• • stubs, COMPANY NAME, Page 19 of 29 shall be removed along the entire length of the trunk of each palm, leaving a clean unsheathed appearance slicked from the ground to approximately twenty-four to thirty-six (24" — 36") inches from the base of the green fronds at the top of the tree. The frond stubs (cut close to trunk) can be left in place within a span of at least eighteen (18") inches but no greater than thirty-six (36") inches 4. Tree Removals The City prepares a list of trees to be removed, marks trees, notifies homeowners and submits a list to Contractor. The Contractor shall call Underground Service Alert (USA) and prepare internal work order. Crew removes tree and hauls all debris. Crew grinds stumps to a depth of at least elghteen (18") inches deep. All holes will be backfilled; as well as all debris cleaned up and hauled away. Special projects that are difficult to access with equipment, or require the need for a crane or an aerial tower over seventy-five (75') feet would fall under Crew Rental rates. The Public' Services Superintendent shall make the final determination' to remove or provide public noticing for removal at a later date. Removals shall be conducted in good workmanlike manner in accordance with the standards of the arboricultural profession. All wood from removed trees is the property of the City and shall be disposed of at the direction of the Public Services Superintendent. No wood shall be left along > public right-of-way unless approved by the Public Services Superintendent. All tree parts are to be loaded into transport vehicles or containers. The vehicles or containers must have the front, sides and rear solid and the top shall be tarped, or otherwise tightly enclosed. The transporting of tree parts must be made so that no debris escapes during the transport. Branches, suckers, bark and other tree parts that are chipped are to be :covered while transported and hauled to the disposal site during the workday. The City is responsible for marking trees so that they are easily identifiable by USA and the Contractor. The Contractor shall be required to call USA at least 48 hours before stumps are to be ground out. All tree stumps must be removed to at least 18 inches below the lowest soil level adjacent to the stump, or until deep roots are no longer encountered. The Contractor shall grind the stump a minimum distance of one and a half (1%') feet either side of the outer circumference of the stump, or until surface roots are no longer encountered. Stumps should be cut low enough to the ground where routing can be done safely. This may be accomplished by cutting the stump at the time of grinding, or at the time of tree removal except for infrastructure conflicts. Holes created by stump and root grinding COMPANY NAME Page 20 of 29 must be filled the same day. The resultant chips from routing may be used to fill the hole to two (2") inches above normal ground level. All excess routing chips debris will be removed and loaded into transport vehicle for disposal. Any damaged paved surfaces shall be restored to their original condition. 5. Tree Planting — 24 -Inch Box Planting includes the tree, stakes, ties, root barrier, complete installation and watering for ninety (90) calendar days. Planting lists should be compiled by the Contractor and submitted monthly or as needed. Contractor will guarantee the quality of the tree stock and the workmanship. a. Contractor shall provide all equipment, ,:labor and materials necessary for the planting of trees I throughout the City in accordance with the specifications herein. b. The City will be 'responsible for marking locations and the Contractor shall notify USA prior to planting. C. Planting pit shall be dug twice the width and the same depth of the root !ball. Before placing the tree in the planting pit Contractor > shall examine root ball for injured roots and canopy for broken branches. Damaged roots should be cleanly cutoff at a point just'' in front of the break. Broken branches should be cut out of the canopy making sure that the branch collar is not damaged. Tree `'shall be placed in the planting pit with its original growing level (the truck flare) at the same height of the surrounding finish grade. In grass -covered parkways, the top Of the root ball shall be level or slightly higher than the surrounding soil. In a concrete tree well, the root ball shall be 3 inches below the level of the finished surface of the concrete. Backfill material should be native soil. Eliminate all air pockets while backfilling the planting pit by watering the soil as it is put into the hole. f. Trees that are planted in parkways shall have a 4"-6" high water retention basin built around the tree capable of holding at least ten (10) gallons of water. In a concrete tree well, soil should be raked against the edge of the concrete to create a sloping basin. Immediately after planting, the tree shall be watered thoroughly by filling the water retention basin twice. COMFIANY NAME Page 21 of 29 g. All trees shall be staked with two wooded lodge poles and two ties per pole. Minimum size of lodge poles shall be ten (10') feet long, with a one and a half (1 Y2") inch diameter. Tree ties shall be placed at one-third (1/3") and two-thirds (2/3) of the trunk height. Stakes shall not penetrate the root ball and shall be driven into the ground approximately twenty-four to thirty inches (24"-30") below grade. h. Trunk protectors as Arbor -Guards or an approved equal shall be placed at the base of the trunk of all new trees immediately after planting. In some cases, root barriers may „be required. The City will make this determination. Should a rootbarrier be required, the Contractor will install a mechanical barrier that redirects root growth downward, eliminating the surface rooting that damages expensive hardscapes and creates a hazard. The barrier shall be at least twelve (12") inches in depth and at a length determined by the City and placed" in a circular fashion surrounding the tree's root system. Clean up all trash Iand 4 any soil or dirt spilled on any paved surface at the end of each working day. k. All: trees shall be of good nursery stock that adheres to the American Standard for Nursery Stock as described in the ANSI 260.1- 1996.Standards. Trees shall be free from pests, disease and structural defects. The standard crew, is three men, one chipper truck, one chipper, one aerial tower and all necessary hand tools. The crew and equipment can be modified to complete any type of miscellaneous tasks including special projects that may consist of extraordinary work such as hanging flags, changing light bulbs, or trimming specific trees requiring immediate attention prior to their scheduled trim. Trees requiring service prior to their regularly scheduled grid or annual trim to rectify a specific problem such as blocked street lighting or signs, right-of-way clearance for utility lines, or broken limbs may be performed under the Crew Rental rate. 7. Emergency Response The Contractor shall be required to provide emergency on-call response for damaged trees as a result of storms or other reasons. Emergency calls may occur at any given time. The Contractor will be provided with locations and the work to be done at each location via telephone from a City authorized representative. Emergency work shall begin within two (2) hours of the initial telephone call. COMPANY NAME Page 22 of 29 C Contractor shall be required to provide twenty-four (24) hour emergency phone number and names of contact individuals upon award of Contract. Should the contact persons or their phone numbers change during the course of the Contract, those changes shall be submitted to the City within two (2) working days. Contractor shall be required to provide all necessary traffic control during the course of emergency work. Should the work involve any high voltage power lines or any utility lines the Contractor shall be required to notify the responsible utility company. Work performed under the emergency >provision of this Contract shall be paid for on a crew hour basis. This shall include all labor, tools equipment, disposal fees and necessary materials. 8. Tree Watering Watering shall be pe (3) years old and you 9. Small Tree Care The City requires an a newly planted trees. basic maintenance tha adjustments and 'watE IM planted trees, that are three approach to the care of its young and Contractor shall be required to perform II include but not be limited to tree well removal of weeds from tree wells, taking when necessary. On occasion, the City requires independent tree evaluations including written reports. The Contractor shall provide an hourly rate for an Arborist that can respond to the City's request(s) for the preparation of detailed arborist reports, tree evaluations and site inspections. Reporting can be generated on as little as one tree to an entire urban forest population and is handled on a case-by-case basis. Traffic Control Contractor shall conform to all City Traffic Safety requirements and operating rules at all times while this Contract is in effect. The Contractor use certified Traffic Control Design Specialists and Traffic Control Technicians in accordance with the American Traffic Safety Services Association (ATSSA) and the Caltrans WATCH manual for traffic control. Contractor shall be responsible for supplying and using all safety equipment necessary to close or delineate traffic lanes to traffic. This is to include a high visibility arrow boards as necessary. The City, prior to use, must approve all traffic safety equipment for use. COMPANY NAME Page 23 of 29 Illuminated arrow boards, sign stands, delineators and/or adequate cones shall be used to identify work site for vehicular and pedestrian safety. The City may at its own discretion, specify certain times or days when closures are not allowed. Contractor shall maintain accessibility for all emergency services, including access to fire hydrants. Contractor shall cooperate with trash collection operations and other municipal services. D. Public Noticing Of Tree Pruning Operations''" Contractor shall be required to notify residents and/or businesses of scheduled tree pruning operations at least forty-eight (48) hours prior to the work being performed. Notifications 'shall be made in the form of door hangers. City approved "No Parking" trees scheduled for pruning t being performed. E. Clean Up Contractor she including the i parkways and t Each dav's schedu shall be posted on "`individual ,ur (24) hours prior to the work sites when work is completed, twigs, etc. from the lawns and I be completed and cleaned up and I anv brush. leaves. debris or d debris <,generated by the Contractor shall be removed ;walks swept, lawns and parkways raked out and gutters of Rosemead or his authorized representative, shall be the e as to the adequacy of the clean up. I of Debris branches produced as a result of the Contractor's ns under this Contract will be reduced, reused, recycled, and/or transformed by at least 50%. The Contractor will generate and submit a monthly Green waste Recycling report detailing the amount of material generated and recycled within the City. This report will be used for compliance with Assembly Bill 939. 1. Green Waste Recycling Report Green Waste that is transported to an off-site facility for grinding into mulch shall be documented within the above- mentioned report. ('OMPANY NAME Page 24 of 29 2. Wood Chips a. Chips generated from pruning operations within the City of Rosemead may first be dumped at a City designated site b. At the direction of the City of Rosemead, wood waste generated from tree removals shall be chipped into pure wood chips with an even, uniform size. These chips shall be dumped in specified locations in the City. 3. Milling (additional service & cost): Per City staff direction, large tree trunks, which meet proper specifications may be milled into lumber'suitable for use in a variety of applications. ''Milled lumber shall be returned to the City at a cost to be included in the bid proposal. G. Required Contract Reports: The contractor shall generate and provide to the City at least for following reports: a. Annual Maintenance Schedule b. Annual Maintenance Report c. Monthly Maintenance Report d. , Monthly 'Green Waste Recycling Diversion Report H. Parking The City of Rosemead will make every attempt to identify a suitable space for parking of vehicles and equipment for the purpose of this Contract. The Contractor will hold the City of Rosemead harmless and release the City of liability as a result of theft or vandalism. Should a site not be available, then the Contractor may, park on City right-of-way near the project area(s). Contractor shall be required to submit invoices on a monthly basis. Invoice format shall include but not be limited to a list of each street or park that tree maintenance operations took place, the address of each individual planted tree, the specie, height and trunk diameter of each individual tree. Failure to submit invoices in this format may result in non- payment until these requirements are met. J. Inspections The City or Rosemead or its designated representative, shall, at all times, have access to the work and shall be furnished with every reasonable facility for ascertaining full knowledge respecting the progress, workmanship, and character of materials and equipment used and employed in the work. COMPANY NAME Page 25 of 29 7.r 4101MA _a 1. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract sum shall be adjusted in accordance with the following unit prices. 2. Contractor is advised that the submitted unit prices wJ11V be used as one of the determining factors in the Contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all services provided, including but not limited to, materials, labor, overhead, and profit for the contractor. 3. The unit price quoted by the contractor shall be those unit prices that will be charged or credited for labor and materials to be provided 'regardless of the total number units and/or amount of labor required for added' or, deleted items of work. 4. All work shall be performed in accordance with specifications''or otherwise herein specified. Workmanship shall be in accord with the best standard practices. 1. Regular Tree Planting (Including tree, Material and Planting) $ e/ Tree 2. Regular Tree Removal (including Stump Grinding and Clean Up) $ / Tree 3. Regular Tree Trimming $ ®/ Tree 4. Regular Tree Maintenance Crew $ �/ Hour 5. Tree Reforestation (incl'` removal and planting whenever applicable) $ _/ Tree 6. Tree Injection $ ®/ Tree 7. Emergency Crew Rental Rate $ ®/ Hour 8. Root Pruning/ Root Barrier Installation (12" or 18" & bio -barrier) $ ®/ Tree 9. Sidewalk Removal/ Replacement $ ®/ Sq. Ft COMPANY NAME Page 26 of 29 W Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and Commercial General Liability Insurance using I General Liability" policy form CG 00 01 or the e: paid in addition to limits. There shall be no cross one insured against another. Limits are subjec $1,000,000 per occurrence. Business Auto Coverage on symbol 1 (Any Auto) or the event to be less that $1,00 requirement may be satisfied policy described above. If Co in any way as part of this P auto liability coverage for eac required by law with e disease. of i� ince Services Office "Commercial quivalent. Defense costs must be lity exclusion for claims or suits by review but in no event less than SO Business Auto Coverage form CA 00 01 including xact equivalent. Limits are subject to review, but in no 000 per accident. ''If'' Contractor owns no vehicles, this ►y a non -owned auto endorsement to the general liability :ractor or Contractor's employees will use personal autos reement, Contractor shall provide evidence of personal such person. tate-approved policy form providing statutory benefits as s liability limits no less than $1,000,000 per accident or Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contractor and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of" the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size Vll. COMPANY NAME Page 27 of 29 General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insured City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply,with this Agreement shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to !waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply, to the fullextent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any Iprovision or definition that would serve to eliminate so-called "third »party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All <coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. COMPANY NAME Page 28 of 29 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Contractor agrees to ensure that sub -contractors, and any other party involved with these services that are brought onto or involved in these services by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor> and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in these services will be submitted to City for review. 11. Contractor agrees not to self deductibles on any portion of that it will not allow any conte entity or person in any way inv this agreement to self -insure coverage includes a deductible insured retention must be decl options with the Contractor, NA deductible or self-insured ret ure or,to use any self-insured retentions or insurance required herein and further agrees )r, :subcontractor, Architect, Engineer or other :d in the performance of work contemplated by obligations to City. If Contractor's existing self-insured retention, the deductible or self - d to the City. At that time the City shall review h may include reduction or elimination of the on, substitution of other coverage, or other 12.The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes'' of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. COMPANY NAME Page 29 of 29 15. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement'' as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers' compensatio obligations of Contractor under this agreemen to use any statutory immunity defenses under employees, officials and agents. 18. Requirements of specific cove not intended as limitations or waiver of any coverage norma to a given coverage feature is given issue, and is not inters inclusive. 19.These insurance requi other provision in this interpreted as such. or similar act will not limit the vontractor expressly agrees not ich laws with respect to City, its e features or'limits contained in this section are Overage, 1imits or other requirements nor as a provided by ,any given policy. Specific reference purposes of clarification only as it pertains to a I ;bv anv party or insured to be limiting or all - are intended to be separate and distinct from any ent and are intended by the parties here to be 20.The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with this Agreement reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. W mm MAYOR: MARGARET CLARK MAYOR PRO TEM: SANDRA ARmENTA COUNCIL MEMBERS: SEAN DANG POLLY Low STEVEN LY June 4, 2019 To: Qualified and Interested Consultants •i i.r� . I . Dear Contractor, The City of Rosemead is soliciting Proposals from qualified firms for care and maintenance of our Community Street and Park Trees and to provide additional services as requested using related equipment by duly trained and qualified personnel. Requirements for this RFP are enclosed. In order to be considered in the selection process, interested parties shall submit four (4) copies of their Proposals no later than 10:00 AM on June 18, 2019 to: Robert Chavez Public Works Manager City Clerk's Office City of Rosemead 8838 E. Valley Boulevard Rosemead, California 91770 If you have any questions, please contact: Name: Robert Chavez Title: Public Works Manager Email: rchavez@cityofrosemead.org Late proposals will not be accepted. Sincerely, R -Obert Chavez Robert Chavez Public Works Manager City of Rosemead REQUEST FOR PROPOSAL & SPECIFICATIONS L GENERAL INFORMATION The City of Rosemead, CA is soliciting Requests for Proposals from qualified firms to provide services for maintenance, GPS tree inventory, removal and replacement of trees, as needed, within the City's Community Forest. The City has approximately 7,000 street and park trees that comprise its Community Forest. The purpose of this maintenance contract is to provide the City with the best possible tree care to maintain the City's Community Forest at a level expected by the City's residents, City Council, City staff, and visitors of the community. The selected firm will work closely with the City staff to insure the most appropriate care and maintenance of the City's Community Forest with sensitivity to the City, its residents and visitors. It is the intent of the City to award a contract, in a form approved by the City Attorney, to the selected firm. The City reserves the right to further negotiate the terms and conditions of the contract. The City shall preserve the right to reject any proposal for noncompliance with contract requirements and provisions, or to not award a contract because of unforeseen circumstances or if it is determined to be in the best interest of the City. This project will be awarded based on demonstrated ability and performance providing similar services at a fair and reasonable cost. This contract may not be awarded to the lowest bidder. The City Council will approve as part of the annual budget an annual contract amount. The City does not guarantee a specific amount of work and the quantity of work may increase or decrease depending on the annual needs of the Community Forest. There will be no subcontracting allowed. The Contractor, at the City's direction, shall perform tree, and other woody plant maintenance, removal & occasional replacement services in accordance with the statement of work described herein and all applicable American National Standards Institute (ANSI) and International Society of Arboriculture (ISA) standards at various sites. The work performed on this contract as directed by City staff (including watering, pruning, removal, plant health care and replacement of trees and plants, GPS tree inventory collection and software usage and arborist consulting services) is routine, recurring and usual. The rates included in the Cost Proposal are based on prevailing wage determination "Tree Maintenance Laborer". Additionally, all vendors will be required to be pre- registered with the Department of Industrial Relations (DIR). All work will require a submission of certified payroll records to the DIR. Performance Bond and Payment (Labor and Materials) Bond Requirements. Within the time specified in the Contract Documents, the Contractor to whom a Contract is awarded shall deliver to the City four identical counterparts of the Performance Bond and Payment (Labor and Materials) Bond in the form supplied by the City and included in the Contract Documents. Failure to do so may, in the sole discretion of City, result in the forfeiture of the Contract Award. The surety supplying the bond must be an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, authorized to do business as such in the State of California and satisfactory to the City. The Performance Bond and the Payment (Labor and Materials) Bond shall be for one hundred percent (100%) of the amount of the Total Compensation indicated in the Maintenance/General Services Agreement. The City, at its option and with Contractor concurrence, may renew this contract for additional five-year periods, in one-year increments, on the same terms and conditions as provided herein. This option may be exercised only if the Contractor demonstrates superior performance in the provision of tree maintenance services during the prior five-year contract term, assuming all of the annual renewal options were awarded. City is solely and actively responsible for the selection of trees to be maintained and the designation of the type and timing of the work to be performed. Contractor agrees to indemnify, hold harmless and defend, City its officials, officers, employees, and agents from any and all liability or financial loss, including but not limited to, legal expenses, resulting from any suits, claims, losses or actions brought by any person or persons, by reason of injury and arising solely from any wrongful or negligent acts or omissions of Contractor, including its officers, agents, employees, subcontractors, or any person employed by Contractor in the performance of this agreement. INSURANCE Required Insurance Policies. Without limiting Contractor's indemnification of the City and prior to commencement of work, the Contractor shall obtain, provide, and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire teen of this Agreement including any extension thereof, the following policies of insurance: a. Comprehensive General Liability Insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $20,000,000 per occurrence, $25,000,000 general aggregate, for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. b. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least $1,000,000). Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. Should the Contractor be a sole proprietor, the Contractor will have to complete and submit a declaration of sole proprietor form to the City in lieu of proof of Workers' Compensation as it is not required for sole proprietors. c. Professional Liability. (errors and omissions) insurance. Contractor shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this agreement and Contractor agrees to maintain continuous coverage through a period no less than three years after completion of the services required by this agreement. d. Automotive Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than $5,000,000 combined single limit for each accident. Insurance Deductibles and Self-insured Retentions. Any deductibles or self-insured retention's must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention's as respects the City, its officers, officials, employees, agents and volunteers, or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claims administration and defense expense. Other Insurance Provisions. For any claims related to this project or service, the Contractor's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess to the Contractor's insurance and shall not contribute with it. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: a. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the Contractor; and with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts or equipment furnished in connections with such work or operations. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Civil Code o 27882(b). General liability coverage can be provided in the form of an endorsement to the Contractor's insurance, or as a separate owner's policy. b. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. c. Each insurance policy required by this clause shall be endorsed to state that the City shall receive not less than thirty (3 0) days' prior written notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of any policies of insurance required hereunder. d. Requirements of specific coverage features, or limits contained in this Agreement are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. e. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of noncompliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. f. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the City, its elected or appointed officials, agents, officials, employees, and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against the City and shall require similar written express waivers and insurance clauses from each of its subcontractors. e. Additionally Insured Status. General liability policies shall provide or be endorsed to provide that Agency and its officers, officials, employees, and agents shall be additional insured under such policies. The provision shall also apply to any excess liability policies. f. Duration of Coverage. Contractor shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work under this Agreement by Contractor, its agents, representatives, employees, subcontractors or subconsultants. g. Ci 's Rights of Enforcement of Contract Provisions. In the event any policy of insurance required under this Agreement does not comply with these requirements or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Contractor or City will withhold amounts sufficient to pay premium from Contractor payments. In the alternative, City may cancel this Agreement. h. City's Right to Revise Requirements. City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor a ninety (90) day advance written notice of such change. If such changes results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor's Compensation. Insurance Rating. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. Original Certificates and Amendatory Endorsements. Contractor shall furnish the City with original certificates and amendatory endorsements effecting coverage required by the City. The endorsements should be on forms provided by the City or on other than the City's forms, provided those endorsements or policies conform to the requirements. All certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. Additional Insurance. Further, Contractor shall obtain any additional kinds and amounts of insurance which, in its own judgment, may be necessary for the proper protection of any of its officers', employees', or authorized subcontractors' own actions during the performance of this Agreement. TREE MAINTENANCE SERVICES COMPANY SELECTION PROCESS/CRITERIA The City will evaluate, and rank proposals based on selection criteria. Any proposal may be rejected if it is conditional, incomplete or contains irregularities. Minor or immaterial irregularities in a proposal may be waived. Waiver of an irregularity shall in no way modify the Request for Proposals nor affect recommendation for award of the Contract. Information contained in the proposal should provide information for the City to evaluate the company on the following criteria, listed in relative order of importance, including: • Ability of the Contractor to provide innovative approaches and techniques in the delivery of services and partnering with the City to reach high quality outcomes. • Demonstration of exceptional ability to provide a high level of quality service standards under similar conditions to institutions, private or public of similar size and area requirements. • Quality and performance assessments of work quality and working relationships with current and recent clients that indicate high levels of satisfaction and effectiveness. • Ability to mobilize and abate as directed by City staff in a timely fashion. • Proven competencies in the effective and efficient use of natural resources, implementation of best management practices. • Policies that provide highly trained, competent staff at every level of the organization. • Demonstration of a high level of stability and long-term high-quality performance of the Contractor. • Contractor must provide a copy of the most recent experience modification worksheet issued to them by the California Workers' Compensation Bureau (WCIRB). Safety ratings over 125 will not be accepted. • Well organized communication systems and electronic reporting capabilities that demonstrate an ability to complete tasks efficiently and effectively and do not require constant supervision by the City. Demonstrate the ability to electronically track inventory, pruning, asset inventory, and removals and replacements. II. SELECTION PROCESS The process will adhere to the current City Administrative Regulation for the award of contracts. Each bid will be evaluated based on firm qualifications and the required submittals. Firm selection will be made by utilizing the criteria described in this document. Each firm will be evaluated on their qualification submissions. All applicants will be notified as to the results of this evaluation. The evaluation criteria used in the selection process includes, but is not limited to, the following: A. REFERENCE EVALUATION 15 Points 1. Current contract work experience 2. References from neighboring Cities 3. Letters of reference B. CORPORATE CAPABILITY 15 Points 1. Qualifications and experience of staff 2. The ability of the firm to provide the proper insurance coverage 3. Financial ability of the firm to provide services to the City 4. Licensing required to perform various tree maintenance services C. SERVICES OFFERED TO THE CITY 1. Proposed program 2. Detailed list of services 3. Ability to supply services 15 Points D. FACILITY AND EQUIPMENT EVALUATION 5 Points 1. Equipment maintenance facility 2. List of equipment 3. Aerial device certification E. INFORMATION MANAGEMENT 10 Points 1. Tree inventory references 2. Method for completing and updating the tree inventory 3. Inventory software provided to the City 4. Technical support for software and data management F. COMMUNITY PARTNERSHIP 1. Letters of reference 2. Organizational memberships 5 Points G. QUALITY CONTROL PLAN 5 Points 3. Ability to recommend and meet project expectations 4. Types of pruning 5. Safety record: Experience MOD worksheet H. EMPLOYEE TRAINING 5 Points 1. Safety training 2. Customer service and arboricultural training 3. Required ISA and DPR credentials on staff Page 7 I. SCHEDULE OF COMPENSATION 15 Points 1. Variety of work types and services offered 2. Evaluation of the firm's fee schedule J. QUALITY AND COMPLETENESS OF PROPOSAL 10 Points 1. Relevance and Conciseness of Bid Proposal and Statement of Qualifications III. REQUIRED QUALIFICATIONS Award will be made to the firm who best meets the City's requirements and who offers the most advantageous combination of low price and highest qualifications for the all criteria described in this document. All firms submitting bid proposals must hold a valid State California C-27 and a C -61/D49 Contractor's License. Both licenses must be in good standing for the previous seven (7) consecutive years without any official unresolved record of complaints registered or filed with the Board or California Department of Consumer Affairs. Additionally, this contract requires a valid California State Pest Control License. Contractor shall have OSHA certification of aerial equipment to be used throughout the term of this project. Both provisions shall be provided with the submission of bid proposals. A cover letter describing all persons that will be performing the work outlined in the contract. Personnel must be qualified and trained in the tree maintenance industry. This will include the staffing a manager who shall be an ISA Certified Arborist and fluent in the English language. At all times during contracted tree maintenance activities, the firm shall have work crews on site that are represented by an English-speaking supervisor who can receive and carry out instructions given by proper authorities. The Contractor shall be held liable for the faithful observance of any lawful instructions of the City, not in conflict, with the contract, which may be delivered to said party or his representatives on the work. Contractor should have at least eight (8) similar and separate California municipal multi-year tree maintenance contracts which have been successfully completed within the last seven (7) years. Each project shall be of comparable size and scope of this project (descriptions of these projects and contact persons must be provided with bid submission). These projects must also include work in tree inventory(ies). The proposal shall include a detailed description of their proposed inventory program along with sample reports. At the time of award, the successful bidder must have staff that includes Certified Crane Operator(s) as recognized by National Commission for the Certification of Crane Operators (NCCCO), ISA Certified Arborist on staff, ISA Certified Tree workers on staff, ISA Tree Risk Assessment Qualified Arborist on staff. ISA Board Certified Master Arborist on staff, DPR Licensed Pest Control Advisor and DPR Licensed Pest Control Applicators on staff, ATSSA Certified Traffic Control Technician and Designer on staff. Wildlife Awareness trained personnel on staff. Page 8 Contractor should have a Quality Control Plan with an effective and efficient means of identifying and correcting problems throughout the entire scope of operations. The successful Contractor shall be required to comply with this quality control throughout the term of the contract. Contractors shall have a current Safety Manual that meets SB 198 requirements for injury and illness prevention. CONTRACTOR'S ORGANIZATION STATEMENT AND PERFORMANCE HISTORY The term "Owner" shall refer to any private firm or public agency to which the Contractor has submitted a bid to, or contracted with, for any construction contract. Submitted By: Name must correspond with the Contractor's License Corporation Partnership Individual Joint Venture If a corporation, under the laws of what State is it organized? California Regional Office (s): Use the form titled "Additional Information and/or Comments" for providing requested or additional information for each of the following questions to which you answer "yes" or for any comments. A. How many years' experience in construction work under current organization? (a) As a General Contractor? From 19 to 20 (b) As a Subcontractor? From 19 to 20 B. Provide the following information as to contract experience with public entities or governmental agencies ONLY, within the past five (5) years of similar size and scope of work. If none, write "NONE" on the chart. C. Have you or your company, or any officer, manager or partner thereof, failed to complete a contract for an Owner? YES NO If so, indicate the name of each Owner, dates, and the circumstances. D. Have you or your company been denied an award of Contract not withstanding submission of the lowest responsive bid? YES NO . If so, as to each such denial, state the name of the Owner, the date of the denial, the title and number of the contract bid, and the grounds on which the Owner based the denial of award. Page 9 E. Has your company been assessed liquidated damages by any Owner? YES NO If so, as to each assessment of liquidated damages, state the name of the Owner, the date of the assessment, the title and number of the contract, and the grounds on which the Owner based the assessment of liquidated damages. F. Has your company been the subject of any inquiry by any Owner as to whether your company is a non -responsible bidder or non -responsible contractor? YES NO If so, as to each inquiry, state the name of the Owner, the date of the inquiry, the grounds on which the Owner based the inquiry, and the result of the inquiry. G. Has your company been the subject of any inquiry by any Owner as to whether your company has made any false claim or other material misrepresentation? YES NO . If so, as to each inquiry, state the name of the Owner, the date of the inquiry, the grounds on which the Owner based the inquiry, and the result of the inquiry. H. Has your company made any false claim or misrepresentation in the submittal of any claim pertaining to any construction contractor with an Owner? YES NO If so, state the circumstances including the reason for submittal of false material. L Is your company currently asserting against any Owner any construction claim (s) in excess of $100,000.00, or has your company made such claim (s) against any Owner? YES NO . If so, as to each such claim, state the name of the Owner, the date of the claim, the grounds of the claim, the amount of such claim, the present status of such claim, the date of resolution of such claim if resolved, and the amount and method by which such claim was resolved, if resolved. J. Is your company currently a party against any Owner in any litigation pertaining to any construction project, or has your company been a parry to such litigation? YES NO . If so, as to each such litigation, state the name of the Owner, case number, the court and jurisdiction in which said litigation is pending or was brought, the nature of the litigation, the amount at issue in the litigation, the present status of such litigation, the date of resolution of such litigation if resolved, and the amount and method by which such litigation was resolved, if resolved. K. List the Experience Modification Rate (EMR) issued to your firm annually by the Workers' Compensation Insurance Rating Bureau (WCIRB) worksheet. Beginning with the most recent year (Year ) please insert the EMR rate issued by the WCIRB. If the total average rate for these three recent years is equal or greater than 125%, then the Contractor will be disqualified. YEAR 2018: EMR: YEAR 2017: EMR: YEAR 2016: EMR: Page 10 L. Has a government entity ever debarred disqualified, removed, suspended, or otherwise prevented you or your firm from bidding on, contracting, or completing a construction project? YES NO . If YES, identify the name of the government entity, list the date, and describe the facts and circumstances about each instance, and state the reason for the government entity's action against your firm. Attach additional sheets as necessary. M. Has a government entity ever rejected your firm's Bid or Proposal on the ground that you or your firm is a "non -responsible" bidder or proposer? YES NO . If YES, identify the name of the government entity, list the date, describe the facts and circumstances about each instance, and state the reason or basis for the government entity's determining that you firm was a "non -responsible" bidder. Attach additional sheets as necessary. N. In the past five (5) years, have you ever or any officer or principal of your firm been an officer of another firm which failed to perform a contract or agreement? YES NO . If YES, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. O. Has a government entity or a client ever terminated, suspended, or non -renewed your firm's contract or agreement before its completion? YES NO . If YES, identify the name of the government entity, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. IV. SUBMITTALS Firms wishing to have their bid proposals considered for this project shall submit the following, as a minimum: A. A Statement of firm's qualifications applicable to this project, including the following: 1. State of California Contractor's License number and expiration date, C-27 & C61/D-49 and California Pest Control License. 2. Names, staff qualifications and proposed duties of staff to be assigned to this project. The firm shall identify at least two (2) ISA Certified Arborists who will be responsible for providing project management for the duration of the project as well as a full-time English-speaking Site Supervisor, who is an ISA Certified Arborists, capable of communicating with any City representative and be authorized to act on behalf of the firm 3. List of staff minimum qualifications required: a. All ISA Certified Arborists employed by the firm. b. All ISA Certified Utility Arborists employed by the firm. C. All ISA Certified Municipal Specialists employed by the firm. d. All ISA Certified Tree workers employed by the firm. e. All ISA Certified Urban Foresters employed by the firm. f. All ISA Board Certified Master Arborists employed by the firm. g. All Utility Line Clearance Tree workers employed by the firm. h. California State Licensed Pest Control Advisor and Applicator employed by the firm. i. American Society of Consulting Arborists (RSCA) Registered Consulting Arborist employed by the firm to consult on tree health issues. j. Technicians providing technical support for inventory software. Page 11 k. Traffic Control Design Specialist(s) and Traffic Control Technician(s) in accordance with the American Traffic Safety Services Association (ATSSA). 1. NCCCO licensed crane operators license employed by the firm. 4. References 5. Corporate Capability a. Affirmative statement of compliance with indemnity and insurance. b. All licensing required to complete job. 6. Services to be Performed 7. Equipment a. A complete list of machinery and equipment, including year, serial number and license number, to be used specifically for this project and all available equipment in reserve to allow for breakdowns. All equipment must in good working order; and shall be maintained and operated in full compliance with OSHA regulations and State of California Department of Transportation (DOT) requirements. Must include high range aerial lift trucks capable of reaching 95ft, 15 -ton crane and operational mobile Wood Mill. 8. Information Management a. A written description of the proposed software program to be used to manage the City's Tree Inventory and firm's ability to provide accurate inventory updates for all trees serviced. b. A statement describing the firm's ability to provide data for the City's Geographic Information System (GIS). 9. Quality Control Plan a. A written description of the firm's plan to report green waste generated and the method for its disposal. Must include an urban lumber plan for recycling certain species of trees to be milled into lumber. b. A written description of methodology to be used for notifying residents prior to commencement of tree work. (Door hangers are permitted in the City.) C. The methodology in which the firm will handle complaints from the public and damage to public and private property. d. Effective means to correct problems. e. The means the firm will use for completing the project. 10. Employee Training & Safety Plan a. A written description of the firm's internal tree maintenance and arboricultural training program. b. Contractor must submit safety procedures with bid, regarding the company's Injury and Illness Prevention Program (IIPP.) c. Contractor must provide copies of their Experience Modification Rating ("EMR") worksheets issued to the Contractor by the California State Worker's Compensation Insurance Rating Bureau (WCIRB) for each of the calendar years 2013, 2014 and 2015. d. Submitted Proposal must include the required "Contractor's Organization Statement and Performance History" forms and "Contractor's Industrial Safety Record" found within this document. Page 12 11. Project Plan — Provide a detailed discussion of your firm's approach to the successful implementation of this project. Describe in detail how you would achieve a 4 -5 -year grid pruning cycle / inspection program and how do you assure that the trees that got pruned in prior years are not getting pruned again. Include tree management approach, priorities and the discussion of methodologies. 12. Schedule of Compensation V. PROJECT SPECIFICATIONS It shall be understood that the Contractor will be required to perform and complete the proposed landscape and/or tree maintenance work in a thorough and professional manner, and to provide labor, tools, equipment, materials and supplies necessary to complete all the work in a timely manner that will meet the City's requirements. Contractor may be required to perform the following tree maintenance activities at various sites throughout the City; 1. Tree pruning 2. Tree removal 3. Tree planting 4. Crew rental 5. Emergency response 6. Line clearance pruning 7. Clearance pruning 8. Grid pruning program (Ex. 5 -year pruning cycle) 9. Tree watering 10. Small tree care 11. Palm trunk skinning 12. Root pruning 13. Specialty equipment rental 14. Arborist services/inspection 15. Foliar and pesticide treatments 16. Data entry 17. Webpage development 18. Additional work 19. Qualifications 20. GPS Tree inventory 21. Online maintenance access* * Online maintenance is defined as Internet access to an Urban Forestry Management tool for GPS tree inventories that includes work order tracking, ability to send work requests including but not limited to maintenance recommendations, tree conditions, pruning, planting, and removal, access to reports for tree inventory, value of the urban forest, recycling reports, live job balance, contractor equipment GPS location monitoring. A. ANNUAL PRUNING PROGRAM At the direction of the City, the tree pruning will be done per pre -designed districts along street segments, grids or prune routes on a set cycle to include all trees large and small. Pruning will include structural pruning, crown raising, and crown cleaning in accordance with the standards set forth by the International Society of Arboriculture Pruning Page 13 Standards (Best Management Practices), the ANSI A300 Standards and City Maintenance Standards. Contractor shall be required to furnish all supervision, labor, equipment and materials necessary to accomplish the work in accordance with the Contract. The intent of this Contract is to have all trees pruned a minimum of one time by the end of the 5 -year contract period. Special projects that are difficult to access will require the need for specialty equipment (i.e., 95 -foot tower). Service request pruning or pruning to reduce and/or pruning to restore will fall under Crew Rental. B. INSPECTION OF HAZARDOUS CONDITIONS At the City's direction, trees shall receive routine maintenance and periodic inspections at the direction of the City administrator. The Contractor is not to inspect, monitor or maintain trees unless given clear direction from City administrator. Tree problems that are clearly visible during the maintenance activities, but not considered hazardous, will be reported to the City for direction and/or further evaluation. These hazards can be discovered through both routine pruning work or through other forms of inspection. The City shall direct contractor or city staff to correct hazards in a timely manner. All work history should be recorded within cities tree inventory management program. C. TREE INVENTORY At the City's direction, the Contractor will provide to the City access to a record keeping system consisting of an Internet -based software program that allows the City to maintain information about its tree population, including the description of each tree by species, height, diameter, work history, and tree and planting site location. Additionally, program should generate the estimated monetary value of the urban forest, recycling reports, live job balance, contractor equipment GPS location monitoring. The tree inventory software program shall be an Internet -driven tracking program. The program shall have the capability to produce detailed listings of tree and site information, work histories, service requests, summary reports and pictures of City tree species. The Contractor shall provide software support to the City for the entire term of the contract. At the City's direction, the Contractor shall provide the City with recommendations for tree maintenance, recommended planting locations, and recommended removals. Attributes to be collected by field personnel may include Address, Street, Facility, Species, Diameter, Condition, Height, recommended maintenance, overhead utilities and parkway size and type. 1. GPS Tree Inventory At the City's direction, contractor will provide the City with a Global Positioning System (GPS) tree inventory collected by an ISA Certified Arborist including coordinates for all trees in public spaces. This includes, but is not limited to, all publicly owned trees on street rights-of-way, parks, City facilities and open spaces such as medians, greenscapes, etc. 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. By collecting the data using the GPS system, the City can consolidate the tree data with other various GPS coded programs in the City. At the end of the project, the City will receive a complete listing of all sites inventoried, both in hard copy and in the software, which will Page 14 enable you to connect the inventory to the City's GIS program and create various frequency reports. A GPS tree inventory shall be created with a new database using the City's standardized addressing system for all parks and open space areas. Contractor shall be required to create an ESRI ArcView/ArcGIS compatible "shape file". The new inventory shall be capable of showing the location of every existing tree site and vacancies on the City's existing GIS base maps (streets, parcels, addresses, ROW and hardscape, etc.) The consultant's tree inventory shall be conducted by visiting each tree site or vacant planting site and plot the position. The data shall be compatible with the latest version of ArcView. Minimum accuracy shall be not more than one (1) submeter. Mobile Application Tree inventory program must include a mobile application for field use. All data must reflect live data as it exists in the Tree inventory program. The functionality of the mobile application shall include the following minimum requirements. • Mobile application must be compatible with Android systems. • Mobile application must be usable for precision mobility view as user moves through canopied areas. • Mobile application must include multiple layering feature including aerial imagery and street names. • Mobile application must display tree icons based on precise GPS coordinates. • Mobile application must be able to illustrate live work history records. • Mobile application must allow a function that permits live data updates. • Mobile application must be updated as new work records are modified. 2. Experience The Contractor shall have at a minimum five (5) years of experience in collecting tree inventories for cities and other public agencies and developing inventory databases, including an extensive program that simplifies the management of the City's Urban Forest. The Contractor shall have developed a complete and comprehensive computer software program in at least five (5) California cities. The program should have specialized reports designed specifically for City representatives' needs. The program should be developed based on the needs of the City and allow the City to modify and structure the program specific to our needs. The user-friendly program should allow customers to generate a variety of reports quickly. List at least five (5) completed tree inventories for California municipalities within the last five (5) years. The Contractor must show, through documentation by records of past performance and references the Proposer's involvement in Arbor Day events, Page 15 educational outreach efforts and helping agencies maintain their Tree City USA status. 3. Scope of Work City shall provide the most up-to-date GPS inventory data to Contractor upon award of contract. Contractor will manage the entire inventory project. The project shall include field data collection, data entry, access to the computer software, and training of City employees on the use of the system, future technical maintenance and support and as an option, conversion of the existing database. Attributes to be collected by field personnel may include, but is not limited to: • Tree Number • City District/Grid/LLDs/Parks/R-Areas/Residential • Street • Location by Address • Location by GIS • Species by botanical name & common name • Tree diameter • Tree height • Tree condition • Tree dollar value • Recommended Maintenance • Existing overhead Utilities • Parkway Size • Parkway Type • Sidewalk damage 4. Technical Support and Maintenance The Contractor shall provide routine maintenance, archive, backup, restore and disaster recovery procedures as may be requested by the City. The Contractor shall provide complete support rapidly with experienced staff available to the City during the hours of 7:00 A.M. to 5:00 P.M. Monday through Friday. The Contractor shall be readily available by telephone, e-mail or may respond to the City's location within a timely manner. VI. PROJECT SPECIAL PROVISIONS This project may consist of tree pruning, traffic clearance pruning, and palm pruning as specified in the Project Special Provisions Contract Documents and/or Requests for Bid Proposal. All pruning methods shall comply with the. A. DEFINITIONS Where "as directed", "as required", "as permitted", "approve", "acceptance", or words of similar import are used, it shall be understood that the direction, requirement, permission, approval or acceptance by the City is intended unless otherwise stated. As used herein, Page 16 "provide" shall be understood tip mean "provide complete", in total. The word "site" as used hereinafter shall be understood to mean the location receiving the service. The use of the word "Contractor" shall be held to mean the Contractor, and/or any person employed by them and working under this contract. B. WORK QUALITY All tree pruning shall comply with good arboriculture practices for the particular species of trees being trimmed shall be consistent with the Pruning Standards and Best Management Practices as adopted by the International Society of Arboriculture. The Contractor shall also meet the requirements of the current American National Standards, Z133, entitled "Safety Requirements for Arboricultural Operation," published by the American National Standard Institute., Inc., 1430 Broadway, New York, New York 10018. The City's administrator shall determine if the Contractor has met all pruning requirements and payment shall not be made for pruning that is not in accordance with the above standards. The Contractor shall be deemed in contract default, if they consistently fail to comply with the aforementioned standards. C. STANDARDS Prior to beginning the work, the Contractor shall review with the City administrator various methods, tools, and work scheduling to be used on the project. Unless otherwise indicated, tree pruning shall include but not be limited to accepted pruning activities. Daily tree pruning operations shall commence no earlier than 7:00 A.M. and shall be completed each day no later than 5:00 P.M., depending on city ordinances. All debris resulting from tree pruning operations shall be removed from the work site on a daily basis. 1. Grid Tree Pruning At the direction of City staff, tree pruning per pre -designed districts, grids or prune routes on a set cycle to include all trees regardless of size. Pruning will include structural pruning and crown raising, and slight crown cleaning in accordance with the standards set forth by the International Society of Arboriculture Pruning Standards (Best Management Practices) and the ANSI A300 Standards. No more than 25% of the foliage is to be removed at a given time. Special projects that are difficult to access, require the need for specialty equipment (i.e., 95 -foot tower), service request pruning, or pruning to reduce and/or pruning to restore would fall under Crew Rental. (a) Contractor shall comply with Standards of CAL OSHA and the American National Standard Institute, Z133 Safety Requirements. (b) Contractor shall notify the resident forty-eight (48) hours in advance of scheduled pruning. Page 17 (c) Contractor shall provide and post "No Parking" signs twenty-four (24) hours in advance of the work. (d) Contractor shall endeavor to maintain good public relations at all times. The work shall be conducted in a manner which will cause the least possible interference and annoyance to the public. Work shall be performed by competent employees and supervised by an experienced, English speaking supervisor in tree maintenance operations. The Contractor shall be responsible for advance notification to the residents at each work location of the intended tree operations. The Contractor shall be responsible to see that private property and vehicles at work locations are not endangered or damaged during the course of work. (e) Contractor shall exercise precautions as necessary when working adjacent to aerial and subterranean utilities. Contractor must utilize Line Clearance Qualified Tree trimmers if working within l Oft of high voltage power lines. In the event that aerial utility wires present a hazard to the Contractor's personnel or others near the work site, work is to immediately cease and the appropriate utility company notified. Work shall then commence in accordance with instructions from the utility company. In the event that work causes excavation, the City is responsible for properly marking the location and the Contractor is responsible for appropriate notification of Underground Service Alert (USA). (f) No hooks, gaffs, spurs or climbers will be used for while climbing trees other than for removals and inaccessible Palms when needed. (g) Final pruning cuts shall be made without leaving stubs. Cuts shall be made in a manner to promote fast callous growth. (h) Topping shall not be done unless specifically requested by the City. (j) The specific techniques employed shall be consistent with industry practice for the size and species of tree being trimmed. All dead, broken, damaged, diseased or insect infested limbs shall be removed at the trunk or main branch. All cuts shall be made sufficiently close, 1/2 inch, to the parent stem so that healing can readily start under normal conditions. All limbs 2" or greater shall be undercut to prevent splitting. The remaining limbs and branches shall not be split or broken at the cut. All crossed or rubbing limbs shall be removed unless removal will result in large gaps in the general outline of the tree. (k) Cut laterals to preserve the natural form of the tree, leaving the head open enough for the branching system to show and permitting the dead material to be easily cleaned out and light to show through the head. Tree foliage shall be reduced by at least fifteen (15%) percent but no more than twenty-five (25%) percent. (1) Trim to remove dead wood or weak, diseased, insect -infested, broken, low, or crossing limbs. Branches with an extremely narrow angle of attachment should normally be removed. Page 18 (m) Small limbs, including suckers and waterspouts, shall be cut close to the trunk or branch from which they arise. (n) Heading cuts and/or topping will not be allowed without city approval. Heading, rounding over, or stubbing shall not be an accepted practice for reducing the size or the framework of any tree. 2. Pruning for Clearance As directed by city staff, tree pruning for traffic clearances shall provide clearances of at least fourteen (14') feet and no greater than sixteen feet (16') above finish grade for moving vehicles within the traveled roadway, (9') for pedestrians on sidewalks in accordance with standards set forth by the International Society of Arboriculture Pruning Standards (Best Management Practices) and the ANSI A300 Standards under "Pruning to Raise." Clearance trims are performed on a grid system or on a street -by -street basis. Clearances for adjacent structures and their connecting utility lines (service drops), shall be determined by the City staff and conform to the following: a. The minimum clearance under trees within the street right-of-way shall be fourteen (14') feet over the traveled road, and nine feet (9') over the curb line and the sidewalk side of the tree. When pruning the bottom branches, care shall be given to obtain a balanced appearance when viewed from across the street immediately opposite the tree. b. Cut to laterals to preserve the natural form of the tree. Remove lateral branches at their point of origin or shorten the length of a branch by cutting to a lateral, which is large enough to assume leadership. C. When cutting back, avoid cutting back to small suckers. Remove smaller limbs and twigs in such a manner as to leave the foliage pattern evenly distributed. 3. Pruning Palm Trees Palm tree pruning shall consist of the removal of loose dead fronds, fruit clusters and other vegetation from the trunks of all palms listed in the Contract Documents Special Provisions in a manner selected by the Contractor and approved by the City staff and in accordance the following: a. The use of climbing spurs or spike shoes for the purpose of climbing palm trees is prohibited, unless specifically approved by the City administrator. The Contractor shall be required to use an aerial tower with sufficient height to reach the crown for the purpose of pruning City Palm trees. b. Palm Skinning (additional service & cost) - Dead fronds, and parts thereof, including stubs, can be removed along the entire length of the trunk of each palm, leaving a clean unsheathed appearance slicked from the ground to approximately twenty-four to thirty-six (24" — 36") inches from the base of the green fronds at the top of the tree. The frond stubs Page 19 (cut close to trunk) can be left in place within a span of at least eighteen (18") inches but no greater than thirty-six (36") inches. 4. Aesthetic and/or Service Request Tree Pruning As directed by City staff, trees that need service prior to their scheduled grid trim for aesthetic purposes shall be trimmed within two weeks of notification by the City to the Contractor. Pruning will include structural pruning, crown raising, crown cleaning and crown reduction in accordance with the standards set forth by the International Society of Arboriculture Pruning Standards (Best Management Practices) and the ANSI A300 Standards. The trimming shall provide a symmetrical shape and aesthetically pleasing appearance typical of the species. In addition, trees shall be trimmed to provide a minimum clearance of fourteen (14) feet over the roadway and seven (9) feet over walkways. Trees shall also be trimmed to remove any obstruction around traffic control devices, traffic signs and streetlights. Additional trimming shall be performed to mitigate any extreme effect of the clearance trimming and provide an aesthetic appearance. It is the City's intent to allow residents to request and pay for additional work (to City -owned trees only) through the City and this contract on an individual request basis. Any additional work will be authorized and directed by the City using prices as listed in this contract for supplemental work. The specific techniques employed shall be consistent with industry practice for the size and specific of tree being trimmed. All dead, broken, damaged, diseased or insect infested limbs shall be removed at the trunk or main branch. All cuts shall be made sufficiently close, % inch to the parent stem so that healing can readily start under normal conditions. All limbs 2" or greater shall be undercut to prevent splitting. The remaining limbs and branches shall not be split or broken at the cut. All crossed or rubbing limbs shall be removed unless removal will result in large gaps in the general outline of the tree. All trees shall be thinned of smaller limbs when necessary to distribute the foliage evenly as needed. 5. Tree Removals After the City determines that a tree requires removal, the City prepares list of trees to be removed, marks trees, notifies homeowners and submits lists to Contractor. Contractor calls Underground Service Alert (USA) and prepares internal work order. Crew removes tree and hauls all debris. Crew grinds stumps to a depth of eighteen (18") inches. All holes will be backfilled; as well as all debris cleaned up and hauled away. Special projects that are difficult to access with equipment or require the need for a crane or an aerial tower over seventy- five (75') feet would fall under Crew Rental rates. The City Staff shall make the final determination to remove or provide public noticing for removal at a later date. Removals shall be conducted in good workmanlike manner in accordance with the standards of the arboricultural profession. All wood from removed trees is the property of the City and shall be disposed of at the direction of city staff. No wood shall be left along public right-of-way unless approved by the City staff. All tree parts are to be loaded into transport Page 20 vehicles or containers. The vehicles or containers must have the front, sides and rear solid and the top shall be tarped, or otherwise tightly enclosed. The transporting of tree parts must be made so that no debris escapes during the transport. Branches, suckers, bark and other tree parts that are chipped are to be covered while transported and hauled to the disposal site during the workday. The City is responsible for marking trees so that they are easily identifiable by Underground Service Alert and the Contractor. The Contractor shall be required to call Underground Alert at least 2 days before stumps are to be ground out. All tree stumps must be removed to at least 18 inches below the lowest soil level adjacent to the stump, or until deep roots are no longer encountered. The Contractor shall grind the stump a minimum distance of one and a half (1 %2') feet either side of the outer circumference of the stump, or until surface roots are no longer encountered. Stumps should be cut low enough to the ground where routing can be done safely. This may be accomplished by cutting the stump at the time of grinding, or at the time of tree removal except for infrastructure conflicts. Holes created by stump and root grinding must be filled the same day. The resultant chips from routing may be used to fill the hole to two (2") inches above normal ground level. All excess routing chips debris will be removed and loaded into transport vehicle for disposal. Any damaged paved surfaces shall be restored to their original condition. 6. Tree Planting Tree planting includes the tree, stakes, ties and complete installation and watering at time of installation as directed by City staff. Planting lists should be compiled by the Inspector and submitted monthly or as needed. Contractor will guarantee the quality of the tree stock and the workmanship. (a) Contractor shall provide all equipment, labor and materials necessary for the planting of trees throughout the City in accordance with the specifications herein. (b) The City shall be responsible for marking locations and the Contractor will notify Underground Service Alert (USA) prior to planting. (c) Planting pit shall be dug twice the width and the same depth of the root ball. Before placing the tree in the planting pit Contractor shall examine root ball for injured roots and canopy for broken branches. Damaged roots should be cleanly cut off at a point just in front of the break. Broken branches should be cut out of the canopy making sure that the branch collar is not damaged. (d) Tree shall be placed in the planting pit with its original growing level (the truck flare) at the same height of the surrounding finish grade. In grass - covered parkways, the top of the root ball shall be level or slightly higher than the surrounding soil. In a concrete tree well, the root ball shall be 3 inches below the level of the finished surface of the concrete. Page 21 (e) Backfill material should be native soil. Eliminate all air pockets while backfilling the planting pit by watering the soil as it's put into the hole. (f) Trees that are planted in parkways shall have a 4"-6" high water retention basin built around the tree capable of holding at least ten (10) gallons of water. In a concrete tree well, soil should be raked against the edge of the concrete to create a sloping basin. Immediately after planting, the tree shall be watered thoroughly by filling the water retention basin twice. (g) All trees shall be staked with two wooded lodge poles and two ties per pole. Minimum size of lodge poles shall be ten (10') feet long, with a one and a half (1 %2") inch diameter. Tree ties shall be placed at one third (1/3") and two-thirds (2/3) of the trunk height. Stakes shall not penetrate the root ball and shall be driven into the ground approximately twenty-four to thirty (24"-30") inches below grade. (h) Trunk protectors such as Arbor-Gards or an approved equal shall be placed at the base of the trunk of all new trees immediately after planting. (i) In some cases, root barriers may be required. The City will make this determination. Should a root barrier be required, the Contractor will install a mechanical barrier that redirects root growth downward, eliminating the surface rooting that damages expensive hardscapes and creates a hazard. The barrier shall be twelve (12") inches in depth and at a length determined by the City and placed in a circular fashion surrounding the tree's root system. Root barriers are an additional service and cost. (j) Clean up all trash and any soil or dirt spilled on any paved surface at the end of each working day. (k) All trees shall be of good nursery stock that adheres to the American Standard for Nursery Stock as described in the current ANSI Z60.1 Standards. Trees shall be free from pests, disease and structural defects. (1) All newly planted trees are to be watered for the next 8 weeks at least once a week for an establishment period. 7. Crew Rental The crew and equipment can be modified to complete any type of miscellaneous tasks including special projects that may consist of extraordinary work such as hanging flags, changing light bulbs, or trimming specific trees requiring immediate attention prior to their scheduled trim. As directed by City staff, trees requiring service prior to their regularly scheduled grid or annual trim to rectify a specific problem such as blocked street lighting or signs, right-of-way clearance for utility lines, or broken limbs may be performed under the Crew Rental rate. Page 22 8. Emergency Response The Contractor shall be required to provide emergency on call response for damaged trees as a result of storms or other reasons. Emergency calls may occur at any given time. The Contractor will be provided with locations and the work to be done at each location via telephone from a City authorized representative. Emergency work shall begin within two (2) hours of the initial telephone call. Contractor shall be required to provide a twenty-four (24) hour emergency phone number or the names of at least ten (10) contact individuals upon award of contract. Should the contact persons or their phone numbers change during the course of the contract, those changes shall be submitted to the City within two (2) working days. Contractor shall be required to provide all necessary traffic control during the course of emergency work. Should the work involve any high voltage power lines or any utility lines the Contractor shall be required to notify the responsible utility company. Work performed under the emergency provision of this contract shall be paid for on a crew hour basis. This shall include all labor, tools equipment, disposal fees and necessary materials. 9. Line Clearance Pruning During the course of this contract the Contractor may be required to perform utility line clearance pruning as directed by City staff in conjunction with routine or non -routine pruning activities. The Contractor shall be required to furnish all supervision, Qualified line clearance tree trimmers, equipment and materials necessary to accomplish the work in accordance with the contract. The Contractor has the responsibility for compliance with safety and health standards of the California Occupational Safety and Health Act (OSHA) and all applicable rules, regulations and orders. The manager overseeing the project should be a Certified Utility Specialist and the persons completing the work sh be Line Clearance Qualified Tree workers. The competency of Contractor's personnel shall be maintained through regular training. All persons performing tree work on City trees in or around primary electrical lines shall be trained to do so in accordance the "Electrical Safety Orders" of the State of California. 10. Tree Watering Watering is performed by a one-man crew with a water truck who will water various routes including landscape median and young trees that are three (3) years old and younger. 11. Small Tree Care The City requires an active approach to the care of its young and newly planted trees. The Contractor shall be required to perform basic maintenance that will include but not be limited to tree well adjustments and watering, removal of weeds from tree wells, structural pruning, and re -staking when necessary. 12. Arborist Services On occasion, the City requires tree evaluations including written reports. The vendor shall provide an hourly rate for an Arborist that can respond to the City's request(s) for Page 23 the preparation of detailed arborist reports, tree risk assessment reports tree evaluations and site inspections. Reporting can be generated on as little as one tree to an entire urban forest population and is handled on a case-by-case basis. 13. Citywide Tree Risk Survey At the city's request the vendor will be required to provide an annual or bi-annual tree risk survey. This survey will be performed in limited visual assessment method. The city will identify the location and / or selection criteria of the trees to be assessed. The trees assessed will be documented from a drive-by perspective. All trees discovered having obvious significant defects or other conditions of concern will be documented for follow- up action. This follow-up action can include a higher level of assessment or other mitigation efforts like tree removal or pruning at the cities direction. 14. Plant Health Care At the direction of the city the vendor shall be required to provide plant health care services including but not limited to the following; spraying, injecting, soil drenching as necessary to reduce a potentially harmful pest. This is done to maintain or improve the selected tree's appearance, vitality, and safety, using the most cost-effective and environmentally sensitive practices and treatments available. Plant Health Care involves routine monitoring and preventive treatments. All pesticide recommendations are to be made by a Pest Control Advisor in accordance with the Department of Pesticide Regulations. PESTICIDE USAGE AND REPORTING 1. Contractor shall submit Pesticide Usage Report(s) to City at the end of each month summarizing the facilities treated, pests treated, pesticides used, pesticide application rates, man hours and equipment. a) Report(s) will provide all information needed, and in a format sufficient for all annual reporting, including IPM and NPDES. 2. City IPM Policy encourages use of the least toxic pesticide required for effective control of a given pest. PESTS AND DISEASES 1. All trees known or suspected to be diseased/infested, Contractor shall disinfect all tools and cut surfaces after each cut and between trees. 2. All trees with known or suspected PHSB, Fusarium, Gold Spotted Oak Borer or other high priority pests/ pathogens as determined by the County. Contractor shall handle all debris in a manner consistent with newest version of all appropriate Best Management Practices (BMP), which minimizes the chance of spreading infection or infestation. Page 24 3. Material and debris from trees with known or suspected disease/infestation shall be chipped to 1" or smaller and shall not be left on site or used as much off site. 4. No additional charges for disinfection or special handling shall be allowed. PESTICIDE TREATMENT OF TREES I. Contractor shall have an "in-house" Qualified Applicator apply chemicals in accordance with the recommendations from the "in-house" Agricultural Pest Control Advisor (PCA) and all applicable product labels and regulations. 2. Applications will be made by drench, spray or injection as conditions warrant. The primary method of application shall be trunk or soil injection. 3. The following are pesticides that may be used on this Contract for treatment of Polyphagous Shot Hole Borer (PSHB), Golden Spotted Oak Borer (GSOB), Fusarium dieback and other pests. This list is not all inclusive or exhaustive. a) Propiconazole b) Tebuconazole C) Thiabendazole d) Emamectin benzoate e) Imidacloprid f) Dinotefuran g) Bifenthrin h) Carbaryl D. TRAFFIC CONTROL Contractor shall conform to all City Traffic Safety requirements and operating rules at all times while this contract is in effect. The Contractor shall employee staff certified as Traffic Control Design Specialist and Traffic Control Technicians in accordance with the American Traffic Safety Services Association (ATSSA). Contractor will be responsible for supplying and using all safety equipment necessary to close or delineate traffic lanes to through traffic. This is to include a high visibility Arrow Board(s) as necessary. The City, prior to use, must approve all traffic safety equipment for use. Illuminated arrow boards, sign stands, delineators and/or cones shall be used to identify work site for vehicular and pedestrian safety. E. PUBLIC NOTICING OF TREE PRUNING OPERATIONS Contractor shall be required to notify residents and/or businesses of scheduled tree pruning operations at least forty-eight (48) hours prior to the work being performed. Notifications shall be made in the form of door hangers. Page 25 City approved "No Parking" signs shall be posted on individual trees scheduled for pruning twenty-four (24) hours prior to the work being performed. F. CLEAN UP Contractor shall clean all job sites when work is completed, including the raking of leaves, twigs, etc. from the lawns and parkways and the sweeping of streets. Each day's scheduled work shall be completed and cleaned up and under no circumstances shall any brush leaves debris or equipment be left on the street overnight when feasible. Contractor's equipment may be stored overnight, with advance approval, in the City yards; however, the City will not be responsible for security of Contractor's equipment. Brush and debris shall be removed daily, sidewalks swept, lawns and parkways raked out and gutters cleaned. The City staff or other authorized representative shall be the sole judge as to the adequacy of the cleanup. G. DISPOSAL OF DEBRIS All tree branches produced as a result of the Contractor's operations under this contract will be reduced, reused, recycled, and/or transformed. The City will receive access to their Greenwaste Recycling report detailing the amount of debris recycled and the location. This report to be used for compliance with Assembly Bill 939. Greenwaste Recycling Report: Greenwaste that is transported to an off-site facility for grinding into mulch shall be documented and available to the City on a monthly basis. 2. Wood Chips: a. Chips generated from pruning operations within the City may first be dumped at a City designated site. b. At the direction of the City, wood waste generated from tree removals shall be chipped into pure wood chips with an even uniform size. These chips shall be dumped in specified locations in the City. Milling (additional service & cost): At the direction of the City, large tree trunks, which meet proper specifications may be milled into lumber suitable for use in a variety of applications. Milled lumber shall be returned to the City at a cost to be included in the bid proposal. H. PARKING The City will make every attempt to identify a suitable space for parking of vehicles and equipment for the purpose of this contract. The vendor will hold the City harmless and release the City of liability as a result of theft or vandalism. Should a site not be available, then the vendor may park on City right-of-way near the project area(s). Page 26 I. INVOICE Contractor shall be required to submit invoices on a bi-monthly basis. Invoice format shall include but not be limited to a list of each street that tree maintenance operations took place, the address of each individual tree, the species and its height and trunk diameter of each individual tree. Failure to submit invoices in this format may result in non-payment until these requirements are met. J. INSPECTIONS The City or its designated representative, shall, at all times, have access to the work and shall be furnished with every reasonable facility for ascertaining full knowledge respecting the progress, workmanship, and character of materials and equipment used and employed in the work. K. WITHHOLDING PAYMENT The City may withhold payment to such extent as may be necessary to protect the City from loss due to one or more of the following reasons: 1. Defective or inadequate work not corrected. 2. Claims filed, or reasonable evidence indicating probable filing of claims. 3. A reasonable doubt that the contract can be completed for the balance unpaid. L. MINOR MODIFICATIONS AND/OR ADDITIONAL WORK 1. The City may modify these specifications with the joint approval of the Contractor and the City Purchasing Agent. All modifications shall be in writing. 2. In the event that the City should require additional work beyond the requirements of these specifications, the Contractor shall perform all work at a competitive price. 3. Additional work may be added to the contract work as the need arises. The Contractor shall perform all specified and approved additional work at the unit prices submitted with this bid proposal. 4. The Contractor must be willing to provide a competitive price for additional work that may be added to the contract. Contractor will be required to demonstrate the ability to properly execute the expanded workload with the necessary increase in labor, materials and equipment needed to complete the additional work in a timely manner. 5. The Contractor must have the ability to receive and respond to emergency situations and must respond to emergency call outs within one hundred twenty (120) minutes of receipt of the call. Page 27 M. COOPERATIVE PURCHASING It is intended that other public agencies (i.e., city, county, school district, special district, public authority, public agency, and other political sub -division of the State of California) and/or other City departments shall have the option to participate in any agreement created as a result of this Request for Proposal with the same terms and conditions as to the price of the product and/or service. The City shall incur no financial responsibility in connection with a purchase order from another public agency. Any public agency that "piggy -backs" on any negotiated contract between the City and vendor shall accept sole responsibility for negotiating, placing orders and making payment to vendor. The vendor may or may not agree to the cooperative purchasing clause. N. CLARIFICATION OF SPECIFICATIONS If any bidder, prior to submitting their bid should find any discrepancies and/or omissions from the specifications or other contract documents, or if they should be in doubt as to the true meaning of any part thereof, they shall at once make a written request to the City Purchasing Agent for corrections, clarification, or interpretation of the points in question. The person submitting such request shall be responsible for its prompt delivery. In the event that the City Purchasing Agent receives a request and it should be found that certain essential information is not clearly and fully set forth, or if the City discovers errors, omissions, or points requiring clarification in these documents, a written addendum will be mailed to each person to whom a set of bid documents has been delivered. The City will not be responsible for any instructions, explanations, or interpretations of the documents presented to bidders in any manner other than written addendum. Page 28 COST PROPOSAL The undersigned proposes to furnish all materials, supplies, equipment and/or services set forth herein, subject to all conditions outlined in the RFP, at prices indicated below. All applicable services include cleanup and disposal. Tree Pruning (bv Grid Price per tree to Prune by Grid $ Grid tree pruning is based on tree pruning in pre -designed districts, or grids on a set cycle and includes all trees (small, medium and large-sized.) Trees are not excluded from the Grid. Tree Pruning (bv Block) Price per tree to Prune by Block $ Block tree pruning consists of pruning trees along a block segment or "run" as designated by the City. This is different from "Grid Pruning" where all trees are prune (small, medium and large-sized) within a grid or district. Aesthetic or Service Request Pruning 0" - 6" Diameter Standard Height $ 7" - 12" Diameter Standard Height $ 13" - 18" Diameter Standard Height $ 19" - 24" Diameter Standard Height $ 25" - 30" Diameter Standard Height $ 31" - 36" Diameter Standard Height $ 36"+ Diameter Standard Height $ Crown Raise/Clearance Prune Hardwood tree 0" - 6" Diameter Standard Height $ 7" - 12" Diameter Standard Height $ 13" - 18" Diameter Standard Height $ 19" - 24" Diameter Standard Height $ 25" - 30" Diameter Standard Height $ 31" - 36" Diameter Standard Height $ 36"+ Diameter Standard Height $ Palm Tree Trimming: Page 29 Prune Date Palm (Phoenix spp.) $ Clean Trunk for Date Palm (Phoenix spp.) per linear foot $ Prune Fan Palm (Washingtonia spp.) $ Clean Trunk for Fan Palm (Washingtonia spp.) per linear foot $ Prune all other Palm Species $ Tree Removal — (per inch) Tree & Stump removal per dia. inch 0-24" dbh $ Tree & Stump removal per dia. inch over 25" dbh $ Stump grinding per stump diameter inch at grade $ Tree Planting= (per tree) Tree planting includes tree, stakes, ties, and labor. 15 -gallon tree $ 24 -inch box tree $ 36 -inch box tree $ Tree Watering (per hour) Watering of young trees includes water truck & operator -per hour $ Milling Cost — (per board foot) Milling Lumber per Board Foot $ Root Pruning _(per linear foot) Per foot of roots pruned $ Root Barrier Installation — (per linear foot) Per foot of root barrier installed $ General Labor Rates — (per man hour) 3 -man crew with equipment $ Day Rate Service Crew - (per man hour) Boom truck per eight (8) hour day to include a chip body, low decibel chipper, 1 Sr. Tree Trimmer, 1 Trimmer & 1 Ground person $ Specialty Equipment Hourly Rate —(per hour) Crane $ 95 -foot aerial tower $ Loader or Bobcat $ Page 30 Emergency Services — (per hour) Emergency response services per man hour: During normal business hours (Mon -Fri lam to 4pm) After hours, weekends &/or holidays General Arborists Services — (per hour) Written Arborist Reports Resitograph testing Ground Penetrating Radar Air spade Services Fumigation Services Fertilization Services Level 1,2 and 3 Risk Assessments Soil Testing / Soil enhancements Citywide tree risk survey (Per Tree) GPS Tree Inventory — (per 1000 tree sites Unit Price in Figures Cost per 1000 tree sites collected including vacant sites $ PLANT HEALTH CARE SERVICES Tree Canopy Spraying from ground level per diameter inch $ Tree Canopy Spraying from aerial towerper diameter inch $ Description: Foliar hydraulic spraying of recommended material.) Insecticide or Fungicide Trunk Banding per diameter inch $ Description: Trunk spray of recommended material. PGR Trunk Banding per diameter inch $ Description: Trunk spray of recommended material to regulate plant growth. Insecticide or PGR Soil Application (Cambistat) per diameter inch $ Description: Recommended insecticide soil injection or drench material to regulate plant growth. Insecticide or Fungicide Soil Application per diameter inch $ Description: Soil applied drench of recommended material. Soil Injection Fertilization per diameter inch Description: Soil applied injection of recommended material. Soil Drenching Fertilization per diameter inch Description: Soil application of recommended material. Trunk Injection (Insecticide/Miticide) per diameter inch $ Description: Trunk injected recommended material. Page 31 Trunk Injection (Fungicide) per diameter inch Description: Trunk injected recommended material. Trunk Injection (Insecticide & Fungicide Combo) per diameter inch $ Description: Combination of one-time trunk injection of two recommended materials. Avermectin Class Insecticide Injection per diameter inch $ Description: Recommended trunk injection of Emamectin benzoate active ingredient. Page 32 This Agreement is made and entered into this day of , 20 by and between the City of Rosemead, a municipal corporation of the State of California, located at 8838 E. Valley Blvd., Rosemead, California 91770, ("City") and [insert dame of Company], a [insert type of entity corporation, partnership, sole proprietorship or other legal entity] with its principal place of business at [insert address] (hereinafter referred to as "Contractor"). City and Contractor are sometimes individually referred to as "Party" and collectively as "Parties" in this Agreement. UMMEW99TURTWI, Me Contractor desires to perform and assume responsibility for the provision of certain maintenance services required by the City on the terms and conditions set forth in this Agreement. Contractor represents that it is experienced in providing [insert type of services] services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiar with the plans of City. City desires to engage Contractor to render such services for the [insert Blame of Project] ("Project") as set forth in this Agreement. 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the Owner all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional [insert type of services] maintenance services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from [insert start date] to [insert ending date], unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Agreement, and shall meet any other [insert Name of Company] established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Agreement if necessary to complete the Services. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Contractor shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services set forth in Exhibit "B" attached hereto and incorporated herein by reference. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 City's Representative. The City hereby designates [insert dame or Title], or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.5 Contractor's Representative. Contractor hereby designates [insert Dame or Title], or his or her designee, to act as its representative for the performance of this Agreement ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, [insert Name of Company] .r �.QLAtker techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.6 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.9 Insurance. 3.2.9.1 Time for Compliance. Contractor shall maintain prior to the beginning of and for the direction of this Agreement insurance coverage as specified in Exhibit D attached to and part of this agreement. [insert Name of Company] Page I agreement] 3.2.10 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.2.11 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.2.12 Bonds. 3.2.12.1 Performance Bond. If specifically requested by City in Exhibit "B" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Agreement a Performance Bond in the amount of the total, not -to -exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.2 Payment Bond. If required by law or otherwise specifically requested by City in Exhibit "B" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Agreement a Payment Bond in the amount of the total, not -to -exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. [insert Name of Company] Page 5 • - number of • 3.2.12.3 Bond Provisions. Should, in City's sole opinion, any bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Agreement until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total compensation is increased in accordance with the Agreement, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Agreement (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Agreement for cause. 3.2.12.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California -admitted surety with a current A.M. Best's rating no less than A:VIII and satisfactory to the City. If a California -admitted surety insurer issuing bonds does not meet these requirements, the insurer will be considered qualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in Exhibit C attached hereto and incorporated herein by reference. The total compensation shall not exceed [insert written dollar amount] ($[insert numerical dollar amount]) without advance written approval of City's project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 'insert Name of Company] Page 6 of [insert last page number of agreement] 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services which have [insert Name of Company] been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: [Insert Name] [Insert Address] [Insert City, State zip] Attn: [Contact Person] CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: [Insert Name & Department] Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.4 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. [insert Name of Page 8 of aw► e number of agreement] 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. 3.5.6 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.7 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.8 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.9 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5. 10 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.12 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this insert Name of Company] Page 9 of [insertpage number of agreement] Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.13 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.14 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.15 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.16 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.17 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.18 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action r .+ Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.19 Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.20 Authority to Enter Agreement. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.21 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. ert Name of Company] L Page 11 of [insert last page number of agreement] NFNIXAR• 'K By: Gloria Molleda City Manager Attest: Ericka Hernandez City Clerk Approved as to Form: Rachel Richman City Attorney 02/08 Document3 [INSERT NAME OF CONTRACTOR] M Name: Title: [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] -0 Name: Title: A-1 4M SIA li ms WN 0 11 .11 A �, - U R �** Rig, � [insert rates & authorized reimbursable expenses] C-1 EXHIBIT D INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Consultant or Consultant's employees will use personal autos in any way on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state. -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing `primary coverage above a maximum $25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf' basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Consultant, subconsultants or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $ per occurrence. D-1 Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the consultant and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: 1. Consultant agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. MR 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Consultant or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated, by this agreement to self -insure its obligations to City. If Consultant's existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Consultant, which may include reduction or elimination of the deductible or selfinsured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial D-3 additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Consultant will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory; immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all- inclusive 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. D-5 � r t .: ��;. � f '�� � �' � � ., , Tree Care Professionals Serving Communities Who Care About Trees June 17, 2019 City of Rosemead Attn: Robert Chavez, Public Works Manager City Clerk's Office 8838 E. Valley Boulevard Rosemead, CA 91770 RE: RFP: 2019-09 Community Tree Maintenance Services To whom it may concern; www.WCAINC.com Thank you for allowing West Coast Arborists, Inc. (WCA) with the opportunity to submit a proposal for tree maintenance services for the City of Rosemead. WCA is a family-owned and operated company employing over 850 full-time employees providing various tasks to achieve one goal: serving communities who care about trees and landscape. We have reviewed, understand, and agree to the terms and conditions described in this RFP. We also hereby acknowledge that we meet the minimum requirements and responded to each of these requirements to the best of our ability. WCA's corporate values include listening to customers and employees that will help to improve services offered. By establishing clear goals and expectations for the organization, supporting its diverse teams, and exchanging frequent feedback from customers and employees. WCA's top management team has created a culture where employees become accountable for actions and results. WCA has a 47 -year track record of working for more than 250 California and Arizona municipalities as well as other various agencies. Our company has been in business since 1972 and is licensed by the California State Contractors License Boards under license #366764. We have held this license in good standing since 1978. The license specializes in Class C61 (Tree Service) as well as Class C27 (Landscaping). We currently employ over 80 Certified Arborists and over 110 Certified Tree workers, as recognized by the Western Chapter of the International Society of Arboriculture. WCA is also registered with the Department of Industrial Relations (DIR) for Public Works projects, our registration number is 1000000956. Should we be awarded this project, we shall use full-time, in-house employees; no subcontractors will be used. Federal ID: #95-3250682. Our employees will operate from one of our seven California Offices: Stockton Office, 3625 E. Stevenson Avenue, Stockton, CA 95205. For questions related to this proposal and who has the authority to negotiate/present please contact Victor Gonzalez, V.P. Marketing, at (714) 991-1900 or at 'ainc.c;��rr . Gonzalo Regalado, Area Manager, will be assigned to this project should WCA be awarded a contract. He can be reached at (626) 255-7618 or f Ecw,,,E la io_@.r�ainc,corn. Sincerely,- Victor Gonzalez, Vice President Contractor should have a Quality Control Plan with an effective and efficient means of identifying and correcting problems throughout the entire scope of operations. The successful Contractor shall be required to comply with this quality control throughout the term of the contract. Contractors shall have a current Safety Manual that meets SB 198 requirements for injury and illness prevention. CONTRACTOR'S ORGANIZATION STATEMENT AND PERFORMANCE HISTORY The term "Owner" shall refer to any private firm or public agency to which the Contractor has submitted a bid to, or contracted with, for any construction contract. Submitted By: West Coast Arborists, Inc. Name must correspond with the Contractor's License ✓ Corporation Partnership Individual Joint Venture If a corporation, under the laws of what State is it organized? California California Regional Office (s): Anaheim, Fresno, Riverside, San Diego, San Jose, Stockton Use the form titled "Additional Information and/or Comments" for providing requested or additional information for each of the following questions to which you answer "yes" or for any comments. A. How many years' experience in construction work under current organization? (a) As a General Contractor? West Coast Arborists, Inc. From 19 78 to 2019 (b) As a Subcontractor? NO SUBCONTRACTOR From 19 to 20 B. Provide the following information as to contract experience with public entities or governmental agencies ONLY, within the past five (5) years of similar size and scope of work. If none, write "NONE" on the chart. C. Have you or your company, or any officer, manager or partner thereof, failed to complete a contract for an Owner? YES NO ✓ . If so, indicate the name of each Owner, dates, and the circumstances. D. Have you or your company been denied an award of Contract not withstanding submission of the lowest responsive bid? YES NO ✓ . If so, as to each such denial, state the name of the Owner, the date of the denial, the title and number of the contract bid, and the grounds on which the Owner based the denial of award. Page 9 E. Has your company been assessed liquidated damages by any Owner? YES NO ✓ . If so, as to each assessment of liquidated damages, state the name of the Owner, the date of the assessment, the title and number of the contract, and the grounds on which the Owner based the assessment of liquidated damages. F. Has your company been the subject of any inquiry by any Owner as to whether your company is a non -responsible bidder or non -responsible contractor? YES NO ✓ . If so, as to each inquiry, state the name of the Owner, the date of the inquiry, the grounds on which the Owner based the inquiry, and the result of the inquiry. G. Has your company been the subject of any inquiry by any Owner as to whether your company has made any false claim or other material misrepresentation? YES NO ✓ . If so, as to each inquiry, state the name of the Owner, the date of the inquiry, the grounds on which the Owner based the inquiry, and the result of the inquiry. H. Has your company made any false claim or misrepresentation in the submittal of any claim pertaining to any construction contractor with an Owner? YES NO ✓ . If so, state the circumstances including the reason for submittal of false material. I. Is your company currently asserting against any Owner any construction claim (s) in excess of $100,000.00, or has your company made such claim (s) against any Owner? YES NO ✓ . If so, as to each such claim, state the name of the Owner, the date of the claim, the grounds of the claim, the amount of such claim, the present status of such claim, the date of resolution of such claim if resolved, and the amount and method by which such claim was resolved, if resolved. J. Is your company currently a party against any Owner in any litigation pertaining to any construction project, or has your company been a party to such litigation? YES NO ✓ . If so, as to each such litigation, state the name of the Owner, case number, the court and jurisdiction in which said litigation is pending or was brought, the nature of the litigation, the amount at issue in the litigation, the present status of such litigation, the date of resolution of such litigation if resolved, and the amount and method by which such litigation was resolved, if resolved. K. List the Experience Modification Rate (EMR) issued to your firm annually by the Workers' Compensation Insurance Rating Bureau (WCIRB) worksheet. Beginning with the most recent year (Year 2018 please insert the EMR rate issued by the WCIRB. If the total average rate for these three recent years is equal or greater than 125%, then the Contractor will be disqualified. YEAR 2018: EMR: .76 YEAR 2017: EMR: .74 YEAR 2016: EMR: .75 Page 10 L. Has a government entity ever debarred disqualified, removed, suspended, or otherwise prevented you or your firm from bidding on, contracting, or completing a construction project? YES NO ✓ . If YES, identify the name of the government entity, list the date, and describe the facts and circumstances about each instance, and state the reason for the government entity's action against your firm. Attach additional sheets as necessary. M. Has a government entity ever rejected your firm's Bid or Proposal on the ground that you or your firm is a "non -responsible" bidder or proposer? YES NO ✓ . If YES, identify the name of the government entity, list the date, describe the facts and circumstances about each instance, and state the reason or basis for the government entity's determining that you firm was a "non -responsible" bidder. Attach additional sheets as necessary. N. In the past five (5) years, have you ever or any officer or principal of your firm been an officer of another firm which failed to perform a contract or agreement? YES NO ✓ . If YES, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. O. Has a government entity or a client ever terminated, suspended, or non -renewed your firm's contract or agreement before its completion? YES NO ./ . If YES, identify the name of the government entity, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. IV. SUBMITTALS Firms wishing to have their bid proposals considered for this project shall submit the following, as a minimum: A. A Statement of firm's qualifications applicable to this project, including the following: 1. State of California Contractor's License number and expiration date, C-27 & C61/D-49 and California Pest Control License. 2. Names, staff qualifications and proposed duties of staff to be assigned to this project. The firm shall identify at least two (2) ISA Certified Arborists who will be responsible for providing project management for the duration of the project as well as a full-time English-speaking Site Supervisor, who is an ISA Certified Arborists, capable of communicating with any City representative and be authorized to act on behalf of the firm 3. List of staff minimum qualifications required: a. All ISA Certified Arborists employed by the firm. b. All ISA Certified Utility Arborists employed by the firm. C. All ISA Certified Municipal Specialists employed by the firm. d. All ISA Certified Tree workers employed by the firm. e. All ISA Certified Urban Foresters employed by the firm. f. All ISA Board Certified Master Arborists employed by the firm. g. All Utility Line Clearance Tree workers employed by the firm. h. California State Licensed Pest Control Advisor and Applicator employed by the firm. i. American Society of Consulting Arborists (ASCA) Registered Consulting Arborist employed by the firm to consult on tree health issues. j. Technicians providing technical support for inventory software. Page 11 COST PROPOSAL The undersigned proposes to furnish all materials, supplies, equipment and/or services set forth herein, subject to all conditions outlined in the RFP, at prices indicated below. All applicable services include cleanup and disposal. Tree Pruning(by Grid) Price per tree to Prune by Grid $ 70.00 Grid tree pruning is based on tree pruning in pre -designed districts, or grids on a set cycle and includes all trees (small, medium and large-sized.) Trees are not excluded from the Grid. Tree Prunine (bv Block Price per tree to Prune by Block $ 134.00 Block tree pruning consists of pruning trees along a block segment or "run" as designated by the City. This is different from "Grid Pruning" where all trees are prune (small, medium and large-sized) within a grid or district. Aesthetic or Service Request Pruning 0" - 6" Diameter Standard Height 7" - 12" Diameter Standard Height 13" - 18" Diameter Standard Height 19" - 24" Diameter Standard Height 25" - 30" Diameter Standard Height 31" - 36" Diameter Standard Height 36"+ Diameter Standard Height Crown Raise/Clearance Prune Hardwood tree 0" - 6" Diameter Standard Height 7" - 12" Diameter Standard Height 13" - 18" Diameter Standard Height 19" - 24" Diameter Standard Height 25" - 30" Diameter Standard Height 31" - 36" Diameter Standard Height 36"+ Diameter Standard Height Palm Tree Trimming: Page 29 $ 49.00 $ 94.00 $ 144.00 $ 194.00 $ 254.00 $ 294.00 $ 294.00 $ 44.00 $ 44.00 $ 94.00 $ 94.00 $ 124.00 $ 124.00 $ 124.00 Prune Date Palm (Phoenix spp.) Clean Trunk for Date Palm (Phoenix spp.) per linear foot Prune Fan Palm (Washingtonia spp.) Clean Trunk for Fan Palm (Washingtonia spp.) per linear foot Prune all other Palm Species Tree Removal — (per inch) Tree & Stump removal per dia. inch 0-24" dbh Tree & Stamp removal per dia. inch over 25" dbh Stump grinding per stump diameter inch at grade Tree Planting=(ver tree) Tree planting includes tree, stakes, ties, and labor. 15 -gallon tree 24 -inch box tree 36 -inch box tree Tree Watering (per hour) Watering of young trees includes water track & operator -per hour Milling Cost — (per board foot) Milling Lumber per Board Foot Root Pruning =(per linear foot) Per foot of roots pruned Root Barrier Installation — (per linear foot) Per foot of root barrier installed General Labor Rates — (per man hour) 3 -man crew with equipment Day Rate Service Crew - (per man hour) Boom truck per eight (8) hour day to include a chip body, low decibel chipper, 1 Sr. Tree Trimmer, 1 Trimmer & 1 Ground person Specially quipment Hourly Rate — (per hour) Crane 95 -foot aerial tower Loader or Bobcat Page 30 $ 254.00 $ 40.00 $ 70.00 $ 19.00 $ 70.00 $ 38.00 $ 48.00 $ 14.00 $ 164.00 $ 334.00 $ 854.00 $ 14.00 $ 24.00 $ 24.00 " It $ 194.00 $ 174.00 $ 144.00 Emergency Services — (per hour) Emergency response services per man hour: During normal business hours (Mon -Fri lam to 4pm) $ 99.00 After hours, weekends &/or holidays $ 119.00 General Arborists Services — (ver hours Unit Price in Figures Written Arborist Reports $ 144.00 Resitograph testing $ 144.00 Ground Penetrating Radar $ 169.00 Air spade Services $ 169.00 Fumigation Services $ 169.00 Fertilization Services $ 144.00 Level 1,2 and 3 Risk Assessments $ 144.00 Soil Testing / Soil enhancements $ 144.00 Citywide tree risk survey (Per Tree) $ 5.00 GPS Tree Inventory -(per 1000 tree sites) Cost per 1000 tree sites collected including vacant sites $ 3,000.00 PLANT HEALTH CARE SERVICES Tree Canopy Spraying from ground level per diameter inch $ 2.00 Tree Canopy Spraying from aerial towerper diameter inch $ 4.00 Description: Foliar hydraulic spraying of recommended material.) Insecticide or Fungicide Trunk Banding per diameter inch $ 5.00 Description: Trunk spray of recommended material. PGR Trunk Banding per diameter inch $ 2.00 Description: Trunk spray of recommended material to regulate plant growth. Insecticide or PGR Soil Application (Cambistat) per diameter inch $ 4.00 Description: Recommended insecticide soil injection or drench material to regulate plant growth. Insecticide or Fungicide Soil Application per diameter inch Description: Soil applied drench of recommended material. Soil Injection Fertilization per diameter inch Description: Soil applied injection of recommended material. Soil Drenching Fertilization per diameter inch Description: Soil application of recommended material. Trunk Injection (Insecticide/Miticide) per diameter inch Description: Trunk injected recommended material. Page 31 $ 2.00 3.00 $ 2.00 Trunk Injection (Fungicide) per diameter inch $ 4.00 Description: Trunk injected recommended material. Trunk Injection (Insecticide & Fungicide Combo) per diameter inch $ 8.00 Description: Combination of one-time trunk injection of two recommended materials. Avermectin Class Insecticide Injection per diameter inch $ 6.00 Description: Recommended trunk injection of Emamectin benzoate active ingredient. Page 32 CITY OF ROSEMEAD RFP 20I9-09: COMMUNITY TREE MAINTENANCE SERVICES > 160 Tree Tree Tree BPS Tree Pruning Removal Planting Inventory M ,, Emergency I Plant ISA Response Health Care Certified 77 k .fir M ,, Emergency I Plant ISA Response Health Care Certified WEST COAST , INC.is a family-owned and operated union company employing over 950 full-time employees providing tree maintenance and management services. We are proudly serving over 275 municipalities and public agencies. We provide superior and safe tree care operations seven days a week, 24 hours a day throughout California and Arizona, COMPANY INFORMATION OUR VISION President: Patrick Mahoney Organization Type: Corporation As a corporate citizen, WCA's responsibility and accountability are to the communities where we Established: 1 Corporation do business. We hold ourselves to the highest standards of ethical conduct and environmental Federal Tax ID: d: 19720682 responsibility, communicating openly with our customers and the communities in which we work. DIR Registration: 5-32 O GB2 It is our goal and vision to lead the industry in state-of-the-art urban tree care and management Members of laborers' Union: LiUNA! services. CORPORATE OFFICE V 01906=wlelr. 220D E. Via Burton St. eMVW"MF864r �Mal a* C~ Anaheim, CA 92806 REGIONAL OFFICES % CUSTOMER SATISFACTION Fresno, CA Customer satisfaction is our top priority. We guarantee your complete satisfaction with every Phoenix, AZ facet of our services. Our dedication to customer service has earned WCA a reputation unrivaled Riverside, CA in the industry for dependability, integrity, quality and courtesy. We authorize our employees to San Diego, CA do whatever is necessary to achieve the highest quality results. We know that high quality work San Francisco, CA saves our customer's valuable time and is far more cost effective if we do our work properly the San Jose, CA Stockton, CA first time. We are committed to courteous and prompt customer service to fully resolve any Ventura, CA issue. CONTRACT ADMINISTRATION Victor Gonzalez, Vice President Corporate Office Phone (714) 991-1900 Fax (714) 956-3745 Email: vgonzalezgwcainc.com OO+ ISA Certified 40+ Years Experience 990+ Qualified Arborists (Similar Size G Scope) Employees FIELD MANAGEMENT Gonzalo Regalado, Area Manager Corporate Office Phone (714) 991-1900 Fax (714) 956-3745 Email: gregaladogwcainc.com EMERGENCY RESPONSE 24/7 16 NCCCO Certified local Office 6 Nursery 1250+ Pieces of 866 -LIMB -DOWN Crane Operators (Anaheim 0 Placentia) Equipment (Owned) West Coast Arborists, Inc., is committed to successfully completing each project in accordance with the specifications, budget, schedule and with the highest quality of service. Our customers' satisfaction is a direct result of our means to carry out each project. Listed below are some of our corporate capabilities, which not only provide a sense of comfort and confidence to our customers, but also assure them of our continuous ability to carry out the duties of managing their urban forest. o In business continuously and actively since 1972 is°°RE°'T�°} = r 1 t .�� ,ux�a collmvn: yn i� me aelessea Contractor's License C61/D49 9 C27 ��� � Over $8,500,000 line of credit available Bonded b CBIC, an A+ rated company � t �r » Over 950 employeesCONFIDENCE Over 275 contracts with public agencies Active Memberships: • 80+ Ce . .. CIA ld Tree Workers • Drug-free » 14.000 so. • Department of Agr • Avg. 500,000 tree; ® Avg, 18,000 trees r Avg, 14,000 trees p Avg. 250,000 tree: FuUv insured with ii r�rauuru • Sales volume aver $1101 • Fleet of approximately I, ;ontractor Information Legal Entity Name Corporatlan ActNe wned Headquarters (Anaheim) .e Nursery license ed annually over past 3 years ed annuallyover past 3 years I annually over past years it®r ed annually aver past 3 years' ice up to $10 million 682; current on all taxes and leral government iillion annually 50 pieces of equipment 07/01/19 06,30122 2200 E VIA 9UETON ANAHEIM 9260E CA United Staten &Amzrica 2200 E. VIA OURTON ANAHEIM 92806 Cel United Stmt , al A— lea vgonzalPz �wcainc.mm Lice— Number {s) CSN1:36676G WEST COAST ARBORIST v, INC. Tree Care Industry Association (T ) International Society of Arboriculture (ISA) League of California Cities (LCC) California Parks C Recreation Society (CPRS) Association of California Cities- Orange County (ACCOC) Maintenance Superintendents Association (MSA) California Landscape Contractors Association (CLCA) Street Tree Seminar (STS) California Urban Forest Council (CaUFC) American Public Works Association (APWA) CONTRACTORS E=i= Ei STATE LICENSE BOARD ACTIVE LICENSE ,;. .,- CORP WEST COAST ARBORISTS INC —11 :,a�a.oenrcmisl �.+U I/u't�J 1141 Emir: Oale 12/31/2020 14611. 09 www.cslb.ca.gov W, =- r CALIFORNIA DEPARTMENT Or PESTICIDE REGULATION ] 001 1 STREET SACRAMENTO, CALTORNIA 95814 ISSUED; January 01, 2018 Pest Control Business - Main EXPIRES: December 31, 2019 LICENSE LICENSE NO. 39575 I—lid iFfi,, accand,* qualified pe (c) lapse before expiration dnte. Moin og Add., Buainese mention NEST COAST ARBORISTS, INC. WEST COAST ARBORISTS, INC. 2200 E VIA BURTON ST 2200 E VIA BURTON ST ANAHEIM, CA 92806 ANAHEIM, CA 92806 POST THIS LICENSEPROMBaENTLY IN PUBLIC VIEW THIS IACENSH IS NOT TRAN'SFERAH LE—ANY CHANGE IN OWNERS HLP REQUIRES A NEW LICENSE Staff members have diverse educational backgrounds including accounting, business administration, engineering, and forestry. West Coast Arborist's (WCA) is a company comprised of a management team and a safety committee. Staff members have diverse educational backgrounds including accounting, business administration, engineering and forestry. i WCA actively maintains ongoing processes to assure that only qualified and competent staff provides safe and quality tree maintenance services. These skilled employees can only be achieved through both training and work experience. We believe that essential experience should always be obtained through qualified supervision; this includes both basic and extended skills. WCA makes every attempt to ensure that this is undertaken before performing work, leading a crew, or career advancement. The work performed on this contract is routine, recurring and usual. The work includes watering, trimming, pruning, planting, removal and replacement of trees and plants, and servicing of irrigation. The rates included in the Cost Proposal are based on the current prevailing wage determination for "Tree Maintenance (Laborer)." 1111,4311191 WCA encourages its employees to get certified through the International Society of Arboriculture, in an effort to raise the standard of professional tree care companies. This standard exemplifies aur company's commitment to providing customers with competent, knowledgeable certified workers. WCA employs a large number of ISA Certified Arborists and ISA Certified Tree Workers. WCA employees are evaluated through an internal mechanism supervised by our Management Team. Each employee performs their duties according to a criteria -based job description that reflects safety, quality workmanship, productivity, appropriateness of care, problem solving and customer service. A performance appraisal is conducted for each employee upon completion of the probationary period and at least annually thereafter. Each worker is also required to complete a competency assessment and orientation upon hire and annually thereafter in selected areas to assure that ongoing requirements are met and opportunities for improvement are identified. C Gl a 0 L a A.- 0 N s C 7R .L a U 7 0 : 13 a w VJ C ti [9 l,f 0 0 p v C From From marketing, contract administration, field and Net management, to information technology, our Lipper Management Team is involved in the day-to-day operations supporting each Project Team and Customer to ensure the highest quality of tree care is being achieved in the industry. GONZALO REGALADO, AREA MANAGER ISA Certified Arborist#WE 0952A ® ATSSA Traffic Control Technician #459653 ® TLC Wildlife Aware Gonzalo has nearly 20 years experience in the tree care industry as he joined WCA, Inc. in 2002. During his career, he has earned many promotions within the company: from Groundman to Tree Trimmer to Foreman to Supervisor and now Area Manager. As an Area Manager, he will be the Agency's main point of contact as he is responsible for providing customer service, estimating work, while managing filed operations and crews throughout the Los Angeles region. NICOLECUSTOMER SERVICE REPRESENTATIVE (CSR) As the CSR (Customer Service Representative), Nicole is responsible for providing support to the Area Manager, Site Supervisor and crew. She is to act as a liaison between the company and it's clients as well as the general public. Nicole is responsible for responding to customer service inquires and facilitating contracting functions, such as: mapping, underground service alert, data entry, field book preparation, list preparation, etc. JOSE LUIS BELREAL, AREA SUPERVISOR ISA Certified Treeworker WE -11231 T ® TLC Wildlife Aware ® WCISA Certified Treeworker Climber #222111 Responsibilities of these Supervisors includes assisting the Area Manager in scheduling, overseeing the crew's daily activities, employee training programs and ensuring proper safety procedures are being followed. Regular communication with the customer and citizens can be expected as related to scheduling, work being performed and any other inquiries that may arise while on the job site. ERNESTO , SAFETY MANAGER/ UNION LIAISON ISA Certified Arborist #WE 712DAUM ® TICA Safety Professional #1115 Ensures safety company -wide which includes the development, implementation and review of the company's in- house training programs, crew safety audits, and the company's Injury G Illness Prevention Program. TIM , PLANT HEALTH CARE MANAGER WCA's PHO program is managed in-house; no subcontracting. Staff is licensed by the CA Dept, of Pesticide Regulation. Our program goes beyond standard chemical applications as Tim has helped WCA develop an Efficient Integrated Pest Management program as well. Inspection, diagnosis and treatments are available as - needed. ice Gonzalo hgako Nicole Angene Jose Luis Delhal Ernesto Macias, Tim Crothers Area Manager Customer Service Rep. supervisor Safety Manager PHC Manager WCA has forged a successful partnership with the Laborer's International Union of North America (LiUNA!). Higher Standards + Exemplary Training ® Superior Employees Arborists Board Certified Master Arborists Tree Workers WCA staff is trained to design and implement Traffic Control Plans. 09 �"11741 18 1251 S I I 16 T75LIGJ Certified Urban WCA Certified ISA Certified TCIA Certified ISA Nursery in Information Fleet NCCCO Forester Utility Line Utility Treecare Safety Municipal Placentia 6 Technology Mechanics Certified Crane Clearance Specialists Professionals Specialists Dedicated Specialists Operators Workers Manager WCA has developed an exemplary Plant Health Care Program that goes beyond standard chemical applications. Advisors Applicators WCA's VP of Field Operations is a key WCA has 70 staff members WILDLIFE contributor in identifying ander certified through the Wildlife PROTECTION developing the first ever Best Aware and Wildlife Training Management Practices guidelines for �' Institute. Tree Care for Birds and Other Wildlife.'' Master Arborists Michael Mahoney, RSCA Consulting Academy #0022/ Registered Member #353 o WC 0216 A e BA CSUF Michael Palat WE 6541 BUM Mr. Mahoney has over thirty-six years in practical and management experience in arboriculture and Kelley Gilleran WE 7061 B urban forestry; 20 years full-time as an arboriculture practitioner; 5 years full-time as manager of Tim Crothers WE 7655 BUM large arboricultural contracting firm; 5 years full-time as CEO,of arboricultural and urban forestry Cris Falco WE 7490 B consulting firm; 6 years full-time as an independent arboricultural and urban forestry consultant. Glenn Reeve WE 10177 B Approximately 45 hours credit, annually, arboricultural continuing education. JOSE INEZ MANCILLA WE -109B31 JULID C. GARCIA VAZQUEZ WE -11175T JOSE JUAN PEREZ WE-1124BT KYLE JAMES VIGNEAU WE -1096.21 JOSE LUIS DEIREAL WE -11221T LEONARDO RAMOS WE -112641 JOSE M. CORTEZ TORRES WE-109AL11. .. . .... . . . . ....... LEO N EL C 0 RTEZ WEI-1-81.B.21N.A.1 JOSE M. MUNIZ GARCIA WE -1113813f LETUSA MUAAU JR WE-IID?.IT JOSE M. CHAVARRIA MANZO WE -11210T LORENZO PEREZ WE-7443AT JOSE MANUEL PEREZ WE-DBIBA1 LUIS A. MUNOZ RAMIREZ WE -1102.3T JOSE R. GRANADOS WE -11186T LUIS P, PEREZ WE-I1245T JOSEPH ANTHONY NUNN WE -11034T MANUEL BARRAGAN WE 109251 JUAN BECERRA WE ID9321 MANUEL BRIAND WE-1-18.7.9111AT JUAN MARQUEZ WE -11301 MARCO A. PADILLA JIMENEZ WE-8621AT JUAN ORTIZ WE-8514AI MARCO ANTONIO VERBARA WE-IIDG5T JUAN TELLEZ TAPIA WE -111371 MARCOS RICHARD -MARTINEZ WE -109891 JUAN AMADOR ARCE WE -114801 MARCOS GAMING WE -11482T JUAN C. PENA-ARIAS WE-10'TI . .. . ........ MARTIN BARRERA WE -109281 JUAN CARLOS MORA WE -11010T MATED ARVIZU W-E-1109IE1 Employee Name cert # FELIX HERNANDEZ WE-20AT ADAM RDDRISUEZ WE..112811 FRANCISCO LOPEZ WI -159521 ADAN BALTAZAR REYNABA W.E.-.1.7.R.G.Al FRANCISCO RAMIREZ W.E.-.112591, AGUSTIN LOZANO WE-113DET FRANCISCO VILLANUEVA WE-ID9B5T ALEJANDRO VALENZUELA WE -1113741 FRANCISCO URENA JIMENEZ WE -0079T ALFREDO ANGEL LOPEZ WE -113341 GABRIEL GAMINO WE -11167T ANDRES ROMAN WE- 11285T GABRIEL MERCADO RUIZ WE -11568T ANTONIO CASTELLANOS WE -11203T GERARDO PEREZ WE-9131AT ANTONIO GRADILLA WE-11IBST ... . ... . ........ GERARDO A. ORDUNO WE-10sr . ..... __ ANTONIO GARCIA CONTRERAS WE -111731 GERARDO MARTINEZ GARCIA WE -10997T ARIEL ALONSO WE-IORDST GLENN 0. WHITLOCK REEVE WE-ID177AIM ARMANDO SOTO WE -0131T GnNZALD REGALADO WE-9952AT ARMANDO 0. LOPEZ WE-1095ST HECTOR MONTES WE-BB79AUT . . . . ..... ........ . AUDOMARD CORRAL WE422DT .... . .... . . HERIBERTO CORDNELWENCESLAO WE -1121ST AURELIO COVARRUBIAS WE-IIG29T HUGO ANGEL RINCON WE-071OAT AURELIO PAZ-GUZMAN WE-11DE41 HUMBERTO CHAVARRIA WE1207T BRIAN C, KIRKEGAARD WE-1047GAT ISAIAS MACIAS WE -1119791 CARLOS IXTA WE-IIIDET ISRAEL A. RAMIREZ WE -11513711 CARLOS RAMOS WE -11 . . . ..2GET ....... J. REFUGID ESCAMILLA WE -111531 CELEOONIO R. MANZAND BLEA WE -1D9841 J. SDCORRD GARCIA WE -11172T CELESTINO PEREZ WE -112431 JAIME ROGELID HERNANDEZ WE-5297AT CESAR WENCESLAO WE -1091381' JAMES CHARLES WORKING WE-1592AT CESAR G. VALENZLIELA REYES WE407BT JEFFERY B. WILLIAMS WE-1180AT CHARLES F,M, INSCO WE-113GOT JESUS RAYA WE-3449AT CURTIS PATRICK WORTH WE-10972AT JESUS A. MONTES WE-IIDI14T DANIEL CHAVARRIA WE-10292AT JESUS M. SARABIA PENA WE-1145DT DANIEL RIVAS WE-IBB501 JOEL LOPEZ WE-IOB71AI DANIEL GEORGE POTTS WE -115341 JOEL MARTINEZ WE-ID092T . ............ . .... DANIEL J. KNUTSEN JR VIE -11715T JOEL ORTIZ WE -11039T DANNY AVITIA WE-IISSET JOEL M. RIVERA WE41273T DELFIND AGUILAR-MORALES WE-I090D] 1-11-1 --------- JOHN LEE PINEDA WE-10367AT .... ­_....... DEMETRIO LIRA WE-H323T JORGE ARREOLA-HERNANDEZ WE -11321T DEMETRID OSEBUERA WE -110131 JORGE DUENAS WE -11144T EDIBERTO SERNA SALAZAR R -11015.I1 JORGE JIMENEZ WE -111101 EDUARDO AVILA W-E.-1OG12-T JOSAFAT MONTOYA WE -11015T EDUARDO MARTINEZ flECERRA WE-ID99IT ... ... ..... . ....... JOSE AGUAYO WE-IOB99T ........... . .. EDUARDO VARGAS WE -11056T JOSE JIMENEZ WE-IIIDBT ELIGIO MARRA CARDOSO . ..... . . ..... . WE -111971 JOSE JIMENEZ HERNANDEZ WE -11113T ELOY MARQUEZ WE-115GET JDSEVEGA WE -11082T ENRIQUE SANDOVAL WHIS112T . . . .......... JOSE A. ALVAREZ WE 1090131 ERNESTO GDNSALEZ WE-114BIT JOSE A. GONZALEZ MENDEZ WE-B475AT EUGENE BARRIENTI]S WE-8701AUT JOSE ABEL CANCIND W1_11192T FAUSTD GUZMAN WE -11-08 ST JOSE AGUSTIN CARRILLO W.L-112DOT FELIX GARCIA WE -1117D1 JOSE F. ORELLANA WE -114831 MELCHOR LEMUS WE -1071 ROBERT JAY ADDISON JR WE..-089BI ........ MICHAEL LOUIS YOUNG W1413871 RODNEY LYNN MORGAN WE-S54BAIJI . ...... . . ... ...... MIGUEL AYALA WE -109241 ROMUALDO GAETA LUNA WI -111135T .... .. ....... - MIGUEL MACIAS W.E.J.D-27-81. SALOMON SILVA WE -110531, NELSON R. AGUIRRE WE-ID90IT I . . ..... .. ........ SALLISTIO SANCHEZ WE -114132T OSCAR IGNACIO RIVERA WE -11424T PEDRO CUEVAS WE -117135T SAMUEL JIMENEZ WE 111091` PEDRO GARCIA I . ........ . ..... — WE 11168T SANTOS MACIAS LEMUS WE -109801 PEDRO SANDOVAL WE -11301T SERGIO LDPEZ-RIVERA WE-ID957T PEDRO ALTAMIRAND WE -H0951 STEFAN B. KALLENBERG WE-ID73GAI RAMON ZUNIGA GOMEZ WE 10]977- - 977 - STEPHEN GLENN DAVIS WE -10894A I' RANULFO PERALTA CASTANEDA WE -11202T STEVE B. HUNT WE 1044A RAUL MANZI] HERNANDEZ WE -1090 VENTURA GOMEZ WE-JOSDT. RAUL TELLEZ TAPIA WE111-38-T. WALLACE BURCH WE-0713AT RAYMUNDO GUTIERREZ WE-IIDBDI' ........ ...... ...... . RENE ROSALES WE 794„IAT SPECIALIZED SAFETY TRAINING Our ISA Certified Tree Workers go through specialized testing that proves they are competent to work in trees in a safe manner that protects themselves as well as the general public. We also qualify our employees to operate in a safe and efficient manner that meets and exceeds the industry standards, these programs are WCA Cual fied Level I Tree Trimmer, WCA Dualified Level 2 Tree Trimmer, WCA Cualified Level 3 Tree Trimmer, WCA Cualified Big Boom Operator, WCA Dualified Loader Operator, WCA Qualified Roll -Off Oriver. We also qualify all drivers that operate our vehicles by conducting 2 driving test and entering them into the California DMV pull program that monitors their driving record to ensure safe driving operators. Jobsite Briefing - Conducted each work day. Weekly Tailgate - Meetings held for each crew. On the Job Training -New employees are assigned a "buddy" with experience to assist them. Video Training - Programs included are Professional Tree Care, Electrical Hazards, Aerial Rescue, Chipper Safety, Chain Saw Safety and Pruning Technique. Video presentations in cooperation with Tree Care Industry Association (TCIA). Safety Crew Lunch - This program rewards employees company -wide quarterly. EMPLOYEE SAFETY IMPROVEMENT ACI Issued Ta: lowed By. 0ey V.NS FROM fA-ANY Potttx (uploin afm,�apprepiwla): III— nal Protadfva Equipment: Work FsadlCes: _ Hard Hot Ino: Haadng Prosection Imp Eye/Fore Protection Ina: t®a pmtocBon I_ Workcl thing —I.P F.otwear Imp CFmbing Soddl. Imp Rope, we _ tanYard/Sn.ps/E1 Unc Othm Oth Other Dth Equipmsell Ezplanatlonr Trvck- Driving SembeR Nei F o.ra d Egdpmam Mlsuw-axpldn below Key taH to lgn'dion Wheal, Not Chak•d W.,. d Hund To.h Me.. a Power Tool, Imlxoper Toa, Used Mea, Bedrlwl Card_ Other anar Har the.mployc. p—l—ly been tr.1-1 In this supers of wmp.ny popsy? If Yes, hew were Hoy tiedred? (v.rbsl/video/OJT, etch C.—div. Adim for Esployee: Dote of Com ptldncer A knowledged By. Compony Dhclplln.ryAdion Taken: (o•,Qaa pxa:rd p.auyrvrryvul r�'enw�+.ymy �svl Dlstdbufi _Employes M.n.ger -THIS S—S AS ANOTIGETOTHE EMPLOYEES-14EAHE FVS Safety Team - A 10 person committee that reviews and discusses safety procedures, problems and incentives. Injury 9 Illness Prevention - Integral program to WCA's overall safety program. Leadership Training - Continued training and study utilizing the Crew Leader Home Study Program, available through the Tree Care Industry Association (TCIA). Certification Training - Continued study sessions are held in preparation for the International Society of Arboriculture Certification Programs. NACA& SAFETY RULES AND SAFE WORK PRACTICES GENERAL SAFETY RULES It is the duty of each worker to obey all Company SaWy Rules and IS use all required safety equipment, Ustd below are the minimum safety eels Out earn worker rmat follow: Rel all injuries to mva9—t imrrediatelf, es maBar Crow ninor, team the haramk of Your job by &sussing dem in detail frith your Superyisor. Men job eenditiere dares, so do forams; therefuna, each worker should ear, to anticipate saw, haramk and plan thek—kianw. Repot all new hataids to the attention ofyour Foreman or Supervisor. Develop a dally routire ofchedung yourjob area, aquprrent and rrecNru,ry forany potential hazards 0 defidencies, Cnadr quipmantdaltyandreportall defectives 1%ndequgrcentrwehmerya:d/ordargarouswetk condi tions to the Foreman. • Nkarall di personal pmteva davloss, i.e.,glasses, belts, shoesand pmpercbthing, as required by yourposition or the job task. • Amid if. use of eapipmant and machinery that are defective. • Bersrre faroiLrwith Ru, perfomrerea linitatiom oFyour mels and/or—Ne— A dean and o *dy workpbw Is a safe dew. provide suoirstiois —reing safety m your Supervisor or Manager. Keep all errer7rsy equiipmattsuch as fire e.tingdshers and exit doors dear ofoI tacls. • Know the beam, of fire and safety axis. PERSONALSAFETY Each employee is expeated to be responsible for his/her safety and at da, same tine m werox mm to avoid injury to his fellowworkers ed.thers. Bepreparedesperfwsnyourjob. Donotmmemworkfxtiguedorhurgover, Drvg ksting will be pmvidd for any empbyeewhoappam b i under the mfluet ofdmW and/oralmh.l. • Be not spdwnik d'virq. Always walk, du not ronin work areas. • H.—N.Y, Pm<tialjsk or ports acthites.re= Asn.tall Pwhenever in doubt lift...dy andmfey, vri your laps, nw ydrr • Oseveallwaming,caution,anddrngersigm as web as safety and health nofir • Ido bele dothlrgo dangling jewelry(i.e. earrinos,chains, necklaces, bawler, etc.) nen be worn while working in production areas. 5rno N is restricted to designated anus only. • team the krmtkn offistald kits and firesuppression equiprrcnt in yourwork area. EQUIPMENTAND MACHINERY SAFETY • Do not atWrpt td do-arjarrs while macrimsaminopeation. MACHINES MUSTBETURNEO OFFI • Cuards mut be in place on every macHne while in operation. No safetydevines Trey be bypa W wd' ,W,ged. Any equipment tlet appears to have been damargad orduler l ue should not be used unfit a Mechanic or Sulervieur has had an opportunity m ew — tL • Unauthoriad use.1.11 pmt is pohibied. • Do not handle or tamperwith airy eq&p-ri,or_Nn ery that is retwitiun the seep: ofyow duties orf.b. • Weropeam,repairoradjustequipnentuntilywhave beentrainedontlesakoperatingormaintanance procedures. Askforhelpfromyour Supervss, • D.rwtputy.urhards.rany. partofy,ur body into moving equpoon,tat any tine, • He oma other plan the&dyer is allowed to rick on a hrkliftor leadr- THs means NO PASSENGERSI Enpl.yeastillnotstardorjunpover rnacHneryor—,eye, its. • tkthingis to be planed within three(3) feet of the aleonral panels and transferees Equprrentshall ordy be used for its spedfied punns. Ikea ladd.rwhen required. Do not dirdarrechinery. • Flxoioal rawer ewe cion cods must be pounded and in good wedieon. Pictured left: Sample Safety Improvement Action Plan Form 6 Safety Rules and Safe Work Practices review sheet. PRUNE CLASSIFICATIONS Grid Prune- Grid tree pruning is based on pruning in pre -designed districts, or grids on a set cycle and includes all trees (small, medium and large-sized.) Pruning will include structural pruning, crown raising, and crown cleaning in accordance with the standards set forth by the International Society of Arboriculture Pruning Standards (Best Management Practices) and shall have no more than 25% of the live foliage removed at a given time. Full Prune/Crown Reduction— Crown reduction is performed when conditions within the crown of a hardwood tree are such that the entire tree needs to be reduced. A full prune is recommended when the primary objective is to maintain or improve tree health and structure, and includes pruning to reduce overall canopy mass and excessive wood weight. Trees that are identified for a full prune shall have more than 25% of the live foliage removed at a given time. Service Requests A Service Request Prune includes tree maintenance services on designated trees) as ordered by the Agency Arborist or designee. Pruning may include structural pruning, crown raising, crown cleaning or pruning to reduce/restore the crown. Whichever work type is ordered by the Agency, pruning will be performed in accordance with the standards set forth by the International Society of Arboriculture Pruning Standards and the Best Management Practice, Tree Pruning Guidelines. Work assignments from the Agency may require mobilization from one tree site to another within the Agency. Line Clearance Trees that interfere or have the possibility of interfering with utility lines will be trimmed in a manner to achieve the required clearances as specified and in accordance with the California Public Utilities Commission. It is our goal to protect the current health and condition of the tree and to maintain its symmetry and direct growth away from the utility lines. Small Tree Care Proper pruning and care during the early stages of the tree's life will save money in the future, and create a safer, more beautiful, healthy, easy -to -maintain tree. We believe that tree care that is performed early will affect its shape, strength and life span. Our specialized small tree care team consists of certified personnel trained to perform the following: ® Selective structural pruning ® Removal of dead, interfering, split and/or broken limbs ® Pre -conditioning the water retention basin built around the tree ® Staking or re -staking ® Adjusting tree ties ® Adjusting trunk protectors ® Weed abatement Each tree is inspected to determine specific needs andmaintenanee activities are then perfarmedaccarding/y. Palm Trunk Skinning Palm tree skinning consists of the removal of dead frond bases (only), at the point they make contact with the trunk without damage to the live trunk tissue. Root Pruning We strongly recommend against any root pruning, however, should the Agency elect to proceed, we recommend that it be done no closer than 3 times the diameter of the trunk. Roots will be pruned to a depth of approximately 12 inches by cleanly slicing through the roots, so as not to tear or vibrate the root causing damage to the tree. The excavated area will be backfilled with native soil and debris will be hauled away. Tree Removal Operations With a minimum of 48 hours advanced notice, WEA will inform Underground Service Alert (USA) of the location of work for the purpose of identifying any and all utility lines. The removal process consists of lowering limbs delicately onto the ground to prevent any hardscape damage. Immediately following the removal, the stump will be ground down, if ordered to do so and with proper USA notification. Tree Planting We can replace trees that have been removed and plant new trees in accordance with specifications. We are prepared financially and logistically to acquire and purchase selected tree species for tree planting. At a minimum of 48 hours in advance we will inform Underground Service Alert (USA) of the location of work for the purpose of identifying any and all utility lines. A well-trained planting team will perform the soil preparation and installation of the tree. Tree Watering Tree watering will be performed by a full-time, WEA team member on various routes, when requested by the Agency. This team will also be responsible for reporting special care needs to the small tree care team. This could include reporting weeds, soil that has _" rl�Mill�i We are prepared for emergency calls 24 hours a day, 7 days a week, including holidays. The toll free number is 866-LIMB-DDWN (866- 546-2369). This number will be provided to the Agency, Police Department and/or Fire Department. Our emergency response team will do what is necessary to render the hazardous tree or tree - related condition safe until the following workday. Due to our vast amount of resources, including our specialty equipment and qualified personnel we are able to extend our commitment to our customers by providing various miscellaneous services outside of the most common tree maintenance services: ® Flag hanging ® Holiday light installation ® Changing ball park lights ® Misc. use of aerial towers and cranes (including equipment rental) ® Crown reduction ® Crown restoration We have full-time Certified Arborists on staff that can prepare detailed arborist reports, tree evaluations and site inspections based on your specific needs. Reporting can be generated for one tree or an entire selection and is handled on a case-by-case basis. Tim Crothers, Plant Health Care Manager ® ISA Board Certified Master Arborist WE -7655 BUM ® DPR Qualified Pest Control Applicator #145321 ® DAL Category B 6 D Our PHC program managed by Tim goes beyond standard chemical applications. We have developed an efficient Integrated Pest Management Program (IPM) that requires diagnosis before treatment. WCA is staffed with licensed applicators and advisors that are environmentally conscious as well as compliant with the California Department of Pesticide Regulation. This service allows us to provide you with: ® Proper diagnosis based on on-site inspection with laboratory testing when necessary ® Proactive and preventative recommendations that reduce the amount of potential pest and disease issues ® Follow-up evaluations to ensure that the recommended treatments result in a healthy and balanced urban forest Shot Hain Borer They Polyphagous Shot Hole Borer (PSHB) is a new pest in Southern California. This boring beetle drills into trees and brings with it a pathogenic fungus (filsariumas well as other fungal species. When heavily infested, the resulting Fusarium causes the decline and death of trees. Over 12D different tree species are affected in Southern California and over 30 reproductive hosts are of high concern. As tree care professionals, we have a responsibility to understand and report when we see a tree we are working on infested with PSHB. ABILITY TO ACGUIRE, PURCHASE 9 STAGE TREES Cities expect the highest quality of new trees, proven varieties and an organization with the knowledge and skills to provide them with the latest and most reliable information available related to tree planting. By meeting these expectations, we're able to contribute to the success of reforestation projects within communities. In order to complete successful tree planting programs, cities can rely on us to locate, acquire and purchase different tree species. As part of our Corporate Capability, we are financially able to purchase large quantities of trees for planting projects. Being familiar with over 50 nurseries in California, allows us to obtain the best tree available from a broad and plentiful stock. The process by which we obtain trees is quite simple: First, we utilize our database of nurseries, and contact several of them requesting specific trees with their prices. Upon locating the availability of trees, we then perform a tree pre -inspection at the nursery. When time is of the essence, nurseries will provide us with photos either by mail or by E-mail for our review. Once the trees are purchased, and depending on the size of the project, we have them delivered to our facility in Placentia, Brea, or if possible, at a staging area within the City of Agency. It is through this process that we have planted an average of 14,ODO trees for all of our customers each year during the past three years. SIAM OF CALIFORNIA OEPARIMENT OF. FOOD AND AGRICULTURE I.,ICE„NSE NUMBER 1220 N STREET SACRAMENTO, CALIFORNIA 00014 910.854 0435 B0680.001 LICENSE TO SELL NURSERY STOCK a. .s WEST COAST ARDOWS IS, INC 0900 S PLACENTIA AVC,. u 1m PLAGEPITIA j� �k I GA 12071 'A' tly Iy I slr,NnnrHr � � �'+clroAllLP ORANGE COUNTY POST THIS LICENSE PROMINENTLY IN PU13LIC VIEW 0b0331REV.508) THIS LICENSE 13 HOT TNANSFERAOLE•ANY CHANGE IN OWNERSHIP REQUIRES A NEW LICENSE To ensure the quality of work and the level of service expected, WCA abides by a well-defined quality control plan that incorporates the following: • Certified personnel • Safety • Pruning specifications and guidelines • Sound equipment • Public relations • Proper traffic control • State-of-the-art communication systems Special shifts including weekends and evenings can be arranged in accordance with the Agency's specifications. I ISA Certification #: WE -9952 A The project Area Manager will be the central point of contact and will work cooperatively with Agency staff, local residents and business owners, etc. The Area Manger will provide overall field supervision and crew management. Daily n Daily management will consist of, but not be limited to: • Email notification complete with location, crew, equipment type, and work description • Supervise orew personnel to insure proper pruning standards are followed in a safe manner • Traffic control setup and maintenance of work zone • Ensure work area is left free of debris at the end of shift • Maintain record of work completed each day • Maintain good public relations at all times • Provide immediate notification to Agency Inspector upon damage of personal property including a plan for corrective measures to take place within 48 hours Weekly Management Weekly management will consist of, but is not limited to: • Weekly inspection of work completed • Meet with the Agency to review work schedule and progress • Insure standards of pruning are performed in accordance with Agency specifications • Maintain open communication with the Agency Inspector and field crew Scheduling of Work The Area Manager is responsible for scheduling work which shall conform to the Agency's schedule of performance. We recommend equal distribution of work throughout the course of the fiscal year. Notifications will be provided to residents prior to the start of pruning operations in said area. All work will be performed in a cooperative manner as to cause the least amount of interference or inconvenience. Public Notification Upon Agency staff approval, WCA will post a door hanger notice prior to commencement of grid pruning (within 24-48 hours). After tree plantings, door hangers will be provided to residents instructing them on the proper care for their newly planted tree. For more comprehensive outreach we can also submit a press release for special projects or routine maintenance. The Agency may modify the procedures and materials to which we notify residents. Communication Systems Our use of modern and reliable communication systems affect our daily job performance by increasing our efficiency. Management and Field Personnel utilize smart phones as both navigational and communication devices in the field. Smart phones have proven to be a convenient method to input data as related to tree inventories, daily work records, timesheets, photos, and billing information; Eliminating the need to handwrite data and improving customer service by minimizing response time. Permits and Licensing WCA will procure a City Business License as necessary and any "no - fee" permits prior to commencement of work. Permits (i.e., encroachment, traffic control, etc.) requiring fees will be charged back to the Agency. Right -of -Way All work will be performed in the public right-of-way. Employees will not utilize private property for eating, breaks or any other reason or use water or electricity from such property without prior written permission of owner. Cooperation and Collateral Work WCA will give right to operate within the project to the Agency workers and/other contractors, utility companies, street sweepers, and others as needed in a cooperative effort to minimize interference in daily operations. TOLL FREE 866.546.2369 in case of emergency after normal business hours Leave a message, if you do not receive a call back within 10 minutes, call the following contacts in order: HERMINIO PADILLA, SUPERVISOR 714.412.7577 V/a TIM CROTHERS, AREA MANAGER 714.412.1980 JOSE NAVEJA, SUPERVISOR 714.981.0527 M ILI i IWt, 1 i 111 M 16161V112" ROB THOMPSON, AREA MANAGER 714.240.11345 After confirmation from on call Manager, you can email multiple locations to: LIMBDOWNOWCAINCTOM Work site will be left free of debris at the end of each workday. We will not discharge smoke, dust, or any other air containments in quantities that violate the regulations of any legally constituted authority. WEA will provide all safety measures necessary to protect the public and worker within the work area. We will maintain good public relations at all times. The work will be conducted in a manner which will cause the least disturbance. WCA will comply with any and all local sound control and noise level rules, regulations, and ordinances which apply to any work performed in the contracted area. All work will cease by HD pm or as directed by the Agency. �°� r *Excluding emergency services. q � As we work with, or near, the public, we are mindful that we will most likely be the first person the public contacts. We have a full- time Customer Service Department with Each Customer Service Representative (CSR) trained in addressing concerned residents and bystanders. Complaints I ti Should there be any property damage, we adhere to specific procedures to resolve the problem. The Foreman on the job site will notify the resident and the Inspector immediately. If the resident is not at home, then we will leave a WEA card with instructions to call our Claims Coordinator in our corporate office The ultimate goal at each work site is to leave the property in the same condition as before we entered it. We will notify the Agency Representative immediately upon damage of personal property including plans for corrective measures to take place within 48 hours. All WCA vehicles are equipped with an Accident Kit should anything happen during the work day. Each kit has an Incident Report, an Accident Report, an Injury Report, a camera, First Aid instructions and protocol for contacting the corporate office. A computerized log of all incidents is maintained to include the date, time of occurrence, location, problem and action to be taken pursuant thereto or reasoning for non -action. Any activities found by the Agency to be unacceptable will be rectified immediately. All other complaints will be abated or resolved within twenty-four (24) hours of the occurrence. We have teams specifically assigned for handling damage to properties, both private and public. Through our communication system, we have the ability to dispatch either of these teams and have them respond immediately to the site for proper repair. We pride ourselves on professional workmanship to avoid these types of incidents, however, should one occur, we take all appropriate measures to resolve the matter in a timely and efficient manner. , M I I ,00 9 FO !i 1_ 1 WS4 is committed to working with the City ofl?osemead to deve%p andmaintain a workschedule that will pro,1ide the citizens with the most effective and efficient means to perform tree care services We will adhere to the schedule established by the agency and ensure residents of our dedication to completing work in s timely manner. We understand that there may be fluctuations in the agency's budget and that the agency may ask us to reduce service le vels in an effort to meet the current economic demands Bybeing flexible, we can help to ease any financial strain, promote contractor stability and guarantee residents with quality tree care 6 customer service, This is aur oath of commitment to uphold the prestigioas namesake of the City ofl?osemeadbyprovidinggold standard tree care services d Patrick Ma nay, President 6/17/19 . w. lam ;IP CN+y`MIN U, I The List Tracking Report in ArborAccess is a useful tool in the management of incoming work. This report allows both parties to track specific jobs as they are ordered by the Agency. Proper use of this system enables the Agency and WCA to track the completion of work that is ordered. Our tree management program sets us apart from other companies. With nearly 2,000 active users, ArborAccess and our mobile app will help you easily manage your urban forest with ease and convenience. Tree site attributes include location (utilizing GPS coordinates), species type, and parkway size. Features allow you to view and edit work history records and create work orders directly from the field, all from aur secure cloud. The information contained in ArborAccess is live data that can also be linked directly to a GIS program, such as ArcView, for goo -coding purposes and can assist your Agency in meeting GASB34 requirements. ArborAccess provides an unlimited resource of information regarding your urban forest. Our IT Department is based out of our corporate office in Anaheim, CA with regional offices located throughout California and Arizona. Each office has the ability to provide software training to our customers. We are also available to provide training sessions on- site at the customer's discretion. On-site training is proven to be Effective as it provides a guided hands-on experience. We offer periodic tree maintenance and management workshops each year. These free workshops are provided to our customers regionally and educate over 250 people annually. They have proven to be a great round -table and networking opportunity for the different agencies in attendance. Presentations are provided by WCA management staff and complimented with guest speakers in the industry. Certified Arborists and Tree Workers who attend are eligible to receive continuing education credits (CEO's) from the International Society of Arboriculture. The success of any urban forest program depends on the proper management of information. Unlimited telephone and/or email support is available to answer technical questions and aid staff in the use of the software system. Software training and support is included in the cost associated with the inventory data collection. M � E WCA, Inc. operates a modern invoicing system that is updated on a daily basis. Progress billings will be submitted to the Customers on a bi-weekly basis, unless otherwise requested. Invoices will reflect an amount complete for the billing period, along with a year-to-date total for that job. Each billing will include a listing of completed work by address, tree species, work performed and appropriate data acceptable to the customer. This information will be supplied in hardcopy and immediately accessible on ArborAccess. Job balances reflecting the percent of completion for each job can be viewed on ArborAccess. The advanced technology provides a valuable tool to urban forestry professionals by displaying specific tree site information along with a representative photograph of the species type and a recommended maintenance field. ArborAccess' built-in quality control features assist in data accuracy. As maintenance is performed, the work history is updated and accompanied with bi- weekly invoices. This process eliminates the need for dual -inputting and helps keep the tree inventory current and accurate. Accurate maintenance records for each location oftentimes can assist the Agency with liability claims. Maintaining a detailed history of the work performed at each location demonstrates good faith in preserving its urban forest. It is imperative that work requests are pulled from the system prior to the work being performed, otherwise inventory accuracy is not guaranteed. Botanical Common Total Magnolia grandiflora SOUTHERN MAGNOLIA 4,256 Ulmus parvifolia CHINESE ELM 3,857 Lagerstroemia indica CRAPE MYRTLE 2,638 Jacaranda mimosifolia JACARANDA 1,927 Cinnamomum amphora CAMPHOR TREE 1,456 Pinus canariensis CANARY ISLAND PINE 1,401 Schinus terebinthifolius BRAZILIAN PEPPER 1,129 Quercus ilex HOLLY OAK 1,077 Cupaniopsis anacardioides CARROTWOOD 905 Milli Lophostemon confertus BRISBANE BOX 836 Other OTHER 14,330 Total Trees 33,812 The Species Frequency report can assist your Agency in identifying the tree population within the urban forest. This type of information is valuable in the event of an insect infestation, deadly disease, or even estimating future maintenance costs. In addition, an analysis can be performed to evaluate the history of the performance of a particular species within your Agency. -Inventory ® View Invoices ® Job Balances ® Green Waste ® Work History ® Work Type by District ® DBH Frequency ® Height Frequency ® District Frequency ® Species Frequency (sample above) ® All Tees at an Address ® Estimated Tree Value COMPLETE logo' EGUIPMENT LIST E®UIPMENT Our modern fleet undergoes daily inspection prior to use to ensure efficiency and safety. All equipment is routinely serviced, painted, and detailed. All equipment used during the duration of this project will meet state and federal safety requirements and have all up-to-date certifications as required. I MW We have successfully been awarded the CHP Biennial Inspection Award of Recognition. This inspection has assisted our company in instituting several safety programs, as well as our Preventative Maintenance Program utilized by our in-house Not department. The inspection reviews our vehicle maintenance and repair records, our procedural methods and policies for vehicle maintenance and operations. This certification ensures that our vehicles operate safely. GED -TAB Fleet Solutions WEA has partnered with Geo -Tab to provide GPS units on all vehicles and equipment. This investment has given us and our customers the following benefits: ® Provide faster response times and more efficient routing allowing us to service more customers ® Lower operational costs by optimizing our fleet size, reducing labor, overtime, and insurance, and minimizing costly vehicle repairs ® Decrease fuel use by monitoring fleet fuel economy and saving on unnecessary fuel expenditures ® Reduce emissions by helping drivers improve their habits such as speed and idle time, and reducing total miles driven which will significantly reduce harmful greenhouse gas emissions ® Improve dispatching with landmarks and driving directions, GPS units helps us to better dispatch so that we can service more customers, faster • Recover stolen vehicles reducing liability costs which can be passed on to customers GIS MAP -QTY OF FULLERT014 ' Pick Up Trucks 261 Aerial Devices OD® 95' Aerial Devices 15 Dump Trucks 147 4 , 39 > c 6 Jii 9 321 305E AGUSTIN CARRILLO 60 Date: 2/24/2017 - 0:12 AM 4 Status: Driving — SPeed: o _ Nearest Address: 1701-1743 Fullerton Creek Dr e Fullartan 39 Pick Up Trucks 261 Aerial Devices 95' Aerial Devices 15 Dump Trucks 147 Flat Beds 39 6 Arrowboards 60 ATVs 4 GrindersForklifts Stump Loaders Rubberr.,• Root Pruners 2 Ralloff Trucks 39 Saw Mill 2 Log r= Back Hoes Brush Chippers 152 Grid Pruning Flowchart (30 day Completion) Work request received from Customer Foreman posts public notices ESR creates a work order B gives to Area Manager Crew performs work Planting Flowchart (15 day Completion) Work request received from Customer Crow performs work 6 hangs tree care door hanger CSR prepares work order 9 orders trees) from Nursery Manager Foreman completes work order 9 inventory; then turns in Service Request Flowchart (15 day Completion) Work request received from Customer CSR creates a work order 9 gives to Area Manager Area Manager schedules the work 9 informs the Agency Foreman completes work order B inventory; then submits to office CSR creates work order B '' ' S contacts f,, rcontacts USA 48 hours in advance of work I , r�Foroman completes work . order Foreman then submits to ofticE CSR gives work order to Area Manager to schedule work B inform the Agency CER closes work order; Billing Dept. prepares invoice Area Manager schedules the work 6 informs the Agency i Foreman completes Foreman posts public notices Crew performs work work order R inventory; then turns in Work order is given to the Foreman CER closes work order; Billing Dept. Prepares invoice Work order is given to the Foreman Billing Dept. processes 9 prepares invoice Work order is given to the Foreman CER closes work order; Billing Dept. prepares invoice West Coast Arborists understands the challenge that many cities face to reduce the cost of tree maintenance services, while increasing the level of performance. Utilizing our services as a valuable, cost- effective resource, cities are able to provide better services to their community. These contracts cover a range of services from providing emergency response to maintaining the Agency's entire urban forest. CITY OF NOR ALK® SINCE 1997 WEA performs various tree maintenance services for the City. The City is currently on a 3 year maintenance cycle which includes major arterials, residential areas, parks, and facilities. WCA maintains all tree maintenance records in ArborAccess. CITY OF WHITTIER- SINCE 2005 WCA performs various tree maintenance services for the City and maintains the work records for 22,623 city -owned tree sites including parkway, parks, facilities. The City of Whittier is currently on a 5 year grid trim maintenance cycle. Emergency response is also provided. WCA trims nearly 25,000 trees of the county's 500,000 tree population annually. We also perform tree removals and tree planting on an as -needed basis. Part of our work requirements include palm tree inspection and bird nesting inspections as work is performed. --1ITY OF TEMPLE CITY - SINCE 2002 ae� WCA performs tree maintenance in several areas 4* CAS! including blocks, medians, trails, facilities and parks. 0 The ficus trees are on an annual maintenance cycle. WCA assisted the City in developing a Master Plan for the urban forest. In 2012 the GPS inventory was c� 1964 updated to reflect the circumstantial changes 41j effected by the storm damage in 2011. CITY OF SANTA2006 CITY OF SANTA FE SPRING WCA performs various tree maintenance services for the City. The City is currently on a 3 year maintenance cycle which includes major arterials, residential areas, parks, and facilities. WCA maintains all tree maintenance records in ArborAccess. Emergency response is also provided. ANNUAL BUDGET: $260,000 CONTACT: Joe Garcia, Maintenance Supervisor ADDRESS: 12700 Norwalk Blvd., Norwalk, CA 90650 PHONE: (562) 929-5511 EMAIL: jgarciagoi.norwalk.ca.us ANNUAL BUDGET: $350,000 CONTACT: Mike Montoya, Park Supervisor ADDRESS: 13230 Penn St., Whittier, CA 90602 PHONE: (562) 464-3375 EMAIL: mmontoyaCwhittierch.org ANNUAL BUDGET: $4,300,000 CONTACT: Nathan Birdwell, Tree Superintendent ADDRESS: 36126 N. Sierra Highway, Palmdale, CA 93550 PHONE: (661) 974-7173 x. 257 EMAIL: nbirdwellldpw.lacounty.gov ANNUAL BUDGET: $260,000 CONTACT: Steve Lawson, Parks 9 Roc. ADDRESS: 9701 Las Tunas, Temple City, CA 91780 PHONE: (626) 285-2171 EMAIL: slawsong templecity.us ANNUAL BUDGET: $380,000 CONTACT: Eric Borunda ADDRESS: 12133b Emmons Way, Santa Fe Springs, CA 90670 PHONE: (562) BGB-0511 EMAIL: ericborundaCsantafesprings.org FLINTRIDGE E BEACH HILLS NIGUEL 3INORE DO CITYO ®CITE' DF CHI CITY OF TUSTIN CITY OF CH CITY OF UNION CITY CITY OF CHUL CITY OF UPLAND CITY OF CITRU CITY OF VENTURA CITY OF CLAREMD CITY OF VICTORVILLE CITY OF COACHELLA I I II' 11 CITY OF CONCORD I I I I CITY OF CORONA I I 1 CITY OF CORONADO CITY OF WEST COVINA CITY OF COSTA MESA CITY OF WEST HOLLYWOOD CITY OF COVINA CITY OF WEST SACRAMENTO CITY OF CULVER CITY CITY OF WHITTIER CITY OF DANA POINT I 1 CITY OF DAVIS �I CITY OF DEL MAR CI CITY OF DIAMOND BAR CI CITY OF DUARTE 06 CITY OF EL CAJON CITY CITY OF EL CERRITO CITY OF OAKLEY CITY OF ENCINITAS CITY o10NIW' CITY OF FILLMDRE CITY OF CITY OF FONTANA CITY OF ORANGE CITY OF FRESNO CITY OF OXNARD ADRE CITY OF PALD ALTO CITY OF FULLERTON CITY OF PARAMOUNT CITY OF GARDEN GROVE CITY OF PERRIS CITY OF GARDENA CITY OF PLACENTIA CITY OF GILROY CITY OF PLEASANTON CITY OF GLENDALE CITY OF POMONA CITY OF GLENDORA CITY OF PORTERVILLE CITY OF HUNTINGTON BEACH CITY OF POWAY CITY OF IMPERIAL BEACH CITY OF RANCHO PALOS VERDES y CITY OF REDLANDS CITY OF TULARE CITY OF RIALTO CITY OF TUSTIN CITY OF RIVERSIDE CITY OF UNION CITY CITY OF ROSEMEAD CITY OF UPLAND CITY OF ROSEVILLE CITY OF VENTURA CITY OF SACRAMENTO CITY OF VICTORVILLE CITY OF SAN BERNARDINO CITY OF VISALIA CITY OF SAN DIEGO CITY OF VISTA CITY OF SAN DIMAS CITY OF WALNUT CITY OF SAN FERNANDO CITY OF WEST COVINA CITY OF SAN GABRIEL CITY OF WEST HOLLYWOOD CITY OF SAN JACINTO CITY OF WEST SACRAMENTO CITY OF SAN JOSE CITY OF WHITTIER CITY OF SAN JUAN CAPISTRANO CITY DF WOODLAND CITY OF SAN MARCOS CITY OF YORBA LINDA CITY OF SAN RAMON COUNTY OF ALAMEDA CITY OF SANTA ANA COUNTY OF CDLUSA CITY OF SANTA BARBARA COUNTY OF CONTRA COSTA CITY OF SANTA CLARA COUNTY OF FRESNO CITY OF SANTA FE SPRINGS COUNTY OF LOS ANGELES CITY OF SANTA MARIA COUNTY OF MONTEREY MONICA COUNTY OF ORANGE TA PAULA COUNTY OF RIVERSIDE TEE COUNTY DF SAN BERNARDIND ADRE COUNTY OF SAN DIEGO kDlTA COUNTY OF SAN JOADUIN COUNTY OF TULARE COUNTY OF YOLO TOWN OF ATHERTON ,/ I TOWN OF LOS GATOS Listed below are current contracts (in alphabetical order) valued over $1,000,000 annually. CUSTOMER City of Anaheim/Anaheim Utilities DURATIONANNUAL Since 2007 $ CON R "UNT 1,750,000.00 City of Beverly Hills Since 2000 1,375;00,00 City of Corona Since 2010 $ 1,300,000.00 Eity of Fullerton Since 1998 1,000,000.00 City of Glendale Since 2015 $ 1,058,000.00 City of Huntington Beach Sincu 2008 $ 1,000,000.00 City of LongBeach Since 2018 $ 1,200,000.00 City of Palo Alta Since 2018 $ 1,400,000.00 Eity of Sacramento Since 2015 $ 1,000,000.00 City of San Diego Since 215 2,000,000.00 City of Santa Ana Since 2015 1,002,000.00 City of Santa Monica Since 2011 $ 1,723,000.00 County of LA Since 2015 4,300,000.00 County of Orange Since 2013 $ 1,800,000.00 (riverside Public Utilities Since 2018 $ 2,000,000.00 EXPERIENCE(SIZE The references listed above are all current contracts displaying WCA's capabilities to provide the necessary manpower, experience, and equipment to manage prestigious Cities and Counties that require a heightened level of attention, expectation and need in comparison to other types of customers O.e., HOA's, commercial and residential). WV lflc. spec/al/zes In tree care far municipalities andpublic agencies WCQ lnc. does notprovide residential service or sab-contract. r i•i • •'M To whom it may concern: I wanted to inform you of some recent activity in which your employees provided excellent customer service within the City of Sacramento. On Tuesday 4/9/191 was alerted to a situation with a broken water service line underneath a tree stump. My first call was to WCA foreman Francisco Villanueva as we frequently work together for stump grinding throughout the City. After explaining that stump grinding would be needed to return water service to a resident, Francisco wasted no time and although was not currently working in Sacramento was on the jobsite within an hour. Francisco, Oscar Lopez, Giancarlo Penuelas and Jose Luis Gomez all jumped right in and surgically removed a portion of the tree stump to expose the broken water line and even the made the necessary repairs to the pipe so that our resident would have water service restored. Their dedication to customer service and excellent work product did not go unnoticed by myself or the resident. These gentlemen truly reflect the values we have come to expect from working with West Coast Arborists. Sincerely, Kevin McClain City Arborist City of Sacramento Department of Public Works, Urban Forestry (916) 808-4906 kmcclain@cityofsacramento.org 2123/2018 City of Monterey Mail - Presdio of Monterey Command Team Medal for Excellence crarw t' M0111—ore C A t 1 0 o X" s m .- d,: of i -ommand Team Medal message Stephen Morton <morton@monterey.org> Stephen Morton <morton@monterey.org> Thu, Feb 22, 2098 at 99:06 AM To:. Adan Reynaga <areynaga@wcainc.com>, Juan Ortiz <jortiz@wcainc.com>, "Pinegar, Jason" <jpinegar@wcalnc.com>, Victor Gonzalez <vgonzalez@wcainc.com}, Andy Trotter <atrotter@wcainc.com>, Pat Mahoney <pmahoney@wcainc.com> Cc: Justin Prouty <prouty@monterey.org>, Ralph Nikischer <nikischer@monterey.org> Hello all, On February 14, 20181 led a walking tour of the Huckleberry Hill Forest Preserve an 81 acre undeveloped parcel at the summit of Monterey's western boundary leased from the Army since 1885. Leon Panetta was a congressman and Former City Manager Fred Meurer was the Public Works Director when they campaigned to keep this spectacular wild area open to access for the public over 32 years ago. The Presidio of Monterey Garrison Commander, Cal. Lawrence Brown, wanted to inspect the preserve to verify that the City was living up to its commitment to maintain and enhance the area with regard to fire fuel reduction, fire road maintenance, forest health and safety, non-native invasive plant removal and control, and security fence repair. No representatives from west Coast Arborists were present along with the Army Command staff, Directorate of Public Works department heads, Presidio Fire Chief and Deputy, and City Forestry Staff. However, the excellent work that WCA has performed there over the years was easily recognizable. Crews from West Coast have removed trees, left habitat snags, removed French broom and pampas grass, weedeated the fire fuels to reduce the combustible ladder effect, and generally made the hill a safer, more attractive, and healthier forest ecosystem. Greenbelt Coordinator Justin staff. Prouty aUSei the efforts to maintained theve the Command Team Medal for the preserve are really a team effor, Excellence want d to sha a this Colonel and his command staff. Beta with the WCA team who have been so important to the success of this Intergovernmental partnership. have attached an image of both sides of the coin and hope that Adan's crew and your whole organization can share In the distinction of being recognized for their excellence. Thank you for all your work and help you provide to the City of Monterey and its military partners. Steve Stephen W. D. Morton Urban Forester City of Monterey Parks Division 23 Ryan Ranch Rd. Monterey, CA 93940 831-645-3860 office $31-242.8784 direct morton@monterey.org Monterey parks Make Life Better! www.monterey.org 'Buy LochMonterey° Monterey.®rg/buylosaJ on Commander's Medal for Excellence.pdf 2001E - __,-®"1;Ac1ml=16lbeescafc8W rs... ttt 'p Hi Michael and Brian, I am sending you this email in my citizen of Roseville capacity to give kudos to your tree trimming contractor WCA and one of their employees Rodney Morgan. I live on Pleasant Street here in town and have City street trees.that line my property. We got a notice last week that there would be tree trimming this week. The WCA crew came through on Tuesday and trimmed the trees in front of my house. Unfortunately, they broke a stone paver in my front yard and left clipping debris behind (we weren't home to see it, but we found the paver and clippings when we got home). To be completely honest the paver was only a few dollars and I was planning on doing yardwork this weekend and was just going to include the debris clean-up into that work (so none of this was a huge deal for me). Well this morning the WCA crew was working their way down the opposite side of my street and my wife just happened to be home and out in the front yard picking up some of the clippings. Rodney Morgan of WCA came over and told her he would have some guys clean it up. True to his word in a matter of minutes they had it cleaned up. To my wife's surprise they came back a little later with a new paver that matched my old one! My wife said she didn't even mention the paver to them, but they must have noticed it and took care of it nonetheless. I know firsthand that vendors we use are not always customer focused and even though they are independent contractors, they ultimately serve as representatives of our City. WCA did a great job on this one! I am all too often the bearer of bad news, so I like to deliver good news when I can! -Joe Joseph Speaker Deputy City Attorney City Attorney's Office o: (916) 774-5325 f,.. (916) 773-7348 Yl UlL Civic Center 1 311 Vernon Street I Roseville, CA 195678 KI 0j i I,i; CONFIDLNI IALIsY NO -1 ICL: l his email message and any acconipanying documents are for the sole- use of the intended recipient(s) and may contain confidential and/or privileged attorney-client information or work product. DO NOT FORWARD. Any unauthorized review, use, disclosure or distribution is prohibited. If you are not the intended recipient, please contact the sender by reply email and destroy all copies of the original message. Thank you. Certificate of Insurance S CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN :URANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW, POLICY LIMITS ARE NO LESS THAN THOSE TED ALTHOUGH POLICIES MAY INCLUDE ADDITIONAL SUBLINIIT/LIMITS NOT LISTED BELOW. This is to Certify that ' WEST COAST ARBORISTS, INC 2200 EAST VIA BURTON NAME AND ANAHEIM CA 92806Libert ADDRESS A-lutua. OFINSURED L is, at the issue date bf this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is subject to all their terms, exclusions and Conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may be issued. EXP DATE Anaheim CA 92$06 ® CONTINUOUS u 9 TYPE OF POLICY ❑ EXTENDED POLICY NUMBER LIMIT OF LIABILITY u ® POLICY TERM 818 W 7th Street, Suite 850 0564408 7/1/2019 WA7-66D-039499-078 COVWORKERS LAW OF GE FOLLOWING ST R we EMPLOYERS LIABILITY LAW OF THE FOLLOWING STATES: COMPENSATION Statutory Limits 213-443-0782 6/12/2018 PHONE DATE ISSUED All States Except: Bodily In'ury by Accident ND, OR WA, WY 1 OOO OOOEach Accident Bodily Injury By Disease $1,000,000 PQliQyLiiaiI Bodily Injury By Disease 1 000 000 Each erson COMMERCIAL GENERAL LIABILITY 7/1 /2019 T62-661-039499-018 Genera] Aggregate $2,000,000 Q OCCURRENCE Products / Completed Operations Aggregate ❑ CLAIMS MADE $2,000,000 Each Occurrence $1 000 000 RETRO DATE Personal & Advertising Injury $1,000,000 Per Person/ Organization Other 110ther Damage to premises rented to Medical Expense $5,000 ou $300.000 AUTOMOBILE LIABILITY 7/1/2019 AS7-661-039499-038 Each Accident—Single Limit $2,000,000 B.I. And P.D. Combined OWNED Each Person ® NON -OWNED Each Accident or Occurrence HIRED Each Accident or Occurrence OTHER 7/1/2018 - 7/1/2019 TH7-661-039499-048 $5,000,000 Per Occurrence/Aggregate Umbrella Excess Liability ADDITIONAL COMAIE NTS * If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 30 DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: Liberty Mutual Insurance Group This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 07-10 42480140 1 LM_2819 1 7/18-7/19 - GL/2/1, AL/2, WC/1, U/5 I Donna Smitala 1 6/12/2018 12:05:13 PM (CDT) I Page 1 of 1 LDI COI 268896 02 11 Evidence Only 2200 E Via Burton Elaine Ulan Anaheim CA 92$06 u 9 Los Angeles / 0603 AUTHORIZED REPRESENTATIVE u 818 W 7th Street, Suite 850 0564408 LOFFICE Los Angeles CA 90017 213-443-0782 6/12/2018 PHONE DATE ISSUED This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 07-10 42480140 1 LM_2819 1 7/18-7/19 - GL/2/1, AL/2, WC/1, U/5 I Donna Smitala 1 6/12/2018 12:05:13 PM (CDT) I Page 1 of 1 LDI COI 268896 02 11 Mariposa Landscape Inc. Proposzl City of Rosemead Request for Proposal For Tree Maintenance Services Bid Due: Tuesday June 18, 2019 at 10:00am Submitted by: Mariposa Landscapes Inc. <�19TEL 800 • 794 • 9458 • FAX 626 • 960 • 8477 • www.mariposa-ca.com 15529 ARROW HIGHWAY, IRWINDALE, CA 91706 • CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 Our Core Values — Safety • Teamwork - Quality • Integrity M A L A N June 17, 2019 City of Rosemead 8838 E. Valley Blvd. Rosemead, Ca 91770 R I P D S C A P RE: Request for Proposal No. 2019-09 For Community Tree Maintenance Services 0 Mariposa Landscapes Inc. would like to thank you for the opportunity to submit a proposal to the City of Rosemead. We look forward to the competitive process and hope to be the successful bidder. For over 30 years, Mariposa Landscapes Inc. has been providing cities and counties throughout southern California with expert tree care. Our highly experienced management staff provides a resource of knowledge and training capability unmatched by our competitors. Our company has over 600 highly trained and qualified personnel, 40 of which are certified tree care employees. Currently, we provide our services to numerous cities, counties, municipalities, government agencies, and private organizations. Our many successful years of experience in providing similar tree trimming services for public entities enables us to be the most responsive and responsible firm, who are committed to providing the City of Rosemead the highest level of service. We have thoroughly reviewed all site conditions for this project. Our price reflects all the necessary labor, equipment, and materials needed to perform this work. Our proposal is valid for 90 days after the RFP submittal date. All work will be performed in strict accordance with the specifications of the RFP. We look forward to being the successful contractor in this proposal selection process. Contact Name: Dennis Jones, Tree Division Manager Phone: (626) 890-0164 Ext. 329 Fax: (626) 960-3809 Email- dennis@maribosa-ca.com Respectfully Submitted, Terry Noriega, President <�IUTEL 800 • 794 • 9458 • FAx 626 • 960 • 8477 • www.mariposa-ca.com 15529 ARROW HIGHWAY, IRWINDALE, CA 91706 • CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 Our Core Values — Safety • Teamwork • Quality • Integrity Table of Contents Contents CostProposal............................................................................................................................ 4 CompanyProfile........................................................................................................................ 5 Experience................................................................................................................................... 5 TreeCare...........................................................................................................:.........................5 CompanyInfo..............................................................................................................................5 Accreditation................................................................................:.............................................. 6 TreeDivision Staff.....................................................................................................................7 Statementof Work...................................................................................................................1 l Scopeof Work......................................................................................................................1 1 QualityControl Plan................................:...........................................................................11 CorporateCapability.............................................................................................................13 Licenses& Certificates........................................................................................................13 Minority Business Enterprise.................................................................................................14 GeographicCoverage.......................................................................................................14 FinancialResources.............................................................................................................14 GreenInitiatives....................................................................................................................14 Equipment.............................................................................................................................15 EmployeeTraining................................................................................................................17 ServicesProvided.................................................................................................................18 Tree Inventory Reference....................................................................................................... 25 SatisfiedCustomers................................................................................................................ 25 Listof References.................................................................................................................... 28 Proofof Insurance................................................................................................................... 29 Photo Copies of Licenses and Certifications........................................................................... 31 Previous Municipal Projects................................................................................................... 35 Appendix................................................................................................................................. 36 4qla TEL 800 • 794 • 9458 • FAX 626 • 960 • 8477 • www.mariposa-ca.com 15529 ARROW HIGHWAY, IRWINDALE, CA 91706 • CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 Our Core Values— Safety • Teamwork - Quality • Integrity Cost Proposal Schedule of Compensation See Attached Rest of Page Intentionally left Blank COST PROPOSAL The undersigned proposes to furnish all materials, supplies, equipment and/or services set forth herein, subject to all conditions outlined in the RFP, at prices indicated below. All applicable services include cleanup and disposal. Tree Pruning (by Grid) 77.00 Price per tree to Prune by Grid $ Grid tree pruning is based on tree pruning in pre -designed districts, or grids on a set cycle and includes all trees (small, medium and large-sized.) Trees are not excluded from the Grid. Tree Pruning (by Block) 123.00 Price per tree to Prune by Block $ Block tree pruning consists of pruning trees along a block segment or "run" as designated by the City. This is different from "Grid Pruning" where all trees are prune (small, medium and large-sized) within a grid or district. Aesthetic or Service Request Pruning 0" - 6" Diameter Standard Height 7" - '12" Diameter Standard Height 13" - 18" Diameter Standard Height 19" - .24" Diameter Standard Height 25" - 30" Diameter Standard Height 31" - 36" Diameter Standard Height 367'+ Diameter Standard Height Crown Raise/Clearance Prune Hardwood tree 0" - 6" Diameter Standard Height 7" - 12" Diameter Standard Height 13" - 18" Diameter Standard Height 1911- 24" Diameter Standard Height 25" - 30" Diameter Standard Height 31" - 36" Diameter Standard Height 36"+ Diameter Standard Height Palm Tree Trimming: Page 29 70.00 $ 100.00 $ 150.00 $ 200.00 $ 250.00 $ 325.00 400.00 $ 50.00 $ 70.00 $ 90.00 $ 110.00 $ 130.00 $ 150.00 $ 175.00 Prune Date Palm (Phoenix spp.) Clean Trunk for Date Palm (Phoenix spp.) per linear foot Prune Fan Palm (Washingtonia spp.) Clean Trunk for Fan Palm (Washingtonia spp.) per linear foot Prune all other Palm Species Tree Removal — (per inch) Tree & Stump removal per dia. inch 0-24" dbh Tree & Stump removal per dia. inch over 25" dbh Stump grinding per stump diameter inch at grade Tree Planting — (per tree) Tree planting includes tree, stakes, ties, and labor. 15 -gallon tree 24 -inch box tree 36 -inch box tree Tree Watering (per hour) Watering of young trees includes water truck & operator -per hour Milling Cost — (per board foot) Milling Lumber per Board Foot Root Pruning — (per linear foot) Per foot of roots pruned Root Barrier Installation — (per linear foot) Per foot of root barrier installed General Labor Rates — (per man hour) 3 -man crew with equipment Day Rate Service Crew - (per man hour) Boom truck per eight (8) hour day to include a chip body, low decibel chipper, 1 Sr. Tree Trimmer, 1 Trimmer & 1 Ground person ecialty Equipment Hourly Rate — (per hour) Crane 95 -foot aerial tower Loader or Bobcat Page 30 $ 150.00 $ 20.00 85.00 15.00 85.00 $ 38.00 $ 44.00 $ 15.00 180.00 390.00 1.100.00 100.00 30.00 26.00 23.00 $ $240.00 $ 240.00 $ 250.00 $_150.00 $ 65.00 Emergency Services — (per hour) Emergency response services per man hour: During normal business hours (Mon -Fri lam to 4pm) After hours, weekends &/or holidays 95.00 $ 110.00 General Arborists Services — (per hour) Unit Price in Figures Written Arborist Reports $ 150.00 Resitograph testing $ 300.00 Ground Penetrating Radar $ 400.00 Air spade Services $ 200.00 Fumigation Services $ 130.00 Fertilization Services $ 110.00 Level 1,2 and 3 Risk Assessments $ 175.00 Soil Testing / Soil enhancements $ 175.00 Citywide tree risk survey (Per Tree) $ 5.00 GPS Tree Inventory — (per 1000 tree sites) 3,000.00 Cost per 1000 tree sites collected including vacant sites $ PLANT HEALTH CARE SERVICES 7.00 Tree Canopy Spraying from ground level per diameter inch $ Tree Canopy Spraying from aerial towerper diameter inch $ 12.00 Description: Foliar hydraulic spraying of recommended material.) Insecticide or Fungicide Trunk Banding per diameter inch $ 7.00 Description: Trunk spray of recommended material. PGR Trunk Banding per diameter inch $ 11.00 Description: Trunk spray of recommended material to regulate plant growth. Insecticide or PGR Soil Application (Cambistat) per diameter inch $ 10.00 Description: Recommended insecticide soil injection or drench material to regulate plant growth. Insecticide or Fungicide Soil Application per diameter inch $ 10.00 Description: Soil applied drench of recommended material. Soil Injection Fertilization per diameter inch $ 10.00 Description: Soil applied injection of recommended material. Soil Drenching Fertilization per diameter inch $ 7.00 Description: Soil application of recommended material. Trunk Injection (Insecticide/Miticide) per diameter inch $ 15.00 Description: Trunk injected recommended material. Page 31 Trunk Injection (Fungicide) per diameter inch Description: Trunk injected recommended material. Trunk Injection (Insecticide & Fungicide Combo) per diameter inch 12.00 18.00 Description: Combination of one-time trunk injection of two recommended materials. Avermectin Class Insecticide Injection per diameter inch 20.00 Description: Recommended trunk injection of Emamectin benzoate active ingredient. Page 32 Company Profile Experience Mariposa Landscapes, Inc. was founded in 1977. Originally incorporated under the name Mariposa Landscapes, we reincorporated in 1989 as Mariposa Horticultural Enterprises, Inc. In 2009 we re -incorporated back to our original name "Mariposa Landscapes Inc. All ownership has remained the same since 1977. We do not hold controlling or financial interest in any other organization, and are not owned by any other person or organization. Our company got its start by performing custom residential and small commercial landscape maintenance and installation. After five years of growth we expanded into public works maintenance operations. In 1984 we expanded and started our public works installation department. In 1989 we expanded again and created our tree division. Presently, we provide custom public works and commercial development, installation, and maintenance services. For over 30 years, Mariposa Landscapes Inc. has been providing cities and counties throughout southern California with expert tree care. Our company has over 600 highly trained and qualified personnel, 40 of which are certified tree care employees. Tree Care Our tree division (started in 1989) is set apart from the competition. We offer comprehensive consulting services along with our expert tree care. Our ability to provide such excellent service is due to our staffing of highly trained; safety oriented and certified arborists, and tree workers. Our staff receives the latest. in up to date training in arboriculture methods, techniques, and software systems. You may count on expert tree care for your most valued trees. Our consulting services include: tree evaluations, inventory management, risk assessments, hazard reports, tree appraisals, and insect and disease control recommendations. Our comprehensive list of services sets our arbor care tree division apart. We can accommodate all of your tree care needs. Company Info President: Terry Noriega California Corporation: C146953 California Employer ID: 368-4753-1 Date Incorporated: October 2nd, 1989 5 M GONF Accreditation Mariposa Landscapes Inc. received Accreditation in December 2012, becoming one of the few accredited tree care companies in California. This accreditation was received from the TCIA (Tree Care Industry Association, and involves a thorough audit process if the following fields: 1. Consumer Satisfaction 6. Quality 2. Best Business Practices 7. Industry Standards 3. Business Ethics 8. Arborist Certification 4. Employee Training 9. Insurance Coverage 5. Safety 10. Work Estimates and Specifications 0 Tree Division Staff Our Tree Division is based out of Irwindale, California. Dennis Jones Tree Division Manager • Description of Work — Supervision, scheduling, billing, and consultation. • Amount of time assigned to project — Duration of Project • Relevant work experience — 20 years in this capacity • BS Degree in Urban Forestry from Cal Poly San Luis Obispo • Certified Arborist WE -5700A • TCIA Certified Tree Care Safety Professional #00843 (CTSP) • Qualified Applicators License WAL 108771, Categories B,C, & F • Tree Risk Assessment Qualified (TRAQ) International Society of Arboriculture • ISA Municipal Specialist • Notary Public Gulliver Erickson Tree Division Operations Manager • Description of work — Scheduling, dispatch, emergency contact, and supervision • Amount of time assigned to project — Duration of project • Relevant Work Experience — 20 years in this capacity • ISA Certified Arborist WE -10288A • Qualified Applicators License #140377 • Certified Traffic Control Technician (ATSSA) • TCIA Certified Tree Care Safety Professional #1528 • TCIA Certified Ground Operations Specialist • Tree Risk Assessment Qualified (IRAQ) International Society of Arboriculture Raul Aparicio Tree Division Supervisor • Description of Work — Supervision, scheduling, billing, and consultation • Amount of time assigned to project — Duration of project • Relevant work experience —10 Years' experience in this capacity • TCIA Tree Climber Specialist • Certified Traffic Control Technician (ATSSA) Janet Leiia Administrative Assistant Description of Work — Clerical, scheduling, and billing Amount of time assigned to project — Duration of project Relevant work experience - 10 years' experience in this capacity Orlando Baeza Account Manager • Description of Work — Supervision, scheduling, billing, and consultation. • Amount of time assigned to project — Duration of project • Relevant work experience —10 years' experience in the industry. • TCIA Certified Tree Care Safety Professional #1526 • TCIA Certified Ground Operations Specialist 0 Statement of Work Brandon Williamson Inventory Software and Gis Mapping Technician • Description of Work — Create and manage tree inventory, work orders, and work histories • Amount of time assigned to project — Duration of project • Relevant Work History — 2 years' experience in the tree industry, 6 years' experience with the U.S. Army, and 7 years' experience in inventory and distribution. • AAS Degree in Natural Resource Technology — Forest Recourses From Mt. Hood Community College, Gresham Oregon • Certified Natural Resource Technician (MHCC) Alejandro Padilla, Foreman • Description of Work — On -Site supervision, and pruning while work is in progress • Amount of time assigned to project — Duration of project • Relevant Work Experience —10 years in this capacity • Certified Tree Worker WE-11047TL • Certified Aerial Lift Specialist Gabriel Gardenas, Foreman • Description of Work — On -Site Supervision, and Pruning while work is in progress r • Amount of time assigned to project — Duration of project • Relevant Work Experience —10 years in this capacity • Certified Tree Worker WE -2378C Certified Aerial Lift Specialist • Certified Aerial Rescue Specialist ME Scope of Work In order to carry out the proposed scope of work, Mariposa Landscapes Inc. representatives will meet with City Staff to determine priorities and schedules. We have the adaptability to work this project as City staff prefers. The various task items will be scheduled according to the pre -job meeting with the city. Logistically, we will perform all work as specified in the "Scope of Work" and take City residentsibusiness owners input into account. Inspection Tree inspections will be visible inspections only; trees requiring critical action will be addressed in writing to the City. Trees that our Arborists deem "fine", meaning there is no necessary action on them until the next scheduled inspection, will be left alone. Our crews are trained to observe and report potential hazards while they perform their duties. Many times, physical defects in trees are not visible from the ground and can only be seen once the crews are aloft. Our climbers and bucket operators are trained to look for these defects and report them immediately to their supervisor. If we deem an immediate hazard we will follow up with our designated City Point of Contact. Quality Control Plan Documentation Before the actual start of contract work our staff will ensure that all necessary documents and insurances are submitted and approved by the city. Throughout the life of the contract we will maintain and update all records and documentation, which can be made available upon request. Scheduling Before the first Mariposa Landscapes, Inc. employee starts work, a detailed schedule will be submitted to the designated point of contact for approval. The schedule will include all approved tree care activities for the fiscal year. We will be ready to start work once we have received confirmation that the schedule has been approved. Constituent Complaints / Damage. Any complaints that we receive from either City officials or City residents will be handled by the Mariposa Landscapes Inc. Tree Division Departmental supervisory team directly. Emergency Communication and Yard Location All communications will be routed through our main office and dispatch center in Irwindale, Ca. A 24-hour "800" number will be provided to the City for emergency calls. We will also use other forms of communications, such as email, two-way radios, and cellular phones. Our response times will meet or exceed the city's expectations. Traffic Control Traffic control procedures will be set-up in accordance with the City of Rosemead safety and permitting policies and guidelines. Mariposa Landscapes employees will ensure normal flow of traffic over public roads. High visibility signage, cones, and reflective clothing will be used following city, state, and company safety requirements. Unless work sites are completely barricaded, a designated safety watchperson will coordinate pedestrian and vehicular traffic through the area at all times, while work operations are in progress. Quality Control The supervisor assigned to the project will have the direct communication with the city representative. Mariposa Landscapes will ensure that this supervisor can communicate in English, and be knowledgeable in landscape maintenance operations. These methods combined with instant communications via 24-hr telephone monitoring, two-way radios, cellular phones, or fax will ensure a quick response to any maintenance concerns. Public Safety The safety of the public and our employees is of paramount importance to Mariposa Landscapes. All work sites will have proper signage, high visibility clothing, lighting, and designated safety coordination personnel to ensure the safety and wellbeing of the public. Recycling Mariposa Landscapes is committed to recycling all materials generated from our operations. All material generated from our work sites is collected, and then either re- ground into usable mulch and compost, or it is hauled to firewood retailers. Conclusion It is our goal to provide professional tree care services with an emphasis on results. Results are what we as a contractor, and ultimately the City Management will be judged by. It is our goal to provide the professional results that adhere to the intended desires outlined in the specifications of work. We intend to provide clean and well maintained trees that City staff, and Residents can be proud of. Corporate Capability Mariposa Landscapes Inc. will comply with all necessary requirements outlined in the specifications of this RFP 12 Licenses & Certificates Contractors State License: 592268 C27, A, C61/D49 Qualified Applicators License: 103864 ABCDEFH Pest Control Advisor License: 74416 ABCDEG Pest Control Business License: 30977 Irwindale Business License: 000538 Supplier Clearinghouse MBE: 94HS0050 City of Los Angeles MBE: 561730 LA County MBE: 43914 LA CO. Agricultural Pest Control: 1000279 Certified Arborist WE -1182A DIR No. 1000005079 Photo copies of Licenses and Certificates are located in "Page 31." Minority Business Enterprise Our MBE Certification, File No. CCA -7150 for the City of Los Angeles has an expiration date of July 17th, 2021 The Women and Minority Business Enterprise Clearing House has audited and verified our eligibility as an MBE pursuant to the California Public Utilities Commission General Order 156. Our EEO / Affirmative Action Plant is currently approved by the Office of Contract Compliance pursuant to Los Angeles Administrative Code Section 10.8 et seq and is on file with this office. This plan will expire in 2021. The County of Los Angeles Office of Affirmative Action Compliance has recertified Mariposa Landscapes Inc. 13 as an eligible participant in the county of Los Angeles Community Business Enterprise (CBE) Program and has an expiration date of September 17th, 2020. Geographic Coverage Our current geographic service area includes Los Angeles, Orange, Riverside, San Bernardino, and Ventura counties. From our Glendale, Arizona offices, we serve the entire Maricopa County. Financial Resources Mariposa Landscapes Inc. has been capable of meeting all financial obligations for over 30 years. Our company has experienced continued growth, and has expanded by opening locations in Santa Ana and Palm Desert Green Initiatives Mariposa Landscapes, Inc. actively promotes a "green" environment and energy conservation methods and philosophies. Our company has a recycling program for green waste and paper products. We have implemented this program at all of our local office locations, and all job sites. Mariposa Landscapes Inc. has transitioned to a majority Hybrid vehicle fleet and equipment. At Mariposa Landscapes we strive to be as environmentally conscience as possible, and are expanding our operations to achieve this goal. Mariposa works with all its clients to assure optimum water usage where possible. It is our policy to notify all project managers of the green initiatives, prior to the award of contract. Equipment Mariposa Landscapes Inc. has the following, latest model fleet equipment available (including all small tools necessary to complete the work). • (8) Aerial Lift Trucks • (6) Chipper Trucks • (2) Rolloff Trucks • (4) % Ton Pick-up Trucks • (8) Chippers • (3) Stump Grinders 14 • (1) Cat 908H Loader • (2) Skid Steer Loaders • (2) Utility Dump Trucks • (22) 40 -Yard Container Bins • (1) 200 -Gallon Spray Rig • (1) Trimble State of the Art GPS system Skid Steer Loader Aerial Lift Bucket Truck Rolloff Truck W/40ft Container Toyota Prius Hybrid / Staff Vehicle Stump Grinder Chipper Ton Truck / Crew Vehicle Toyota Tacoma / Foreman Vehicle Utility Dump Truck Chipper Truck Cat 908H Articulating Wheel Loader Utility Truck / Debris Hauling The following is a brief list of large equipment — Chainsaws and small equipment is too numerous to list. 15 MARIPOSA LANDSCAPES INC. No. Year Make Nbdel Type No. Year Make Type 595 2019 Isuzu NRR Chipper Dump 478 2015 Chevy 3/4T Pickup 549 2018 Freightliner W106 Bucket 479 2015 Ford Chipper Dump 567 2018 Freightliner W106 Bucket 480 2015 Ford Bucket 581 2018 Freightliner W106 Chipper Dump 481 2015 Ford Bucket 585 2018 Freightliner W106 Chipper Dump 488 2015 Chevy 3/4T Pickup 594 2018 Toyota Prius II Sedan 430 2014 Freightliner Roll -Off 517 2017 Toyota Tacoma Small Pickup 464 2014 Chevy 3/4T Pickup 534 2017 Toyota Tacoma Small Pickup 462 2013 Ford Bucket 535 2017 Toyota Prius II Sedan 371 2012 Isuzu Med Duty Dump 539 2017 CHEVY 250OHD 3/4T PICKUP 426 2012 Ford Bucket 565 2017 Toyota Tacoma Small Pickup 344 2011 Chevy 3/4T Pickup 566 2017 Isuzu NRR Chipper Dump 355 2011 Ford Bucket 568 2017 Toyota Prius II Sedan 360 2011 Chevy 3/4T Pickup 471 2015 Ford F750 Chipper Dump 375 2011 Ford Chipper Dump 472 2015 Ford F750 Chipper Dump 315 2008 International Bucket 475 2015 Chevy Silverado 250OHD 3/4T Pickup 265 2007 Freightliner Roll -off 477 2015 Chevy Silverado 250OHD 3/4T Pickup W-1 Emplovee Training Mariposa Landscapes Inc. provides a complete training program. Our goal is to enable our employees to progress to higher levels of pay and rank through knowledge. By providing training to all of our workers we become more efficient as a while, and provide better results for our customers. Currently our training program is a combination of three aspects, Instruction, safety, and practical knowledge. In addition to our new hire training program, our supervisors also conduct regular training sessions. These sessions include instructing and evaluating Forman and crews on safety, and current techniques of equipment operation, maintenance practices, chemicals, and fertilizers. Some of the many topics covered are: • Chipper Safety and Operation • Chain Saw Safety and Operation • Pruning Techniques • Chemical Safety • Tractor Safety • Safe Driving.Tactics • Safe Small Equipment Operation • Planting Techniques • Traffic Control Safety and Techniques • Tree I.D. (General and Account Specific) • Fertilizer Use and Application • Chemicals: Herbicides, Fungicides, Insecticides • Aerial Rescue • Emergency Situations • Case Studies, or Arboricultural Injuries EHAP (We currently employ 4 Line Clearance Certified Personnel), CPR & First Aid Training and certifications are maintained for all employees. 17 Services Provided Tree Pruning Pruning Types • Prune to Raise — Overall objective is to raise the canopies of trees for vehicular and pedestrian access. • Prune for Structure — Overall objective is to provide proper clearances for trees in their youth, in order to reduce hazards as they grow and age. This method is the most cost effective means of pruning available. This method addresses trees with a strong central leader by reducing or removing co -dominant stems. • Prune to Clean — Overall objective is to remove dead, diseased, and hazardous branches from a tree's canopy. • Prune to Thin — Overall objective is to perform a cleaning, and remove overcrowded branches. This method is used to provide light penetrations, and reduce wind resistance within the canopy. No more than 25% of live foliage should be removed during any single thinning cycle. • Prune to Reduce — Overall objective is to reduce the size of the trees that have had this method performed repeatedly over many years. This method can also be used to reduce the overall stress on a tree due to recent root cuttings or disruptions. • Prune Palms — Overall objective is to remove hazardous and messy frond fruit, seeds, and dead or dying fronds. Tree Removal Mariposa Landscapes Inc. offers complete tree removal services from start to finish. Our highly trained and safety oriented tree care experts will designate a work area, provide traffic control, use the latest safety equipment, cut the tree, and haul away the debris. Stump Removal We offer either full stump removal, or stump grinding services using the latest in tree work equipment. Tree Planting Our highly trained tree workers are adept at planting seedlings, and saplings. Using proven planting methods and procedures, we are able to maintain high survivability rates for your young trees. Debris Hauling Providing safe and clean environments throughout the tree care process is very important to us at Mariposa. Using our chippers, loaders, containers, and utility dump trucks, hauling away debris from the work site is fast and efficient. Hazard Tree Analysis Our certified Arborists and Tree Workers have years of experience in detecting hazards in trees throughout the urban environment, and forests. Any hazard detected while conducting operations is immediately reported to a direct supervisor, who in turn reports the hazard to your designated point of contact. Mariposa Landscapes Inc. also provides comprehensive hazard tree analysis, and consulting services. These services include detailed reports on which trees are affected, their risk assessment, and our recommended course of action. IM Young Tree Pruning/Training Ensuring that your young trees grow into healthy and structurally sound adults is very important. Using proven sapling training methods we can increase the strength of your young trees, and increase productivity of the best branches. This process includes: removing dead, broken, weak, or diseased branches. Selecting and promoting the growth of a "Central Leader". Selection of the lowest permanent branch. Selecting the main "Scaffolding" branches and removing their competitors. Lastly, we regularly prune temporary branches to maintain health, while reducing nutrient and water competition. Cabling & Bracing Mariposa provides expert cabling and bracing services to help reduce the risk of your trees branches and stems from breaking. We use the latest cables and equipment; we also ensure that it is tested before we employ it. Non-Native Vegetation Removal Non-Native and Invasive species tend to grow fast and can be difficult to remove once established. Mariposa Landscapes is proud to provide removal services that reduce the ability of unwanted plant species to return once we remove them. We ensure that our employees are careful to remove the plants according to your specifications. Fire Clearance Fire Return Intervals in southern California are an increased risk that Mariposa Landscapes Inc. is committed to reducing. We provide pruning and removal services along right of ways, and roadways in order to reduce a potential fires ability to jump from one area to the next. We ensure that proper clearances and distances are maintained in order to reduce a fire's intensity, and ability to spread. Weed Abatement Mariposa Landscapes offers weed abatement services. We are proud to employ certified Applicators who are trained to mix and apply herbicides and pesticides that will reduce and remove unwanted vegetation. Landscape Demolition Removing unwanted debris and clearing your landscape in preparation for your next project can be a big task. We provide skilled staff and the latest in equipment for even the most difficult situations. From tree removals, yard debris, landscape demolition, and hauling it all away, we provide complete and safe services. Inventory Management Software Overview Mariposa Landscapes Inc. utilizes a web-based software program called "Tree Plotter." This program allows us to manage all of our client's information, and properties in one easy to access location. Our program. allows us to create and manage tree inventories, conduct statistical analysis and provide reports for our client's inventories. Each client receives their own personal user account, in which they can view their inventory, print reports, and even print maps of their trees. The Tree Plotter software also allows us to create work orders, submit them to our arborist crew leaders, and maintain an updated work history within the inventory, for maximum transparency. From inventory creation to billing, every aspect of our inventory management is all in one easy to access website. 19 ,c+ '�,a ''�t��a �•�- r" �s"'r = a.`� r '. J7.d '� J �= �y ,,. J .,✓ ,��,+F�'�q•, L- � r�� �X�.:-�-''4a"j"'�- w.....'�,�% -�.. -. f syr J�1 f } e.�. y�r �.,�. y "�, �.�✓„�-cr. s-<y".-�✓�.+' y -^�z,. I - �f�y�G""F ♦ i i - y,. "'IY�F'y"�''..;;� E!- -±o i �' a �iy - - • +r'r�_ �: ' o. �(4 F T LyE T O -K pVq- ✓_ �'T+ t�-�\ _ } 3y - k3 y J r: to L' I t% ,�" ^� �.l ..-'�.."` no - c."'.. �""z �r'g���..+ _ . �A. i - �- � y � i �ti✓ �� ' T r yC� f"" p _ . VG tt2M C .ca �`a. e�+da U.�.- ry,, a'f -_ .`!y� - �--_ aBi F -c a s .t? `` r ✓ laJ,; J RSI C4C O R .tic?, ,�cem-y,+r �,- P f }i.��� g3`� @,'S�v ;•ld ' :41 F<+ :_E..,4�.. L+" a' __ 4'Y�— t r' ♦. -� •�'��'br �4 "���0 �a oi!�5�!!',czT .,,,� J &-�' °� �� � � ��'� ! , { ; S7s Yc-�''� � - '' �- .� �g i }� ��3�'6,.. , ti `rte. � '�,�. � '��� r '�r3--� � `�- � '�'. ti��i�-= w'" �L� � � "�: ..� l§ ,.'`�5�',..� 1 _ - _ �' meg- �d�,7 .a, 4• •� ' '§-!� gD ayi ! yrs.`- �,+��"i, 'E i � s s Y�<.^"]'1 Figure 2 shows alltrees inventoried within a client site "property" as a colored dot on the map. Each species has its own color code. The map legend shows each species, which color it is assigned, and how many trees are included in the inventory. Inventory Analysis and Reporting The Tree Plotter software provides statistical analysis in easy to print reports. The statistical data also updates itself as the inventory is created or changed. A few examples of the reporting capabilities within the Tree Plotter program include: Species diversity charts, risk assessment by health condition graphs, tables reflecting the total number of trees by species, and many more. Figure 3 shows the species diversity. statistics for a client site ie "Property" 21 . lNashingtonia Erythrina Eucatyptus Phoenix -. Chamaerops _; Pyrus McLaCeuca Ficus _ N Archantophoenix - Ptatanus User Accounts Each client receives a personalized (Read Only) user account, and login access to our software. A personalized user name, and password are assigned to the clients email address, which they can use to change their password at any time. Our clients can login to our software and view their current inventory, view details of each tree, read and print reports about their inventory, and use each trees individual "Id Number" to request work. Work Orders Using the Tree Plotter software to create work orders allows us to have a single software program through the entire inventory management process. Using each trees "Id Number," we can quickly create work orders, assign crew leaders, provide work tasks, and costs. As the crew leader completes a task, the date completed for each tree is submitted. Each work order includes a map that shows which trees are included, and their assigned tree Id number. _ _ _ y mn�„ C:.m.iv�k j�F7idYeS 2$ SUM. $�HIEIA') 4�aH1Li� ^ .�6 �tie`id,'�'; :•SYtimdp�im�i 7�emwa S' - 1E P Paaetcf �' �-�no_m© #�17P,tt� 047Y2121U+9 0441212010 s vt Figure 4 is an example work order. Each work order can be customized to fit client or contractual needs. This example shows the individual tree Id numbers, species, work tasks, pricing, and completion dates. 22 Work History Keeping our client's inventory up to date and accurate is very important. As each work order is completed, it is archived. Once our work orders are closed out, the tree inventory is automatically updated to show the work history. We are able to track each tree and its history over time using Tree Plotter's work order, and work history system. Billing Using Tree Plotter's "job" system and "work order" system allows us to create task orders (or Jobs) and assign multiple work orders. At the end of each billing cycle we are able to close out the "Job" and create an invoice for all of the work orders and their assigned trees in a single step. This program allows us to accommodate any type. of billing cycle required by our clients. We are able to submit invoices for single work orders, on a monthly basis, or using our clients Task orders. Our invoices include all relevant work, which trees received that work, and a map showing the trees included on the work orders. W19=" �1 �. —'ff -iripr� RaJiYn�_iC� _3773 -. 7 waik ffq a 93 iced iaff9ba9k Fc'fiaSpeay ?..10D.M 5251) -MM 04MM019 .�. �9lg''3�id"eYixiti C�iorirtTGiu�.: �%.%0ER33(3; �-25U:fF;1-:[G$'.+'G'gi".�U.75S '-r.a- :.'-'f.-=-.x=,»; �',-�..,�.. �-:-�,x,....,,s.-�.t-=-'•_'�---..:.�,�_-n-..�:.-,. - _rF.�_:�: tem ---mss _-.=...s :-a,._ a.,- ,..-""c,�..»-=`�3---— �> Figure 5 is an example of our invoice and billing form. After all work orders are completed for a job, the invoice reflects all trees in which work was performed, the date the work was completed, and the pricing breakdown for each tree. 23 €7' R.ad S IWOao Ddttii31t20791 ,...._.. _...,_._..._ -'0='.3 ,6&:awabo-_.,_..s. ..... ,_._._._.e._,.,_.e. :.4E16.!'iFO' V-250:M:�°is�39rt�i�ei _ ii Red Sirup ra3 Pectm�A €3eadriocdi {)r+fyr :S. laoict!3 2537cEGE� .9!483--9f2E7'1g 93 iced iaff9ba9k Fc'fiaSpeay ?..10D.M 5251) -MM 04MM019 .�. �9lg''3�id"eYixiti C�iorirtTGiu�.: �%.%0ER33(3; �-25U:fF;1-:[G$'.+'G'gi".�U.75S '-r.a- :.'-'f.-=-.x=,»; �',-�..,�.. �-:-�,x,....,,s.-�.t-=-'•_'�---..:.�,�_-n-..�:.-,. - _rF.�_:�: tem ---mss _-.=...s :-a,._ a.,- ,..-""c,�..»-=`�3---— �> Figure 5 is an example of our invoice and billing form. After all work orders are completed for a job, the invoice reflects all trees in which work was performed, the date the work was completed, and the pricing breakdown for each tree. 23 Customer Service and Software Training Our inventory management staff can provide step by step instructions on the use of our software. We can also provide face to face training and guidance in how to login, view client inventory, and view or print reports as needed. Our staff also has direct access to the software development team, and technical support. Any software questions or concerns can be addressed very quickly. 24 Tree Inventory Reference 1--00-Pro fin ` I it URBAN FOREST MANAGEMENT Arbor Pro Lani Alfonso — Contract Manager (626) 458-5942 Satisfied Customers 25 City of Thousand Oaks (Parkway Tree Pruning) . Attn: Kevin Wilson 1993 Rancho Conejo Blvd. Thousand Oaks, Ca 91320 Ph. 805-449-2499 Ext. 383 Email Kwilson@toaks.or f F MAMNO ` F CALIFORNIA City of San Marino Attn: Sammy Estrada 2200 Huntington Drive San Marino, Ca 91108 Ph. 626-375-4246 Email Sestrada@SanMarinoCA.gov CITY OF PALMDALE ° upk¢rocall home City of Palmdale Attn: Steve Montenegro 39110 3rd Street East Palmdale, Ca 93550 Ph. 661-267-5300 Email Smontenegro@cityofpalmdale.or City of Moorpark Attn: Jason La Riva 799 Moorpark Ave Moorpark, Ca 93021 Ph. 805-390-8891 . Email Jlariva@moorparkca.gov 26 LA Metro Attn: Todd Garner 470 Bauchet Street Los Angeles, Ca 90012 Ph. 213-922-6788 Email GarnerT@,metro.net Ventura County Parks Attn: Theresa Lubin 800 South Victoria Avenue Ventura, Ca 93009 Ph. 805-654-3968 Email Theresa. Lubin@ventura.org 27 List of References it (]JITY OF PALMDALE City of Palmdale Attn: Steve Montenegro 39110 3rd Street East Palmdale, Ca 93550 Ph. 661-267-5300 Email Smontenegro@cityofpalmdale.org %1ARIN0 CALIFORNIA City of .San Marino Attn: Sammy Estrada 2200 Huntington Drive San Marino, Ca 91108 Ph. 626-375-4246 Ventura County Parks Attn: Theresa Lubin 800 South Victoria Avenue Ventura, Ca 93009 Ph. 805-654-3968 Email Theresa Lubin@ventura.or Proof of Insurance CERTIFICATE OF UABIUTY INSURANCE RI ,Ni UPON TIE THIS -CERTIRW'AT"--- 9�,Jsgmv,AS A 'MArTgR OF WoRmAnow chn, A`NoccmWin dirnFICATE T499 5ERTIF4CME'DOE€S'WT'AFNRMATiVLLY O.R. NEQATWELYY AMEMD,EXTEND OR ALTER TKE-CO-VEPAQE A F-FOWED UT THE PQLMESIELOM THIS,'. 0�k 4tXj jvjy.g. K`b*?tTli�c vmeyt i�WIW 10-EMMS NTA-1111YE- 0 -uvwsummax vcw5 r itsili V it _ES K ,Fqcpqe _.)� A- M.WW PAODUOM..Aw rjHe gTiFiCfiIre.I16L61!R_ ANT' t -trio cwntlo" WMr (9- 6;11 ADEITIONALANiU trio gaGNes) XmW- " ADDIMCNAL uOuFam- vivArAilmn. ow, be wuWriedl 11 IMPORT �M wiC Wil -m. Me. iuwkioml � ! ims-of-liod ppoOtm n -v mwiff:m pa -widwammirt. A Anile spilt do'll Mr.'WAOM-1-ilhibma (in, fh;;:7*wq-;z W-1 cefXllles6e Boar mt 661iir. im, IW6 ot,--Wch fm;vmMv.. 9MMANCe CON" MANY 6' Ap'j,p0QA -LAN , fZCAPE0.ffr-. 62.32=8,A OS DIAZ 37 1114MIERtr DOLOW l..AA! 0pm 6som ro Tv.a m%%taD mmm, A"g Pelt THE: P MA10D -T,141!5�. is -To MMY T1061 Mg PC UU<�e Am Amy; k MlkA);[ EX14.011-1t:K Lmtjk�Mtv., vwl%il *t:VJ4 . m I W1 I M mtz�grtq I I p WMIMI I-Mi!s:: Ill.* IL"WMA ANY lit 4. Micro V14 62 k T I ktAVII. kMY al am') _Sid U 0 6- M'Au�, Ui - 'TAIIJ-. , FFF v dj.Fk__ 1,481W09 W� tbB_4C�.' To ALL IN,& MUM -JaXCLL&-lb"- Ugk' ft MP'Oftbilb 0V -2y --pou . _. . - iAW 6ONVITIC05 00 PbCf0FC mmiff OREN 0goilico BY,,0AlD-CLAlM%, p! �ML sm EFF. P LICY-E VR Ioucq wwq3i �Y-vy A. M&A 04 X f,vv id . fi-mriciAL C.mmiflrAL L * IWLTy. trJxlthuo nx TAE' 10MIRALTION. Ejtj LaFr NCTieE VA , LL lit [REVERED IN. r; imiim fiaPow ko, . . - V PROVIS Au_ri!om= R7m=rtrtT.%n%c Sid A Mff4yl2CAP #4r3lMltg NO- L AIU W1�U LWFT -Ar M.1 C 1, DLII: M~ ADO .,wr A 16'a lit -Fktky;) 0 di K L*Y** A gnli=7 WAR �.CtAh"A6k N t! —T, =mA­,-7 1)F,(Cmmlwzmi11wt gmui�imr, C.L CMIt ACeIDEM- 0,1, CklFA,* 6A*M1kw, let c.L nw:Amw Off -Mmw-,Zs mur 29 04 MLTQ Luz "MMUW, NhKl* N-tM1WW TAE' 10MIRALTION. Ejtj LaFr NCTieE VA , LL lit [REVERED IN. r; imiim fiaPow ko, . . - V PROVIS Au_ri!om= R7m=rtrtT.%n%c nw:Amw Off -Mmw-,Zs mur 29 CERTIFICATE OF LIABILFTY INSURANCE 1 T£9S CEI !S MUM AS A MMIEMP OF IMIFUWIMTMU� CMLy .mo COW -MM NO ht HTS UPON THE CUUMCUM MMUL Affis mom *a - 1a oDbw F?*k.M-G' SM WdWire Eh&,*-Seawd Ftoor LOSAr4pk . L" Ucense AMMUM Midpwalandkpapes. Inr- Soyany 011 ZSIL bums WIMMOMWA14 3dmcgw rMworth 11sts of CA slyn xpq wqwna Sainoda.0 ANAMM an MYDi TM -13"M tEFMA TON 7MP�OLICCIES jMP IFKP-WAMIFyMn"a BELOW Hxvr= LeiAPOVE FOR % FHE p70qm I . NMzkMbc'Ii4�' ATFaOMIN-13 AN*'Oe4�M TERM"taH REdPECTTO VIVACH - TFMS M By THE FOUMM 43EaC" whaen is one AFFQRDC RB133N Ta p-C�Ku'j WMMAYHMSSEEN w -PCKJ M(M 13H tae'EMnMXnYM DATE many, 0IMS *0.0* ��W� All JffjTwJ% ra"rgAd' _n5MUJ M -M-. U-pkK-NAV H MAA 90-207.2"1 t A-0 %WTI own -1 -1 L AM t4- I XwokM ff 'FSS A 3i9ii3o wdu& marks WACUND 30 tae'EMnMXnYM DATE many, 0IMS ��W� All JffjTwJ% ra"rgAd' 'FSS A 3i9ii3o wdu& marks WACUND 30 Photo Copies of Licenses and Certificatiom ArAr -1 A. CONTRACTORti. 14S ---E. BOARD LICEI STATE L C-TIVE 69226-81 &Nft CORP MARIPOSA LANDSCAPES INC C27 A CS 1 ID49 CAjUFO"u DEPARna?"CSF PESMIDE REGULATION 10011 SMST SACRA,&MN-MCALf0X%*-M MAM.'Am"Yol.m.3 EXMRM- bcftmbm31,201' Pea Canual Balum - Wo UCLNW 1pkaft 0,t*e sm d)o lofixmfim on yvur fimm is mr.wt crot quo ted Wsom 2. NbfifY us immcdiWAY of MY CMAWS W YCW bum (P-9- "me- *ddrW4, imr*= cml�' 3. if you lose y tkmw, amn Ym nuy ti a ncw om (or a S20 (cc. 4. Ptcuc refer to the Ikensc mnber W" in the midde offt page when 000tWing us. 5 . . For w4re.intomudoti, ptene CoMa" us at (916) 4454039 or at <lk=scmil@cdprmgov>- Or you nay write to Of 31 a ate. r, o) ♦ i e - � J a e. f et - � ... �' a ✓ �� v - "..�. � -..nom _t - S° Previous Municipal Projects City of Los Angeles Contract Tree Pruning Ann Marie Veal — Contract Administrator (213) 847-3031 - City of San Marino Sammy Estrada (626) 375-4246 City of Moorpark Tree Maintenance Services Jeremy Laurentowski (805) 517-6385 City of Palmdale Tree Trimming Services Steve Montenegro (661) 267-5300 City of Cerritos Parkway Tree Maintenance Bino Holquin — City Project Manager (562) 916-1220. City of Bradbury Tree Maintenance Services Ryan Parker LA County Parks Mark Miltko Tree Maintenance (626) 252-1984 35 0 070=0 &M, Contractor should have a Quality Control Plan with an effective and efficient means of identifying and correcting problems throughout the entire scope of operations. The successful Contractor shall be required to comply with this quality control throughout the term of the contract. Contractors shall have a current Safety Manual that meets SB 198 requirements for injury and illness prevention. CONTRACTOR'S ORGANIZATION STATEMENT AND PERFORMANCE HISTORY The term "Owner" shall refer to any private firm or public agency to which the Contractor has submitted a bid to, or contracted with, for any construction contract. Submitted By: Mariposa Landscapes, Inc. X Corporation Name must correspond with the Contractor's License Partnership Individual Joint Venture If a corporation, under the laws of what State is it organized? California California Regional Office (s): Use the form titled "Additional Information and/or Comments" for providing requested or additional information for each of the following questions to which you answer "yes" or for any comments. A. How many years' experience in cpnstruction work under current organization? We hold the General Engineer (a) As a General Contractor. 1;��nsPa From 19 84 to 20 Current (b) As a Subcontractor? From 19_ to 20 B. Provide the following information as to contract experience with public entities or governmental agencies ONLY, within the past five (5) years of similar size and scope of work. If none, write "NONE" on the chart. C. Have you or your company, or any officer, manager or partner thereof, failed to complete a contract for an Owner? YES NO X . If so, indicate the name of each Owner, dates, and the circumstances. D. Have you or your company been denied an award of Contract not withstanding submission of the lowest responsive bid? YES NO X . If so, as to each such denial, state the name of the Owner, the date of the denial, the title and number of the contract bid, and the grounds on which the Owner based the denial of award. Page 9 Company History In 1977, Terry Noriega established Mariposa Landscapes in Rosemead, California, by providing landscape maintenance and installation for custom residential and small commercial clients. After five years, he created the Public Works Maintenance Division, in 1989 the Public Works Construction Division was added, and in 1987, a Tree Care Division was formed. Mariposa Landscapes reincorporated in 1989 as Mariposa Horticultural Enterprises, Inc. In 2009, the company changed their business name back to Mariposa Landscapes, Inc. The company currently has a workforce of over 600 in California and Arizona. A brief chronology. • 1977 The Company is established in Rosemead, California. • 1982–The Public Works Maintenance Division is formed. • 1984—The:.Pb*bnc Works Construction Division is added. • 1987 –The Tree Care Division is started. • 1991– Relocates to our current facilities in Irwindale, CA. • 1994 – Expands operations by opening a branch in Fontana, CA. • 2001– Establishes an office in Glendale, Arizona. • 2003 – Expands into servicing the Ventura County • 2010- Branch office established in Orange County • 2013 – Branch Office established in Palm Springs Area • 2019 – Over 40 years in Business! 1977 Mariposa Landscapes, Inc. - 40 years of Excellence! First Public Works Landscape Maintenance ®► Project Branch Office Established In Ventura County 1982 0.2003 0- First Public Works Construction Project Branch Office Established in Orange 1984 10s county Corporate Location Established in Irwindale 2010 1991 Branch Office Established in Branch Office Established in the Inland Palm Springs Area Mariposa Landscape was founded O. Empire 2013 1977 I 1994 Over40 Years �in Business Established Tree Division Operation Expanded to Arizona I* 1987 1 100-2001 I 1 2019 Our Core Values — Safety ® Teamwork ® Quality ® Integrity 2019 L. Has a government entity ever debarred disqualified, removed, suspended, or otherwise prevented you or your firm from bidding on, contracting, or completing a construction project? YES NO X . If YES, identify the name of the government entity, list the date, and describe the facts and circumstances about each instance, and state the reason for the government entity's action against your firm. Attach additional sheets as necessary. M. Has a government entity ever rejected your firm's Bid or Proposal on the ground that you or your firm is a "non -responsible" bidder or proposer? YES NO X . If YES, identify the name of the government entity, list the date, describe the facts and circumstances about each instance, and state the reason or basis for the government entity's determining that you firm was a "non -responsible" bidder. Attach additional sheets as necessary. N. In the past five (5) years, have you ever or any officer or principal of your firm been an officer of another firm which failed to perform a contract or agreement? YES NO X . If YES, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. O. Has a government entity or a client ever terminated, suspended, or non -renewed your firm's contract or agreement before its completion? YES NO X . If YES, identify the name of the government entity, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. W. SUBMITTALS Firms wishing to have their bid proposals considered for this project shall submit the following, as a minimum: A. A Statement of firm's qualifications applicable to this project, including the following: 1. State of California Contractor's License number and expiration date, C-27 & C61/D-49 and California Pest Control License. 2. Names, staff qualifications and proposed duties of staff to be assigned to this project. The firm shall identify at least two (2) ISA Certified Arborists who will be responsible for providing project management for the duration of the project as well as a full-time English-speaking Site Supervisor, who is an ISA Certified Arborists, capable of communicating with any City representative and be authorized to act on behalf of the firm 3. List of staff minimum qualifications required: a. All ISA Certified Arborists employed by the firm. b. All ISA Certified Utility Arborists employed by the firm. C. All ISA Certified Municipal Specialists employed by the firm. d. All ISA Certified Tree workers employed by the firm. e. All ISA Certified Urban Foresters employed by the firm. f. All ISA Board Certified Master Arborists employed by the firm. g. All Utility Line Clearance Tree workers employed by the firm. h. California State Licensed Pest Control Advisor and Applicator employed by the firm. i. American Society of Consulting Arborists (ASCA) Registered Consulting Arborist employed by the firm to consult on tree health issues. j. Technicians providing technical support for inventory software. Page 11 E. Has your company been assessed liquidated damages by any Owner? YES X NO If so, as to each assessment of liquidated damages, state the name of the Owner, the date of the assessment, the title and number of the contract, and the grounds on which the Owner based the assessment of liquidated damages. - August 2018 for Anaheim Brookhurst Medians Failure to complete city punch list "weeds" $1,000.00 - Inspector Luis Olivares F. Has your company been the subject of any inquiry by any Owner as to whether your company is a non -responsible bidder or non -responsible contractor? YES NO X . If so, as to each inquiry, state the name of the Owner, the date of the inquiry, the grounds on which the Owner based the inquiry, and the result of the inquiry. G. Has your company been the subject of any inquiry by any Owner as to whether your company has made any false claim or other material misrepresentation? YES X NO . If so, as to each inquiry, state the name of the Owner, the date of the inquiry, the grounds on which the Owner based the inquiry, and the result of the inquiry. H. Has your company made any false claim or misrepresentation in the submittal of any claim pertaining to any construction contractor with an Owner? YES NO X . If so, state the circumstances including the reason for submittal of false material. I. Is your company currently asserting against any Owner any construction claim (s) in excess of $100,000.00, or has your company made such claim (s) against any Owner? YES __\ NO X . If so, as to each such claim, state the name of the Owner, the date of the claim, the grounds of the claim, the amount of such claim, the present status of such claim, the date of resolution of such claim if resolved, and the amount and method by which such claim was resolved, if resolved. J. Is your company currently a parry against any Owner in any litigation pertaining to any construction project, or has your company been a party to such litigation? YES NO X . If so, as to each such litigation, state the name of the Owner, case number, the court and jurisdiction in which said litigation is pending or was brought, the nature of the litigation, the amount at issue in the litigation, the present status of such litigation, the date of resolution of such litigation if resolved, and the amount and method by which such litigation was resolved, if resolved. K. List the Experience Modification Rate (EMR) issued to your firm annually by the Workers' Compensation Insurance Rating Bureau (WCIRB) worksheet. Beginning with the most recent year (Year 2019 please insert the EMR rate issued by the WCIRB. If the total average rate for these three recent years is equal or greater than 125%, then the Contractor will be disqualified. EMR: 179 YEAR 2019: YEAR 2018: EMR: 208 YEAR 2017: EMR: 204 YEAR 2016: EMR: 203 Page 10